Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutItem 6.2 Award of Bid 92-01 CITY OF DUBLIN
AGENDA STATEMENT
City Council Meeting Date: February 24, 1992
92-01
SUBJECT:
Public Hearing: Dublin Boulevard Extension Assessment
District - Approval of Engineer's Report and Award of
Construction Bid
EXHIBITS ATTACHED:
1)
2)
3)
5)
6)
7)
8)
Resolution Overruling Protests
Amended Engineer's Report
Resolution Approving Amended Engineer's Report
and Assessment and Ordering Improvement
Resolution Authorizing Change Orders
Resolution Awarding Contract
Construction Contract
Spreadsheet of Bid Results
Mr. Robert Brunsell, the District's Bond
Counsel, and Mr. John Heindel, the Assessment
District Engineer, will be available at the
meeting to answer technical questions.
RECOMMENDATION:
5)
6)
7)
8)
Open public hearing
Receive Staff presentation and public comment
Question Staff and the public
Close public hearing and deliberate
Adopt Resolution Overruling Protests
Adopt Resolution Approving Amended Engineer's
Report and Assessment and Ordering Improvement
Adopt Resolution Authorizing Change Orders
Adopt Resolution Awarding Contract
FINANCIAL STATEMENT: The assessment district will allow properties that
will benefit from the improvements to be assessed a portion of the costs based on
the benefit to those parcels. Miscellaneous costs such as legal, engineering, and
bond discounts will be included in the assessments.
The costs that are not directly benefiting properties in the District will be
contributed by the City of Dublin through a loan from BART, with the expectation
that these costs will be recovered through offsite fees and/or future assessment
districts which include properties that benefit from the improvements. There are
monies budgeted in the present Capital Improvement Program to pay for the City's
contribution to the District.
Expenses By Fund
Estimates
at the 1/21/92
Budgeted Funds Engr's Reoort
(Engineering, Right-of-Way, and Construction)
Estimates for this
Engineer's Reoort
Assessment District
Gas Tax (SB140)
Future District
$1,534,400 $2,920,000 $2,350,000
223,655 343,658 358,264
2,584,345 2.785.827 2,503,562
$4~342,400 6,049,485 5,211,826
John Moore;--Michael Nohr; Kanaris
Vangelatos, et.al.; Michael Nave;
Les McDonald Construction
The notable differences between the estimates of January 21st and this report are
that the construction bid was approximately 35% below the Engineer's Estimate, and
John Moore is dedicating the right-of-way on his Chabot Road parcel instead of
including it in the District.
The Assessment District includes John Moore's Tract 5900, the future Chevron parcel,
the lower half of the Nohr parcel, and the old "U-Haul" parcel now owned by John
Moore's Dublin Commercial II partnership. There will also be three small remainder
parcels that Dublin will be able to resell to offset its right-of-way costs.
The Assessment District spread, based on this Engineer's Report, is proposed to be
as follows:
1) B.J. Dublin Commercial
(Moore's Tract 5900) $1,898,672
2) Vangelatos, et. al.
(Chevron parcels) 236~549
3) Nohr (Curtiss Dodge) 144,990
4) Dublin Commercial II
(Old U-Haul parcel on Chabot Road) 69,789
5) City of Dublin Contribution 2,861,826
$5,211,826
DESCRIPTION: On December 23, 1991, the City Council accepted petitions and took
other actions to begin the formation of an assessment district to partially finance
the Dublin Boulevard Extension. This project will extend Dublin Boulevard from
Dougherty Road easterly to the Southern Pacific Railroad Right-of-Way, as well as
provide widening on the east side of Dougherty Road and connect the existing cul-de-
sac along the west side of the Chabot Channel to the new Dublin Boulevard Extension.
On January 13, 1992, the City Council authorized Staff to solicit bids for the
construction of the Dublin Boulevard Extension. This project will construct the
easterly extension of Dublin Boulevard from Dougherty Road to the Southern Pacific
Railroad Right-of-Way.
