HomeMy WebLinkAboutMINUTES - 04032007 - C.02 -s--_-L C on ra
TO: BOARD OF SUPERVISORS '`� -��'
•-`,.
A7
FROM: MAURICE M. SHIU, PUBLIC WORKS DIRECTOR g „ 14Costa
DATE: APRIL 3, 2007 °s A'coUn County
SUBJECT: APPROVE and AUTHORIZE the Chair, Board of Supervisors, or designee, to execute the Joint
Exercise of Power Agreement with the City of Richmond in the amount of$69,000 for the San Pablo
Dam Road Rehabilitation Project, from April 3, 2007 through the completion of project, El Sobrante
Area. (100% City of Richmond Funds) (District I) Project No. 0662-6R4148
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
RECOMMENDED ACTION:
APPROVE and AUTHORIZE the Chair,Board of Supervisors,or designee,to execute the Joint Exercise of Power
Agreement with the City of Richmond in the amount of$69,000 for the San Pablo Dam Road Rehabilitation Project,
from April 3,2007 through the completion of project,El Sobrante Area. (100%City of Richmond Funds)(District
1) Project No. 0662-6R4148
FISCAL IMPACT:
There is no impact to the General Fund. The portion of the project within the City of Richmond is funded entirely
with City of Richmond funds. The portion of the project within Contra Costa County is to be funded by Surface
Transportation Program (STP), Measure C, and local road funds.
CONTINUED ON ATTACHMENT: El SIGNATURE:
RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
i/ APPROVE OTHER
SIGNATURE(S):
ACTION OF BOARD N � /� �3- APPROVED AS RECOMMENDED OTHER
V7 SUPERVISORS: I HEREBY CERTIFY THAT THIS 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: Jason Chen 313-2299
JCar p
G:\TransEng\2007\BO-TE\BO SanPabloDamRdRehab.doc ATTESTED O y// 40,,5,
JOHK CULLEN,CLERK OF THE BOARD OF
SUPERVISORS
cc: S.Kowalewski,Transportation Engineering
B.Fernandez,Transportation Engineering
J.Chen,Transportation Engineering
Accounting Services BY: DEPUTY
City of Richmond
SUBJECT: APPROVE and AUTHORIZE the Chair, Board of Supervisors, or designee,to execute the Joint
Exercise of Power Agreement with the City of Richmond in the amount of$69,000 for the San Pablo
Dam Road Rehabilitation Project,from April 3,2007 through the completion of project,El Sobrante
Area. (100% City of Richmond Funds) (District I) Project No. 0662-6R4148
DATE: April 3, 2007
PAGE: 2 of 2
REASONS FOR RECOMMENDATIONS AND BACKGROUND:
Contra Costa County will design and place approximately 3.3 miles of bonded wearing course surface treatment,
striping,and curb ramps construction/reconstruction along San Pablo Dam Road. Within the 3.3 miles of San Pablo
Dam Road from El Portal Drive to Tri Lane,there are three sections of San Pablo Dam Road that are under the City
of Richmond's jurisdiction. The three sections are near Pleasant Lane and Leisure Lane, Bristlecone Drive, and
Castro Ranch Road. The City of Richmond has requested that Contra Costa County include the City of Richmond's
three sections within the 3.3 miles project limits. Work will be performed by Contra Costa County maintenance
crews and a contractor. The purpose of this agreement is to provide for the apportionment of duties and costs
between Contra Costa County and the City of Richmond. Execution of this Joint Exercise of Power Agreement will
allow the design and construction to proceed and allow Contra Costa County to be reimbursed for the costs incurred.
County Counsel has reviewed this Joint Exercise of Power Agreement.
The City of Richmond City Council approved this Joint Exercise of Power Agreement in their February 20, 2007
City Council Meeting. The Mayor,City Clerk,City Engineer,and City Attorney have already signed this agreement.
CONSEQUENCES OF NEGATIVE ACTION:
If the agreement is not approved,the sections of San Pablo Dam Road within City of Richmond's jurisdiction will
be left unimproved.
