HomeMy WebLinkAboutMINUTES - 01182000 - C1-C3 Recording Requested By: II III III III II IIII I III III(�II IIII I IIII I II ILII II Contra Costa County Public Works Dept. CONTRA COSTA Co Recorder Office
Construction Division STEPHEN L, WEIR, Clerk-Recorder
255 Glacier Drive DCC— 2000-0012103-00
Martinez, CA 94553 W, JAN 10, 2000 10:30:34
FR0 $0.00
Return to: Ttl Pd $0.00 Nbr-0000787511
Ire/RS/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
Camino Tassajara Road Realignment ) (C.C. § 3086, 3093)
Project No.0662-6R4185-97 ) RESOLUTION NO. 2000/12
The Board of Supervisors of Contra Costa County RESOLVES that:
The County of Contra Costa on March 31, 1999 contracted with Carone and Sons, Inc., for constructing
new roadway alignment, with Insurance Company of the West 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 December 22, 1999.
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 January 18, 2000 by the following vote:
AYES: SUPERVISORS GIOIA, UILKEMA, DESAULNIER, CANCLAMILLA, AND GERBER
NOES: NONE
ABSENT: NONE
CERTIFICATION AND VERIFICATION
I hereby certify that this is a true and correct copy of an
Contact: Mike Carlson (925)313-2321 action taken and entered on the minutes of the Board of
Orig. ®ept.:Public Warks(Const.)
Supervisors on the date shown.
cc: Record and Return
Auditor
Public works- Accounting ATTESTED:___ JANUARY 18, 2000
Construction, R. Bruno PHIL BATCHELOR, Clerk of the Board of Supervisors and
- Env., C.Sellgren County Administrator
- Traffic, S. Kersevan
Contractor
Rant By Deputy
G:\G rpData\Consttad12000\01-January\18-CTRR-accept.doc
RESOLUTION NO.2000/12 )�
CL.-Recording Requested By: CONTRA COSTA Co Recorder Office
Contra Costa County Public Works Dept. STEPHEN L. WEIR Clerk-Recorder
Construction Division DISC` 2i0i0� 0012194 00
255 Glacier Drive
Martinez, CA 94553 W, JAN 10, 2000 15:40:03
FRE $0.00
Return to: Tti Pd $0.00 Nbr-0000787017
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
Stene Valley Road Widening and Signal } (C.C. § 3086, 3093)
Project No.0662-6R4212-99 ) } RESOLUTION NO. 2000/13
The Board of Supervisors of Contra Costa County RESOLVES that:
The County of Contra Costa on May 12, 1999 contracted with Bay Cities Paving and Grading, Inc., for
consturcting a new road section and traffic signal, with Safeco Insurance Company of America 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 December 22, 1999.
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 January 18, 2000 by the following vote:
AYES: SUPERVISORS GIOIA, UILKEMA, DESAULNIER, CANCIAMILLA AND GIBER
NOES: NONE
ABSENT: NONE
CERTIFICATION AND VERIFICATION
I hereby certify that this is a true and correct copy of an
Contact: Mike Carlson (925)313-2321 action taken and entered on the minutes of the Board of
Orig. Dept.:Public Works(Const.) Supervisors on the date shown.
cc: Record and Return
Auditor
Public Works- Accounting ATTESTED: JANUARY 18, 2000
- Construction, R. Bruno PHIL BATCHELOR, Clerk of the Board of Supervisors and
- Env.,C.Seligren County Administrator
- Traffic,S. Kersevan
Contractor
RB/kj By , Deputy
G.SGrpData\Const1S012000101-January\1&SV WS-accept.doc
RESOLUTION NO. 2000/13
1
C.5
TO: BOARD OF SUPERVISORS
FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR
DATE: January 18, 2000
SUBJECT: Approve the Joint Exercise of Powers Agreement between Contra Costa County and the
City of Richmond to repair, overlay and stripe San Pablo Dam Road in the City of
Richmond.
Project No.: 4660-6X4180-00
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
1. Recommended Action:
APPROVE the Joint Exercise of Powers Agreement between Contra Costa County and the City
Richmond to repair, overlay and stripe San Pablo Dam Road in the City of Richmond.
