HomeMy WebLinkAboutMINUTES - 05062008 - C.4 Co era
1(): BOARD OF SUPERVISORS
1 ROM: JULIA R. BUEREN, PUBLIC WORKS DIRECTOR �i �- ;.�_�,. •;< Costa
DATE: May 6. 2008 County
SUBJECT: Contract with the Contra Costa Transportation Authority for. 1-80/San Pablo Dam Road Interchange
Improvement Project. San Pablo area. (District 1) Project No. 4660-6X4146
SI'ECIPIC RI.Q(:IS HS)OR IZIC'O(\I\•11N'D\1lONIS) l l3:\ChGRi)UND:\NI).IUs I'II IC:\Il(1V
RECOMMENDED ACTION:
APPROVE, and AUTIiORIZE the Chair. Board of Supervisors. to execute Contract No. 245 with Contra Costa
T ransportation Authority(CC TA), in the amount not to exceed$100,000.effective March 19.2008 until terminated
by either party, to provide right of way services to CCTA for the 1-80/San Pablo Dam Road Interchange
Improvement Project.
FIS( AL IMPACT:
Contra Costa Transportation Authority will pay the actual costs for Real Property staff right of way, services.
CON"fINUED ON A'I-'I'ACI IMI-N'C: ❑x SIGNATt E:
REC0lialrYnATION OF('01:`'Tr:IDMINIS7RATOR R -N iA_.rloN'oP BOARD C'o:\In11TTI:(:
APPROVE OTHER
r
SIGNATI IMS): //1
AC I ION()I:BOO,t I (�` / O ca /e',87; :IITR(:)I71)AS l2/:(:'0:11;11%N!)ED ><_ 01TILIZ
1'071:oh.1'IXERI'/.SORS: 11 IFRF13Y CI:R'I IF)—]HAT TI IIS IS A TRI-T AND C'ORRI C"r
COPY OF AN ACTION I':\KFN AND FN ITR1{I) ON
OF '11-11' BOARD OF til:PFRVISORS ON THE
AYES: NOES: DA'I L SHOWN.
ABSENT: ABSTAIN:
Contact: Lisa Dalricl.Real Properly(�13-21-23)
G:`lZcall'rop`•.Board ordrrs'•,1008'•,05-06-08 I30 C'C'TA Contract"_' 5.doc \I ESTED d
.IC it IN C'ULIA"N.CLLR L 01"[W.BOARD OF
SUPERVISORS
cc: C'ounh Administrator
Auditor-C:ontridler
1'.W.Accuuntine.C.R<n_bolds
CCI':\ BY: DI PU Il'
SUBJECT: Contract with the Contra Costa Transportation Authority for 1-80/San Pablo Dam Road Interchange
improvement Project. San Pablo area. (District 1) Project No. 4660-6X4146
DATE: May 6, 2008
PAC E: ? of
BACKGROUND AND REASONS FOR RECOMMENDATIONS:
The Contra Costa Transportation Authority requires a variety ofriglit ofwav services but does not have right ofwav
stat f and has Contracted with Contra Costa County for these services. The Real Property staff will assist CCTA with
ri`(Tht o1`way services, iilChtding appraisal,appraisal review.ne�igotiations. land rights document preparation.right of
way acquisition and relocation assistance. `
CONS EQI.ENC EIS OF NEGATIVE ACTION:
The Contra Costa Transportation Authority would not be able to contract for the County`s right of way services.
L
DRAFT
Contract 245
AGREEMENT
1. Effective Date and Parties. Effective as of March 19, 2008, the COUNTY OF CONTRA
COSTA,a political subdivision of the State of California(hereinafter referred to as"County"),
and the CONTRA COSTA TRANSPORTATION AUTHORITY',a public agency,(hereinafter
referred to as "OCTA"), hereby mutually promise and agree as follows:
2., . Purpose. CCTA is planning the 1-80/San Pablo Dam Road Interchange Improvement
Project(Measure J Project#7002)to be constructed prior to FY201.5. CCTA has no right of
way staff and desires to contract with the County for various right of way services including
but not limited to property appraisal,acquisition and relocationservices for certain parcels to
be identified by.CCTA.
3. Services by County. The services to be rendered by County to CCTA include,but are not
necessarily limited to right of way services, including appraisal, appraisal review,
negotiation, land rights document preparation, right of way acquisition, relocation and/or
supervision of independent contractors providing such services.