JOINT EXERCISE OF POWERS AGREEMENT
BETWEEN CONTRA COSTA COUNTY AND CITY OF RICHMOND FOR SAN PABLO
DAM ROAD REHABILITATION PROJECT
(Contra Costa County Project No. 0662-6R-4148-!05)
0
This AGREEMENT is entered into on the��q(day of 11//2007, between the County of
Contra Costa, a political subdivision of the State of California
a (hereinafter referred to as
COUNTY), and the City of Richmond, a.municipal corporation duly organized and existing
under the laws of the State of California (hereinafter referred to as CITY), 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 will design and place approximately 17,360
feet (3.3 miles) of surface treatments (bonded wearing course), striping on San Pablo Dam
Road, and curb ramps (the "PROJECT). Within this 3.3 miles of San Pablo Dam Road
from El Portal Drive to Tri Lane, there are three sections of San Pablo Dam Road that are
under CITY's jurisdiction. The three sections are near Pleasant Lane and Leisure Lane,
Bristlecone Drive, and Castro Ranch Road. CITY has -requested that COUNTY add to the
existing PROJECT these three sections (the "CITY WORK"), and COUNTY is agreeable to
do so on the terms and conditions set forth below. Work will be performed by Contra Costa
County maintenance crews and a contractor. The purpose of this AGREEMENT is to
provide for the apportionment of duties and costs between COUNTY and CITY with respect
to the CITY WORK. The CITY WORK requires design and placement of a layer of bonded
wearing course, striping, and curb ramps as outlined in the Planning Cost Estimate (Exhibit
"N'). The estimated total CITY WORK cost is $69,000.
construction engineering, construction related surveys, materials
testing, contract administration, and inspection of the PROJECT and
the CITY WORK.
(4) Consult with CITY's appointed representative on any necessary
changes or extra work in the CITY WORK.
(5) Accept the CITY WORK in writing upon CITY's approval of the same.
(6) Within 120 days of PROJECT acceptance, prepare and submit to
CITY a report of the actual costs incurred for the CITY WORK.
3. financial Responsibility.
A. Within 30 days after the execution of this Agreement, CITY will 'provide
COUNTY a check to COUNTY for $69,000 to cover the estimated costs of
the CITY WORK. $69,000 is the estimated cost for preliminary engineering, ,
design, construction, construction engineering, and any other costs as a
result of this project.
B. COUNTY shall invoice CITY for approved change orders affecting the CITY
WORK within 30 days of incurring those costs. Payment owed to COUNTY
shall be made by CITY no later than 45 calendar days after the actual billing
by COUNTY.
C. Within one (1) week following the bid opening for any portion of the project
including CITY WORK, the COUNTY shall furnish the CITY with the bid
results. If the CITY determines the lowest responsible bid to be excessive,
3
D. CITY acknowledges that entry into the construction area carries with it a certain risk
and agrees to release COUNTY, its governing body, officers, agents, and
employees from any liability for death of, or injury to, CITY's representatives while
present in the construction area, except for liability resulting from the sole
negligence or sole willful misconduct of COUNTY.
E. 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.
5. Acceptance. Upon completion of the CITY WORK, COUNTY and CITY shall
conduct a joint final inspection. After COUNTY and CITY have determined that the work
performed has been completed to COUNTY's and CITY's satisfaction, COUNTY shall
accept the PROJECT and the CITY WORK as complete. CITY shall not unreasonably
withhold or delay its approval of the CITY WORK.
6. Maintenance.
A. After COUNTY accepts the PROJECT and the CITY WORK, COUNTY shall own
the portion of the PROJECT located in Contra Costa County, shall assume total
responsibility for that portion, and shall defend, indemnify, save and hold harmless
CITY, its governing body, officers, agents, and employees against all claims, liability,
and litigation arising after acceptance and relating to the PROJECT, whether
5
complete: (1) COUNTY accepts the PROJECT and the CITY WORK as complete, (2) the
report of final costs is delivered to all parties; and (3) payment of all funds from CITY to
COUNTY is completed. Notwithstanding expiration or termination of this Agreement, the
obligations contained in Section 6.A and B above shall survive expiration or termination of
this Agreement.
11. 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 subsequent written modification of this Agreement executed by the legislative bodies
of both parties.
12. Notices. All notices (including requests, demands, approvals or other
communications) under this Agreement shall be in writing.
a. Notice shall be sufficiently given for all purposes as follows:
(1) When delivered by first class mail, postage prepaid, notice shall be deemed
delivered three (3) business days after deposit in the United States Mail.
(2) When mailed by certified mail with return receipt requested, notice is effective
on receipt if delivery is confirmed by a return receipt.
(3) When delivered by overnight delivery by a nationally recognized overnight
13. Counterparts. This Agreement may be executed in any number of counterparts,
each of which when executed and delivered shall be deemed to be an original with all
counterparts constituting but one and the same instrument. The execution of this
Agreement will not become effective until counterparts have been executed by all parties.
