HomeMy WebLinkAboutMINUTES - 07182000 - C6-C10 w19i
TO: BOARD OF SUPERVISORS
FROM: MAURICE M. SHIU, PUBLIC WORKS DIRECTOR
►ATE: JULY 18, 2000
SUBJECT: Temporary Construction Permit for the
Blum Road Frontage Improvements
Project No. 0662-6R4181
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
I. Recommended Action:
APPROVE and AUTHORIZE the Public Works Director to execute, on behalf of Contra
Costa County the Temporary Construction Permits for the Blum Road Frontage
Improvements for the purpose of installing a backwater overflow devise.
IL Financial Impact:
Contra Costa County will pay the actual costs associated with installation and
landscaping of these two sites.
Continued on Attachment: X SIGNATURE: -2�--�-
RECOMMENDATION OF COUNTY ADMIN T OR
RECOMMENDATION OF BOARD cOMM1T
—APPROVE OTHER
SIGNATURE(S):
ACTION OF BOARD ON APPROVED AS RECOMMENDED OTHER
JULY 18, 2000
VOTE OF SUPERVISORS
X UNANIMOUS (ABSENT I• )
AYES: NOES:
ABSENT: ABSTAIN:
-
I hereby certify that this is a true and correct
copy of an action taken and entered on the
:csp minutes of the Board of Supervisors on the
G:\GrpData\RealProp\2000-Files\BOs&RES\BOBlum Road.doc date shown.
Orig.Div: Public Works(R/P)
Contact: C.Pina-Sandoval(313-2306)
cc: County Administrator ATTESTED: JULY 18, 2000
Auditor-Controller(via RIP) PHIL BATCHELOR, Clerk of the Board of
P.W.Accounting Supervisors and County Administrator
Bye Deputy
Blum Road Frontage Improvements - Temporary Construction Permits
July 18, 2000
Page 2
111. Background and Reasons for Recommendations:
As part of the storm drain installation for this project, the sanitary sewer laterals at
#4960 and #4950, respectively, were in conflict and had to be modified by our
contractor. In order to modify the laterals our contractor was required to take out a
permit and post a bond with the Mountain View Sanitary District. The District has
requested that backwater overflow devices be installed at each location before releasing
their bond. Once installed, the devices will be the homeowners responsibility to keep
in working order.
IV. Consequences of Negative Action:
The County needs to have the backwater overflow devises installed to prevent raw
sewage from flowing backwards into the homes and avoid a substantial financial risk
associated with health hazard and damage to these sites.
TO: BOARD OF SUPERVISORS
FROM: MAURICE M. SHIU, PUBLIC WORKS DIRECTOR
DATE: JULY 18, 2000
SUBJECT: APPROVE the State Route 4 Bikeway from Pacheco Boulevard/Blum Road Intersection to Arnold
Industrial Way/Port Chicago Highway Intersection project and DETERMINE that the project is a
CEQA class 4h Categorical Exemption, Central County area, Project No. 0662-6R4233. CDD-
CP#00-55
Specific Request(s) or Recommendation(s) & Background & Justification
I. RECOMMENDED ACTION:
APPROVE the State Route 4 Bikeway, From Pacheco Boulevard/Blum Road Intersection to Arnold
Industrial Way/Port Chicago Highway Intersection Project, and
DETERMINE that the project is a California Environmental Quality Act (CEQA) Class 4h Categorical
Exemption, and
DIRECT the Director of Community Development to file a Notice of Exemption with the County Clerk.
*,. 4
r
Continued on Attachment: X SIGNATU ! - --
r'
RECOMMENDATION OF COUNTY ADMINISTRATOR
—RECOMMENDATION OF BOARD COMMITTEE
—APPROVE —OTHER
SIGNATURE(S):
ACTION OF BOARD ON JULY 18� 2000 APPROVED AS RECOMMENDED X OTHER_
VOTE OF SUPERVISORS I hereby certify that this is a true and correct copy of
X UNANIMOUS(ABSENT I. ) an action taken and entered on the minutes of the
AYES: NOES: Board of Supervisors on the date shown.
ABSENT: ABSTAIN:
TT:drf
G:\GrpData\EngSvc\ENVIRO\2000 projects\ ATTESTED: JULY 18, 2000
Board Orders\SR4 Bikeway-Cat Ex-7-18-00.doc PHIL BATCHELOR, Clerk of the Board of
Orig.Div: Public Works(Engineering Services Division) Supervisors and County Administrator
Contact: Trina Torres;3-2176
cc: Administrator-Attn: E.Kuevor
Auditor-Controller
Community Development—S.Casillas
Public Works: Accounting By f
B.Yip-Transportation Engineering Deputy
T.Torres,Engineering Services
SUBJECT: APPROVE the State Route 4 Bikeway from Pacheco Boulevard/Blum Road Intersection to Arnold
Industrial Way/Port Chicago Highway Intersection project and DETERMINE that the project is a
CEQA class 4h Categorical Exemption, Central County area, Project No. 0662-6R4233. CDD-
CP#00-55
DATE: JULY 18, 2000
PAGE: 2
RECOMMENDED ACTION (continued):
AUTHORIZE the Public Works Director to arrange for payment of a$25 fee to Community Development
for processing, and a$25 fee to the County Clerk for filing the Notice of Exemption.
