Loading...
HomeMy WebLinkAboutMINUTES - 02262008 - C.4 TO: BOARD OF SUPERVISORS ��'_=��, '`�_==�'°;. ` Contra =st.•• FROM: MAURICE M. SHIU, PUBLIC WORKS DIRECTOR Costa DATE: February 26, 2008 1 ��s•.em, �ox- County y SUBJECT: Joint Exercise of Powers Agreement with West County Wastewater District, in the El Sobrante Area, (100 % West County Wastewater District funds), (District I) Project No.: 0662-6R4148-08 SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION RECOMMENDED ACTION: APPROVE the Joint Exercise of Powers Agreement between Contra Costa County and the West County Wastewater District (WCWD) effective January 2, 2008 through completion of project in the amount of$66,300 to fund the adjustment of sewer manholes on the San Pablo Dam Road Rehabilitation project, in the El Sobrante area. AUTHORIZE the Chair of the Board of Supervisors to execute the Joint Exercise of Powers Agreement. 01 CONTINUED ON ATTACHMENT: ❑D SIG RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF 13 ARD COMMITTEE APPROVE OTHER r SIC'SATURE(S): ACTION OF BO D N �i/ Zl� /� APPROVED AS RECOMMENDED _ OTHER VOTE OF SUPERVISORS: I I-IF.REBY CERTIFY THAI'"PHIS IS A TRUE AND CORRECT COPY OF AN ACTION TAKEN AND ENTERED ON UNANIMOUS(ABSENT ) MINUTES OF THE BOARD OF SUPERVISORS ON THE AYES: NOES: DATE SHOWN. ABSENT: ABSTAIN: Contact:'Brian Yip,Design 313-2178 G:\Design\BOARD ORDERS\20081San Pablo Dam Rd Rehab JI.�1'A BO 2-12-08.doc ATTESTED JOHN COLLEN,CLERK OF THI:BOARD 01; SUPERVISORS cc: Public Works,Design P.Denison,Acct E.Kucvor,CAO Auditor-Controller BY: DEPUTY M.Wara,Admin. SUBJECT: Joint Exercise of Powers Agreement with West County Wastewater District, in the El Sobrante Area, (100 % West County Wastewater District funds), (District I) Project No.: 0662-6R4148-08 DATE: February 26, 2008 PAGE: 2 of 2 FISCAL IMPACT: There will be no impact to the General Fund. The estimated cost to adjust sewer manholes for the WCWD is $66,300. All costs associated with this work will be paid for by WCWD. REASONS FOR RECOMMENDATIONS AND BACKGROUND: The Public Works Department will overlay San Pablo Dam Road from El Portal Drive to Tri Lane within the WCWD service area. There are 129 WCWD sanitary sewer manhole covers and 3 rodding inlets that must be adjusted to final grade after the overlay. WCWD has requested that the Public Works Department include these adjustments in our construction contract and has agreed to reimburse the Public Works Department for this work. CONSEQUENCES OF NEGATIVE ACTION: If the agreement is not approved,the implementation of the project may be delayed so that WCWD can secure their own contractor to complete the adjustments. Joint Exercise of Powers Agreement For Funding .Manhole and Rodding Inlet Adjustments San Pablo Dam Road Rehabilitation (County Project Number— 0662-6R4148-08) This AGREEMENT is entered into on this aub day of zJANrrPg_y 2008, by and between the COUNTY OF CONTRA COSTA, a political subdivision of the State of California, hereinafter referred to as "COUNTY," and the WEST COUNTY WASTEWATER DISTRICT, a California special district, hereinafter referred to as "DISTRICT." The parties to this Agreement mutually agree and promise as follows: 1. Purpose and Scope_ of Work. COUNTY will overlay COUNTY roads and DISTRICT has requested to have County's contractor adjust DISTRICT manhole and rodding inlet covers, as shown on Exhibit B, attached hereto and incorporate herein by this reference, (WORK") as part of the overlay project (hereinafter PROJECT). The roads on which DISTRICT facilities are located are EI Portal Drive and San Pablo Dam Road (between EI Portal Drive to Tri Lane). 2. Responsibilities of DISTRICT and COUNTY. A. DISTRICT shall be responsible for the following: (1) Review contractor's bid amount and determine if DISTRICT wants contractor to do the WORK or if District will do WORK with District forces. District to confirm their decision in writing to the-COUNTY within 10 days after bid opening. (2) Reimburse COUNTY for all PROJECT related costs associated with the WORK. (3) Participate in final inspection and recommend to COUNTY acceptance. of. the WORK. B. COUNTY shall be responsible for the following: (1) Act as lead agency. I (2) Perform design engineering for;the PROJECT. (3) Prepare contract plans and specifications for the PROJECT including a separate bid item for the work. (4) Advertise and award the contract for the PROJECT. (5) Perform construction engineering, contract administration, and inspection of the PROJECT. (6) Approve and accept the PROJECT when completed. (7) Prepare and deliver to DISTRICT a report of final costs of the WORK and related items of the PROJECT. 