Loading...
HomeMy WebLinkAboutStaff Report 436-0912 TO: HONORABLE CITY COUNCIL FROM: CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE: DECEMBER 14, 2009 CMR:436:09 REPORT TYPE: CONSENT SUBJECT: Approval of a Cooperative Agreement with the City of Mountain View for the San Antonio Road Bridge Overpass Repair Project -Capital Improvement Program Project PE·06001 RECOMMENDATION Staff recommends that Council approve and authorize the City Manager or his designee to execute the attached Cooperative Agreement with the City of Mountain View (Attachment A) that will provide for the repair of the San Antonio Bridge overcrossing. BACKGROUND The San Antonio Road overcrossing at Alma Street was originally constructed in 1961 and was seismically retrofitted in 1994. The structure has been maintained by the City of Mountain View with cooperation from Palo Alto under an existing cooperative agreement for maintenance dated August 31, 1979. The overcrossing consists of the main San Antonio Road structure and two ramps leading to Alma Street. Approximately two-thirds of the bridge is in Mountain View and one-third is in Palo Alto. After a routine bi-annual inspection in 2005, Caltrans placed the structure on the list of "structurally deficient" bridges. The City of Mountain View subsequently obtained a substantial Federal Highway Bridge Program (HBP) grant and a Gas Tax grant that will provide the majority of the funding. DISCUSSION The San Antonio Road overcrossing has deteriorated to the point that it needs major upgrades in order to prevent further deterioration and possible compromise of its structural integrity due to deterioration in the reinforcing steel (rebar) due to water intrusion. The work will include replacement of bridge railing portions, repair of curbs, sidewalks, vehicle barriers, joint seals and placement of a concrete overlay over portions of the roadway. Traffic detours will be needed for certain phases of this work, which have been reviewed and approved by the City of Palo Alto's Planning and Community Environment Department's Transportation Division. The City of Mountain View will notify residents of the impending project work via changeable message signs on all approaches to the work area, newspaper and website postings. City of Palo Alto staffwill include project and contact information on the City website and prepare a press release. Page 1 On December 7, 2009, the City of Mountain View awarded a construction contract to American Civil Constructors West Coast, Inc., for repairs to the San Antonio Road overcrossing in the amount of $590,095 (Attachment B). The bulk of the funding for this repair will come from the federal grant with the remaining local share coming jointly from Mountain View and Palo Alto. The attached Cooperative Agreement with the City of Mountain View outlines cost, maintenance and liability responsibilities for each jurisdiction. Since approximately 2/3 of the overpass is in Mountain View and 1/3 is in Palo Alto, the Cooperation Agreement specifies that Mountain View shall pay for 2/3 of the local matching fund costs and Palo Alto shall pay for 1/3 of the local matching fund costs. The attached Cooperative Agreement is focused on the upcoming construction project and does not replace the August 31, 1979, agreement which outlines responsibilities for ongoing, day-to-day maintenance ofthe structure. TIMELINE The CitY of Mountain View anticipates that repairs will begin in January 2010 and last for approximately two months. RESOURCE IMPACT The San Antonio Road overpass repair project, PE-06001, is funded in part by a $597,000 Federal Highway Bridge Program (HBR) grant. City of Mountain View matching funds in the amount of $174,000 (66%) and City of Palo funding of $90,000 (34%) will make up the remainder of the $861,000 total project. Funding for the City of Palo Alto share is available in CIP PE-06001. Failure to approve the Cooperative Agreement with the City of Mountain View