II. FINANCIAL IMPACT:
The estimated project cost is $50,000.00 funded by Transportation Fund for Clean Air Act (100%).
III. REASONS FOR RECOMMENDATION/BACKGBOUND:
This project consists of installing bike lane signing, striping, and pavement markings along the 3.2-mile
bikeway. This bike route will provide a cycling alternative to driving. The route will be a combination of
Class II (bike lane striping and signing) and Class III (bike route signing only) bikeway throughout the
project (Fig. 3). The project will utilize existing pavement, therefore no excavation is required. No
additional right of way is required. Utilities will not need to be adjusted. No lane closure is anticipated.
Traffic will be diverted around the project area. Some trees and shrubs may need trimming throughout the
project limits. The City of Concord will issue a"No Fee Encroachment Permit"to the contractor, as stated
in the Letter of Understanding between the County and the Cities.
The project has been determined to be in compliance with the General Plan and is exempt from CEQA
because it can be seen with certainty that there is no possibility that the activity may have a significant
adverse effect on the environment. The project consists of the creation of bicycle lanes within existing
rights-of-way, which is a minor public alteration in the condition of the land and vegetation. No scenic
resources will be removed as a result of the activity. This project is consistent with CEQA Guidelines §
15034.
IV. CONSEQUENCES OF NEGATIVE ACTION:
Delay in approving the project will result in a delay of design and construction and may jeopardize funding.
CONTRA PUBLIC WORKS DEPARTMENT
COSTA INITIAL STUDY
COUNTY OF ENVIRONMENTAL SIGNIFICANCE
PROJECT #4662-6R4233
CP# 00-55
PROJECT NAME: SR4 Bikeway,
From Pacheco Blvd./Blum Rd. Intersection
To Arnold Industrial Way/Port Chicago Highway Intersection
PREPARED BY: Trina Torres 5, DATE: May 31, 2000
APPROVED BY DATE: 40
RECOMMENDATIONS:
(X ) Categorical Exemption (Class 4fr) { ) Negative Declaration
( ) Environmental 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 the creation of bicycle lanes within existing rights-of-way, which
is a minor public alteration in the condition of the land and vegetation. No scenic resources will be removed as a result
of the activity. This project is consistent with CEQA Guidelines§ 15034(h).
What changes to the project would mitigate the identified impacts N/A
USES Quad Sheet 'Vine Hill Base Map Sheet G-13 & G-14 Parcel # N/A
GENERAL CONSIDERATIONS:
i. Location: On Blum Road at Pacheco Boulevard to Imhoff Drive (Martinez area); On Imhoff
Drive at Blum Road to Arnold Industrial Way at Port Chicago Highway (Concord area), in the
Central County area (Figures 1-3).
2. Project Description:
This project consists of installing bike lane signing, striping, and pavement markings along the
3.2-mile bikeway. This bike route will provide a cycling alternative to driving. The route will be a
combination of Class 11 (bike lane striping and signing) and Class III (bike route signing only)
bikeway throughout the project (Fig. ). The project will utilize existing pavement, therefore no
excavation is required. No additional right of way is required. Utilities will not need to be
adjusted. No lane closure is anticipated. Traffic will be diverted around the project area. Some
trees and shrubs may need trimming throughout the project limits. . The City of Concord will
issue a "No Fee Encroachment Permit" to the contractor, as stated in the Letter of
Understanding between the County and the Cities.
3. Does it appear that any feature of the project will generate significant public concern?
[] yes [X] no [] maybe (Nature of concern):
4. Will the project require approval or permits by other than a County agency?
[] yes [X] no Agency Name(s)
5. Is the project within the Sphere of Influence of any city? Yes (Martinez and Concord)
m
GAGrpoatatEngSvdENVIRM2000 proJects\CEQAonly\Cat.Ex1SR4 Blkeway.doc
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: (925) 313-2296 contact Person:Cece Seilgren - Public Works Dem
Project Description, Common Name (if any) and Location: State Route 4 Bikeway, from
Pacheco Boulevard at Blum Road Intersection to Arnold Industrial Way at Port Chicago
Highway Intersection, County File #CP 00-55. Project Description: This project consists of
installing bike lane signing, striping, and pavement markings along the 3.2-mile bikeway. This
bike route will provide a cycling alternative to driving. The route will be a combination of Class
II (bike lane striping and signing) and Class III (bike route signing only) bikeway throughout the
project (Fig. 3). The project will utilize existing pavement, therefore no excavation is required.
