Loading...
HomeMy WebLinkAboutResolution No. 5418RESOLUTION NO. 5418 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AUTHORIZING SIGNING OF THE COOPERATIVE AGREE- IIENT WITH THE STATE OF CALIFORNIA FOR CONSTRUCTION OF INTERIM IMPROVEMENTS AT THE LUCAS VALLEY ROAD INTERCHANGE WITH ROUTE 101 THE CITY COUNCIL OF THE CITY OF SAN RAFAEL HEREBY RESOLVES as follows: The Mayor and City Clerk are authorized to execute, on behalf of the City of San Rafael, a Cooperative Agreement with the State of California for construction of interim improvements at the Lucas Valley Road Interchange with Route 101, a copy of which is attached hereto, marked Exhibit "A", and incorporated herein by this reference. I, JEANNE 11. LEONCINI, City Clerk of the City of San Rafael, California, hereby certify that the foregoing Resolution was duly and regularly introduced and adopted at a regular meeting of the Council of said City held on the 21st day of February, 1978, by the following vote, to wit: AYES: COUNCIL14EN: Miskimen, Mulryan, Nixon and Vice -Mayor Jensen NOES: COUNCILMEN: None ABSENT: COUNCILMEN: Mayor Betti ni AL ::; ,T t ' - JEANNE M. LEONCINI, City Clerk .. ................. ...... .... ,.r....T...n,..,,T:.m:. F2EGlNA . BUCHANAN -Deputy. CityIerR 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 hc1)801 ) 04-Mrn-101 P.M. 14.4/14.7 04 219 - 39 56 61 Lucas Valley Rd. I/C Dist. Agmt. No. 4-669-C Document No. Mrn-21- 3104 A nnr_1r18V h" THIS AGREEMENT, MADE AND ENTERED INTO ON THIS 21st DAY OF Febru:lry , 1978, BY AND BETWEEN CITY OF SAN RAFAEL, a body politic and a municipal corporation of the State of California, hereinafter referred to as "CITY" STATE OF CALIFORNIA, acting by and through its Business and Transportation Agency, Department of Transportation, hereinafter referred to as "STATE". WITNESSETH: WIiEREAS, STATE and CITY mutually desire to modify the Interchange of Route 101 with Lucas Valley/Smith Ranch Road including construction of new northbound on and off ramps in the ;outheasterly quadrant, improvement of Lucas Valley Road from the +est side of the freeway to the east side, realignment and widenin )f Smith Ranch Road and realignment of Redwood Parkway frontage •oad, hereinafter referred to as "PROJECT", and all as shown on .xhibit "A", attached hereto and made a part hereof; and -1- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 IMEREAS, said modification requires traffic control signals to be installed at the intersection of the northbound on and off ramps with Smith Ranch Road and approximately 400 feet of new curb and sidewalk to be placed on the realigned portion of Redwood Parkway frontage road, which are referred to hereinafter as "IMPROVEMENTS"; and WHEREAS, it is anticipated that 82.94 percent of the construction cost for said PROJECT will be financed with Federal Aid Urban program (FAU) funds; and MiEREAS, CITY's financial obligation in said PROJECT is to share in the cost of design and construction engineering and and construction cost of the IMPROVEMENTS, CITY's share is to be 50 percent of the cost of the traffic control signals after deducting any FAU reimbursement which may be received and 100 percent of the cost of the approximately 400 feet of new curb and sidewalk; and WHEREAS, the current Freeway Agreement for the portion of the Route 101 Freeway between 0.3 miles north of Miller Creek Road and the then northerly city limits of San Rafael, made and entered into on February 10, 1959, between the California Department of Public Works, Division of Highways, and the County of Marin, predeccssors in interest to STATE and CITY, required that County accept control and maintenance of relocated, reconstructed or other wise altered county roads and frontage roads, on notice from the STATE that such roads have been -2- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 C D(9OP completed; and WHEREAS, CITY is willing to abide by said terms of the February 10, 1959 Freeway Agreement and will accept control and maintenance of the frontage roads to be built; and WHEREAS, CITY by resolution number 4701 dated April 1, 1974, requested the STATE to implement stage construction of the ultimate interchange design at Highway 101 and Lucas Valley Road as soon as possible; and WHEREAS, CITY concurs with the current plan for modifying the Lucas Valley Road Interchange and recognizes that it is an interim stage of the ultimate required interchange; and WHEREAS, CITY understands that the ultimate plan for the Lucas Valley Road Interchange, included as a part of the afore described February 10, 1959 Freeway Agreement and shown on Exhibit B. attached hereto and made a part hereof, is no longer a valid plan for said interchange in that major changes in the character and intensity of land use have occurred and are occurring; and WHEREAS, the development of an ultimate plan for the Lucas Valley Road Interchange would appear premature at this time due to the continuing uncertainty of future needs; and WHEREAS, CITY is willing to execute a superseding Freeway Agreement to replace the February 10, 1959 Agreement at such future time as an acceptable ultimate plan is submitted to CITY by STATE; and -3- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 4 C D,9o2 WHEREAS, STATE and CITY mutually desire to cooperate and to specify herein the terms and conditions under which said IMPROVEMENTS are to be designed, financed, constructed and maintained. NOW, THEREFORE, in consideration of the covenants and conditions herein contained, the parties hereto agree as follows: SECTION I STATE AGREES: 1.) To prepare contract plans, specifications and engineer's estimate for said PROJECT. Plans and specifications prepared by STATE for said IMPROVEMENTS shall be subject to review and approval by CITY as to conformity to CITY standards and/or existing facilities. 