HomeMy WebLinkAboutSanta Clara County - Installation of Traffic Signals at Santa Teresa & Welburn and Santa Teresa & Long Meadow
;,
J:J1
AGREEMENT BETWEEN THE CITY OF GILROY AND
THE COUNTY OF SANTA CLARA FOR THE
INSTALLATION OF TRAFFIC CONTROL SIGNALS AT
THE INTERSECTION OF SANTA TERESA BOULEVARD
AND WELBURN A VENUE AND AT THE INTERSECTION
OF SANTA TERESA BOULEVARD AND LONG MEADOW
DRIVE
THIS AGREEMENT, made and entered into this day of MJP 18 1007 , 1997,
by and between the City of Gilroy, a municipal corporation of the State of California (hereinafter
"CITY"), and the County of Santa Clara, a political subdivision of the State of California
(hereinafter "COUNTY"). 1
WIT N E SSE T H:
WHEREAS, it is in the public interest that certain traffic control signals be constructed
at the following locations which are in the CITY:
1. Santa Teresa Boulevard and Longmeadow Drive, (hereinafter referred to as "Project
A");
2. Santa Teresa Boulevard and Welburn Avenue, (hereinafter referred to as "Project B");
WHEREAS, it is in the best interest of orderly and economic construction practices to
complete said projects under an agreement between COUNTY and CITY, providing for
construction contracts to be awarded and administered as described herein.
NOW, THEREFORE, for and in consideration oftheir mutual promises, covenants and
agreements, and subject to the terms, conditions and provisions hereinafter set forth, the parties
hereto do hereby agree as follows:
1. Scope of projects: The scope of said projects consists of the necessary channelization
and installation of traffic control signals at the aforementioned intersections.
2. Public Hearings and Environmental Documents: CITY shall conduct all public
hearings and shall cause to be prepared all environmental documents that may be required for
1
'.
"Project A" and COUNTY shall conduct all public hearings and shall cause to be prepared all
environmental documents that may be required for "Project B".
3. Plans. Specifications and Estimates: CITY shall cause to be prepared plans,
specifications and estimates for "Project A" and shall submit said plans, specifications and
estimates for "Project A" to the COUNTY for COUNTY's approval. COUNTY shall prepare or
cause to be prepared plans, specifications and estimates for "Project B" and shall submit said
plans, specifications and estimates to the CITY for the CITY's review.
4. Sharing of Costs:
"Project A":
a.) CITY agrees to have "Project A" constructed under the CITY's land development
conditioning process. Pursuant to the process, the developer shall pay for all costs
associated with the Project. CITY also agrees to issue development conditions for
"Project A" that stipulate that "Project A" is to be constructed to the standards and
conditions as stated by the CITY and COUNTY. CITY also agrees to have the developer
pay the COUNTY for the cost of the traffic signal controller and controller cabinet as
described in Attachment A. The agreed upon price for the said controller and cabinet is
Seven Thousand, Seven Hundred and Fifty dollars ($7,750.00). It is understood in this
agreement that said costs for the controller and cabinet are in excess of the agreed upon
sum for "Project B" as described herein.
CITY further agrees to reimburse COUNTY for cost of inspection services for "Project
A" at the rate of $60.00 per hour not to exceed a total of $15,000.00 for the duration of
"Project A". It is understood in this agreement that said costs for inspection services are
in excess of the agreed upon sum for "Project B" as described herein.
"Project B":
b.) CITY agrees to provide up to and not to exceed the sum of Sixty Eight Thousand and
Sixty Three dollars and Seventy Five cents ($68,063.75) for the COUNTY to construct
"Project B". CITY further agrees to provide materials for "Project B" at no cost to the
COUNTY as described in Attachment A. COUNTY agrees to provide materials at no
cost to the CITY for the installation of "Project B"; said materials consisting of materials
as described on Attachment A. COUNTY further agrees to provide inspection services
2
.~ .
and roadway striping for "Project B" at no cost to the CITY. COUNTY shall not
contribute any money for "Project B".
5. Award of Contracts: After COUNTY has reviewed and approved the plans and
specifications for "Project A", CITY shall notify the Developer and release the plans for
construction. CITY shall notify COUNTY prior to the beginning of construction and request the
aforementioned inspection services to be provided by COUNTY.
After CITY has reviewed the plans and specifications for "Project B", COUNTY shall
advertise and receive bids for construction of said "Project B". Ifbids received indicate a project
cost less than or equal to Sixty Eight Thousand and Sixty Three dollars and Seventy Five cents
($68,063.75), COUNTY may award a contract therefor and supervise the construction thereof to
completion. If bids received indicate a cost exceeding Sixty Eight Thousand and Sixty Three
dollars and Seventy Five cents ($68,063.75), no bid shall be awarded until CITY and COUNTY
narrow the scope ofthe project not to exceed Sixty Eight Thousand and Sixty Three dollars and
Seventy Five cents ($68,063.75).
Upon award of a contract for "Project B", COUNTY shall forward a billing to the CITY
for the aforementioned Sixty Eight Thousand and Sixty Three dollars and Seventy Five cents
($68,063.75). CITY agrees to pay COUNTY within thirty (30) days of receipt of billing therefor.
