Loading...
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