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.