AUTHORIZE the Chair of the Board of Supervisors to execute the Joint Exercise of Powers
Agreement.
Continued on Attachment:X SIGNATURE:
RECOMMENDATION OF BOARD COMMITTEE
APPROVE —OTHER
SIGNATURE(S):
ACTION OF BOARD ON APPROVED AS RECOMMENDED OTHER
JANUARY 18, 2000
VOTE OF SUPERVISORS
UNANIMOUS(ABSENT N_ONF )
AYES: NOES: Y
ABSENT: ABSTAIN: I herebycertify that this is a true and correct
copy of an action taken and entered on the
minutes of the Board of Supervisors on the
date shown.
ATTESTED: JANUARY 18, 2000
PHIL BATCHELOR, Clerk of the Board of
RVF:sd Supervisors and County Administrator
G:\GrpData\Design\Board Orders\BO 2000\Richmond JEPA 1-18.doc
Orig. Div: Public Works(Design)
Contact: Bob Faraone(313-2390) BY !ff± "' , Deputy
c: M. Shiu,Assistant Public Works Director
Public Works Accounting
Vi%
Approve the Joint Exercise of Powers Agreement between Contra Costa County and the City of
Richmond to repair, overlay, and stripe San Pablo Dam Road in the City of Richmond.
January 18, 2000
Page 2
fl. Financiallmpact:
There is no impact to the General Fund. The project is funded entirely with City of Richmond
funds.
111. Reasons for Recommendations and Background:
The County is overlaying several of its roads with rubberized asphalt concrete and invited the City
to participate. A larger joint overlay project improves the chance for lower bids. The use of
rubberized asphalt concrete is a relatively new procedure for the County. The two main
advantages for using rubberized asphalt concrete are we use a thinner overlay which means
using less natural resources (rock and oil) and we utilize 50,000 used automobile tires in the
overlay.
IV. Consequences of Negative Action:
If the agreement is not approved the City project will be dropped from our overlay project and
higher bid prices may result.
JOINT EXERCISE OF POWERS AGREEMENT
BETWEEN CONTRA COSTA COUNTY AND THE CITY OF RICHMOND
TO REPAIR, OVERLAY AND STRIPE CITY STREETS
(County Project No.: 4660-6X4180-2000)
ZcWID
This AGREEMENT is entered into on the/4?Aday of 4egg, between the City of
Richmond, a municipal corporation of the State of California, hereinafter CITY, and the
County of Contra Costa, a political subdivision of the State of California, hereinafter
COUNTY, pursuant to Government Code section 6500, and following.
The parties to this AGREEMENT mutually agree and promise as follows:
1. Purpose and Scope of Work. COUNTY and CITY plan to rehabilitate a road within
their respective jurisdictions. It is mutually agreed that merging said roadwork into one
larger construction contract administered by COUNTY should result in lower contract
administration costs. The purpose of this AGREEMENT is to provide for the apportionment
of duties and costs between CITY and COUNTY for the inclusion of planned CITY work into
COUNTY construction contract. As used in this AGREEMENT, the term "PROJECT' shall
refer only to CITY work on 0.58 Km (0.36 miles) of San Pablo Dam Road near Tri Lane
southerly to the city limits.
2. Responsibilities of CITY and COUNTY.
A. CITY shall be responsible for the following:
(1) Review and approve the draft plans, specifications, and cost estimate
for 35%, and 90% design stages.
(2) Approve PROJECT prior to acceptance by COUNTY.
(3) Pay all COUNTY costs incurred whether or not PROJECT is
constructed as identified in Section 3D.
(4) Deposit engineer's estimate of overlay costs plus 10% contingency,
design, construction inspection, and materials testing costs as
identified in attached EXHIBIT A, with COUNTY fourteen (14) days
prior to COUNTY advertising PROJECT.
B. COUNTY shall be responsible for the following:
(1) Act as lead agency.
(2) Prepare design plans, specifications, and engineer's cost estimate for
PROJECT.
(3) Advertise and award the contract for PROJECT.