would result in the loss of the $597,000 in federal funding, jeopardize the City of Mountain View's ability to obtain federal grants in the future and increase future repair or replacement costs due to deferred maintenance. A breakdown of the funding distribution is shown on Attachment C. POLICY IMPLICATIONS This recommendation does not represent a change in City policy. ENVIRONMENTAL REVIEW The City of Mountain View is the lead agency for this project and has determined that the project is maintenance work and as such is exempt from the California Environmental Quality Act review pursuant to Section 15301, "existing facilities". ATTACHMENTS Attachment A: Cooperative Agreement Attachment B: Bid Summary Attachment C: Cost Estimate and Funding Distribution /' /{----PREPARED BY: CMR:436:09 Karen Ben{ard . Senior Engineer Page 2 of3 DEPARTMENT HEAD: IiROB~1U Director of Public Works CITY MANAGER APPROVAL: JAMES Page 3 ATTACHMENT A COOPERATIVE AGREEMENT BETWEEN THE CITY OF MOUNTAIN VIEW AND THE CITY OF PALO ALTO FOR SAN ANTONIO ROAD OVERPASS REPAIR., PROJECT 05-22 , This contract is dated for identification this day of ,2009, and is made by and between the CITY OF MOUNTAIN VIEW, a California Charter City and municipal corporation, whose address is p.o. Box 7540, Mountain View, California, 94039 (hereinafter "MOUNTAIN VIEW"), and the CITY OF PALO ALTO, a CaIifornia Charter City and municipal corporation, whose address is 250 Hamilton Avenue, Palo Alto, California, 94301 (hereinafter "PALO ALTO"). RECITALS WHE~AS, MOUNTAIN VIEW and PALO ALTO are parties to a maintenance agreement between the CitY of Mountain View and the City of Palo Alto concerning the San Antoiuo Road overpass; and " WHEREAS~ MOUNTAIN VIEW is planning to make significant maintenance improvements to th~ San Antonio Road overpass for the benefit of MOUNTAIN VIEW and PALO ALTO as a portion of the bridge is located in each jurisdiction; and WHEREAS, both MOUNTAIN VIEW and PALO ALTO will benefit from the repairs rriade to the San Antonio Road overpass; and WHEREAS, Federal funding is available for a significant portion of the actual' construction cost of the project to rehabilitate the San Antonio Road overpass; and WHEREAS, the Federal funding is contingent upon local matching funds for nonconstruction COStsi and WHEREAS, MOUNTAIN VIEW and PALO ALTO are mutually interested in the project to rehabilitate the San Antonio Road overpass as it is 'in need of repair and maintenance and it serves both communities; and, WHEREAS, MOUNTAIN VIEW and PALQ ALTO have each agreed to contribute to the project to rehabilitate the, San Antonio Road overpass; , NOW, lHEREFORE, the parties hereto do agree as follows: 1.. Scope of Agreement. 'This Agreement is intended to set forth the general terms and conditions for improvements to the San Antonio Road Overpass Repair, Project 05-22 (hereinafter "Project"), as well as the obligations of each party with respect -1- to design, bidding process, construction, construction management of the Project and funding for the Project. 2. Construction Costs. a. Bid: MOUNT A1N VIEW issued a Notice to Bidders and bid documents for the Project and ,selected the lowest responsible bidder. The bid was awarded to AmeriCan Civil Constructors West Coast, Inc., of Benicia, Califorriia (hereinafter "Contractor"). The Contractor's Project Proposal bid, including a contingency, is attached hereto as Attachment 1. - 1. Grant. The California Department of Transportation ("Caltrans") has authorized Federal Highway Bridge Program funding for the construction of the Project in the amount of Eight Hundred Fifty-Four Thousand Three Hundred Fourteen Dollars ($854,314). 