No additional right of way is required. Utilities will not need to be adjusted. No lane closure is
anticipated. Traffic will be diverted around the project area. Some trees and shrubs may need
trimming throughout the project limits. . The City of Concord will issue a "No Fee Encroachment
Permit" to the contractor, as stated in the Letter of Understanding between the County and the
Cities. Project location: On Blum Road at Pacheco Boulevard to Imhoff Drive (Martinez area);
On Imhoff Drive at Blum Road to Arnold Industrial Way at Port Chicago Highway (Concord area),
in the Central County area (Figures 1-3).
This project is exempt from CEQA as a:
Ministerial Project(Sec. 15268) Other Statutory Exemption, Section
—Declared Emergency(Sec. 15269(x)) —General Rule of Applicability(Section 15061(b)(3)
—Emergency Project(Sec. 15269(b)or(c)) —
, -Categorical Exemption, Class 4h
for the following reason(s): The project consists of the creation of bicycle lanes within existing rights-of-way,which
is a minor public alteration in the condition of the land and vegetation. No scenic resources will be removed as a result
of the activity. This project is consistent with CEQA Guidelines§ 15034(h).
Date: By:
Community Development Department Representative
AFFIDAVIT OF FILING AND POSTING
I declare that on 1 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: Trina Torres County Clerk Fee$50 Due
G:\GrpData\EngSvc\ENVIR0\2000 projects\CEQAonly\NOE\SR4 Bikeway.doc
r
CALIFORNIA ENVIRONMENTAL QUALITY ACT
AN. otice of Exemption
Contra Costa County Community Development Department
651 Pine Street, 4th Floor-North Wing,McBrien Administration Building
Martinez, CA 94553-0095
Telephone: (925) 313-2296 Contact Person:Cece Se![ ren - Public Works Dept.
Project Description, Common Name (if any) and Location: State Route 4 Bikeway, from
Pacheco Boulevard at Blum Road Intersection to Arnold Industrial Way at Fort Chicago
Highway Intersection, County File #CP 00-55. Project Description: This project consists of
installing bike lane signing, striping, and pavement markings alone the 3.2-mile bikeway. This
bike route will provide a cycling alternative to driving. The route will be a combination of Class
11 (bike lane striping and signing) and Class III (bike route signing only) bikeway throughout the
project (Fig. 3). The project will utilize existing pavement, therefore no excavation is required.
No additional right of way is required. Utilities will not need to be adjusted. No lane closure is
anticipated. Traffic will be diverted around the project area. Some trees and shrubs may need
trimming throughout the project limits. . The City of Concord will issue a "No Fee Encroachment
Permit" to the contractor, as stated in the Letter of Understanding between the County and the
Cities. Project location: On Blum Road at Pacheco Boulevard to Imhoff Chive (Martinez area);
On Imhoff Drive at Blum Road to Arnold Industrial Way at Port Chicago Highway (Concord area),
in the Central County area (Figures 1-3).
This project is exempt from CEQA as a:
Ministerial Project(Sec. 15268) _ Other Statutory Exemption, Section
Declared Emergent (Sec. 15269(a)) .®General Rule of Applicability(Section 15061(b)(3)
_Emergency Project(Sec. 15269(b)or(c)}
XCategorical Exemption, Class 4h
for the following reasons): The project consists of the creation of bicycle lanes within existing rights-of-way,which
is a minor public alteration In the condition of the land and vegetation. No scenic resources will be removed as a result
of the activity.This project is consistent with CEQA Guidelines§ 15034(h).
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 Gods 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: Trina Torres County Clerk Fee$50 Due
G:1GrpData\EngSvc\ENVIR0\2000 projects\CEQAonly\N0E\SR4 Bikeway.doc
00
o
�V;s
CA,
0
0
o got' a bil
eyIF
w "�K S 7 ♦ ~+�'�,/ '/tt` ria E('� I
,+ �/$ C+ .. FFA � tM u�i. •J ib`N' � /
r
.t fFNtE�'
RAY!!3 DRlr RD
n /
cf
NTA..MDRp CfMPA ' YryPt— /
.t tt ��� U IL�-�/ J �
I
K w $ !
qL
dk
rL
'iC $ '"4i,-s �t� �S'p/, i Y♦" r„� • • • ,i �o�y/ y,i. .... '�
r ,
,� �} ,�'��s� t �- •+ice• i • •y � � �°r
i
ry r
C b AES c r
gaN 1 + YY \ _
AV
t� _ r • ..
