Loading...
SR-02-27-1979-11CSanta Monica, California February 15, 1979 // ° To: Mayor and City Council FEB 2 17 1979 From: City Staff Subject: City -State Agreement for Lincoln Blvd. Traffic Signal Modification Introduction This report re- examines a proposed City -State agreement for upgrading and synchronization of traffic signals on Lincoln Blvd. from the South City Limits to Santa Monica Blvd. Background On March 14, 1978, the City Council approved a cooperative agreement to upgrade the signals as described above. At that time it was estimated that the City participation in the costs would be $115,000 and that the total cost would be $275,000. Since that time, the estimate by Cal -Trans for the City's participation is $184,000 and the total cost is estimated to be approximately $375,000. There are City gas tax funds available for this project, and the staff also proposes to request a large portion ($100,000) of the City's participation amount from the County. Recommendation (1) It is recommended that the revised agreement be approved and that the City Manager be authorized to execute the agreement for the cooperative project. (2) It is recommended that the staff be authorized to seek assistance from the County to provide funds for a significant portion of the City's participation cost. Prepared by: Stan Scholl //0, FEB 2 7 1979 Agenda Item 11 -C: Presented at this time was a recommendation regarding, a City -State agreement for Lincoln Boulevard traffic signal modification.; Counci lmember Bambrick moved the staff recommendation: i.e., approving Contract No. 3i89(CC5 ) with the State of California revising State i agreement Contract No.2487(CCS) for upgrading and synchronization of traffic signals on Lincoln Boulevard from the south City limits to Santa! Monica Boulevard total cost of City participation to be $184,OOO,that j the City Manager be authorized to execute the agreement, and that the staff be authorized to seek assistance from the County to provide funds for a significant portion of the City's participation cost. Second by Councilmember Trives. After discussion, the motion was approved by the following vote: Council Vote: Unanimously approved 6 -0 Absent: Mayor Swink CITY COUNCIL MINUTES - FEBRUARY 27, 1979 Santa Monica, California, March 6, 1978 TO: Mayor and City Council MAR 14 1978 FROM: City Staff SUBJECT: City -State Agreement for Lincoln Blvd. Traffic Signal Modification Introduction This report examines a proposed City -State agreement for modification of traffic signals on Lincoln Blvd. from the south City limits to Santa Monica Blvd. Background The traffic congestion on Lincoln Blvd. has been a source of concern of motor - ists for some years. Since Lincoln Blvd. is both a State Highway and a city street, the congestion concerned City and State traffic engineers. At a meeting between officials of both agencies it was decided that in order to alleviate traffic probl.ems on Lincoln Blvd., specifically from Santa Monica Blvd. to the southerly Santa Monica City limits, the ten existing traffic signals would have to be modernized. It was decided that an agreement should be entered into by the parties concerned. The attached agreement was a result of the decision and must be signed before any work can begin. It is estimated that the cost of the work`will be approximately $275,000, with the State to pay up to $160,000 and the City approximately $115,000, depending upon details . of the final plans. Staff has proposed budgeting this work in the 1978 -79 fiscal year, with the City's share to be funded by Gas Tax if approved. Recommendation It is recommended that the agreement be approved and signed in order to commence. 6 ✓ MAR 1 4 1978 Contract No. 2487(CCS) 07^ -LA -1, 2 33.3/34.5; 0.0 /0.4 07353 - 430501. Lincoln Boulevard in the City of Santa Monica T--4459 District Agreement igo..3437 S -2 THIS AGREEMENT, ENTERED INTO Oft December 18 e 1978 15 BETWEEN AND s CITY OF SAZITA MONICA, a body politic and a municipal corporation OZ the State of California, referred to herein as "CITY" STATE OF CALIFORNIA acting by and through its Department of Transportation, referred to herein as "isA']E' RECITALS (1) STAmE and CITY contemplate reconstruction of curb returns at the intersections of Colorado Avenue: and Broadway with State Highway Route 2 (Lincoln Boulevard). (2) STATE and CITY contemplate construction of wheelchair ramps at the intersections of Marine Street, Ashland Avenue, Ocean Park Boulevard, Pearl street, Pico Boulevard? Colorado Avenue, Broadway, and Santa Monica Boulevard with State Highway Route 10. 