(4) Perform construction inspection, contract administration, and materials
testing for PROJECT.
(5) Approve and accept the PROJECT as complete after approval by
CITY.
(6) Pay contractor for completed PROJECT work from CITY funds on
deposit.
(7) Prepare and deliver to CITY a report of final design and PROJECT
costs within 120 days of completion and acceptance of PROJECT.
1
r
3. Financial Responsibility.
A. CITY and COUNTY acknowledge and agree that all estimated costs for
design, construction, and materials testing as shown in attached Exhibit "A-(2),"
which is incorporated herein, shall be paid for by CITY.
B. CITY shall deposit with COUNTY funds estimated to cover the PROJECT
construction contract cost plus 10% contingency, design, construction, and
materials testing costs as identified in attached EXHIBIT A, Scope of Work, which
is incorporated herein, within fourteen (14) days prior to COUNTY advertising
PROJECT. If bid price for PROJECT is greater than 5% of the estimated cost for
PROJECT, within 7 days CITY shall deposit with COUNTY 100% of the additional
funds required to bring the total deposit up to the contract bid cost including a 10%
contingency amount.
C. Simple interest generated by CITY funds on deposit with COUNTY shall be
credited to CITY account.
D. COUNTY design costs as identified in Exhibit A, which is incorporated
herein, shall not exceed $35,000. COUNTY construction administration,
inspection, and materials testing costs shall not exceed 20% of actual PROJECT
contract costs.
E. Within one (1) week following bid opening, if CITY determines the lowest
responsible bid to be excessive, CITY may terminate this AGREEMENT. CITY
shall still be obligated to pay COUNTY for design engineering and any other
COUNTY costs associated with the elimination of work from the construction
contract.
F. If it is found during construction that a PROJECT change order will exceed
10 percent of the PROJECT contract amount, CITY shall endeavor to agree upon
an alternative course of action with COUNTY. If after 5 days an alternative course
of action is not agreed upon between CITY and COUNTY, this AGREEMENT shall
be deemed terminated, except for the provisions of Sections 613, 6C, and 8, which
shall survive termination of this AGREEMENT, upon payment to COUNTY of
CITY's maximum share of PROJECT costs. CITY,s maximum cost share shall be
limited to design costs, and expended or obligated PROJECT costs, plus any CITY
approved change orders preceding AGREEMENT termination date and any costs
the contractor may be awarded based on the CITY's withdrawal of PROJECT work
from COUNTY construction contract.
G. When contingency funds are expended so that $5,000 or less remains,
CITY shall promptly deposit with COUNTY additional funds to cover the estimated
costs of all approved unpaid change orders and maintain a contingency surplus of
$15,000 before the next progress payment to contractor, unless agreed to
otherwise by CITY and COUNTY.
2
{;� f
�r
H. COUNTY shall prepare and deliver a report of PROJECT expenditures to
CITY within one hundred twenty (120) days of the last COUNTY construction
contract payment, with a bill for the additional amount owed to COUNTY.
Payment for any additional amount owed to COUNTY, if any, shall be made no
later than forty-five (45) days after the date of billing by COUNTY. If CITY I s costs
are less than the deposit paid, the excess shall be refunded to CITY within one
hundred twenty (120)days of the last COUNTY construction contract payment.
I. COUNTY may terminate this AGREEMENT (1) for CITY non-compliance of
AGREEMENT or (2) should CITY approval of PROJECT delay advertising of
COUNTY construction contract. CITY shall still be obligated to pay COUNTY for
design engineering and any other COUNTY costs associated with the elimination
of work from the construction contract.
4. Bid Alternatives. COUNTY may advertise PROJECT with two overlay alternatives,
conventional asphalt concrete overlay or rubberised asphalt concrete overlay. Selection
of the desired alternative shall be determined based on all sites. Alternatives shall not be
mixed from road to road. One alternative shall be chosen for all contract overlay work
done under COUNTY construction contract.
5. ChanOrders. Except for the final balancing change order, CITY shall approve
contract change orders within CITY over $10,400 prior to execution by COUNTY.
COUNTY shall perform any modifications to the plans as a result of a change order at
CITY expense.