A U yo`twins
ur � q
t4 �`
Y
ow
dril £L5 33S 1 � i
--�~....�---� ----� lot
fit's
•VA
16WIN
w.._ C,
Y YY
AN
. ,
'1► � eJyddtyy
1
CL
d�
s �o op
TO: BOARD OF SUPERVISORS
FROM: MAURICE M. SHIU, PUBLIC WORKS DIRECTOR
DATE: July 18, 2000
SUBJECT: APPROVE and AUTHORIZE the Public Works Director to Amend the Consulting Service
Agreement with LSA, to increase the payment limit from $25,000.00 to $50,000.00, to
provide "on-call" environmental permitting services for various projects throughout the
County. Countywide area. Project No.: Various
Specific Request(s) or Recommendation(s) & Background & Justification
I. RECOMMENDED ACTION:
APPROVE and AUTHORIZE the Public Works Director to Amend the Consulting Service
Agreement with LSA, to increase the payment limit from $25,000.00 to $50,000.00, to provide "on-
call" environmental permitting services for various projects throughout the County.
IL Financial Impact:
The estimated cost of the increase of the contract is $25,000.00 funded by Flood Control, Road,
and Airport project funds (100%).
Continued an Attachment: X �QL �JJI_44��
SIGNATURE:
_RECOMMENDATION OF COUNTY ADMINISTRATOR
_RECOMMENDATION OF BOARD COMMITTEE
—APPROVE —OTHER
SIGNATURE(S):
ACTION OF BOARD ON IMT 18, 2000 APPROVED AS RECOMMENDED-OTHER_
VOTE OF SUPERVISORS I hereby certify that this is a true and correct copy of an
X UNANIMOUS(ABSENT I. } action taken and entered on the minutes of the Board of
AYES: NOES: Supervisors on the date shown.
ABSENT: ABSTAIN:
TT:dri ATTESTED: JULY 18, 2000
AdmnCSA's\2684\LSA\AmeendBOCSA.oc PHIL BATCHELOR, Clerk of the Board of Supervisors and
Ong.Div: Pubilc Works(Eng.Services) County Administrator
Contact. Cece Sellgren(313.2299)
cc: County Administrator,E.Kuevor
Auditor-Controller By , Deputy
PW Accounting-M.Woods
G av
SUBJECT: APPROVE and AUTHORIZE the Public Works Director to Amend the Consulting Service
Agreement with LSA, to increase the payment limit from $25,000.00 to $50,000.00, to
provide "on-call" environmental permitting services for various projects throughout the
County. Countywide area. Project No.: Various
DATE: July 18, 2000
PACE: 2
111. REASONS FOR RECOMMENDATIONIBACKGROUND:
The amendment of the "on—call" Consulting Service Agreement is needed to assist Public Works
Department staff in obtaining regulatory permits associated with Flood Control, Road, and Airport
projects.
IV. CONSEQUENCES OF NEGATIVE ACTION:
If the Consulting Service Agreement is not amended, various flood control, road, and airport
projects will not complete CEQA/NEPA compliance and/or obtain required permits causing delays
in their construction and repair.
TO: BOARD OF SUPERVISORS
FROM: MAURICE M. SHIU, PUBLIC WORKS DIRECTOR
DATE: July 18, 2000
SUBJECT: APPROVE Contract for Traffic Collision Record Information Software System.
WO #0240
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
I. Recommended Action:
APPROVE and AUTHORIZE the Public Works Director to execute a contract with Crossroads
Software for a Geographic Information System (GIS)/ Traffic Collision Database System. The
traffic engineering software has been approved by the California Office of Traffic Safety (OTS) for
use in the 1099 Traffic Safety Grant No. RS0015.
e
Continued on Attachment: X SIGNATURE:
_RECOMMENDATION OF COUNTY ADMINISTRATOR
RECOMMENDATION OF BOARD COMMITTEE
—APPROVE OTHER
SIGNATURE(S):
ACTION OF BOARD ON JULY 18, 2000 APPROVED AS RECOMMENDED _OTHER
VOTE OF SUPERVISORS I hereby certify that this is a true and correct copy of an
X UNANIMOUS (ABSENT I. ) action taken and entered on the minutes of the Board
AYES: NOES: of Supervisors on the date shown.
ABSENT: ABSTAIN:
CPB:je
G:\GrpData\TransEng12000\Bo-Tr\80 OTSgrant.doc ATTESTED: ITIJ Y 1,q 2()Qn
Orig,Div: Public Works(TE) PHIL BATCHELOR, Clerk of the Board of Supervisors
Contact: Christopher Bailey (313-2339) and County Administrator
c: M Shiu,Director
J.Bueren,Deputy
J.Yee,TE Division
R.Gilchrest,Public Works Accounting By Deputy
SUBJECT: Approve Contract for Traffic Collision Record Information Software
DATE: July 18, 2900
PAGE 2
11. FinanciallmRact:
The total software cost of$29,870.34 will be paid with a 1999 Traffic Safety Grant from Office of
Traffic Safety.