On January 21, 1992, the City Council accepted and filed the Engineer's Report and
the Notice of Improvement and directed the City Clerk to publish and mail the Notice
of Improvement to all property owners within the proposed Assessment District. A
public hearing for the purpose of hearing protests to the proposed Assessment
District was set for February 24, 1992.
On February 13, 1992, bids were opened for construction of the project. The low
bidder, Les McDonald Construction, submitted a bid in the amount of $1,084,925.60.
A detailed summary of the 10 bids received is attached as Exhibit 7. Les McDonald
has worked in the City of Dublin on previous Capital Improvement Projects and has
met the Disadvantaged Business Enterprise goals for this project. Staff recommends
that the construction bid be awarded to Les McDonald Construction Co.
The proposed method of assessment s~read is to levy the cost of land and
improvements to each parcel that would have been required for development of that
parcel:
Tract 4978 (Moore tract) will be assessed for the cost of the land and
improvements within that Tract, as were required under Tentative Map 5900.
The Moore parcel adjacent to the Chabot Channel will be assessed for the cost
of improvements necessary to connect the existing cul-de-sac to Dublin
Boulevard extended. The property owners have committed to dedicating the
necessary right-of-way, and they will therefore not be assessed for the land.
The Chevron parcel will be assessed for the cost of the land and improvements
required under its approved use permit.
Page 2
The remaining Nohr parcel south of the new roadway will be assessed for the
cost of the land and improvements for one half of a 40-foot curb to curb
street on a 60-foot right-of-way.
In addition, the parcels to be assessed will be assessed their proportionate
assessment district incidental costs such as engineering, inspection, legal,
and bond costs.
The City of Dublin will contribute the remaining unfunded project costs.
The Engineer's Report includes the following documents:
1)
A certification that John Heindel has prepared the report and a
description of the improvements.
2) Plans and specifications for the construction work.
3) An estimate of the cost of improvements.
4)
An assessment roll indicating the amounts to be assessed against each
parcel.
5) A statement of the method of assessment.
6)
A list of names and addresses of the owners of the real property within
the District.
7) A diagram showing all parcels within the District.
8) A description of the rights-of-way to be acquired.
This is the time and place for property owners within the District to protest their
inclusion in the District or the method of assessment spread. If the protests are
overruled and the District goes forward, the participants in the District will have
thirty days in which to pay their assessments or dedicate their right-of-way. If
the property owners choose to do this, their assessments would be reduced
accordingly and they would save the cost of issuing and financing assessment bonds.
Staff recommends that the City Council conduct a public hearing, deliberate, and
take the actions outlined in the "Recommendation" section of this agenda statement.
Mr. Robert Brunsell, the City's Bond Counsel, and Mr. John Heindel, the Engineer of
Work for the District, will be available at the meeting to answer questions.
a:(dbx)\ad\agsCawrd
Page 3
RESOLUTION NO.
RESOLUTION OVERRULING PROTESTS
DUBLIN BOULEVARD EXTENSION ASSESSMENT DISTRICT 91-1
The city Council of the city of Dublin resolves:
On February 24, 1992, the city Council opened a public hearing
on the resolution of intention and the engineer's report on the
proposed improvement in Dublin Boulevard Extension Assessment
District 91-1.
At or before the time set for hearing, certain interested
persons made protests or objections to the proposed improvement,
the extent of the assessment district or the proposed assessment.
The city Council hereby overrules each of these protests,
written or oral.
The city Council finds that the protest against the proposed
improvement (including all written protests not withdrawn in
writing before the conclusion of the protest hearing) is made by
the owners o~ less than one-half of the area of the land to be
assessed for the improvement.