The County warrants that it will perform these services in compliance with accepted
professional standards and procedures,and that it will,at its cost, re-perform any tasks that
fail to meet generally accepted professional standards.
4. Payment for Acquisition Costs. CCTA shall reimburse County for all labor costs and
appropriate overhead for County real property agents' labor including but not limited to
the following: CCTA shall reimburse County for all labor costs and appropriate overhead
for County labor including overtime rates for evening or weekend work (See Appendix
"A"for pay rates). CCTA shall reimburse County for expert, consultant, contractor and
other expenses (such as recording fees, title fees, court expenses, etc.) at the actual
cost incurred. Total payments shall not exceed $100,000 unless authorized by CCTA in
writing.
CCTA agrees that in addition to the funds set aside by the Agreement for staff support, it will
fund, either by direct reimbursement to the County, or payment directly into escrow, the
agreed-upon purchase price, relocation costs, and other related costs (such as title,.
condemnation, and consultant legal fees, demolition and clearance costs which may be a
condition of sale.
5. Indemnif' ation. CCTA agrees to defend, indemnify and, save harmless County, its
officers,- and employees against any and all loss, damage, .liability, expense, claims or
demands of whatever character,direct or consequential,direr7rd
ontributed to
or caused by County assuming and acting for and on behalf ded that-the
services offered.::were in compliance with accepted professionaprocedures ^
asreferenced in article 3 above. '+" j
G(,��151►V Cc �
s '
�ti
6. Independent Status. Nothing herein shall be construed to imply that any County employee
providing services hereunder is a CCTA employee.
7. Term. The term,of this agreement shall commence on the effective date hereof and shall
end upon termination by either party upon 30 days written notice. The rights and obligations
of Paragraph 5 "Indemnification" shall survive any such termination.
Contract 245
COUNTY OF CONTRA COSTA CONTRA COSTA
TRANSPORTATION AUT ORITY
B B
Y Y �
Chair, Board of Supervisors Dave Hudson, Chair
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: By: 'T.'R.:Tt
JOHN CULLEN, Clerk of the Board of Supervisors Robert McClea
and County Administrator Executive btreGW
Recommended to he County Approved as to Form:
Board of Supenvi ors for Approval: Legal Counsel for CCTA
By �� ByG
— 45 .
rin ip I Real Property Agent Stanley . Taylor III
By
Public Works Director
Approved as to Form:
Silvano B. Marchesi, County Counsel
By
Deputy
,r
Contract 245
APPENDIX "A"
Pay Rate Schedule
The CCTA shall reimburse the COUNTY for labor costs as detailed below:
1. COUNTY direct labor rates shall include the base salary wages paid to personnel
plus fringe benefits. Total labor rate shall include direct labor rate multiplied by
County's overhead rate. The total labor rate shall not exceed the range of labor
rates by classification, included as Attachment 1.
2. COUNTY's overhead rate shall be a summation of division and department
overhead rates, included as Attachment 2. Appropriate overhead rates for COUNTY
shall be developed based on procedure implied in Contra Costa County's Public
Works Department email to Paul Maxwell, dated February 09, 2007.
In general, the division overhead rates are determined by identifying each division's
total expenditures after adjustments less any non-labor generated revenue. The
division expenditures are then divided by the productive hours for the division
establishing the overhead rate needed to cover the remaining net cost of division
expenditures. The department overhead rates are determined similar to the division
rate by dividing the total department expenditures by the total billable hours. Each
year overhead rates will be evaluated and adjusted to reflect the actual costs from
the previous fiscal year.
3. COUNTY may adjust both labor rates and overhead rates periodically due to
contracted salary increases and overhead rate changes. COUNTY shall submit any
changes to rates to CCTA prior to invoicing.
,Attachment 1 and 2
.1 Effective July 1,2007)
REGULAR TIME OVERTIME
From To From To
Accountant II 90.00 130.00 70.00 105.00
Accountant 10 100.00 150.00 80.00 120.00.