111. Reasons for Recommendations and Back round:
The Public Works Department applied for an OTS Grant for a GIS/Traffic Collision Database
System in 1999. The roadway safety grant was approved in spring 2000 and allows for the
purchase of software for a fully operational computerized traffic collision analysis system. The
software will allow traffic engineering to input, track, identify and display traffic collision data in a
GIS format. The data is useful in the analysis of high collision rates or frequency at intersections
or road segments. Engineering solutions and enforcement activities can be deployed for
increased safety.
IV. Consequences of Negative Action:
The County will not purchase the software, thus declining the OTS grant money.
TO: BOARD OF SUPERVISORS
FROM: MAURICE M. SHIU, PUBLIC WORKS DIRECTOR
DATE: July 18, 2000
SUBJECT: APPROVE the Joint Exercise of Powers Agreement between Contra Costa County and the
City of Oakley for the construction of curb ramps and bike lanes on Delta Road from Marsh
Creek to Sellers Avenue in the City of Oakley.
Project No.: 4660-6X4903-00 & 0662-6R4178-00
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
I. Recommended Action:
APPROVE the Joint Exercise of Powers Agreement between Contra Costa County and the City
of Oakley for the construction of curb ramps and bike lanes on Delta Road from Marsh Creek to
Sellers Avenue in the City of Oakley .
AUTHORIZE the Chair of the Board of Supervisors to execute the Joint Exercise of Powers
Agreement.
Continued on Attachment: X SIGNATURE: .� I
RECOMMENDATION OF BOARD COMMITTEE
—APPROVE —OTHER
SIGNATURE(S): Donna Gerber, Chair Mark DeSaulnier
ACTION OF BOARD ON .JULY 18, 2000 APPROVED AS RECOMMENDED X_OTHER
VOTE OF SUPERVISORS I hereby certify that this is a true and correct
X UNANIMOUS (ABSENT T• ) copy of an action taken and entered on the
AYES: NOES: minutes of the Board of Supervisors on the
ABSENT: ABSTAIN: date shown.
WL:bmb je ATTESTED:_ JULY 18, 2000
g:\transeng\2000\Bo-Te\BO Oakley2000Jepa PHIL BATCHELOR, Clerk of the Board
Orig.Div: Public Works(TE) of Supervisors and County Administrator
Contact: B.Balbas—313-2284
cc: J.Yee,TE By , Deputy
M.Hollingsworth,Design
SUBJECT: Approve the Joint Exercise of Powers Agreement between Contra Costa County and the
City of Oakley for the construction of curb ramps and bike lanes on Delta Road from Marsh
Creek to Sellers Avenue in the City of Oakley.
DATE: July 18, 2000
PAGE: 2
11. Financial Impact:
No impact to the General Fund. The projects are funded entirely by a CDBG (Community
Development Block Grant, TDA (Transportation Development Act) grants and City of Oakley
funds.
111. Reasons for Recommendations and Back ra ound:
The County and City of Oakley applied for and received State funds to construct bicycle lanes on
Delta Road from Marsh Creek to the Southern Pacific Railroad. The City has requested that the
County design and construct the City's portion of the project and agreed to reimburse the County.
The City has requested the County to design and construct curbs ramps at various locations
within the City of Oakley and agreed to pay for all costs associated with the project utilizing a
CDBG grant and City funds.
IV. Consequences of Negative Action:
If the agreement is not approved, the implementation of the project will be delayed and State
funds may be jeopardized.
JOINT EXERCISE OF POWERS AGREEMENT
BETWEEN CONTRA COSTA COUNTY AND THE CITY OF OAKLEY
TO CONSTRUCT CURB RAMPS AND BICYCLE LANES
(County Project No.: 4662-684903-00) & (County Project No.: 4662-6R4178-00)
This AGREEMENT is entered into on the 2e day of June 2000, between the City of
Oakley, 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. PurnnsA and Srnpa of Work 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 contracts. It is mutually agreed that merging said
roadwork into one larger construction contract administered by COUNTY should result in
lower bid prices and design costs. As used in this AGREEMENT "PROJECT 1" shall refer
only to CITY work on streets in the CITY as indicated in Exhibit A. "PROJECT 2" shall refer
only to the CITY work on Delta Road from Sellers Avenue to Marsh Creek as indicated on
Exhibit B. The term PROJECT shall refer to PROJECT 1 and PROJECT 2, unless
PROJECT 1 and PROJECT 2 is specifically referenced.
2. Responsihilities of CITY and COUNTY-
A. CITY shall be responsible for the following:
(1) PROJECT environmental compliance.
(2) Review and approve the draft plans, specifications, and cost estimate
for 35%, and 90% design stages.
(3) Approve PROJECTS prior to acceptance by COUNTY.
(4) Pay all COUNTY costs incurred whether or not PROJECT is
constructed.