2 (Lincoln Boulevard). (3) STAVE and CITY contemplate installing traffic control signal systems and safety Lighting at the intersections of Uavy and Marine Streets, Ashland AVenUe, Wean Park Boulevard# Pearl Street, Pico Boulevard, eastbound Olym =pic zloulevard, westbound Olympic Boulevard, Colorado Avenuer Broadway, and Santa Monica Boulevard with State Highway Route if 2 (Lincoln Boulevard), referred to herein as "PROJECT"" and desire to specify the terms and conditions under which such systems are to be installed, financed and maintained. (4) It is anticipated that Federal -Aid Urban Funds will be allocated for financing approximately 835 of the construction, -2- instruction engineering and design engineering costs which are eligible for Federal -AiB participation, and STATE and CITY will bear the remaiadar of the costs as set forth herein. (5) CITY prapose;S to perform subsurface construction work within said State Highway and STATE requires that said Mork be accomplished in accordance with STATE'S "Policy on High and LOW Risk Underground Facilities 'Within Highway Rights of .Tay ". (6) STATE and tITY entered into a Cooperative Agreement (District No. 3437) dated March iii, 1978 and a Supplemental Cooperative Agreement (District No. 3437 S -1) dated March 14, 1973. (7) STATE and CITY desire to further supplement the aforesaid Agreements to add wheelchair ramps, increase the total cost and to Clarify the original int ent. (u) S'h°tE and CITY. mutually agree to supersede Cooperative Agreements (District Nos. :3437 and 3437 S°-1) in their entirety and hereby agrow to the following. SECTION 1 CI'T'Y AGR Es a (1) To provide plans and 2pecifinatioas ar:a all necessary -3- construction engineering services for the P:ROJ C'.T and to bear CITY' share of the expense thereof. (2) To identify and locate all high and low risk underground facilities within the project area and protect or otherwise provide for s,.ach facilities, all in accordance with STATE'S "Policy on High and Low Risk Underground Facilities Within Highway nights of Shay ". coats of locating, identifying, protecting or Otherwise providing for such high and low risk facilities shall be distributed and borne in the same runner as described in Section III, paragraph 13. CITY heresy acknowledges the receipt of STAfiR'S "Policy on high and Scow Risk; Underground Facilities Within Highway Rights of way" and agrees to constrict the PROJECT in accordance with such Policy. (3) To construct the PROJECT in accordance with plans and specifications of CITY, to the satisfaction of and subject to the approval of STATE. (4) To Pay an amount equal to M of construction costsp but in no event shall CITY'S obligation for construction I cost: under this Agreement exceed the amount of 11840000; provided that CITY may, at its sole discretion, in writing authorize a greater amount. -4— (a) ;'o r:,aintair and Operate the entire traffic control uignal :systems and safety liu.3ting a s instal l od. (6) To apply for necessary encroachraent permits for work within State Highway right of w,ayr in aOcOrdan4Oe with STATE'S standard permit procedures. (7) To retain or cause to be rretainod for audit for 8TATE or other goverment auditors for a period of three (3) years fron mate of final payment all r,,;cords and accounts relating to construction of 'the IMPROzl2'.TwENTS. (8) That plans for w,heaylchair ramps shall be approved by the States architect. Standard Plan SONG -3- and allowable deviations tberefrora as set: forth i%: the "Guidelines on Desig1l of Retrofit t heelcaair Ramps" clated October 31, 1973 have been approved and certifi ed by the State Architect and may be used without .farther approval. SECT105 11 STATE AGP2ES: (1) To deposit with CITY priory to award of a construction contract for PROJECT the alWunt Of $19-SpM, which figure represents STATE" est: sated share of the c:Yd»ns €s p_epazatiaaa �>f pla2r aF;d -5- zpe cificationa, construction engineeringp and construction costs required to complete PRD ZCi. In Ilo Seven:: sunali :ile'T- °S total obligation for sail casts under thin contract exceed the amount of $223, "250; provided that SxATS ;nay, at its ;soles discretion, in writing authorize a greater amount. (2) STAWS share of the construction casts shall be an amount equal to 501 of the actual cost, as detor inad after completion of corn and upon final accounting of oasts. (3) S?A'. &S sharp of the expense of preparing Mans and specifications shall be an amount equal to 501 of the actual costs of preparing plans and specifications. (4) S'ir' TWS share of the expense of construction engineering shall be an amount equal to 50 of the actual costs of Construction mineering. (5) To reimburse CITY for STATE'S proportion =ate Share of the cast of maintenance and operation of said traffic control signal system and safety lighting, such snare to be determined in the manner provided in that '�greem * "t for Maintenance of state highways in the City which is in effect at tnea time aaia costs are incurred, or it no such a4rd3ement exists, such share to be n """ bearing the same proportion to the total C05t Of maintenance —6- and operation of said traffic control signal system and safety lightingp as the number of legs of highways under jurisdiction Of STATE bear4 to the total number of legs of highways at such intersection. SECTION MY IT IS MUTUALLY JAREED AS FOLLOW (1) All obligations of STATE