Account Clerk-Advanced Level 70.00 105.00 50.00 80.00
}
Assistant Real Property Agent 85.00 125.00 60.00 95.00
Associate Real Property Agent 95.00 150.00 75.00 120.00
Associate Civil Engineer 125.00 240.00 .100.00 200.00
Assistant County Surveyor 135.00 180.00 110.00. 150.00
Clerk-Experienced Level 55.00 105.00 40.00 90.00
Clerk-Senior Level 60.00 115.00 40.00 90.00
Computer Aided Drafting Operator 65.00 150.00 65.00 120.00
Engineer-Entry Level 105.00 180.00 60.00 145.00
Engineer-Journey Level 115.00 215.00 90.00 175.00
Engineer-Project Level 140.00 235.00 115.00 195.00
Engineering Techrdclan-Entry 60.00 130.00 45.00 105.00
Engineering Technician-Journey BD.00 150.00 60.00 . 120.00
Engineering Technician-Senior 90.00 175.00 70.00 140.00
Engineering Technician-Supervisor 135.00 200.00 110.00 160.00
Materials Tes0ng/Land Surveyor
Environmental Assistant 100.00 150.00 75.00 115.00
Environmental Planner 135.00 195.00 105.00 190.00
Equipment Operator 1 80.00 110.00 50.00 70.00
Equipment Operator 11 90.00 120.00. 60.00 80.00
Hydrograher 100.00 145.00 75.00 115.00
Hydrologist 115.00 170.00 90.00 140.00
Maintenance Supervisor 105.00 145.00 70.00 1D0.00
Maimenace Worker 70.00 90.00 45.00 .60.00
Maintenance Worker II 75.00 105.00 45.00 70.00
Maintenance Worker III 85.00 110.00 55.00 75.00
Maintenance Worker IV. 95.00 135.00 60.00 90.00
Planner I 105.00 140.00 90.00 110.00
Planner 11 115.00 170.00 90.00 135.00
Planner 111 135.00 195.00 105.00 160.00
Principal Real Property Agent 140,00 210.00 115.00 175.00
Real Property Techniclal Assistant 65.00 100.00 50.00 90.00
Senior CNII Engineer 140.00 250.00 115.00 205.00
Senior Hydrographer 115.00 . 165.00 90.00 135.00
Senior Hydrologist 150.00 220.00 125.00 185.00
Senior Real Property Agent 105.00 160.00 85.00 130.00
Senior Real Property Tech.Assistant 75.00 115.00 55.00 90.00
Senior Traffic Engineer 165.00 240.00 135.00 200.00
Senior Vegetation Management Tech. 105.00 140.00 80.00 115.00
Student Aide-CNII Engineer 35.00 65.00 40.00 80.00
Student Worker 15.00 50.00 20.00 65.00
Supervising CNII Engineer 155.00 230.00 125.00 190.00
Supervising Real Property Agent 120.00 176.00 95.00 145.00
Tragic Sign Coordinator 80.00 115.00 65.00 90.00
Vegetation Management Supervisor 115.00 160.00 90.00 130.00 ..
Vegetation Management Technician 95.00 115.00 65.00 90.00
Note:Rates unit change periodically due to contracted salary increases and overhead changes. Rates for individual employees vary because of
steps within each classification.
July 2007 Rate Sheet includes IUtce Workers(2) 3/2412008
CCTA —Administration & Projects Committee March 3,2008
Subject I-80/San Pablo Dam Road Interchange(Measure 3 Project 7002)
—Amendment No. 1 to Cooperative Agreement 07W.01 with the City
of San Pablo and Approval of Agreement No. 245 with Contra Costa
County for Right-Of-Way Services.
Summary of Issues In June 2006,the Authority entered into Cooperative Agreement 07W.01
with the City of San Pablo to complete the Project Approval/
Environmental Document(PA/ED)phase for the 1-80/San Pablo Dam
Road Interchange Project(Measure J Project 7002).
Project alternatives have now been developed and several properties are
expected to be impacted under both alternatives. The alternatives are also
expected to impact pending improvements on El Portal Drive. While the
environmental document phase is not expected to be completed for another
year, several right-of-way issues have been already identified including
proposed development plans for currently vacant lots, and additional right-
of-way needed to complete pending improvements on El Portal Drive.
Staff is proposing that the Authority enter into an agreement with the
County to provide right-of-way services for the project.
Recommendations Staff recommends that the Authority authorize the Chair to 1)approve
Amendment No. 1 to Cooperative Agreement 07W.01 with the City of San
Pablo;and 2)execute Agreement No. 245 with Contra Costa County for
an amount not-to-exceed $100,000.
Financial Implications The contract will be funded by a Measure C advance of$100,000.