Faxed signatures on this Agreement or any notice, consent, or amendment required
under this Agreement are binding.
CONTRA C S OUNTY CITY OF RICHMOND
By By
Mary Piepho, Chair, Board of Gayle McLaughlin, Mayor
upervisors
e �
ATTEST: /4p / a,�o,� ATTEST:
John Cullen Diane Holmes
Clerk of the Board of Supervisors and City Clerk
County Administrator
i
i
By ei By
eputy ClerlY Deputy Clerk
I
I
RECOMMENDED FOR APPROVAL: RECOMMENDED FOR APPROVAL:
Maurice M. Shiu Richard Davidson
Public Works Director City Engineer -
By ,��.� . By I
i
FORM APPROVED: FORM APPROVED:
Silvano B. Marchesi John Eastman
County Counsel City Attorney
By By
Deputy Deputy
JC:jc
9
each of which when executed and delivered shall be deemed to be an original with all
counterparts constituting but one and the same instrument. The execution of this
Agreement will not become effective until counterparts have been executed by all parties.
Faxed signatures on this Agreement or any notice, consent, or amendment required under
this Agreement are binding._
CONTRA COSTA COUNTY CITY OF RICHMOND
f
By I By
Chair, Boar of Supervisors , Mayor
ATTEST: ATTEST:
John Cullen Diane Holmes
Clerk of the Board of Supervisors and City Clerk
County Administrator
By ! By
Deputy Clerk Deputy Clerk
I
I!
RECOMMENDED FOR APPROVAL. RECOMMENDED FOR APPROVAL.
Maurice M. Shiu j Richard Davidson
Public Works Director City Engineer
By i By
�v \
FORM APPROVED: FORM APPROVED:
Silvano B. Marchesi John Eastman
County Counsel City Attorney
By By
Deputy
JQjc
G:\TransEng\Projects\San Pablo Dam Road Rehabilitation\JEPA City of Richmond 07 Jan.doc
September,2005
9
Exhibit A
• • . - I Planning Cost Estimate
Contra Costa County Department of Public Works
❑Click here if the project schedule for this project is to be 50 days or more; also click here if this is a bridge project.
Q Click here if this project is a surface treatment or overlay project.
Project Name: San Pablo Dam Road Rehabilitation Project-Wearing Course Option
City Portion
Project Location: Along San Pablo Dam Road Between El Portal Drive and Tri Lane
Project Length: 1.7,360
3,972 SY or 3%
Date of Estimate: Dec. 12,2006 Revision No.
Revision Date
Prepared by: J. Chen
No. Description Quantity Units Unit Cost Total
1 Traffic Control 1 LS $ 1,200.00 $ 1,200
2 Construction Area Signs 1 LS $ 150.00 $ 150
3 Bonded Wearing Course 3,972 SY $ 9.50 $ 37,734
4 Pavement Marking Removal 44 SF $ 8.00 $ 353
5. Thermoplastic Striping,Detail 9 980 LF _ $ 2.00 $ 1,960
6 Thermoplastic Striping,Detail 22 442 LF $ 1.50 $ 663
7 Thermoplastic Striping, Detail 32 79 LF $ 2.00 $ 157
8 Thermoplastic Striping, Detail 38A 81 LF $ 1.00 $ 81
9 Thermoplastic Striping,Detail 39 1,042 LF $ 1.00 $ 1,042
10 Thermoplastic Striping- 12"White 63 LF $ 2.50 $ 158
11 Pavement Markings 44 SF $ 10.00 $ 441
12 New/reconstruct curb ramps 2 EA $ 3,000.00 $ 6,000
13 Install detectable surface to existing curb ramps 45 SF $ 50.00 $ 2,250
14 Edge grinding;taper key cut 579 SY $ 2.00 $ 11157
15 $ - $ -
16 $ - $ -
17 $ - $ -
18 $ - $ -
OTHER COSTS: Preliminary Engineering $6,000 SUBTOTAL $ 53,345
Construction Engineering $3,000 OTHER COSTS $9,450
RW Engineering SUBTOTAL $62,795
Real Property CONTINGENCY* $5,635
R/W Acquisition TOTAL $68,430
Mobilization
Utility Coordination $300
Environmental $150
Total OTHER COSTS $9,450
➢ 1 1 1 1 I
* CONTINGENCY is 10%of(SUBTOTAL plus Construction Engineering)