6. Insurance and Hold Harmless.
A. The contract documents for PROJECT shall include provisions requiring the
successful bidder to:
(1) Secure and maintain in full force and effect during construction of
PROJECT worker,s compensation and public liability and property damage
insurance in forms and limits of liability satisfactory to CITY and COUNTY,
naming CITY and COUNTY, their governing bodies, officers, agents, and
employees as additional insureds.
(2) Promise to hold harmless and indemnify CITY, its governing body,
officers, agents, and employees from liability to the same extent as
promised to COUNTY.
The aforementioned policy shall contain a provision that the insurance
afforded thereby to the additional insureds shall be primary insurance to the
full Limits of the policy and that, if any of the additional insureds has other
insurance or self-insurance against a loss covered by such policy, such
insurance or self-insurance shall be excess insurance only. Before
beginning construction of PROJECT, the contractor shall submit to CITY
and COUNTY a certificate of insurance evidencing the required coverage
and requiring the carrier to give at least thirty (30) days written notice to
CITY and COUNTY of any cancellation, non-renewal, or material
3
modification of the policy. COUNTY shall be responsible for ensuring that
this requirement has been met before allowing construction work to
proceed.
B. Neither COUNTY, nor any officer, agent or employee thereof, shall be
responsible for any damage or liability occurring by reason of anything done or
omitted to be done by CITY or in connection with any work delegated to CITY
under this AGREEMENT, and CITY shall defend, indemnify, save, and hold
harmless COUNTY, its governing body, officers, agents and employees, from the
same, except as provided otherwise in Section 8 below.
C. Neither CITY, nor any officer, agent, or employee thereof, shall be
responsible for any damage or liability occurring by reason of anything done or
omitted to be done by COUNTY or in connection with any work delegated to
COUNTY under this AGREEMENT, and COUNTY shall defend, indemnify, save,
and hold harmless CITY, its governing body, officers, agents, and employees, from
the same, except as provided otherwise in Section 8 below.
D. Nothing in this AGREEMENT is intended or shall be construed to effect the
legal liability of either party to third parties by imposing any standard of care
greater than that imposed by law.
7. Acceptance. Upon completion of PROJECT, COUNTY and CITY shall conduct a
final joint inspection. After CITY has determined that the work performed by the
contractor has been completed to CITY's satisfaction, COUNTY shall accept PROJECT
as complete for itself and for CITY. CITY shall not unreasonably withhold or delay its
determination of PROJECT completion.
8. Maintenance. After PROJECT is formally accepted by COUNTY, CITY shall own
PROJECT and assume total responsibility for maintenance of the PROJECT and shall
defend, indemnify, save, and hold harmless COUNTY, its governing body, officers,
agents and employees, against all claims, suits, actions, or liability that arises relating to
the design, construction, use, operation, or maintenance of PROJECT.
9. Restrictions. Pursuant to Government Code Section 6509, the powers of the
parties under this AGREEMENT shall be subject to the restrictions on such powers
applicable to COUNTY.
10. Accountability. As required by Government Code Section 6505, both parties to this
AGREEMENT shall provide a report providing strict accountability of all funds received
and disbursed for PROJECT.
11. Agreement Modification. This AGREEMENT shall be subject to modification only
with the written consent of the legislative bodies of both parties. Neither party shall
unreasonably withhold its consent to modification for the implementation and
accomplishment of the overall purpose for which this AGREEMENT is made.
4
12. Agreement Termination. In accordance with Section 3.E and F, CITY upon
payment to COUNTY of all costs may terminate this AGREEMENT except for the
provisions of Sections 68, 6C, and 8 above, which shall survive termination of this
AGREEMENT.
13. Agreement Expiration. Except for the provisions of Sections 6B, 6C and 8 above,
this AGREEMENT shall expire upon delivery of the report of final costs and payment of
funds between CITY and COUNTY,
14. Entire Agreement. This AGREEMENT contains the entire understanding of the
parties relating to the subject matter of this AGREEMENT. Any representation or promise
of the parties relating to the work shall not be enforceable unless it is contained in this
AGREEMENT or in a subsequent written modification of this AGREEMENT executed by
the legislative bodies of both parties.