6. Construction Costs: As used in this Agreement, the term "construction costs" shall
mean the sum total of all construction contract costs paid by the COUNTY in connection with
"Project B" including the Construction Contract amount awarded by COUNTY, costs of extra
work authorized by CITY and COUNTY and costs of all materials allocable to "Project B" that
are supplied by the successful Contractor. The term "construction costs" shall not include
engineering costs and expenses, costs and expenses of preparation of plans and specifications,
costs and expenses for inspection, publication, advertising and printing, and costs of materials
furnished by either CITY or COUNTY that are allocable to "Project B."
7. Final Accounting: Upon completion of "Project B", COUNTY shall pay the final
construction costs of said "Project B" and shall prepare and furnish to CITY a final accounting of
the total costs of said "Project B".
8. Adjustment of Costs: In the event that said final accounting shows that the estimated
share paid by CITY to COUNTY pursuant to Paragraph 4 hereof is greater than the total
construction cost of "Project B" as described herein, COUNTY shall forthwith refund to CITY
the difference. In the event that said final accounting shows that the construction cost is equal to
3
..
or greater than the CITY's contribution, no refund of deposit is to be made to the CITY. In no
event shall the CITY be required to contribute more than Sixty Eight Thousand and Sixty Three
dollars and Seventy Five cents ($68,063.75) for its share of "Project B".
9. Maintenance: Upon completion of "Project A", said project shall be operated and
maintained by the COUNTY. The operation and maintenance costs for said project shall be
apportioned between CITY and COUNTY pursuant to a cost-sharing agreement to be negotiated
within sixty (60) days after completion of said project.
Upon completion of "Project B", said project shall be operated and maintained by the
COUNTY. The operation and maintenance costs for said project shall be the sole responsibility
of the COUNTY.
10. Hold Harmless: It is mutually understood and agreed:
A) That neither CITY, nor any officer or employee thereof, shall be responsible for any
damage or liability occuring by reason of anything done or omitted to be done by
COUNTY under or in connection with any work, authority or jurisdiction delegated to
COUNTY under this Agreement. It is also understood and agreed that, pursuant to
Government Code Section 895.4, COUNTY shall fully indemnify and hold CITY
harmless from any liability imposed for injury (as defined by Government Code
Section 810.8) occuring by reason of anything done or omitted to be done by
COUNTY under this Agreement under or in connection with any work, authority or
jurisdiction delegated to COUNTY under this Agreement.
B)That neither COUNTY, nor any officer or employee thereof, shall be responsible for
any damage or liability occuring by reason of anything done or omitted to be done by
CITY under or in connection with any work, authority or jurisdiction delegated to
CITY under this Agreement. It is also understood and agreed that, pursuant to
Government Code Section 895.4, CITY shall fully indemnify and hold COUNTY
harmless from any liability imposed for injury (as defined by Government Code
Section 810.8) occuring by reason of anything done or omitted to be done by CITY
under this Agreement under or in connection with any work, authority or jurisdiction
delegated to CITY under this Agreement.
11. Termination: The terms of this Agreement shall be void with respect to either project
described herein for which a construction contract is not awarded prior to December 31, 1997
4
.~
and any funds paid by CITY to COUNTY, pursuant to Paragraph 4 herein, with respect to said
project shall be forthwith refunded, except that COUNTY's accrued construction costs for said
project, if any, shall be deducted from such sum to be refunded to CITY.
12. Acquisition of Property: It is understood and agreed that the projects as described
herein are totally within existing right-of-way and no property acquisition or dedication is
necessary .
5
.
.
.' " ',~
WITNESS THE EXECUTION HEREOF the day and year first hereinabove set forth.
APPROVED AS TO FORM:
;;(...;k/<. ee'~
Linda Callon
Q-enC:lld. Dcpuly CITY Attorney
ATTEST:
Suzanne Steinmetz
CITY Clerk
APPROVED AS TO FORM AND
LEGALITY:
or~~(~
Kathy Kr tchmer, Deputy COUNTY'
Counsel
ATTEST:
CITY OF GILROY, a municipal
corporation
. ....
COUNTY OF SANTA CLARA, a
political subdivision of the State of
California
L~H~
Ann Sloan
Deputy Clerk
of the Board
of SLferVisors
s T. Beall, Chairperson
ty Board of Supervisors
Phyllis Perez, Clerk
Board of Supervisors
6
. .
"
ATTACHMENT A:
Materials to be furnished by COUNTY and installed by contractor for "Project B":
1. Pull boxes & Pullbox Markers
2. Detector Handholes
3. Regulatory signs
4. Signal/Lighting Standards
5. 250W HPS Luminaires wi 1 PEU
6. Type I-B Standards
7. Signal Heads
8. Pedestrian Signal Heads
9. Pedestrian Pushbuttons
10. Type 90 Controller Unit & Cabinet
11. Service Cabinet
15 ea
6 ea
4 ea
5 ea
4 ea
3 ea
18 ea
8 ea
8 ea
1 ea
1 ea
Materials to be furnished by CITYand installed by contractor for "Project B":
1. Internally Illuminated Street Name Signs 4 ea
Materials to be furnished by COUNTY and installed by contractor for "Project A" according
to the terms as described in Paragraph 4, "Sharing of Costs" of the Agreement.