(5) Deposit 50% of engineer's estimate of PROJECTS plus 100% of
contingency, design, construction inspection, and materials testing
costs as identified in attached EXHIBIT A and EXHIBIT B, by June 30,
2000.
(6) Reimburse COUNTY for local match share of costs associated with
PROJECT 1.
(7) Obtain TDA project approval and request funding reimbursement.
Reimburse funds to COUNTY for costs associated with PROJECT 2.
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 contracts for the PROJECT.
(4) Perform construction inspection, contract administration, and
materials testing for PROJECT.
1
(5) Meet with CITY staff as necessary to discuss CITY concerns or
issues regarding construction inspection.
(6) Approve and accept the PROJECT as complete after approval by
CITY.
(7) Pay contractor for completed PROJECT from CITY funds on
deposit.
(8) Prepare and deliver to CITY a report of final design and PROJECT
costs within 120 days of completion and acceptance of PROJECT.
3. PR0.1FCT 'I Financial Respnnc�hili y-
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. CITY shall pay all PROJECT
1 and COUNTY costs not reimbursed by CDBG funding.
B. By June 30, 2000, CITY shall deposit with COUNTY design, construction
management, materials testing, and inspection funds, 50% of estimated PROJECT
1 construction contract, and 100% of the contingency funds as identified in attached
EXHIBIT A, Scope of Work, which is incorporated herein.
C. COUNTY design costs as identified in Exhibit A, which is incorporated herein,
are estimated as $14,225 and in any case shall not exceed $14,225. COUNTY
construction management, materials testing, and inspection costs are estimated as
$6,000 and in any case shall not exceed $9,000 for the work identified in EXHIBIT
A-(3).
D. If it is found during construction that a cost overrun will exceed 10 percent of
the PROJECT 1 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, the section associated with PROJECT 1
of 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 all costs incurred by COUNTY. CITY's maximum cost
share shall be limited to design costs, and expended or obligated PROJECT 1
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.
E. When contingency funds are expended so that $1,000 or less remains, CITY
shall promptly agendize for CITY Council action the deposit with COUNTY of
additional funds to cover the estimated costs of all approved unpaid change orders
and maintain a contingency surplus of $2,000 before the next progress payment to
contractor, unless agreed to otherwise by CITY and COUNTY.
F. COUNTY shall prepare and deliver a report of PROJECT 1 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
2
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's costs are fess
than the deposit paid, the excess shall be refunded to CITY within one hundred
twenty(120) days of the last COUNTY construction contract payment.
G. COUNTY may terminate this AGREEMENT for CITY non-compliance of
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.
4. PR(?JECT 2 Financial E2p¢pnncihfflI
A. CITY and COUNTY acknowledge and agree that all estimated costs for design,
construction, and materials testing as shown in attached Exhibit "B-(2)," which is
incorporated herein, shall be paid for by CITY. CITY shall pay all COUNTY costs
associated with CITY portion of PROJECT 2.
B. By June 30, 2000, CITY shall deposit with COUNTY design, construction
management, materials testing, and inspection funds, 50% of estimated PROJECT
2 construction contract, and 100/0 of the contingency funds as identified in attached
EXHIBIT B, Scope of Work, which is incorporated herein.
C. COUNTY design costs for the CITY portion as identified in Exhibit B, which is
incorporated herein, are estimated as $6,863 and in any case shall not exceed
$10,295. COUNTY construction management, materials testing, and inspection
costs are estimated as $7,425, and in any case shall not exceed $11,138 for the
work identified in EXHIBIT B-(3).
D. Within one (1) week following bid opening, if CITY determines the lowest
responsible bid to be excessive, CITY may terminate this section associated with
PROJECT 2 of 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.
E. If it is found during construction that a cost overrun will exceed 10 percent of the
PROJECT 2 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, the section associated with PROJECT 2
of this AGREEMENT shall be deemed terminated, except for the provisions of
Sections 6B, 6C and 8, which shall survive termination of this AGREEMENT upon
payment to COUNTY of all costs incurred by COUNTY. CITY's maximum cost
share shall be limited to design costs, and expended or obligated PROJECT 2
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 2 work from COUNTY construction contract.
F. When contingency funds are expended so that $2000 or less remains, CITY
3
shall promptly agendize for CITY council action the deposit with COUNTY of
additional funds to cover the estimated costs of all approved unpaid change orders
and maintain a contingency surplus of $7,000 before the next progress payment to
contractor, unless agreed to otherwise by CITY and COUNTY.
G. COUNTY shall prepare and deliver a report of PROJECT 2 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'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.
H. COUNTY may terminate this AGREEMENT (1) for CITY non-compliance of
AGREEMENT or (2) should CITY approval of PROJECT 2 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.
5. rhange Orders Except for the final balancing change order, CITY shall approve
contract change orders within 3 days for CITY work over $5,000 prior to execution by
COUNTY. COUNTY shall perform any modifications to the plans as a result of a change
order at CITY expense.