CONTRA STA CO CITY OF RICHMOND
By
Chairpaan, BodM of Supervisors By
ATTEST: Mayor
Phil Batchelor, Cleric of the Board of
Supervisors and County Administrator Recommend for Approval:
Public 9Se i%sDirector
By
Deodty By
Recommend for Approval:
J. Michael Walford, Form Appr v d:
Public Works Director
CITY Attorney
P
orm Appr By
Victor S Westman �
County e!
By I
Deputy
RVF:sd
GAGrpData\Des1gn199tempsi09 September WRIchmond overlay JEPA.doc
November 4,1899
11/04/1999 17918 9253132182 CCCO DESIGN PACE 02
EXHIBIT A
SCOPE OF WORK
FOR CITY OF RICHMOND
OVERLAY 0.36 MILES OF SAN PABLO.DAM ROAD
November 4, 1999
The following scope of work is intended to cover the items of work County will do in order to
complete the design for the overlay of City portion of San Pablo Dam Road near south Tri Lane.
County will design and overlay San Pablo Dam Road. The County will add the City project to the
County's to encourage better bid prices for the use of rubberized asphalt concrete overlay. All design
work will be done in metric units.
RESIGN
I. There will be two meetings with City staff-a preliminary and final design field review of the
projects.
2. City will supply County with road geometry,utility information, and traffic index
3. County will run deflections tests.
4. County will prepare plans, specification and engineers estimate, (PS&E)
5. City will review draft PS&E at 35%, and 900/a completion and return comments within 7 days.
6. County will design and advertise the projects using two alternative designs, conventional asphalt
overlay and rubberized asphalt overlay unless it is determined by City and County that one alternative
is acceptable.
7. County will work with City to determine acceptable traffic control alternatives.
8. County will advertise, award and administer construction contract.
9. County will make changes to plans and send City two sets of record drawings(as-built plans.)when
project is complete.
10. There will be a 535,000 County PROJECT design cast cap for design scope of work specified herein.
CONSTRUCTION
1. County will supply resident engineer, inspectors, and lab technicians and do all materials test ng and
plant inspections on project.
2. There will be a 20%County construction and materials testing cost cap based on actual contract
PROJECT cost for scope of work specified herein.
COST ESTIMATE(Refer EDITS A-2, &3 attached for itemized listing of estimated costs)
,Design (EXHIBIT Awl) 19,950
Construction (W=IT A-2) $ 17,800
Materials Testing EXHIBIT A-2} S 13,700
San Pablo Dam Road Contract Estimate (EXHIBIT A-3) $,_3?$,,0*
Total Cost $ 429,450
* Amount to be adjusted no less than 14 days prior to advertising PROJECT.
EXHIBIT A-(2)
City of Richmond
San Pablo Dam Road Overlay
September 30, 1999
COST SUMMARY
Design: $19,950
Construction-Resident Engr: $17,300
Materials Testing/Inspection: $13.70Q
GRAND TOTAL: $51.4§1
DESIGN*:
Administration:
Bob: JEPA 10 hrs a@ $115/hr -- $ 1,150
Counsel 5 hrs @ $230/hr -- $ 1,150
Plans:
Henry (Sr. Tec) 8 days x 10 hrs x $ 65 _ $ 5,200
Kevin (Assoc.) 2 days x 10 hrs x $105 - $ 2,100
Bob (Senior) 2 days x 10 hrs x $115 $ 2,300
Mike (Div. Head) 1 day x 10 hrs x $130 $ 2,600
Specifications:
Henry 3 days @ 10 x $ 65 $ 1,950
Kevin 1 days @ 10 x $105 = $ 1,050
Bob 1 day c@ 10 x $115 = $ 1,150
Mike 1 day @ 10 x $130 -- $ 1.30-
$19,950
CONSTRUCTIOW: (County Resident Engineer& City Field Inspectors)
Mobilization 1 days
Signing 1 days
Traffic 2 days
Overlay (day) 5 days
Striping 1 days
Grinding 3 days
Other 2 days
Gary (RE) 15 days a@ 10 hr x $100 = $15,000
Mike (Div Head) 1 day a@ 10 hr x$130 = $ 1,300
Rich (Sr Tech) 2 days @ 10 hr x$75 - $ 1,500
$17,800
MATERIALS TESTING*:
Deflection :Pests = $ 2,000
Plant Insp. & Lab Work - $ 5,000
Test-compaction 5 days c@ 10 hr x $82 - $ 4,100
John/Steve Oversight, 2 days @ 10 hr x $130 $ 2.60Q--
$13,700
GRAND TOTAL: $51,450
* Labor rates subject to annual cost of living increase.