Advanced Measure C funds will be paid back with interest in 2009 with
Measure J funds drawn from the I-80 project category. The 1-80 project
category has a$30 million earmark in Measure J.
Options The Authority could decline to enter into agreement at this time.
Attachments A. Amendment No. 1 to Cooperative Agreement 07W.01 with the City of
San Pablo
B. Agreement No. 245 with Contra Costa County t
Changes from Committee
Background
In June 2006,the Authority entered into Cooperative'Agreement 07W.01 with the City of San Pablo to
complete the Project Approval/Environmental Document(PA/ED)phase for the 1-80/San Pablo Dam
Road Interchange Project(Measure J Project 7002). The Authority subsequently entered into a consulting
services agreement with URS to develop the Project Report(PR)and.an Environmental Document for the
project.
Project alternatives have now been developed and several properties are expected to be affected under
both alternatives. The alternatives are also expected to impact pending improvements on EI Portal Drive.
A meeting was held with property owners in late November 2007 to inform them about the project,and a
public meeting was held at the City of San Pablo City Hall on December 3,2007.
S:\04-APC Packets\2008\03-03-08\12-180 SPDR County contract BL.doc 12;1
CCTA —Administration,&Projects Committee March 3,2008
While the environmental document phase is not expected to be completed for another year,several right-
of-way issues have already been identified including proposed development plans for currently vacant
lots,and additional right-of-way acquisition needed to move forward improvements proposed on El Portal
Drive.
The right-of-way services to be rendered by County to CCTA include,but are not necessarily limited to
appraisal, appraisal review,negotiation,land rights document preparation, right of way acquisition,
relocation and/or supervision of independent contractors providing such services.
S:\04-APC Packets\2008\03-03-08\12-180 SPDR County contract BL.doc 12-2
a
1
Contract 245
AGREEMENT
1. Effective Date and Parties. Effective as of March 19, 2008, the COUNTY OF CONTRA
COSTA, a political subdivision of the State of California(hereinafter referred to as"County"),
and the CONTRA COSTA TRANSPORTATION AUTHORITY,a public agency, (hereinafter
referred to as "CCTA"), hereby mutually promise and agree as follows:
2. Purpose. CCTA is planning the 1-80/San Pablo Dam Road Interchange Improvement
Project(Measure'J Project#7002)to be constructed prior to FY2015. CCTA has no right of
way staff and desires to contract with the County for various right of way services including
but not limited to property appraisal,acquisition and relocation services for certain parcels to
be identified by CCTA.
3. Services by County. The services to be rendered by County to CCTA include, but are not
necessarily limited to right of way services, including appraisal, appraisal review,
negotiation, land rights document preparation, right of way acquisition, relocation and/ or
supervision of independent contractors providing such services.
The County warrants that it will perform these services in compliance with accepted
professional standards and procedures, and that it will, at its cost, re-perform any tasks that
fail to meet generally accepted professional standards.
4. Payment for Acquisition Costs. CCTA shall reimburse County for all labor costs and
appropriate overhead for County real property agents' labor including but not limited to
the following: CCTA shall reimburse County for all labor costs and appropriate overhead
for County labor including overtime rates for evening or weekend work (See Appendix
"A" for pay rates). CCTA shall reimburse County for expert, consultant, contractor and
other expenses (such as recording fees, title fees, court expenses, etc.) at the actual
cost incurred. Total payments shall not exceed $100,000 unless authorized by CCTA in
writing.
CCTA agrees that in addition to the funds set aside by the Agreement for staff support, it will
fund, either by direct reimbursement to the County, or payment directly into escrow, the
agreed-upon purchase price, relocation costs, and other related costs (such as title,
condemnation, and consultant legal fees, demolition and clearance costs which may be a
condition of sale.
5. Indemnification. CCTA agrees to defend, indemnify and save harmless County, its
officers, and employees against any and all loss, damage, liability, expense, claims or
demands of whatever character,direct or consequential, directly or indirectly contributed to
or caused by County assuming and acting for and on behalf of CCTA, provided that the
services offered were in;compliance..wit h accepted.;;professional standards and.procedures
as.referenced in article 3 above.
6. Independent Status. Nothing herein shall be construed to imply that any County employee
providing services hereunder is a CCTA employee.
7. Term. The term of this agreement shall commence on the effective date hereof and shall
end upon termination by either party upon 30 days written notice. The rights and obligations
of Paragraph 5 "Indemnification"shall survive any such termination.