1. Type 90 Controller Unit & Cabinet
1 ea
County of Santa Clara
Approved Aoceptlild Adopted De11i",d 1--,-"'..., ..07oJ
-.-----
BY THE BOARD OF SUPERVISORS
OF THE COUNTY OF SANTA CLARA
By Phyllis A. porllZ~ Bowd ~
P Clerk
De: ;fW ~~ 1 6 ~g97
Roads and Airports Department
101 Skyport Drive
San Jose, California 96110-1302
\( ~~(p
TRANSMITTAL MEMORANDUM
Prepared bY~TOng Y. Hong
l~ Reviewed by;r"1J Ion M. Elson
. rt^ Submitted bytJ fJ!Jilliam A. Baxter
Page 1 of 3
S.D. 1
Date: February 21,1997
COUNTY BOARD OF SUPERVISORS: Agenda March 18, 1997
Date:
Item No.
FROM: /'v., Rollo B. Parsons, Acting Director
(_~ Roads and Airports Department
SUBJECT:
Agreement For The Installation Of Traffic Control Signals At The Intersection Of
Santa Teresa Blvd & Welbum Ave.And The Intersection Of Santa Teresa Blvd &
Longmeadow Dr.
RECOMMENDED ACTION:
It is recommended that the Board of Supervisors approve and execute the attached agreement between the
C.ounty of S~ Clara and the City of Gilroy for the installation of the traffic signal systems on Santa
Teresa Blvd at Longmeadow Dr. (referred to as Project A on the Agreement) and Welbum Ave. (referred
to as Project B on the Agreement). :
FISCAL IMPLICA nONS:
Project A: The City of Gilroy will pay the County a maximum amount of $22,750.00 which includes
$15,000.00 for the inspection services and $7,750.00 for a used traffic signal controller to be provided by
the County. This amount will be credited to Budget Line Item no. 603-0023-4005-2893, PCA no. W9939.
Project B: Funds are available from Budget Line Item no. 603-0023-4005-2893, PCA no. C3182 to pay
for the engineering, inspection and roadway striping services. The City of Gilroy will reimburse the County
a maximum amount of$68,063.75 toward the construction costs for this project.
County !xecutive: RIchard WIttenberg
,-
Page 2 of 3
DATE: February 21, 1997
COUNTY BOARD OF SUPERVISORS AGENDA DATE: March 18, 1997
SUBJECT:
Agreement For The Installation Of Traffic Control Signals At The Intersection Of
Santa Teresa Blvd & Welbum Ave And The Intersection Of Santa Teresa Blvd &
Longmeadow Dr.
CONTRACT mSTORY:
Not applicable.
REASONS FOR RECOMMENDATION:
The Board's approval and execution of the Agreement are required for funds to be transferred to the
County as stipulated in the Agreement.
BACKGROUND:
Projects A & B are located within the City of Gilroy's limits on Santa Teresa Blvd which is maintained in
part by the County's Department of Roads and Airports.
Project A calls for the upgrade to a full intersection with signalization at Santa Teresa Blvd &
Longmeadow Dr.. The intersection improvements are required by the City of Gilroy as part of their land
development conditionning process and constructed by the Developer to the County's standards for the
County to assume the signal operation and maintenance responsibilities. The county-provided services and
equipment as specified in the subject Agreement will insure the signal installation to conform to the County
requirements and to provide capability for future signal coordination between. intersections on Santa Teresa
Blvd when demand is warranted. :
Project B calls for the signalization of the existing intersection of Santa Teresa Blvd & W elbum Ave.
which is currently maintained by the County. Increase in vehicular and pedestrian traffic at the intersection
warrants the installation of vehicular and pedestrian traffic signals. The improvements are requested by
the City of Gilroy which has agreed to fund the construction costs. The preparation of the construction
documents was completed and bids were received under the minor contract procedures. The low bid
amount is $68,063.75 and it was accepted by the City of Gilroy for reimbursement to the County.
CONSE~UENCES OF NEGATIVE ACTION:
The County will not be able to receive reimbursement of costs for the nece$sary county-provided services
in Projects A & B.
Page 3 of 3
DATE: February 21, 1997
COUNTY BOARD OF SUPERVISORS AGENDA DATE: March 18, 1997
SUBJECT:
Agreement For The Installation Of Traffic Control Signals At The Intersection Of
Santa Teresa Blvd & Welburn Ave And The Intersection Of Santa Teresa Blvd &
Longmeadow Dr.
STEPS FOLLOWING APPROVAL:
The Clerk of the Board will return 2 copies of the executed Board Transmittal and Agreement to
Roads and Airports Department, Attention: Tong Hong at 101 Skyport Dr, San Jose, Ca 95110.
Department staff will forward a copy of the executed Agreement to the City of Gilroy and invoice
the City of Gilroy for reimbursement of costs.
cc:W AB
AVI
JL
BM