Loading...
HomeMy WebLinkAbout10/05/1993, C-2 - PARTICIPATION IN COOPERATIVE AGREEMENT FOR THE INSTALLATION OF EMERGENCY FIRE PRE-EMPTION EQUIPMENT ON THE SIGNAL STANDARDS AT THE INTERSECTION OF FOOTHILL BOULEVARD AND SANTA ROSA STREET. Illll�l������llll� �lllllll city Or San *$ OBISPO Meeting I OctoberI' 1993 u COUNCIL AGENDA REPORT -:0 e-vZ FROM: Bob Neumann, Fire Chief SUBJECT: Participation in cooperative agreement for the installation of emergency fire pre-emption equipment on the signal standards at the intersection of Foothill Boulevard and Santa Rosa Street. CAO RECOMMENDATION: By motion, authorize the Mayor to execute a cooperative agreement with the State of California in the estimated amount of $6,000.00. DISCUSSION: Signal pre-emption equipment allows the operator of emergency response vehicles to control traffic signals from the cab of the vehicle as it approaches an intersection. This allows emergency equipment quick, and most importantly safe, passage. The City currently controls a number of intersections in this matter, and as intersections/signals are worked on we attempt to add this feature based on a priority system. Fire Department staff recently learned the State of California will be releasing a bid for the rework of the signal system at Foothill Boulevard and Santa Rosa Street, State Route 001. The State is developing the specifications and will be awarding the bid. The specifications do not include the addition of pre-emption equipment. The State has agreed to include the work via a cooperative agreement. Similar agreements are in place for other state controlled intersections. This major intersection is one of our busiest and with the addition of Cal Poly to the Department's response area, it has become a high priority of the Fire Department. CONCURRENCE The City's Public Works Director and City Attorney have reviewed the Cooperative Agreement and concur. FISCAL EMPACT Staff has anticipated this project for some time and currently has approved funds available. The City will be charged only for the actual work required and equipment. ATTACB[MENT Cooperative Agreement VRD31.doc c-z- 05-SLO-001- - - ,3 05-110-3936- - Santa Rosa/Foothill Blvd Signal Preemption District Agreement #5CA9302 COOPERATIVE AGREEMENT THIS AGREEMENT, ENTERED INTO ON is between the STATE OF CALIFORNIA, acting by and through its Department of Transportation, referred to herein as "STATE" and CITY OF SAN LUIS OBISPO a body politic and a municipal corporation of the State of California, referred to herein as "CITY" RECITALS ( 1) STATE and CITY, pursuant to Streets and Highways Code Sections 114 & 130, are authorized to enter into a Cooperative Agreement for improvements to and maintenance of State highways within CITY. (2 ) Highway improvements are being made, as the result of a Contract Inge Order, consisting of installing emergency fire preemption equipment _.. the signal standards at the intersection of Foothill Boulevard and Santa Rosa Street (State Route 001) (PM 17.3) , in the City of San Luis Obispo, referred to herein as "PROJECT" . (3) STATE and CITY desire to specify herein the terms and conditions under which PROJECT is to be constructed, 'maintained and financed. SECTION I STATE AGREES: (1) To construct PROJECT in accordance with plans and specifications. (2 ) To pay an amount equal to -0-% of the actual PROJECT construction cost, estimated to be $6000. (3) Upon completion of PROJECT and all work incidental thereto, to furnish CITY with a detailed statement of the portion of construction costs to be borne by CITY. (4 ) To maintain and operate the signal preemption equipment as installed, at CITY expense. Said maintenance shall include preemption arational timing. Page 1 of 4 Dis' tct Agreement #5CA9302 SECTION II CITY AGREES: (1) CITY' s share of the construction cost (estimated to be $6000) shall be an amount equal to one hundred percent ( 100%) of the total actual construction cost. (2) To pay STATE within twenty (20) days of receipt of an invoice the amount of $6000, which figure represents CITY' s estimated share of construction costs and any State-furnished materials. (3) To pay STATE upon completion of all work and within twenty (20 ) days of receipt of a detailed statement made upon final accounting of costs therefor, any amount over and above the aforesaid amount required to complete CITY' s financial obligation pursuant to this Agreement. (4) To provide, at no cost to STATE, all preemption equipment for PROJECT. (5) To provide STATE with the following spare parts at the Caltrans San Luis Obispo Maintenance Station: Optical Detector and Discriminator Module. Such spare parts will be replaced by CITY upon STATE notifying CITY of their need. (6) To reimburse STATE for 100% of the cost of maintenance and operation of said preemption equipment. SECTION III IT IS MUTUALLY AGREED: ( 1) All obligations of STATE under the terms of this Agreement are subject to the appropriation of resources by the Legislature and the allocation of