Contract 245
COUNTY OF CONTRA COSTA CONTRA COSTA
TRANSPORTA�TJON AUTHORITY
av
Chair, Board of Supervisors Dave Hudson, Chair
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.
a�fo6 �.
A ESTTED: By:
JOHN CULLEN, Cle R f the Board of Supervisors Robert . McCleary
and County Admini . rat or. Executive
Recommended to the County Approved as to Form:
Board of Supervis s for Approval: Legal Counsel for CCTA
By By
5;G S; 444 l�
Pri al Real Pro erty Agent Stanle S. Taylor III
By
Public Works Director
Approved as to Form:
Silvano B. Marchesi, County Counsel
By
De t
Contract 245
APPENDIX "A"
Pay Rate Schedule
The CCTA shall reimburse the COUNTY for labor costs as detailed below:
1. COUNTY direct labor rates shall include the base salary wages paid to personnel
plus fringe benefits. Total labor rate shall include direct labor rate multiplied by
County's overhead rate. The total labor rate shall not exceed the range of labor
rates by classification, included as Attachment.1.
2. COUNTY's overhead rate shall be a summation of division and department
overhead rates, included as Attachment 2.. Appropriate overhead rates for COUNTY
shall be developed based on procedure implied in Contra Costa County's Public
Works Department email to Paul Maxwell, dated February 09, 2007. .
In general, the division overhead rates are determined by identifying each division's
total expenditures after adjustments less any non-labor generated revenue. The
division expenditures are then divided by the productive hours for the division
establishing the overhead rate needed to cover the remaining net cost of division
expenditures. The department overhead rates are determined similar to the division
rate by dividing the total department expenditures by the total billable hours. Each
year overhead rates will be evaluated and adjusted to reflect the actual costs from
the previous fiscal year.
3. COUNTY may. adjust both labor rates and overhead rates periodically due to
contracted salary increases and overhead rate changes. COUNTY shall submit any
changes to rates to CCTA prior to invoicing.
Attachment 1 and 2
(Rates Effective July 1,2007)
REGULAR TIME OVERTIME
From To From To
Accountant II 90.00 130.00 70.00 105.00
Accountant 111 100.00 150.00 80.00 120.00
Account Clerk-Advanced Level 70.00 105.00 50.00 80.00
Assistant Real Property Agent 85.00 125.00 60.00 95.00
Associate Real Property Agent 95.00 150.00 75.00 120.00
Associate Civil Engineer. 125.00 240.00 100.00 200.00
Assistant County Surveyor 135.00 180.00 110.00 150.00
Clerk-Experienced Level 55.00 105.00 40.00 80.00
Clerk-Senior Level 60.00 115.00 40.00 90.00
Computer Aided Drafting Operator 85.00 150.00 65.00 120.00
Engineer-Entry Level 105.00 180.00 80.00 145.00
Engineer.Journey Level 115.00 215.00 90.00 175.00
Engineer-Project Level 140.00 235.00 115.00 195.00
Engineering Technician-Entry 60.00 130.00 45.00 105.00
Engineering Technician-Journey 80.00 150.00 60.00 120.00
Engineering Technician-Senior 90.00 175.00 70.00 140.00
Engineering Technician-Supervisor 135.00 200.00 110.00 160.00
Materials Tesdngl Land Surveyor
Environmental Assistant 100.00 150.00 75.00 115.00
Environmental Planner 135.00 195.00 105.00 160.00
Equipment Operator 1 90.00 110.00 50.00 70.00
Equipment Operator II 90.00 120.00 60.00 80.00
Hydrograher 100.00 145.00 75.00 115.00
Hydrologist 115.00 170.00 90.00 140.00
Maintenance Supervisor 105.00 145.00 70.00 100.00
Maintenace Worker 1 70.00 90.00 45.00 60.00
Maintenance Worker 11 75.00 105.00 45.00 70.00
Maintenance Worker III 85.00 110.00 55.00 75.00
Maintenance Worker IV 95.00 135.00 60.00 90.00
Planner 1 105.00 140.00 80.00 110.00
Planner 11 115.00 170.00 90.00 135.00
Planner 111 135.00 195.00 105.00 160.00
Principal Real Property Agent 140.00 210.00 115.00 175.00
Real Property 7echniclal Assistant 65.00 100.00 50.00 80.00
Senior Civil Engineer 140.00 250.00 115.00 205.00
Senior Hydrographer 115.00 165.00 90.00 135.00
Senior Hydrologist 150.00 220.00 125.00 185.00
Senior Real Property Agent 105.00 160.00 85.00 130.00
Senior Real Property Tech.Assistant 75.00 115.00 55.00 90.00
Senior Traffic Engineer 165.00 240.00 135.00 200.00
Senior vegetation Management Tech. 105.00 140.00 80.00 115.00
Student Aide-Civil Engineer 35.00 65.00 40.00 80.00
Student Worker 15.00 50.00 20.00 65.00
Supervising Civil Engineer 155.00 230.00 125.00 190.00
Supervising Real Property Agent 120.00 175.00 95.00 145.00
.Traffic Sign Coordinator 80.00 115.00. 65.00 90.00
Vegetation Management Supervisor 115.00 160.00 90.00 130.00
Vegetation Management Technician 85.00 115.00 65.00 90.00
Note:Rates will change periodically due to contracted salary increases and overhead changes. Rates for individual employees vary because of
steps within each classification.