2. Remainder of Costs. MOUNTAIN VIEW and PALO ALTO each agree to pay their proportionate share of local matching or nonconstruction costs, including; but not limited to, engineering design, project nianagement and administrative costs as itemized in Attachment 2 to complete the Project. Approximately two-thirds (2/3) of the San Arl.tonio Road overpass is located in MOUNTAIN VIEW and one-third (1/3) is located in PALO ALTO. Accordingly, MOUNTAIN ~W~s proportionate share-of the local matching funds for the Project shall be sixty-six percent (66%) or $174,000 and PALO ALTO's proportionate share of the local matching funds shall be thirty-four percent (34%). or $90,000. 3. Obligations of the Parties. a.' Mountain View: (1)' MOUNTAIN VIEW has concluded a bid process for. the Project in accordance with State and local ~aws -and selected the lowest responsible bidder. (2) MOUNTAIN VIEW will enter into an agreement with the Contractor for the Project on behalf of MOUNTAlN VIEW and PALO ALTO. MOUNTAIN VIEW will manage the contract upon execution of an agreement with the Contractor. (3) MOUNTAIN VlEW shall invoice PALO ALTO for its proportionate share of the Project as set forth in Attachment 2. -2- (4) MOUNTAIN VIEW will notify residents of the impending Project work to be done, if necessary. . (5) MOUNTAIN VIEW will provide all necessary engineering, inspection. and administrative serVices in connection with the Project. ( 6) MOUNTAIN VIEW shall permit PALO ALTO to inspect the Project work if PALO ALTO so requests. (7) MOUNTAIN VIEW shall be responsible for all grant reporting and compliance requirements. (8) MOUNTAIN VIEW shall require the Contractor to list PALO ALTO as an additional insur~d on its General Liability and Automobile Liability insurance. b. . Palo Alto: (1) PALO ALTO will pay MOUNTAIN VIEW for its proportionate share of the Project in two installments. PALO ALTO will make the first payment in the amount of Forty-Five Thousand Dollars ($45,000) within thirty (30). days of MOUNTAIN VIEW's execution of an agreement with the Contractor for the Project or thirty (30) days after the City Council approves this Agreement, whichever is later. PALO ALTO will make the second payment for the balance of its proportionate local share of the Project (less any unexpended contingency) within thirty (30) days of receipt of a final invoice from MO~AlN VIEW· following completion of the Project. (2) PALO ALTb's proportionate share of the Project shall not exceed the amount set forth in Attachment 2, except as otherwise provided in this Agreement. 4. Hold Harmless. Pursuant to Government Code Section 895.4, MOUNTAIN . VIEW and PALO ALTO shall £ully indemnify and hold each other's city, its officers, employees and agents harmless from any· damage or liability imposed for injury (as defined by Government Code Section 810.8) ocCurring by the recent negligent acts or omissions or willfulness conducted by the indemnifying party, its officers, employees or agents under or in connection with any work, author·ityor jurisdiction delegated to such party under this' Agreement. No party, nor 'any officer, employee or agent thereof shall be responsible for any damage or liability occurring by reason of the negligent acts or omissions or willful misconduct of the other parties hereto, their officers, employees or agents, under or in connection with any work, authority or jurisdiction delegated to such other parties under this Agreement. 5. Miscellaneous Provisions. a. Access to Public Ri~ht-of-Wax: Both parties agree to provide access to the public right-of-way for purposes' of construction and.construction management of the Project. The parties shall use their best efforts to enter into an encroachment agreement, as necessary, for that purpose. b. Construction Equipment: Both parties agree to make space available for the Contractor(s) equipment during the construction and construction management phases of the Project. c. Early Termination: (1) In the event that Caltrans does not provide fuitding at the level anticipated by the parties for the Project, either party may elect to terminate this Agreement by providing written notice of termination to the other party within sixty (60) days. (2) If, fol1~wing execution of