under the terns of this Agreement are subject to the allocation of resources by the Legislature and the California Transportation Commission. (2) That CITY shall not award a contract for the work Until aster receipt of STA`EOS deposit roquir d in Section II(l). (3) 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 donee by CITY under or in connection with any work, authority or jurisdiction not delegated to STATE under this Agreement. It is also agreed that, pursuant to Government Coda Scotian 655.4, CI'T'Y Shall fully indemnify and hold STATE harmless from any liability imposed for T injury (as defined by Government Code Section 310.6) occurring by reason of anything done or omitted to be done by CITY under or -7- in connection With any workv authority or jurisaiction not de:l Sated to S`3.'AME under this Ar£'etililE. ut- (4) Neither CITY nor: Any officer or zswployee therao£v is responsible for any damage or liability occurring by reason K anything, donee or omitted to be done by STATE Under or in connection with any work, authority or jurisdiction delegatOd to ST.V21i under thin QrWm uxt. It is also agreed that-, pursuant to Government Cade Section 895.40 STATE shall Sully indemnify and hold CITY harmless from any liability imposed for injury (as defined by Govearnme3nt; Code Section 810.8) occurring by reason of anything done or omitted to be done by STATE Under or in connection with any work, authorityv or jurisdiction delegated to STATE under this pgreement. (5) ShOUTA any portion of the '- "ROJECT be financed with federal funds or state gas tax fixnds all applicable Procedures and policlea relating to the use of such funds shall apply not- withstanding other provaM" of this Agreement. (G) That the costs referred to herein are only ".matching funds° based can the aaawMption that Federal-Aid Urban Funds will ba allocated for financing approximately 33% of the casks or the federal rainbursem -Ot Percentage in effect at the, time of programming. -8- In the event that Federal -Aid participation is not secured this Agreement may be terminated by either party at any time prior to the award of a construction contract or alternatively each party's participation _nay be renegotiated to "rake up" for the loss of :federal funds.- (7) If upon opening of bids# it is found the amount deposited by ST.'VZE is in excess of the cost of the work on the basis of bid prices plus contingency items, expense of preparation of plans and specifications, construction engineering, administration and overhead Costs, the balance remaining shall by promptly refunded by CITY to STATE. if however, the cast of the Mork exceeds the amount deposited by STATE, STATE will prennptly, upon receipt of claim therefor, pay its portion of the amount of said excess to CI:'Y. If the e:a Qass iLn either case is less than one thousand dollars ($1,000)P no rofund or demand for additional deposit will be trade until final accounting. (3) If# upon opening bids, it is found that a cost overrun of no more than 15�'3 of the estimate will occur, CITY may award the contract. e (i) if, upon opening bids, it is found that a cost overrun exceeding 15% of the estimate will occur, S' "ATE and CITY -9- sh.zll endeavor to zauree auvon an alternative course of action, (10) Prior to advertising for bids for the PROJECT, SSibTE Yiay terminate this Agreement in writing, provided that STATE Pays CITY for all costs incurred by CITY. (11) If termination of this Agreement is any mutual agreement, STATE will bear -D0$ and CITY Will bazar 30% of all costs incurred prior to tryrmination. (12) Upon completion of all work under this Agreement, ownership and title to all materials, equipment and appurtenances installed within STATE'S right of way will autovaatically be vested in the STATE, and all materials, equipment and appurtenances installed outside of STCAIMIS right of way will automatically be vested in the, CITY, and no further agreenwit will be necessary to transfer ownership as nereinabove stated. (13) if existing public and private utilities conflict with the construction of the PROJECT, CITY will make all necessary arrangements with the owners of such utilities for their removal or relocation. STMrZ will inspect the roioval or relocation of such utilities, if there are no existing provisions for removal or relocation of utilities between CITY and /or STATE and the owners of such utilities, STATE and CITY will share in the cost of said —10— r,"40val or relocation in the iauwunt of 50 STATIE and 50% CITY„ (39) The cost of any engi- ailering or maintenance referred to herein aball include all direct and indirect. costs (functional and administrative overhead assessment) attribui_able to such work, applied in accordance with STATE °S standard; accounting procedures. SATE OF CAUPORNXA DOPartZwent of 'Transportation ADRIJANA GIANTURCo Director of Transportation 13Yd ClUef 5616utY Disti ctor T -11- CITY OF SANTA WMIC i. By City a a- Hac4er litti` =st: PS Reference: Contract No. 2487 (CCS)