HomeMy WebLinkAboutMINUTES - 04271993 - 1.5 M.. j
TO: BOARD OF SUPERVISORS
FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR
DATE: April 27, 1993
SUBJECT: Approve Joint Exercise of Powers Agreement with the City of EI Cerrito for the overlay of
Colusa and Santa Fe Avenues, Kensington area.
Project No. 4500-6X5224-92.
Specific Request(s) or Recommendations) & Background & Justification
I. RECOMMENDED ACTION:
APPROVE the Joint Exercise of Powers Agreement between Contra Costa County and the City
of EI Cerrito for the overlay of Colusa and Santa Fe Avenues in the Kensington area.
AUTHORIZE the Chairperson to execute the Agreement.
II. FINANCIAL IMPACT:
The estimated cost of the overlay described in this Agreement is $66,000 (Funding: 50% City
of EI Cerrito, 50% Kensington Roads Improvement Assessment District).
III. REASONS FOR RECOMMENDATION/BACKGROUND:
The EI Cerrito city limit runs down the centerline of Colusa and Santa Fe Avenues. The City and
the County each have plans and funding for the overlay of the west side and east side,
respectively, of Colusa and Santa Fe Avenues. To avoid the extra expense and disruption that
two separate projects would entail, both parties desire that the City's project be constructed as
part of the County's project and that the City reimburse the County for the City's portion of the
work, including design construction and contract administration costs.
Continued on Attachment: X SIGNATURE: C�
_ RECOMMENDATION OF COUNTY ADMINISTRATOR 44
_ RECOMMENDATION OF BOARD COMMITTEE
APPROVE OTHER
SIGNATURE(S):
ACTION OF BOARD ON APR 2, 7 1993 APPROVED AS RECOMMENDED V OTHER_
VOT OF SUPERVISORS
V UNANIMOUS (ABSENT )
AYES: NOES:
ABSENT: ABSTAIN:
JO:jlg
c\BO:BO27.t4 i hereby certify tnat this Is a true and correct cony �0
an action taken and enteiad on the minutes of the
Orig. Div: Public Works(Design Division) Board of SuperyIL�o� 2 t'hre atb shown.own.
Contact: Joe Olsen, (313.2284) ATTESTED: WW �.
cc: County Administrator PHIL BATCHELOR,Clerk of the Board
Attn: E. Kuevor of SupsMsors and Cou ty Administrator
Auditor-Controller
PW Accounting
Construction By Deputy
Community Development
Joint Exercise of Powers Agreement with the City of EI Cerrito for the overlay of Colusa and Santa Fe
Avenues, Kensington area.
April 27, 1993
Page 2
IV. CONSEQUENCES OF NEGATIVE ACTION:
A negative action would cause the two projects to be advertised and constructed under separate
contracts resulting in an increase in the overall cost and a decrease in the quality of the final product.
RESOLUTION 93-29 C op
I
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF EL CERRITO AUTHORIZING THE
MAYOR TO EXECUTE AN AGREEMENT WITH CONTRA COSTA COUNTY ALLOWING THE
COUNTY TO OVERLAY THE CITY'S PORTION OF COLUSA AND SANTA FE AVENUES.
WHEREAS, Colusa Avenue and Santa Avenue are located within both the city of
EI Cerrito and unincorporated Contra Costa County;
WHEREAS, said streets are in need of pavement overlay and have been
identified by the City of EI Cerrito and Contra Costa County for repair;
WHEREAS, Contra Costa County desires to repair said streets and has
approached the City for permission to perform the work to the entire street and to
obtain reimbursement from the City for costs associated with the City's portion of the
repair;
WHEREAS, the City of EI Cerrito has roadway maintenance monies available to
fund said costs.
NOW, THEREFORE, BE IT RESOLVED that the EI Cerrito City Council hereby
authorizes the Mayor to execute an agreement with Contra Costa County authorizing
the County to overlay portions of said streets in behalf of the city of EI Cerrito, and to
share costs as set forth in the agreement attached hereto and incorporated herein as
Exhibit A.
BE IT FURTHER RESOLVED, that this Resolution shall become effective immediately
upon its passage and adoption.
I CERTIFY that at a regular meeting on April 19, 1993 the EI Cerrito City Council
passed this Resolution by the following vote:
AYES: COUNCILMEMBERS: Bartke, Jellison, Kosel, La Force, Ritz
NOES: COUNCILMEMBERS: None
ABSENT: COUNCILMEMBERS: None
IN WITNESS of this action, I sign this document and affix the corporate seal of the
City of EI Cerrito on April 19, 1993.
inda M. Giddings, City Clerk.