2.) To construct the PROJECT and IMPROVEMENTS, by contract with construction contractor licensed by the State of California, said contract to be carried out in accordance with provisions of the State Contract Act, Chapter 3, Part 5, Division 3, Title 2 of the Government Code, and work completed in conformity with plans and specifications of STATE. 3.) To make all arrangements with owners of public or private utilities and to inspect the required removal and/or relocation of all utility facilities which conflict with construction of said PROJECT and IMPROVEMENTS. The cost of removal and/or relocation will be shared with the utility owners -4- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 1► C DB0P �in accordance with applicable law and/or master contracts. 4.) To furnish and install by STATE's forces all traffic stripes and pavement markings required for said PROJECT at STATE'., expense (except for any FAU reimbursement which may be received.) 5.) Except for the financial contributions to be made by CITY For said IMPROVEMENTS and by the FAU program for said PROJECT and IMPROVEMENTS as set forth hereinafter in Section II, to bear the engineering and construction costs required to complete said PROJECT and IMPROVEMENTS. 6.) Upon completion of STATE's construction contract, to furnish CITY with a final statement of the total cost to be . borne by CITY for said IMPROVEMENTS and to refund to CITY any amount of CITY's advance deposit, provided for in Section II, Article 1, remaining after actual costs to be borne by CITY have been deducted. 7.) To maintain and operate the entire traffic control signal system and safety lighting as installed pursuant to this Agreement, subject to CITY's reimbursement as provided for hereinafter in Section II, Article 6. 8.) Except for Lucas Valley -Smith Ranch Road and the Frontage roads which will be maintained by CITY, to maintain all portions of said PROJECT which lie within STATE'S right of way. 9.) Upon completion and acceptance by STATE of STATE's construction contract provided for herein, to present to the California Transportation Commission for adoption, a -5- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 solution of Relinquishment for the Redwood Parkway and North wood Drive frontage roads. SECTION II ITY AGREES:. 1.) To deposit with STATE within 30 days of receipt of illing therefor (which billing will be forwarded immediately ollowing STATE's bid advertising date of a construction contract or the aforesaid PROJECT), the amount of $16,000, which figure epresents STATE's estimate of CITY's share for design engineering onstruction engineering and construction costs for the aforesaid IMPROVEMENTS pursuant to this Agreement. Actual costs to be borne by CITY will be determined upon completion of all work and shall be the sum of the following: (a) Construction Cost: CITY's share (estimated to be $10,000) shall be 50 percent of the cost to install traffic control signals after expected FAU reimbursement has been deducted and 100 percent of the cost to construct about 400 feet of new curb, gutter and sidewalk. Said costs include STATE - furnished materials, mobilization and contingencies (b) Design Engineering Cost: CITY's share (estimated to be $2,000) shall be 8 percent of the 50 percent CITY share of the construction cost to install the traffic signals and 8 percent of the total MIT 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 )Q , (C) construction cost of the said new curb, gutter and sidewalk. Said percentage includes payment for all applicable overhead charges. Construction Engineering Cost: CITY's share (estimated to be $4,000) shall be 14 percent of the 50 percent CITY share of the construction cost to install the traffic signals and 14 percent of the total construction cost of the said new curb, gutter and sidewalk. Said percentage includes payment for all applicable overhead charges. 2.) In the event that CITY's total engineering and construction cost, to be computed at bid opening and as provided above exceeds the amount on deposit, STATE shall consult with CITY and upon receipt of CITY's written consent to assume the additiona cost and deposit of additional funds, STATE will award the construction contract. In the event CITY elects not to assume the additional cost, STATE will delete the approximately 400 feet of new curb, gutter and sidewalk after award of the construction contract. If the advance deposit exceeds the amount needed to finance CITY's share, STATE will award the construction contract and promptly refund to CITY such balance. If the excess is less than $500, a refund may be waived until final accounting. 3.) If any additional work or contract change orders are necessary for completion of CITY's share of said IMPROVEMENTS which are unknown at date of execution of this agreement and the -7- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 "ITY's share of the estimated cost of such work does not exceed ITY's previous deposits, STATE may make such changes. If the hange results in an increase to CITY's cost which exceeds CITY"s previous deposits, advance written approval by CITY will be required and CITY will deposit their share of the estimated cost of such approved change within 14 days of billing by STATE. In the event CITY refuses to bear such increase, STATE will thereafter be relieved of any obligation to undertake the work, and CITY shall have no basis for filing a claim against STATE. STATE may, however, choose to make such changes involving the traffic control signal system at its own expense. 4.) To pay STATE promptly upon completion of all work and upon receipt of statement made upon final accounting of costs therefor, any amount over and above the aforesaid previous deposit required to complete CITY's share of financing pursuant to this Agreement which CITY had previously agreed to pay. 5.) To reimburse STATE for CITY's share of the cost, if any, for utility removal and/or relocation which may be required to construct said IMPROVEMENTS. 