the agreement with the Contractor Jor the construction of the Project., the estimated Project costs increase and exceed the Project . contingency, MOUNTAIN VIEW shall notify PALO ALTO promptly. Following notification of the increased cost, PALO ALTO and MOUNTAIN" VIEW shall meet in a timely manner to discuss alternative ~ding sources and strategies for completion of the Project. If the parties are unable to agree on new funding amounts or to lQcate other . sources of funding for the Project, then either .party shall have the right to terminate this Agreement upon ten (10) days notice to the other. (3) . In the eaSe of a force majeure event, MOUNTAIN VIEW may terminate this Agreement upon ten (10) days notice to PALO ALTO. As used ~erein, "force majeUre event" means any matter or condition beyond the reasonable control of MOUNTAIN VIEW, indudiRg war, public emergency or calamity, fire, earthquake, . extraordinary inclement weather, Acts of God, strikes, labor disturbances or actions, civil disturbances or. riots, litigation brought by third parties against MOUNTAIN VIEW, or any act of a superior governmental authority or court order which delays or prevents MOUNTAIN VIEW from performing its obligations or administer construction of the Project under Section 3 of this Agreement . . (4) MOUNTAIN VIEW and PALO ALTO shall remain responsible for Project costs incurred., whether before or after termination of this Agreement, in connection with termination of the Project construction agreement, in the same i f proportion to eamorganization's monetary contribution as set forth in Section 2 of this Agreement. d. Claims: Claims arising out of actions subject to this AgreemeJ:1.t shall be administered by the city with jurisdiction over the geographic area in which the claim arose. e. . ASsignment: Neither party may assign or tro\ffiSfer any interest in this Agreement without the prior written consent of the other. f. Notices: All notices and other communications required or permitted to be given under this Agreement shall be in writing and may be delivered by hand, by facsimile transmission with verification of receipt or by United States mail, postage prepaid arid return receipt requested,addressed to the respective parties as follows: Public Works Department Attention: DirectOf of Public Works City of Palo Alto 250 Hamilton Avenue, Sixth Floor Palo Alto, CA 94301 Public Works Depart:r.i:tent Attention: Public Works Director City of Mbuntam View . 500 Castro Street Mountain View, CA 94041 or to such other address as any party may designate by notice in accordance with this s~on. A copy of any notice of a legal nature, including, but not limited to, any claims against either party, its officers or employees shall also be served in the manner specified above to the following addresses: . City Attorney City of Palo Alto 250 Hamilton Avenue, Eighth Floor . Palo Alto, CA 94301 -5-. City Attorney City of Mountain View 500 Castro Street Mountain View, CA 94041 Notice shall be deemed effective on the date deliver~d or,if appropriate, on the 'date delivery is refused. g. Attorney's Fees: In the event either party breaches any of the terms, covenants or provisions C?f this Agreement/and the other party commences litigation to enforce any provisions of this Agreement, the cost.of attorney's fe~s and the attendant expenses.will be payable to the prevailing party by the nonprevailmg party upon demand. h. Successors and Assigns: The terms ot this Agreement shall be binding and inure to the benefit of the parties hereto and their successors and assignS. . i. Governing Law: The parties agree that the law governing this Agreement shall be that of the State of California. j. Venue: In the event that stiit shall be brought by either party hereunder, the parties agree that trial of such action· shall be exclusIvely vested in a State court in the County of Santa Clara or, where appropriate, in the United States District Court for the . Northern District of California, San Jose, California. . k. Headings: The headings of the sections and subsections of this Agreement are inserted for conv.enierice only. They do not constitute a part of this Agreement and shall not be used in its construction. . 