APPROVED:
IFIED A TRUE COPY
......... z---�--.!tet�.
ae Ritz, May LINDAi�1. 6iD'6 , CleW. rk
Of the City of EI Cerrito, CA
I
JOINT EXERCISE OF POWERS AGREEMENT
PROJECT NO. 4500-6X5224-92
1. Parties: Effective on , 1993, the COUNTY OF CONTRA COSTA, a
political subdivision of the State of California, hereinafter referred to as the"COUNTY,"and
the CITY OF EL CERRITO, a municipal corporation, hereinafter referred to as the "CITY,"
pursuant to Government Code section 6500 and following, mutually agree and promise
as follows:
2. Purpose and Scope of Work: The COUNTY is constructing a project consisting of the
asphalt concrete overlay of several roads in Kensington, including the eastern half of
Colusa Avenue and Santa Fe Avenue between Fairmount Avenue and the Alameda
County line (hereinafter referred to as the "COUNTY's project"). Within the same area,
the CITY plans to construct a project consisting of the asphalt concrete overlay of the
western half of Colusa Avenue and Santa Fe Avenue between Fairmount Avenue and the
Alameda County line (hereinafter referred to as the "CITY's project"). In order to avoid
the extra expense and disruption that separate construction of these projects would
entail, the parties desire that the CITY's project be constructed as a part of the COUNTY's
project. The purpose of this Agreement is to provide for joint construction of the two
projects and the apportionment of project duties and costs between the COUNTY and
the CITY.
3. Method:
(a) The COUNTY shall perform the following activities:
1. Prepare plans and specifications for the joint project described above.
2. Advertise the joint project for public bid and award a contract for project
construction.
3. Perform all construction engineering, surveys, materials testing, contract
administration and inspection of the project work. The COUNTY shall
provide a resident engineer to oversee both the COUNTY's project and the
CITY's project. The CITY's representative shall have no direct contact with
the contractor but shall make all comments and recommendations to the
COUNTY's resident engineer.
4. Accept the project work, but not until the CITY has determined that the
CITY's project has been completed to CITY's satisfaction.
5. Prepare and submit to the CITY a report of project receipts and
disbursements.
(b) The CITY shall perform the following activities:
1. Review and approve COUNTY prepared bid documents prior to award of
contract.
2. Provide the COUNTY and its contractor an encroachment permit to perform
the project work.
3. Perform the final inspection of the CITY's project. The COUNTY shall not
accept the project until the CITY has determined that the CITY's project has
been completed to CITY's satisfaction.
4. Consult with the COUNTY, as necessary, to enable the joint project to be
properly completed.
4. Financial Responsibility: The CITY shall pay for all costs of constructing the CITY's
project, including compensation to the COUNTY for preliminary engineering, construction
engineering, surveys, materials testing, contract administration and inspection performed
by the COUNTY, and all costs of any changes or extra work requested by the CITY. The
estimated quantity breakdown and the estimated costs of such construction are set forth
in attached Exhibit "A." The COUNTY shall pay for all costs of constructing the
COUNTY's project, including all costs of any changes or extra work requested by the
COUNTY.
5. Deposit and Adiustment:
(a) At least ten days prior to the COUNTY advertising for construction bids, the CITY
shall deposit with the COUNTY the sum of$30,000, which represents the estimated cost
of the CITY's project, and which includes a sum to cover contract contingencies and
percentage compensation to the COUNTY for preliminary engineering, construction
engineering, surveys, materials testing, and contract administration and inspection. All
interest accruing on the deposit shall be credited against the CITY's share of the joint
.project costs. Should the CITY fail to make its deposit on time, the CITY's project shall
be deleted from the joint project, and promptly upon demand,the CITY shall compensate
the COUNTY for preliminary engineering as specified in Exhibit "A."
(b) Should the lowest bid received by the COUNTY exceed the amount estimated for
the CITY's project up to a limit of forty-five thousand dollars ($45,000), the CITY shall
promptly increase its deposit prior to the COUNTY's award of a construction contract,
and the amounts set forth in Exhibit"A"shall be increased accordingly. Should the lowest
bid received exceed forty-five thousand dollars ($45,000), the COUNTY shall delete the
work from the joint agreement and the CITY shall promptly reimburse the COUNTY for
the cost incurred for preliminary engineering and administration of the bid process.
(c) Should the as-built quantities differ from those set forth in Exhibit "A", said
quantities and the costs of the COUNTY's project and the project shall be
adjusted accordingly. c cry's .
(d) There shall be no revision of the costs of the CITY's project or the COUNTY's
project due to changes in the parties' boundaries occurring after the date of contract
award.
2
(e) Within sixty days of acceptance of the joint project, the COUNTY shall deliver to
the CITY a report of project receipts and disbursements, together with a bill for the
additional amount owed to the COUNTY, if the costs of the CITY's project exceed the
deposit paid plus interest. Payment for the amount owed to the COUNTY, if any, shall
be made no later than forty-five days after the date of billing by the COUNTY. If the costs
of the CITY's project are less than the deposit paid and interest accrued, the excess shall
be refunded to the CITY within sixty days of acceptance of the joint project.
6. Insurance and Hold Harmless:
(a) The contract documents for the joint project shall include provisions requiring the
contractor to provide insurance and indemnification naming the CITY, its officers and
employees to the same extent as provided to the COUNTY.