6.) To reimburse STATE for CITY's share of the cost of maintenance and operation of said traffic control signals and safety lighting in accordance with that Agreement for Maintenance of State Highways in San Rafael, or if no such Agreement exists CITY's share shall be 50 percent to the total maintenance and operation cost. tl 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 7.) To maintain Lucas Valley Road -Smith Ranch Road and the frontage roads at CITY's sole expense. 8.) That this agreement shall constitute the notice of lintention to relinquish required by Section 73 of the Streets and Highways Code and that CITY will accept Redwood Parkway and Redwood Drive frontage roads upon the adoption filing and recording of the Resolution of Relinquishment by the California Transportation Commission or its successor. 9.) That CITY hereby waives the 90 day notice and all rights to protest provided for in said Section 73 of the Streets and Highways Code with respect to the relinquishment referred to herein. SECTION III TT T[- 1rtTTTTAT 7 V TTxTncT)CTnnll AWTTl A('_D1;Dfl• 1.) That obligations of STATE under terms of this Agreement are contingent upon the allocation of funds by the California Transportation Commission. 2.) That neither STATE, nor any officer or employee thereof, shall be responsible for any damage or liability occurring 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 STATE harmless from any liability imposed for ME 1 2 3 4 5 6 7 8 0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 njury (as defined by Government Code Section 810.8) occurring y reason of anything done or omitted to be done by CITY under Dr in connection with any work, authority or jurisdiction delegated to CITY under this Agreement. 3.) That neither CITY, nor any officer or employee thereof, is responsible for any damage or liability occurring by reason of anything done or omitted to be done by STATE under or in connection with any work, authority or jurisdiction not delegated to CITY under this Agreement. It is also understood and agreed that, pursuant to Government Code Section 895.4, STATE shall fully indemnify and hold CITY harmless from any liability imposed for injury (as defined by Government Code Section 810.8) occuringy by reason of anything done or omitted to be done by STATE under or in connection with any work, authority or jurisdiction not delegated to CITY under this Agreement. 4.) That should any portion of the project be financed with Federal Funds or State Gas Tax Funds, all applicable procedures and policies relating to the use of such funds shall apply, notwithstanding other provisions of this Agreement. 5.) That in the construction of said work, STATE will furnish a representative to perform the usual functions of a Resident Engineer, and CITY may, at no cost to STATE, furnish a representative, if it so desires, and that said representative and Resident Engineer will cooperate and consult with each other, but the order of STATE's engineer shall be final. -10- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 )1,..r,4. 6.) That upon completion of all work under this agreement, the STATE. will retain ownership title to the entire signal system as installed. 7.) That the previously referred to Freeway Agreement dated February 10, 1959 provides in part that said Agreement may be modified with the mutual consent of the parties thereto. The implementation of stage construction as requested by CITY Resolution 4701, including PROJECT and the future northbound diagonal on-ramp, as shown on Exhibit A, constitute a change requiring a modification to said Freeway Agreement. It is also agreed that the ultimate plan for the Lucas Valley Road Interch%nge, as shown on Exhibit B, is no longer a valid plan for said interchange because of the major changes in land use and the intensity of that use which have and are occurring in the vicinity of said interchange. The necessity to supersede that portion of the February 10, 1959 Freeway Agreement dealing with the ultimate plan for the Lucas Valley Road Interchange is mutually recognized. Therefore, it is agreed that the revisions shown on Exhibit A are approved as an interim stage in the ultimate interchange. It is further agreed that development of a new ultimate plan for the Lucas Valley Road Interchange and the superseding Freeway Agreement incorporating this plan will be deferred until such time as the requirements for said interchange may be predicted with more certainty. 8.) That details delineated on attached Exhibit A are not -11- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 conclusive and in no way shall be construed to indicate the final product of work to be accomplished pursuant to this Agreement. Said Exhibit A is attached hereto to generally define the areas in which PROJECT and IMPROVEMENTS are to be constructed and is subordinate to final construction plans. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their respective officers, duly authorized, the provisions of which Agreement are effective as of the day, month and year first hereinabove written. STATE OF CALIFORNIA Department of Transportation Transportation District 4 T. R. LMBIERS CITY OF S RAF By Playor District Director Attest .j City Cierk By_.. ... Deputy District Director APPROVED AS TO FOWL: APPROVED AS TO FORM AND PROCEDURE: Attorney, Department o Transportation -12- ttorney f. "ILL Y PASTURE F/REMAMS FUND BLDG N q aoo a f CRESTA U \ CIRCLE 7 Q AIORT14GATE INDUSTRIAL PA RK LEGEND Proposed Consfrucfion Work By OMerS Rood Closure 7= �vfur/e LCo/nsfruch;gn TO PROJECT AREA _,v mss` v� y -� �. A'�+� � � � A fa �-' .� o J4d 1 ' � r �� mss` v� y -� �. A'�+� � � � A fa �-' .� o J4d