6. Inst ranCe and Hnld 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
4
requiring the carrier to give at least thirty (30) days written notice to CITY and
COUNTY of any cancellation, nonrenewal, or material modification of the
policy. COUNTY shall be responsible for ensuring that this requirement has
been met before allowing construction work to proceed.
E. 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 affect the
legal liability of either party to third parties by imposing any standard of care greater
than that imposed by law.
7, Ancato ann- 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 in accordance with the PROJECT plans and specifications, COUNTY
shall accept PROJECT as complete for itself and for CITY. CITY shall not unreasonably
withhold or delay its determination of PROJECT completion.
8. Mainter,anca_ After the PROJECT are formally accepted by COUNTY, CITY shall
own PROJECT and assume total responsibility for maintenance of 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. Warranties All warranty and material guarantees by the contractor shall be written
to apply to both CITY and COUNTY.
5
12. Agreement Mndifim inn 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.
13. Agreement T _rminatinn In accordance with Section 3.D, E, and F, and Section 4.D,
E, and F, CITY upon payment to COUNTY of all costs may terminate this AGREEMENT
except for the provisions of Sections 6B, 6C, and 8 above, which shall survive termination
of this AGREEMENT.
14. Agreement Fxpuration Except for the provisions of Sections 613, 6C and 8 above,
this AGREEMENT shall expire upon delivery of the report of final costs and payment of
funds between CITY and COUNTY.
15. Fntire Agreamant 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 COSTA COUNTY CITY OF OAKLEY
By:
Chaim>afi, Board of Supervisors By :
City Manager, Mike Oliver
ATTEST:
Recommend for Approval:
Phil Ba elor, Clerk of the Board of01
Supervisors and County Administrator U-
TY ENGINEER
Recommend for Ap ro Form Approved:
Maurice S144, CITY ATTORNEY
Public Works Director
Form approved:
Form Approved:
14 A
Victor J. estman .
County Counsel
6
EXHIBIT A
SCOPE OF WORK
FOR CITY OF OAKLEY
CONSTRUCT CURB RAMPS WITHIN THE CITY OF OAKLEY
The following Scope of Work is intended to cover the items of work, the County will do
in order to complete the design and construction of curb ramps within the City of Oakley.
(Refer to EXHBIT A for locations).
The County will complete the City's PROJECT 1 work as part of Community
Development Block Grant(CDBG) grant and local match City money received by
County.
DESIGN:
1. There will be two meetings with City staff—a preliminary and final design field
review of the projects
2. County will prepare plans, specification and engineer's estimate, (PS&E).
3. County will design the project.
4. County will work with City to determine acceptable traffic control.
5. County will award and administer construction contract.
6. County will make changes to plans and send City two sets of record drawings(as-
built plans)when project is complete.
7. County PROJECT 1 design costs are estimated to be $14,225.
CONSTRUCTION:
1. County will supply resident engineer, inspectors, lab technicians and do all material
testing and plant inspections on project.
2. County construction management, materials testing, and inspection costs are
estimated to be $6000.
COST ESTIMATE:
Design $14,225
Construction $6,000
Contract Estimate& Contingency $30,283*
TOTAL COST $50,508
* Amount to be adjusted no less than 14 days prior to awarding PROJECT 1.
C'.t d '
EXHIBIT A-(2)
Contra Costa County Public Works Department
Cost Estimate
Proje Cost Estimate Date: 6/20/00
Project No.:
Item Bid Item Description Unit Quantity Unit Amount
No. Cost. (in figures)
1 Construction Area Signs LS 1 $2,000.00 $2,000.00
Reset Roadside Sign (One Metal Post)
2 EA 1 $250.00 $260.00
3 Relocate Roadside Sin EA 4 $250.00 $1,000.00
4 Minor Structure Eheelchair Ram EA 12 $1,500.00 $18,000.00
Minor Concrete (Type S1-150 Curb And
5 Sidewalk) M2 14 $220.00 $3,080.00
Asphalt Concrete (Type B), 9.5 mm
6 Maximum, Medium Grading TONNE 20 $160.00 $3,200.00
Other: Preliminary Engineering Contract Subtotal' $27,530
County Labor,Equip.,Materials14,225 Other Costs $20,225
Construction Engineering at Subtotal $47,755
15 Percent of Contract Cost' 8,000 Contingencies -
Right of Way Costs (10.0 pct of Item`} $2,753
Total other costs: 20,225 Total: $50,508
EXHIBIT A-(3)
Oakley Curb Ramps 2000
COST ESTIMATE
HOURS RATE COST
DESIGN
Administration
Engineer 10 $ 100.00 $ 1,000.00
Div Head 5 $ 130.00 $ 650.00
Pians/Specs
Sr Tech 70 $ 100.00 $ 7,000.00
Assoc Eng 25 $ 105.00 $ 2,625.00
Senior Eng 20 $ 115.00 $ 2,300.00
Div Head 5 $ 130.00 $ 650.00
Subtotal $ 14,225.00
CONSTRUCTION
RE 0 $ 100.00 $ -
Sr TECH 75 $ 80.00 $ 6,000.00
Subtotal $ 6,000.00
MATERIALS TESTING
Sr TECH 0 $ 80.00 $ -
Subtotal $ -
TOTAL $ 20,225.O0
EXHIBIT B
SCOPE OF WORK
FOR CITY OF OAKLEY
CONSTRUCT BICYCLE LANES ON DELTA ROAD
The following scope of work is intended to cover the items of work the County Will do in
order to complete the design for the construction of bicycle lanes on the City portion of
Delta Road between the Southern Pacific Railroad and Marsh Creek. The County will
add the City's project to the County's to encourage better bid prices and continue the
bicycle lane project as previously planned. It is estimated that 25% of the proposed
bicycle lane project is within the City. Project 2 will be completed by the County using
Transportation Development Act (TDA) grant money.