1. Waiver: The waiver by any party to this Agreement of a breach of any provision of this Agreement shall not be deemed a continuing waiver or a waiver of any subsequent breach of that or any other provision of this Agreement. -6- m.' . Integration: This Agreement, including all exhibits attached hereto, represents the entire ,understanding of the parties as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered hereunder. TIlls Agreement may only be amended by written agreement executed by both parties. . . n. Severability: If any t~rm, covenant, condition or provision of this Agreement, or the' application thereof to, any person or circumstance, shall to any extent be held by a court of competent jurisdiction to be invalid, void or unenforceable, the remainder of the terms, covenants, conditions or provisions of thi~ Agreement, or the application thereof to any person or circumstance, shall remain in full force and effect and shall in no way be affected, impaired or invalidated thereby. o. Amendment:, This Agreement ~y be amended in writing ~d signed by both parties. p. Entire Agreement: This Agreement contains the entire understanding between the parties with respect to the subject matter herein. There are no rep!esentations; agreements or understandings (whether oral or written) between 'or among the parties relating to the subject matter of this Agreement which are not fully expressed herein. -7- IN WTINESS WHEREOF, this Agreement is executed by MOUNTAIN VIEW and by PALO ALTO. CITY OF MOUNTAIN VIEW, a California Charter City and municipal corporation Public Works Director FINANCIAL APPROVAL: Finance and Administrative Services Director City Manager City Clerk APPROVED AS TO FORM: City Attorney JLQ/9/ ATY OlO..Q6-12-09AA CITY OF PALO ALTO, a California Charter City and municipal corporation By: ______________ -------- Public Works Director FINANCIAL APPROVAL: Finance Director B~ __ --------__ --------~ . City Manager By: ____________________ __ City Clerk APPROVED AS TO FORM: City Attorney ~8- PROPOSAL FOR SAN ANTONIO ROAD OVERPASS REPAIR, PROJECT 05-22 FEDERAL-AID PROJECT NO. BHLS 5124 (024) TO: CITY CLERK City Hall, 500 Castro Street, Third Floor Mountain Vie-w, CA 94041 Na~e of Bidder: A'N!h!eA V> eli( t I Co"sl:ew:.br'l Wesl: Ct2(A.~i::fh c:: ~ Business Address: ;370/ 114/JA-t' ),12::."'1<-, tf~ nl c.,: A. cA 1~s-/o , Business Phone: C. 70"'9 "}..." -SlQa,1 ,~ceofReside~e:~~~, ~b.J~'~iA~,~cA~--____________________ ~ ____ ___ In aa:ordance with the Notice to Bidders, the undersigned as bidder, declares that he has carefully e",mined the locations of the proposed work, the plans and specifications therefor and the proposed forms of contract and bonds mentioned or referreq to in said Notice and on file in the Public Works Deparbnent 0.£ the aty of Mountain View; and he proposes. and agrees that if this proposal is accepted he will contract with the ety of Mountain View; in the form of contract on file in the Publi~ Works Department, to, at his own cost and expense, do all the work and furnish all the equipment, materials and labor, necessary to completely perform said contract, in, the manner and time prescribed by said contract and plans and specifications and according to the requirements of tJae Public Wqrb Director, a1)d to d~ aU oth~ things , ~,~ .. provided-or called for by said contract form, and that he win execute and/or provide ~Il bortd~ . a~d msUJ.!anee certificates required by law and/or by said contract and/ or ~tioned in said Notice to Bidp,ers, all in accordance to and subject to all appli<:able laws, and that he win take in fuJI payment therefor the following unit prices, to wit: / ATTACHMENT 1 Item No. 1 2 3 4 5 6 7 8 9 10 11 12 13 SAN ANTONIO ROAD OVERPASS RBPAIR, PROJECT 05-22 FEDERAL-AID PR<?JECT NO. BHLS 5124 (024) BID SCHEDULE Item With Unit Price Written In Words Qty. Unit Unit Price Mobilization and Demobilization 1 Lump Lump Sum Sum . Project Safety Measures 1 Lump . Lump Suni Sum Traffic Control System. 