Loading...
HomeMy WebLinkAboutMINUTES - 06262001 - C.4 c.s TO: BOARD OF SUPERVISORS FROM: Maurice Shiu, PUBLIC WORKS DIRECTOR DATE: June 26, 2001 SUBJECT: Approve the Joint Exercise of Powers Agreement between Contra Costa County and the City of Richmond to repair, overlay and stripe EI Portal Drive in the City of Richmond. Project No.: 4660-6X4267-01 SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATICN I. Recommended Action: APPROVE the Joint Exercise of Powers Agreement between Contra Costa County and the City Richmond to repair, overlay and stripe EI Portal Drive 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. Xc"� _RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURE(S): ACTION OF BOARD ON June 26 , 2001 APPROVED AS RECOMMENDED xx OTHER VOTE OF SUPERVISORS xx UNANIMOUS (ABSENT None ) AYES: NOES: ABSENT: ABSTAIN: I hereby certify 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: June 26 , 2001 FN:mp John Sweeten, Clerk of the Board of G:\GrpData\Design\Board Orders\BO 2001\JEPA Board Order.doc Supervisors and County Administrator Orig. Div: Public Works(Design) Contact: Frank Navarro(313-2264) c: M. Shiu,Assistant Public Works Director By Deputy Public Works Accounting SUBJECT: Approve the Joint Exercise of Powers Agreement between Contra Costa County and the City of Richmond to repair, overlay, and stripe EI Portal Drive in the City of Richmond. Project No.: 0662-6R4242-01 DATE: June 26, 2001 PAGE: 2 II. Financiallmpact: There is no impact to the General Fund. The project is funded entirely with City of Richmond funds. III. 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 two main advantages for using rubberized asphalt concrete are the use a thinner overlay which uses less natural resources (rock and oil) and the ability to utilize 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. I r i JOINT EXERCISE OF POWERS AGREEMENT BETWEEN CONTRA COSTA COUNTY AND THE CITY OF RICHMOND TO REPAIR, OVERLAY, AND STRIPE CITY STREETS (County Project No.: 4660-6X4267-2001) This AGREEMENT is entered into on the 26`h day of June, 2001, 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 0.293 Km (0.18 miles) of EI Portal Drive between San Pablo Dam Road and the 1-80 Overpass. 2. Responsibilities of CITY and COUNTY A. CITY shall be responsible for the following: (1) Review and approve the plans, specifications, and cost estimate for 35%, and 90% design stages. (2) Approve PROJECT prior to approval and acceptance by COUNTY. (3) Pay all COUNTY costs incurred even if PROJECT is not constructed as identified in Section 3E. (4) Deposit engineer's estimate of overlay costs plus 10% contingency, design, which is incorporated herein, and construction inspection costs as identified in attached EXHIBIT A, with COUNTY no later than seven (7) days following the execution of this AGREEMENT by CITY. 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 approval and acceptance of PROJECT by County. 3. Financial RasponsihilitT A. All estimated costs for design and construction inspection shall be charged and or bid separately for work performed in the CITY 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, and construction inspection costs as identified in EXHIBIT A, no later than seven (7) days following the execution of this AGREEMENT by the CITY. C. COUNTY design costs as identified in Exhibit A, shall not exceed $30,000. COUNTY construction administration, inspection, and materials testing costs shall not exceed 20% of actual PROJECT contract costs. D. Within seven (7) days following the execution of this AGREEMENT by the CITY, if CITY determines the lowest responsible bid to be excessive, CITY may terminate this AGREEMENT. CITY shall be obligated to pay COUNTY for all COUNTY costs associated with the elimination of work from the construction contract. E. 