PASSED, APPROVED, AND ADOPTED this 24th day of February, 1992,
by the following vote:
AYES:
NOES:
ABSENT:
ABSTAIN:
MAYOR
ATTEST:
city Clerk
__ AMENDED ENGINEER'S REPORT
DUBLIN BOULEVARD EXTENSION ASSESSMENT DISTRICT 91-1
CITY OF DUBLIN
The undersigned respectfully submits the enclosed amended report as
directed by the City council.
DATED: February 24, 1992
JOHN HEINDEL,
Engineerof Work
I HEREBY CERTIFY that the enclosed Amended Engineer's Report,
together with Assessment and Assessment Diagram thereto attached,
was filed with me on the 24th day of February, 1992.
KAY KECK, City Clerk,
City of Dublin, Alameda County,
California
By
I HEREBY CERTIFY that the enclosed Amended Engineer's Report,
together with Assessment and Assessment Diagram thereto attached,
was approved and confirmed by the city Council of the City of
Dublin, Alameda County,~California, on the day
of , 1992.
KAY KECK, city clerk,
City of Dublin, Alameda County,
California
By
I HEREBY CERTIFY that the e~¢losed Amended Engineer's Report,
together with Assessment and Assessment Diagram thereto attached,
was recorded in my office on the _. day of ...... ,
1992.
LEE THOMPSON, City Engineer,
City'of Dublin, Alameda County,
California
AMENDED ENGINEER'S REPORT
DUBLIN BOULEVARD EXTENSION ASSESSMENT DISTRICT 91-1
JOHN H. HEINDEL, Engineer of Work for Dublin Boulevard
Extension Assessment District 91-1, makes this amended report, as
directed by the City Council of the City of Dublin, pursuant to
Section 10204 of the Streets and Highways Code (Municipal
Improvement Act of 1913).
The improvements which are the subject of this amended report
are briefly described as follows:
Ail those proposed public improvements within Tract 4978 and
the proposed Tract 5900. These include curbs, gutters,
sidewalk, pavement, street monuments, drainage, street lights,
street trees, signs, striping, irrigation, and related
miscellaneous improvements on Dougherty Road and Dublin
Boulevard extended.
The construction of the westerly one-half cf the road which is
to be on either side of the Chabot Channel. The limits of
these improvements are from the end of the existing cul-de-
sac north to the improvements of Dublin Boulevard extended,
the reconfiguration of the cul-de-sac bulb to a through
street, and changing Of the driveway entrance at Scarlett
court to street curb returns.
The construction of the Extension of Dublin Boulevard from
Dougherty Road to Tract 4978, together with the necessary
right-cf-way to construct these public improvements.
The five-foot widening on the east side of Dougherty Road from
Dublin Boulevard extended north to Tract 4978.
The acquisition of right-of-way for the above improvements in
Items 1 and 2.
The miscellaneous costs involved in the engineering, legal
process, and financing.
Bonds representing unpaid assessments, and bearing interest at
a rate not to exceed twelve percent (12%) per annum, shall be
issued in the manner provided by the Improvement Bond Act Of 1915
(Division 10, Streets and HighwaYs Code), and the last installment
of the bonds shall mature not to exceed twenty-four (24) years from
the second day of September nex~ succeeding twelve (12) months from
their date.
This
EXHIBIT A:
EXHIBIT B:
EXHIBIT C:
EXHIBIT D:
EXHIBIT E:
EXHIBIT F:
amended report includes the following attached exhibits:
Plans and specifications for improvements to be
constructed. Plans and specifications are a part of
this amended report whether or not separately bound.
An estimate of the cost of the improvements.
An assessment roll, showing the amount proposed to
be specially assessed against each parcel of real
property within this assessment district. Each
parcel is described by County ASSeSsor's parcel
number or other designation, and each parcel is also
assigned a separate "assessment number" for the
purposes of this proceeding.
A statement of the method by which the undersigned
determined the amount proposed to be assessed
against each parcel, based on benefits to be derived
by each parcel, respectively, from the improvements.
A list of the names and addresses of the owners of
real property within this assessment district, as
shown on the last equalized assessment roll for
taxes, or as known to the Clerk. The list is keyed
to Exhibit~c by assessment number.