(b) Neither the CITY, nor any officer or employee thereof, shall be responsible for any
damage or liability occurring by reason of anything done or omitted to be done by the
COUNTY in connection with any work delegated to the COUNTY under this Agreement,
and to the extent not covered by the above-described insurance or indemnification, the
COUNTY shall defend, indemnify, save and hold harmless the CITY, its officers and
employees against the same, except as provided otherwise in section 7 (b).
(c) Neither the COUNTY, nor any officer or employee thereof, shall be responsible for
any damage or liability occurring by reason of anything done or omitted to be done by
the CITY in connection with any work delegated to the CITY under this Agreement, and
to the extent not covered by the above-described insurance or indemnification, the CITY
shall defend, indemnify, save and hold harmless the COUNTY, its officers and employees
against the same.
(d) The CITY acknowledges that entry into the construction area carries with it a
certain risk and agrees to release the COUNTY, its officers and employees from any
liability for death of, or injury to, the CITY's representatives) while present in the
construction area, except for liability resulting from the sole negligence or willful
misconduct of the COUNTY.
(e) 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 that normally imposed by
law.
7. Acceptance and Maintenance:
(a) Upon completion of the joint project, the COUNTY and CITY shall conduct the final
inspection. After the CITY has determined that the CITY's project has been completed
to CITY's satisfaction,the COUNTY shall accept the joint project as complete for itself and
for the CITY. The CITY shall not unreasonably withhold or delay its determination of
project completion.
(b) Upon acceptance of the joint project, the CITY shall own and be responsible for
maintaining the CITY's project and notwithstanding the provisions of section 6(b), shall
defend, indemnify, save and hold harmless the COUNTY, its officers and employees
3
I
• against any and all claims, demands, suits, costs, expenses and liability for any damages,
injury, sickness or death occurring after acceptance and relating to the design,
construction, use, operation or maintenance of the CITY's project.
8. Agreement Modification: This Agreement shall be subject to modification only with the
written consent of both parties. Neither parry shall unreasonably withhold its.consent to
the implementation and accomplishment of the overall purpose for which the Agreement
is drafted.
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 the
COUNTY.
10. Accountability: As required by Government Code section 6505, both parties to this
Agreement shall provide strict accountability of all funds received for the joint project. ,
11. Surplus Money_: Any surplus money on hand at the termination of this Agreement shall
be returned to the parties in proportion of the contributions made.
12. Agreement Termination: Unless terminated earlier through the mutual, written consent
of the parties, this Agreement shall terminate upon the final payment described in section
5(e) above. Notwithstanding termination of this Agreement, the provisions of section 7(b)
shall survive such termination.
COUNTY OF CONTRA COSTA CITY OF EL CERRITO
By:
y
Chairperson, Board of Supervisors Chairperson, Ci ncil
ATTEST: ATTEST:
Phil Batchelor, Clerk of the Board of CITY CLERK
Supervisors and County Administrator
By: By-"
Deputy
4
RECOMMENDED FOR APPROVAL: FORM APPROVED:
J. Michael Walford,
Public Works Director
By: B
Pu ork ire or qAttorn4
FORM APPROVED:
Victor J. Westman, County Counsel
Deputy
JO:jwpe
c:Knigtsn 1.jpa
1/20/93
5
EXHIBIT A
COST ESTIMATE TO OVERLAY CITY OF EL CERRITO'S
HALF OF COLUSA & SANTA FE AVENUES
ESTIMATED
ITEM UNIT QUANTITY PRICE COST
1. Construction Area Signs LS. 1 360.00' 360.00
2. Traffic Control System LS. 1 480.002 480.00
3. Adjust Sewer Manhole EA 6 300.00 1,800.00
4. Plane Asphalt Concrete
Pavement LF. 2,840 1.00 2,840.00
5. Replace Asphalt Concrete
Surfacing3 S.Y. 04 26.00 0
(Base Failure Repair)
6. Pavement Reinforcing Fabric3 S.Y. 04 2.80 0
7. Asphalt Concrete Ton 510 35.00 17,850.00
8. Paint Traffic Stripe L.F. 1,0005 0.20 200.00
9. Paint Pavement Markings S.Y. 32 2.00 64.00
10. Pavement Marker (Reflective) EA 2 3.50 7.00
Estimated Contract Cost: 23,600.00
Preliminary Engineering (17%) 4,012.00
Construction Engineering (12%) 2,832.00
Contingencies (11%) 2.596.00
Estimated Total Cost: $33,040.00
Rounded To: $33,000.00
Notes:
1. 6% of total project, estimated @ $6,000.00. Percentage based on road mileage.
2. 6% of total project, estimated @ $8,000.00. Percentage based on road mileage.
3. Work to be done by County maintenance crew. Will not be included in contract.
4. Quantity estimated on January 11, 1993. Pavement condition will be re-evaluated after the
winter rains and prior to construction.
5. Half of road length as traffic stripe runs down centerline (half City responsibility and half
County responsibility.