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 56, 5C, and 7, which shall survive termination of this AGREEMENT, upon payment to COUNTY of CITY's maximum share of PROJECT costs. CITY' s maximum share of project costs shall be limited to design costs and expended or obligated PROJECT costs, plus any CITY approved change orders preceding the AGREEMENT termination date and plus any costs the contractor may be awarded based on the CITY's withdrawal of PROJECT work from the COUNTY construction contract. F. 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 within the CITY and maintain a contingency surplus of$15,000 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 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. 2 and hold harmless CITY, its governing body, officers, agents, and employees, from the same. 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. 6. Arr-pappe, 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 CI Ys satisfaction, COUNTY shall accept PROJECT as complete for itself and for CITY. CITY shall not unreasonably withhold or delay its determination of PROJECT completion. 7. After PROJECT is formally approved and accepted by COUNTY, CITY shall own PROJECT and assume total responsibility for the PROJECT and shall defend, indemnify, save, and hold harmless COUNTY, its governing body, officers, agents, and employees, against all claims, suits, adtiam, or liability that arises relating to the design, construction, use, operation, or maintenance of PROJECT. 6. RPstrictiony, 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. Acmuntahility 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. 10. Aam=eat Madifiration. 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. Aamamant T _Emanation_ In accordance with Section 3.E and 3.17, CITY upon payment to COUNTY of all costs may terminate this AGREEMENT except for the provisions of Sections 513, 5C, and 7 above, which shall survive termination of this AGREEMENT. 12. AgM=an± xpJ�tdnnI Except for the provisions of Sections 58, 5C, and 7 above, this AGREEMENT shall expire upon delivery of the report of final costs and payment of fonds between CITY and COUNTY. 4 13. Fntim�Agmement This AGREEMENT contains the entire understanding of the parties relating to the subject matter of this AGREEMENT. Any representation or promise 4f the parties Wating to the work shall not be enforceable unless it is contained In this AGREEMENT or in a subsequent written modification of this AGREEMENT execrated by the legislative bodies of both parties. CONTRA COSTA COUNTY By Ga . Uilke , halr Board of Supervisors ATTEST: John Sweeten Clerk of the Board of Supervisors and County Administrator By ep RECOMMENDED FOR APPROVAL: Maurice M. Shiu Public Works Director By V V� FORM APPROVED: Silveno B. Marchesi County ounsel By V 9 . -A, Deputy U G (signatures continued an page 6) FPL- [,:K,�pDaEal0e tlFt�kWrojecfs120QI ovedaysU Pads)JEPA Pod r3.doc Nvrembw 2D.2000 5 CITY OF RICHMOND By Mayor RECOMMENDED FOR APPROVAL: CITY Engineer By FORM APPROVED: CITY Attorney By EXHIBIT A SCOPE OF WORK FOR CITY OF RICHMOND OVERLAY 0.293 KM OF EL PORTAL DRIVE December 7, 2000 The following scope of work is intended to cover the items of work COUNTY shall do in order to complete the design for the overlay of CITY portion of EI Portal Drive located between San Pablo Dam Road and the 1-80 overpass. The COUNTY shall add the CITY project to the COUNTY's to encourage better bid prices for the use of rubberized asphalt concrete overlay. All design work shall be done in metric units. DESIGN (Preliminary Engineering) 1. There shall be two meetings with City staff — a preliminary and final design field review of the projects. 2. City shall supply County with road geometry, utility information, and traffic index. 3. County shall run deflections tests. 4. County shall prepare plans, specification and engineers estimate, (PS&E). 5. City shall review draft PS&E at 35% and 90% completion and return comments within seven days. 6. County shall work with City to determine acceptable traffic control alternatives. 