A diagram Showing all of the parcels of real
property within this assessment district. The
diagram is keyed to Exhibit C by assessment number.
Respectfully submitted,
JOHN H. HEINDEL,
Engineer of Work
EXHIBIT A
PLANS & SPECIFICATIONS, THOUGH SEPARATELY BOUND, ARE A PART
OF THIS REPORT.
EXHIBIT B
DUBLIN BOULEVARD EXTENSION ASSESSMENT DISTRICT 91-1
CITY OF DUBLIN
ESTIMATE OF COSTS
Bid Schedule A
Bid Schedule B
Contingencies
City Contribution
Subtotal Construction
City Contribution
Subtotal Right of Way
Incidental Expenses
*Engineering Design
*Construction Engineering
*Soils Engineering
*Plan Checking & Inspection
*Contract Administration
*Right of Way Engineering
Reserve Fund (5%)
Bond Discount (2%)
Bond Counsel
Assessment Engineering
Bond Printing
Paying Agent/Registrar
Legal Publications, Auditor's
Record, Recordings & Mailings
Capitalized Interest
Miscellaneous
*city Contribution
Subtotal Incidentals
$ 586~605.00
$1,084,926.00
~0~,493.00
$1t193~419.00
(414.939.00%
$3,322,113.00
(2,326,450.0Q)
171,822.00
36,200.00
16,800.00
83,539.00
23~868.00
7~032.00
117,500.00
47~000.00
23~500.00
15,000.00
5,000.00
25,000.00
2,500.00
117,500.00
4,033.00
$ 696,294.00
Balance to Assessment
$ 778,480.00
$ 995,663.00
~7~.857.00
$2,350,000.00
EXHIBIT C
ASSESSMENT ROLL
02/20/92
Page 1
CITY OF DUBLIN
Dublin Blvd. Extension Assessment District 91-1
Assessment Assessment Parcel
Number Amount Description
1
2
3
4
5
$ 448,270.00
334,708.00
340,685.00
264,977.00
195,247.00
941-0550-036-00
941-0550-040-00
941-0550-041-00
941-0550-042-00
941-0550-043-00
6
7
8
9
10
314,785.00
135,171.00
101,378.00
0.00
144,990.00
941-0550-044-00
941-0550-009-15
941-0550-010-13
941-0550-OlO-11(ptn)
941-05§O-012-07(ptn)
11
12
13
TOTAL:
69,789.00
0.00
0.00
2,350,000.00
941-0550-039-00
941-0550-010-11(ptn)
941-0550-012-07(ptn)
EXHIBIT D
DUBLIN BOULEVARD EXTENSION ASSESSMENT DISTRICT 91-1
CITY OF DUBLIN
~ETHOD OF ASSESSMENT
The amounts to be assessed against the parcels of property to pay
the cost and expenses of the work and improvements are based upon
the benefits to be derived by the properties within the assessment
district.
The total assessment to be levied against any parcel of land in the
district shall be the sum of the amounts determined by the
following formulas:
Parcels owned or to be acquired by public agencies shall
not be assessed.
construction costs to be assessed against each parcel
shall be equal to the estimated cost of the public
improvements that have been or would be required by the
city of Dublin as a condition of development of said
parcels. In the case of a group of parcels that will be
treated as a single development, the assessment computed
for that development shall be spread to each parcel in
proportion to parcel area. All construction costs in
excess of those described above shall be contributed to
the assessment district by the City of Dublin.
Right of way acquisition costs to be assessed against
each parCel shall be equal to the estimated value of
rights of way that have been or would be required by the
City of Dublin to be dedicated as a condition of
development of said parcels. In the case of a group of
parcels that will be treated as a single development, the
assessment computed for that development shall be spread
to each parcel in proportion to parcel area. All right
of way acquisition costs in excess of those described
above shall be contributed to the assessment district by
the city of Dublin.