1 Lump Lump Sum Sum Construction Area Signs 77 Each' 00 -l.s:a::: . Temporary Railing (Type K) 660 Linear $;J.5~ Feet Temporary Crash Cushion 22 Each $~OO.f9 . Temporary Non-Sand Filled Crash Cusmon 1 Each " ModUle $.lfQQ Portable changeable Message Sign 4 Each .f(} $-5"00,- . Remove and Replace AC Surfacing 1 Lump. .lump Sum Sum ) Remove Concrete Barrier 59 Linear $/~O~ Feet Structural Concrete, Bridge 2 Cubic $Ia~ (F) Yards Portland Cement Concrete (Patch) 53 Cubic $;J.?S;!E (F) Feet Inject Crack (Epoxy) 30 Linear $ :10. ffJ Feet P .. 2 SJI{x)o- $ I. 000- '$ '~C>OO- fJ9 $3~lf')O, - $/1:. 5'"00. g! $'-~tOO . e9 $3S0 o.!!9 $ ~cco. .92 slOW. qQ co. $ RgS-O,.;..o- $2o.0m~ $/'1S'75:$ . !It $;). 700 14 Prepare Concrete Bridge Deck Surface 41,800 Sq~are $O.~ dJ. (F) Feet $;;1.0 qaO; 15 Furnish Polyester Concrete Overlay 2,610 Cubic $73? $lqOS30.~ (Fl Feet -" 16 Place Polyester Concrete Overlay 41,800 Square $1.99 $n,tooflS (F) Feet 17 Joint Seal (MR 1") 52 Linear $7o.~ $3~6~O. QSl .(F) Feet .. 18 Joint Seal (MR 1 lh") 275 . Linear 00 $lqlJ.S-o.~ (F) . Feet $20.- 19 Bar Reinforcing Steel (Bridge) 2,000 Pounds $'l..~ $ L( 00029 (II) 20 Install Concrete Barrier 59 Linear $'100.!! $~3.'09.~ . Feet .. 21 Remove and Replace Concrete Barrier 1 Lump LUnip $ 10. OOO,Y1. Corner Section, Repair Location B3 Snm Sum 22 Minor Concrete (Curb and Gutter) 17 Cubic $l,Soo.s $ 4:1 5"00,92 (F) . . .' 'A Yards 23 Miscellaneous Metal (Bridge) 1,000 Pounds y!9 $4.000.fB (Ill $ . 24 Reconstruct Metal Beam Guard Railing 1 Lump Lump 00 Sum Sum $ ~~St>o.- Construction Contingency to Be Expended 25 OOy Upon Written Authorization from the 1 Lump Lump Engineer Sum Sum $ 80.000.00 (F) -Final Pay Item per Section 9-1.015 of the State Stand~rd Specifications .' ~ TOTAL BID $ S-90 oC<) s: ~ . 1 TOTAL BID WORDS: f=:",-e. ftNY"'-dv-ed n :t"\'efy t~OlA.SQ.:.,d Q..Y\i n; off'/. flll't, do/Iv S rr~ce~j P-3 Atta~ent2 SAN ANTONIO ROAD OVERCROSSING REPAIR PROjECf 05--22 : COST ESTIMATE AND FUNDING DISTRIBUTION Funding Sourfes (rounded) Mountain Palo Fed@ral View Alto Construction Estimate $ 590,000 Construction Engineering 85,000 Construction .subtotal $ 675,QQQ S597.ooo S 52.000 . $ 26.000 . Design 64,000 42,000 22,000 )PBPermit· 21,000 14,000 7,000 . Other Services 5,000 3,000 2,000 Project Management 40,000 26,000 l~OOO City Administration (6.S%) 56,000 37,000 12~ Soft Costs Subtotal 186,000 122,000 64,000 . TOTAL PROTHCI' $861.000 $59Z.ooo $174.000 .$2IU100 . Estim.8ted Mountain View Costs $174,000 Current MountaiIl View Funding $ 78,000 Estimated Mountain View Shortfall $96,000 RANK 1 2 3 4 5 6 7 ATTACHMENT B Atta~hment 1 SAN ANTONIO ROAD OVERPASS REPAIR, PROJECT 05-22 SUMMARY OF BIDS BIDDER BIDAMOUN1' , American Civil Constructors West Coast, Inc. -$590,095 Truesdale Corporation $608,608 Anderson Pacific, Inc. $689,750 Bugler Construction $722,611 . William P. Young Construction $732,802 AJ Vasconi General Engineering $749,664 Disney Construction, Inc. $759,095 ENGINEER'S ESTIMATE $772,000 ATTACHMENT C SAN ANTONIO ROAD OVERCROSSING REPAIR PROJECT 05-22 COST ESTIMATE AND FUNDING DISTRIBUTION Attachment 2 Funding Sources (rounded) Mountain Palo Federal "ielV AJto Construction Estimate $ 590,000 Construction Engit:leering 85,000 Construction Subtotal $ 675.000 $597.000 $ 52J)Q0 $26.000 Design 64,000 42,000 22,000 jPBPermit· 21,000 14,000 7,000 Other Services 5,000 3,000 2,000 Project Management 40,000 26,000 14,000 City Administration (6.5%) 56,000 37,000 19,000 Soft Costs Subtotal 186,000 122,000 64,000 TOTAL PROJECT $861,OQO $597.000 $174,000 .$90.000 . Estimated Mountain View Costs $174,000 Current Mountain View Funding $ 78,000 Estimated Mountain View Shortfall $%,000