FtVF:gpp
GAGipDatatDesign\80S\C1ty of Richmond.doc
°�-ff
11/04/1999 17:18 9253132182 CCCO DESIGN PAGE 03
EXHIBIT A s(3)
SAN PABLO DAM ROAD OVERLAY
CITY of RICHMOND
Preliminary Contract Coat Estimate
September 30, 1999
Item Amount Unit Unit Price Total
Mobilization 1 LS 10,000 10,000
Construction Area Signs 1 LS 3,000 3,000
Traffic Control 1 LS 5,000 5.000
Asphalt Concrete (Type A 3000 Tonne 50 150,000
1 9m Max. Deep Lift)
Adjust Manholes 3 EA 1000 3.000
Asphalt Concrete (Type G, 1000 Tonne 55 55,000
12,5mm, rubberized)
Type A Dike 300 M 10 3,000
Cold Plane AS 8000 M2 10 80,000
Striping 1 LS 5,000 5,000
Total $314,000
20% Contingency 64,000
Construction Cost $378,000
RvF:sd
k\PWS 11.SH,ARDATAlGrpDataM)esignV3001
SAN PABLO DAM ROAD OV8RtAY.doa
November r,1909
Ai
4 ,
RICHMOND,CALIFORNIA,NOVEMBER 9,1999
Regular Meeting of the Richmond City Council was
called to order at 7:20 p.m.by Mayor Rosemary M.Corbin.
BOLL CALL
Present: Councilmembers Butt, Evans, Marquez,
Anderson,Bates,Powen,Gri ft and Mayor Corbin.Absent
None. Vacancy.One.
APPROVAL OF M11VC1't'ES
On motion of Counailmanber Marquez,seconded by
Vice Mayor Anderson approved the minutes of the Regular
Meeting of November 2,1999,by the following vote:Ayes:
Ccuncilmembers Butt, Evans, Marquez, Anderson, Bates,
Griffin,and Mayor Corbin. Noes:None. Abstentions:
Councilmember Powers.
STATEI UM OF CON>N1`.rrr OF narj&=
Mayor Corbin stated that she owns stock in MCI
Worldcom and would abstain from voting on Check No.
153259.Councilmember Evans stated that he owns sock in
Dell, PG&E is his client, and his spouse is employed by
Kaiser.He stated that he would abstain from voting on Check
Nos.153192,153292 and 153231,respectively.
APPROVAi Olr CHR+ AND RROMSMOMS
On motion of Vice Mayor Anderson, seconded by
Councilmember Marquez,Claim Check Nos.152841 through
153372 in the amounts of $1,079,538.99 and Purchase
Requisitions Nos. 0-11 and Y-98 in the amounts of
$19,371.31 and$28,462.57,respectively,were approved by
the unanimous vote of the Council. (Mayor Corbin was
recorded as abstaining on Check No. 153259, and
Councilmember Evans was recorded as abstaining on Check
Nos.153192,153292 and 153231).
CONSENT CAUMAR
On motion of Vice Mayor Anderson, seconded by
Councilmember Marquez,all items marked with an asterisk
(*-}were approved by the unanimous vote of the Council.
*-Authorized Agreement with Orrick,Herrington&
Sutclille,LLP for services for Arbitrage Rebate request Thom
Internal Revenue Semoc, Total amount of contract will not
exceed $15,500. Contract period is September 16, 1999,
through June 30,2000.
*-Authorized Agreement approving a Joint Powers
Agreement with Contra Costae.County for the San Pablo Damm
Resurfacing Contract
i