3. Financial Responsibility. A. The DISTRICT's WORK shall be funded by DISTRICT, which shall pay actual contract costs plus markups to cover design and construction management costs incurred by the COUNTY for said WORK. The costs'shall include, but not be limited to, the amount of the construction contract awarded by COUNTY for the WORK including a 22.5% markup for the COUNTY's administrative and engineering costs. DISTRICT will pay additional charges resulting from DISTRICT requested contract change orders, resulting in additional costs to COUNTY for design engineering, preparation of contract I documents, contract administration, ;construction engineering, inspection, overhead, and other incidental costs. The estimated cost of the manhole adjustments is $ I 66,300.00, as detailed in "Exhibit A," attached hereto and incorporated herein. B. No later than 14 days after the advertising the PROJECT, DISTRICT shall deposit with COUNTY 100% of the estimated cost required to complete the WORK portion of the PROJECT, as shown in Exhibit A. If the bid price for the WORK, as shown in Exhibit A, L.,I is within 10% of the estimated cost for the manhole cover adjustments, higher or lower, no adjustment in funds will be required until the PROJECT has been completed and accepted by COUNTY. If the bid price for manhole cover adjustment work, as shown in Exhibit A, is greater than 10% of the estimated cost for said WORK, within 14 days, DISTRICT shall deposit with COUNTY 100% of the additional funds to bring the total deposit up to the contract bid cost plus markups. Within 60 days of acceptance of the PROJECT, DISTRICT shall be billed for any additional amount owed to COUNTY, if the PROJECT costs exceed the deposit. Payment for the amount owed COUNTY, if any, shall be made no later than 45 days after the date of billing by COUNTY. If the PROJECT costs are less than the deposit paid, COUNTY shall refund the excess to DISTRICT within 90 days of acceptance of the PROJECT. C. If DISTRICT determines the bid costs to be excessive, DISTRICT may rescind this agreement within 10 days of PROJECT bid opening by written notification. DISTRICT shall then be responsible for the WORK in coordination with the contractor awarded the PROJECT. DISTRICT shall still be obligated to pay COUNTY for the design administration and other' costs associated with the elimination of the work from the construction contract. 4. Change Orders. All contract change orders involving the WORK shall be approved i,n writing by DISTRICT prior to execution by COUNTY. COUNTY shall perform any modifications to the plans as a result of a change order. Any adjustments to the costs of the WORK as a result of a change order shall be applied to the bid price for WORK as shown in Exhibit A, and paid by, or reimbursed to, DISTRICT as outlined in section 3.13, above. 5. Insurance and Hold Harmless. A. The contract documents for the PROJECT shall include provisions requiring the successful bidder to: (1) Secure and maintain in full force and effect during construction of the PROJECT worker's compensation and public liability and property damage insurance in 3 I i forms and limits of liability satisfactory to DISTRICT and COUNTY, naming DISTRICT and COUNTY, their officers, agents, and employees as additional insureds, and (2) Promise to hold harmless and! indemnify DISTRICT from liability to the same extent as promised to COUNTY. i B. DISTRICT shall defend, indemnify, save, and hold harmless COUNTY, its officers, iagents, and employees, against any and all claims, demands, suits, costs, expenses, and liability for any damages, injury,' sickness, or