DESIGN:
I. There will be two meetings with City staff—a preliminary and final design field
review of the projects
2. County will prepare plans, specification and engineer's estimate, (PS&E).
3. County will design and advertise the project.
4. County will work with City to determine acceptable traffic control to keep two lanes
open at all times.
5. County will advertise, award, and administer construction contract.
6. County will make changes to plans and send City two sets of record drawings(as-
built plans)when project is complete.
7. County PROJECT 2 design costs are estimated to be $6,863.
CONSTRUCTION:
1. County will supply resident engineer, inspectors, lab technicians and do all material
testing and plant inspections on project.
2. County construction management, materials testing, and inspection costs are
estimated to be $7,425.
COST ESTIMATE:
It is estimated that CITY is financially responsible for 25% of PROJECT 2 costs.
(Based on prorated share of project located within City limits)
TOTAL CITY RESPONSIBILITY(25%)
Design $27,450 $6,863
Construction $26,500 $6,625
Materials Testing $3,200 $800
Contract Estimate& Contingency $239,186 J59 797*
TOTAL COST $296,336 $74,085
Amount to be adjusted no less than 14 days prior to advertising PROJECT 2.
EXHIBIT B-(2)
Contra Costa County Public Works Department
Cost Estimate
Proje Delta Road Bike Lanes Phase 3 Cost Estimate Date: 6/20/00
Proje 0662-684178-00
Item Bid Item Description Unit Quantity Unit Amount
No. Cost. (in figures)
1 Construction Area Signs LS 1 $1,750.00 $1,750.00
2 Traffic Control System LS 1 $15,000.00 $15,000.00
3 Roadway Excavation F M3 1315 $32.00 $42,080.00
Asphalt Concrete (Type A, 12.5 mm
4 Maximum Gradin TONNE 3156 $47.00 $148,332.00
5 Roadside Sin 1 Post EA 9 $250.00 $2,250.00
6 Relocate Roadside Sin EA 8 $250.00 $2,000.00
7 Relocate Mailbox EA 1 $250.00 $250.00
Corrugated Metal Pipe (300mm
8 Bituminous Coated) M 2 $250.00 $600.00
9 Paint Traffic Stripe 2 Coats)-Det 39 M 2350 $1.80 $4,230.00
10 Paint Trak Stripe 2 Coats)-Det 39A M 240 $1.80 $432.00
11 Paint Pavement Markin 2 Goats M2 16.7 $37.00 $617.90
Other: Preliminary Engineering Contract Subtotal` $217,442
County Labor,Equip.,Materials` 27,450 Other Costs $57,160
Construction Engineering at Subtotal $274,582
12.5 Percent of Contract Cost` 29,700 Contingencies -
Right of Way Costs {10.0 pot of Item`) $21,744
Total other costs: 57,150 Total: $296,336
Ao
EXHIBIT B-{3}
Delta Road Bike Lanes
COST ESTIMATE
HOURS MATE COST
DESIGN
Administration
Engineer 30 $ 100.00 $ 3,000.00
Div Head 10 $ 130.00 $ 1,300.00
Plans/Specs
Sr Tech 160 $ 100.00 $ 16,000.00
Assoc Eng 40 $ 105.00 $ 4,200.00
Senior Eng 20 $ 115.00 $ 2,300.00
Div Head 5 $ 130.00 $ 650.00
Subtotal $27,450.00
CONSTRUCTION
RE 225 $ 100.00 $22,500.00
Sr TECH 50 $ 80.00 $ 4,000.00
Subtotal $26,500.00
MATERIALS TESTING
Sr TECH 40 $ 80.00 $ 3,200.00
Subtotal $ 3,200.00
SUBTOTAL $29,700.00
TOTAL $ 57,150.00