7. County shall advertise, award and administer construction contract. 8. County shall make changes to plans and send City two sets of record drawings (as-built plans.) when project is complete. 9. County shall not exceed 20% of actual PROJECT contract costs for construction administration, inspection, and materials testing costs. CONSTRUCTION ENGINEERING 1. County shall supply resident engineer, inspectors, and lab technicians and do all materials testing and plant inspections on project. 2. There shall be a 20% County construction and materials testing cost cap based on actual contract PROJECT cost for scope of work specified herein. COST ESTIMATE Design Engineering (9%) (EXHIBIT A-1) $ 8,423.00 Construction Engineering (15%) (EXHIBIT A-1) $ 14,039.00 Construction Contract Cost (EXHIBIT A-1) $ 93,592.75 Contingency (10% of Contract Cost (EXHIBIT A-1) 10,763 00 plus Construction Engineering) $126,817.75 8 Description Site No.3- EI Portal Drive (San Pablo Dam Road to 180 Overpass) This project site is approximately 390m long and it falls within unincorporated Contra Costa County area and the City of Richmond. Base failures have occurred within the project limits and are in need of repair, as well as a need for pavement treatment to prolong the life of the road. The City of Richmond staff has indicated that they are interested in participating in a joint overlay project with the County. The portion of the project within the City of Richmond is approximately 300 m. The project consists of minor base failure repair, crack sealing, pavement grinding, a 50-mm rubber asphalt overlay, striping, and pavement markings. Monument and utility covers will be raised to finished grade. 9 i EXHIBIT A-(1) - Cost Estimate (City Portion) Contra Costa County Department of Public Works Project Name: 2001 Overlays-State Funded(El Portal Drive,City of Richmond) Project Location: County line near I80 overpass to San Pablo Dam Rd Project Length: 300 in Date of Estimate: June 7,2001 Revision No. 5 Revision Date 6-12-01 Prepared by: Frank Navarro No. Description Quantity Units Unit Cost Total 1 Construction Area Signs 1 LS 1,500.00 1,500.00 2 Traffic Control System 1 LS 4,000.00 4,000.00 3 Base Failure Repair 9 M3 240.00 2,160.00 4 Surface Preparation(Crack Filling) 300 M 1.50 450.00 5 Cold Plane A.C. Pavement(Tapered Conforms) 660 M2 4.00 2,640.00 6 Cold Plane A.C.Pavement(D=50 mm) 1,890 M2 4.75 8,977.50 7 Asphalt Concrete(Type A, 12.5mm MAX.) 17 TONNE 62.00 1,054.00 8 Rubberized Asphalt Concrete(Type G) 660 TONNE 95.80 63,228.00 9 Minor Concrete(Type S1-150 Curb) 8 M 75.00 600.00 10 Minor Concrete(Sidewalk) 9 M2 60.00 540.00 11 Minor Structure(Type C Inlet) 1 EA 2,000.00 2,000.00 12 Roadside Sign(One Post,R26) 1 EA 350.00 350.00 13 Thermoplastic Traffic Stripe(Detail 22) 121 M 1.95 235.95 14 Thermoplastic Traffic Stripe(Detail 23) 160 M 1.80 288.00 15 Thermoplastic Traffic Stripe(Detail 32) 155 M 2.80 434.00 16 Thermoplastic Traffic Stripe(Detail 38A) 125 M 1.60 200.00 17 Thermoplastic Traffic Stripe(Detail 38C) 82 M 1.65 135.30 18 300nim Thermoplastic Traffic Stripe(White) 80 M 2.50 200.00 19 Thermoplastic Pavement Marking 60 M2 45.00 2,700.00 20 Detector Loop 2 EA 950.00 1,900.00 OTHER COSTS: Design Engineering(9%) 8,423.00 SUBTOTAL 93,592.75 Construction Engineering(15%) 14,039.00 OTHER COSTS 22,462.00 RW Engineering SUBTOTAL 116,054.75 Real Property CONTINGENCY* 10,763.00 R/W Acquisition TOTAL 126,817.75 Total OTHER COSTS 22,462.00 ➢ • *CONTINGENCY is 10%of(SUBTOTAL plus Construction Engineering) 06/25/01 MON 14:22 FAX 925 313 2333 CCC PUBLIC WORKS 44-9. COD 9002 WIDST write It Don't Say it June 125, 2001 To: Emmy Sharp I Ann Cervelli, County Admininstrator From: Frank Navarro, Public Works Department Subject: ITEM CA Board C)ider Revision Please revise the project number on this board order from 0662-6R4242-01 to 4660-6X4267-01. Thank you.