July 2007 Rate Sheet includes Mtce Workers(2) 3/2412008
CCTA—Administration & Projects Committee March 3,2008
Subject 1-80/San Pablo Dam Road Interchange (Measure J Project 7002)
—Amendment No. 1 to Cooperative Agreement 07W.O1.with the City
of San Pablo and Approval of Agreement No. 245 with Contra Costa
County for Right-Of-Way Services.
Summary of Issues In June 2006,the Authority entered into Cooperative Agreement 07W.01
with the City of San Pablo to complete the Project Approval/
Environmental Document(PA/ED)phase for the I-80/San Pablo Dam
Road Interchange Project(Measure J Project 7002).
Project alternatives have now been developed and several properties are
expected to be impacted under both alternatives. The alternatives are also
expected to impact pending improvements on El Portal Drive. While the
environmental document phase is not expected to be completed for another
year, several right-of-way issues have been already identified including
proposed development plans for currently vacant lots, and additional right-
of-way needed to complete pending improvements on El Portal Drive.
Staff is proposing that the Authority enter into an agreement with the
County to provide right-of-way services for the project.
Recommendations Staff recommends that the Authority authorize the Chair to 1)approve
Amendment No. 1 to Cooperative Agreement 07W.01 with the City of San
Pablo; and 2)execute Agreement No. 245 with Contra Costa County for
an amount not-to-exceed $100,000.
Financial Implications The contract will be funded by a Measure C advance of$100,000.
Advanced Measure C funds will be paid back with interest in 2009 with
Measure J funds drawn from the 1-80 project category. The 1-80 project
category has a$30 million earmark in Measure J.
Options The Authority could decline to enter into agreement at this time.
Attachments A. Amendment No. 1 to Cooperative Agreement 07W.01 with the City of
San Pablo
B., Agreement No. 245 with Contra Costa County.
Changes from Committee
Background
In June 2006,the Authority entered into Cooperative Agreement 07W.01 with the City of San Pablo to
complete the Project Approval/Environmental Document(PA/ED)phase for the I-80/San Pablo Dam
Road Interchange Project(Measure J Project.7002). The Authority subsequently entered into a consulting
services agreement with URS to develop the Project Report(PR)and an Environmental Document for the
project.
Project alternatives have now been developed and several properties are expected to be affected under
both alternatives. The alternatives are also expected to impact pending improvements on El Portal Drive.
A meeting was held with property owners in late November 2007 to inform them about the project, and a
public meeting was held at the City of San Pablo City Hall on December 3, 2007.
S:\04-APC Packets\2008\03-03-08\12-180 SPDR County contract BL.doc 12-1
.CCTA —Administration& Projects Committee March 3,2008
While the environmental document phase is not expected to be completed for another year, several right-
of-way issues have already been identified including proposed development plans for currently vacant
lots, and additional right-of-way acquisition needed to move forward improvements proposed on El Portal
Drive.
The right-of-way services to be rendered by County to CCTA include, but are not necessarily limited to
appraisal,appraisal review, negotiation, land rights document preparation, right of way acquisition,
relocation and/or supervision of independent contractors providing such services.
S:\04-APC Packets\2008\03-03-08\12-180 SPDR Countv contract BL.doc 12-2