death, however the same may be caused, arising directly or indirectly from, or in any way connected with, work or services performed .by DISTRICT under this Agreement and shall make good to and reimburse COUNTY for any expenditures, including reasonable attorney's fees, i COUNTY may make by reason of such matters. i C. COUNTY shall defend, indemnify, s{ave, and hold harmless DISTRICT, its officers, j agents, and employees, against any and all claims, demands, suits, costs, expenses, and liability for any damages, injury,; sickness, or death, however the same may be caused, arising directly or indirectly; from, or in any way connected with, work or services performed by COUNTY under this Agreement and shall make good to and reimburse DISTRICT for any expenditures, including reasonable attorney's fees, i DISTRICT may make by reason of such matters. D. Nothing in this Agreement is intended to affect the legal liability of either party to third parties by imposing any standard of care different from the standard of care imposed by law. 6. Acceptance. Upon completion of the PROJECT, COUNTY and DISTRICT shall conduct a final joint inspection. After DISTRICT has determined that the PROJECT work performed by the contractor has been completed to DISTRICT'S satisfaction, COUNTY shall accept the PROJECT as complete for itself and for DISTRICT. DISTRICT shall not 4 i unreasonably withhold or delay its determination of DISTRICT'S portion of the PROJECT as satisfactory. 7. Maintenance. After the PROJECT is accepted by COUNTY, DISTRICT shall own and assume total responsibility for maintenance of the manhole covers and rodding inlets and shall defend, indemnify, save, a.nd hold harmless COUNTY, its officers, agents, and employees, against all claims, suits, actions, or liability that arises relating to the design, construction, use, operation, or maintenance of the manholes and rodding inlets. 8. 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. 9. 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, which shall occur commensurate with final payment as set forth in Section 3B. 10.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. 11 .Agreement Expiration: Except for sections 5.13, 5.C, and.7 above, this Agreement shall expire upon completion of the report of final costs and the payment of funds between DISTRICT and COUNTY. 12.Surplus Funds. After the completion of the purpose of this Agreement, any surplus money on hand shall be returned in proportion to the contributions made by the parties hereto. 13.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 itis contained in this Agreement or in a 5 j i I � subsequent written modification of this Agreement executed by the legislative bodies of both parties. COUNTY OF CONTRA COSTA WEST COUNTY WASTEWATER DISTRICT By By President, Board of Feral D. Glover, Chair Dikctors �j Board of Supervisors ATTEST: j ATTEST: John Cullen, Clerk of the Board of Supervisors and County Administrator . BY I By ! 4eryBoa,Fd of Directors puty i RECOMMENDED FOR APPROVAL.- FORM APPROVED: Maurice M. Shiu OPublic Works Director By: By District Counsel. . Form Approved: Silvano B. Marchesi County Co s By pMy j ! Ii - I I � I i I 6 i EXHIBIT A Estimated Construction Costs West County Wastewater District Manhole and Rodding Inlet Cover Adjustments (Method C) COUNTY PROJECT NO.: 0662-OR4148-08 Based on 2005 EI Sobrante Area Overlay and Reconstruction bid abstract, the average bid price for adjusting sewer manhole and rodding inlet cover is $385 each. Assuming 3% increase per year for the construction costs, the current rate for the same item of:work would become $410 each. COUNTY.ROAD Estimated Number of Manholes Estimated Number of _ Rodding Inlets EI Portal Drive 1 0 San Pablo Dam Road 128 3 TOTALS 129 3 r Sewer Manhole Adjustments 129X $410 each (e:stima.ted) $52,890.00 Rodding Inlet Adjustments 3X $410 each (estimated) $1,230.00 Sub total $54,120.00 Design Administration (7.5% X TOTAL) $4,060.00 Construction-Engineering/Admin. (15% X TOTAL) $8,1.2.0.00 TOTAL Estimated Cost= $66,300.00 G:\Design\Correspondence\CURRENT PROJECTS\San Pablo Dam Rd Rehab\UtilitiesMCWD 005\JEPA-WCWD.doc 7