resources by the California Transportation Commission. (2) Upon completion of all work under this Agreement, ownership and title to materials, equipment and appurtenances installed within STATE' s right of way will automatically be vested in STATE and materials, equipment and appurtenances installed outside of STATE' s right of way will automatically be vested in CITY. No further agreement will be necessary to transfer ownership as hereinabove stated. ( 3) The cost of any maintenance referred to herein shall include all direct and indirect costs (functional and administrative overhead assessment) attributable to such work, applied in accordance with STATE' s standard accounting procedures. Page 2 of 4 e-z-3 Di- ict Agreement #5CA9302 (4) STATE shall render itemized statements in support of any and all costs subject to reimbursement under the terms of this Agreement upon written demand by CITY. STATE shall keep records concerning payment items on a nerally recognized accounting basis and such records shall be maintained _.,r a period of three (3) years following the date of reimbursement. Such records shall be made available for copying, inspection or audit by CITY employees or independent agents during reasonable business hours. (5) Either party may terminate this agreement upon thirty (30) days written notice to the other. CITY shall pay all costs incurred by STATE which are reimbursable under this. agreement up to and including the date of termination. (6) Neither STATE 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 CITY under or in connection with any work, authority or jurisdiction delegated to CITY under this Agreement. It is understood and agreed that, pursuant to Government Code Section 895.4, CITY shall fully defend, indemnify and save harmless the State of California, all officers and employees from all claims, suits or actions of every name, kind and description brought for or on account of injury (as defined in Government Code Section 810.8 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. (7) Neither CITY nor any officer or employee thereof is responsible for any damage or liability occurring by reason of anything done or omitted to he done by STATE under or in connection with any work, authority or risdiction delegated to STATE under this Agreement. It is understood and .,4reed that, pursuant to Government Code Section 895.4 STATE shall fully indemnify and save harmless CITY from all claims, suits or actions of every name, kind and description brought for or on account of injury (as defined in Government Code Section 810.8) occurring by reason of anything done or omitted to be done by STATE under or in connection with any work, authority or jurisdiction delegated to STATE under this Agreement. Page 3 of 4 Dip pct Agreement #5CA9302 (8) Those portions of this Agreement pertaining to the construction of PROJECT shall terminate upon completion and acceptance of the construction contract for PROJECT by STATE, or on January 1, 1994, whichever is earlier in time; however, the maintenance and liability clauses shall remain i., effect until terminated or modified, in writing, by mutual agreement. STATE OF CALIFORNIA CITY OF SAN LUIS OBISPO Department of Transportation JAMES W. VAN LOBEN SELS By Director of Transportation Mayor Date: By ATTEST: District Director By Date: City Clerk Date: Approved as to Form & Procedure Approved as to Content B A;A1 01 y Attorney, Department of B Transportation Public Works Director Date: Date:13 93 Certified as to Funds & Approved as to Form Procedure pftfAtt5ney By District Accounting Administrator Date: Date: Page 4 of 4 C ��-S state of California Bwineas, Transportation and Bowing Agency DEPARTMENT OP TWSPORTATION MEMORANDUM DATE: July 12, 1993 CODE FILE: 05—SLO-1-17.3 05-393604 Tos O.E Morgan FROM B.E. Pastarius contingency Balance (Including this change) coo Ho. 1 Suppl No. $ 23,882.00 $ 6000.00 INCREASE Is this request in accordance with Environmental Documents? -YES X NO THIS CHANGE ORDER PROVIDES FOR: Headquarters approval required? YES_ NO_ installing a fire pre-emption system on Santa Rosa Street (Route 1) at Foothill Blvd. The District Traffic Department requested this change in response to a request from the City of San Luis Obispo. The cost of installing the pre-emption equipment will be borne by the City of San Luis Obispo. The method of pay will be a extra work at force account and there will not be a time adjustment. DISCUSSED WITH AND CONCUR: ESTIMATE OF COST 1) construction Engineer THIS CCO TOTAL TO DATE 2) Bridge Engineer Items $ $ 3) FHwA Representative YES No Force Account$ 6000.00 $ 6000.00 Naas Agreed Price $ $ Name Adjustment $ $ Neste Total $ 6000.00 $ 6000.00 Dist. Prior Approval Byt Date Federal Segregations H.Q. Issues i Approve Byt Date Federal No. Suppl. Funds Provided $ NOTESs 1. Describe What, Why, How. % 2. Show I chargeable to each Federal Section, to Non-Partie, Sections i to coop. Agr. PederaI icipationt ��P• HC-39 WP57(Rev.2/89) Resident Engineer