Incidental expenses related to construction shall be
spread to each parcel in the assessment district, and to
the City of Dublin, in proportion to the total amounts
assessed to said parcels and contributed by the City of
Dublin, under 2 above.
Incidental expenses related to the acquisition of right
of way from parcels being assessed shall be spread to
each parcel in the assessment district in proportion to
the total amounts assessed to said parcels under 3 above.
All right of wayincidental expenses in excess of those
described above shall be contributed to the assessment
district by the City of Dublin.
Incidental expenses related to the assessment district
proceedings shall be spread to each parcel in the
assessment district in proportion to the total amounts
assessed to said parcels for all other items.
Dublin Blvd.
ASSESSMENT NUMBER(S)
2
3
4
5
6
7
8
9
10
11
EXHIBIT E
PROPERTY OWNERS' LIST
CITY OF DUBLIN
Extension Assessment District 91-1
NAME AND ADDRESS OF OWNER
B.J. Dublin Commercial
c/o Patrick Land Co.
7901 Stoneridge Drive #403
Pleassnton CA 94566
B.J. Dublin Commercial
c/o Patrick Land Co.
7901 Stoneridge Drive $403
Plsasanton CA 94566
B.J. Dublin Commercial
c/o Patrick Land Co.
7901 Stoneridge Drive $403
Pleasanton CA 94566
B.J. Dublin Commercial
c/o Patrick Land Co,
7901 Stoneridge Drive $403
Pleasanton CA 94566
B.J. Dublin Commercial
c/o Patrick Land Co.
790'1 Stonsridge Drive $403
Pleasanton CA 94566
B.J. Dublin Commercial
c/o Patrick Land Co.
7901 Stoneridge Drive $403
Pleasanton CA 94566
Kanaris & Maria Vangelatos, .Et A1
590 E. Willow Street
Long Beach CA 90806
Kanaris & Maria Vangelatos, Et A1
590 E, Willow Street
Long Beach CA 90806
John S. & Shirley P. Corallo, Trs.
8155 Brittany
Dublin CA 94568
D.M. Nohr
800 East Airway Boulevard
Livsrmore CA 94550
Dublin Commercial II
c/o Patrick Land Co.
7901 Stoneridge Drive $403
Dublin CA 94566
Page
Dublin Blvd.
ASSESSMENT NUMBER(S)
12
13
*** END OF LIST ***
EXHIBIT E
PROPERTY OWNERS' LIST
CITY OF DUBLIN
Extension Assessment District 91-1
NAME AND ADDRESS OF OWNER
John S. & Shirley P. Corallo,
8155 Brittany
Dublin CA 94568
D.M. Nohr
800 East Airway Boulevard
Livsrmors CA 94550
Page 2
Trs.
ASSESSMENT DIAGRAM OF
DUBLIN BOULEVARD
EXTENSION ASSESSMENT DISTRICT 91-1
CITY OF DUBLIN~ ALAMEDA COUNTY, CALIFORNIA
XVI L,$EY & 1 lA'x, 1 JAN. lgg2
LOT 1
5' STRIP FOR
DOUGHERT¥ ROAD WIDENING
THAT REAL PROPERTY SITUATED IN THE CITY OF DUBLIN, COUNTY OF
ALAMEDA, STATE OF CALIFORNIA BEING A PORTION OF LOT 1 OF TRACT 4978
RECORDED JULY 5, 1984 IN BOOK 145 OF MAPS AT PAGES 3 THROUGH 5 IN
THE OFFICE OF THE RECORDER OF SAID COUNTY, DESCRIBED AS FOLLOWS:
BEGINNING AT THE SOUTHWESTERLY CORNER OF LOT 1 OF TRACT 4978
RECORDED JULY 5, 1984 IN BOOK 145 OF MAPS AT PAGES 3 THROUGH 5 IN
THE OFFICE OF THE RECORDER OF ALAMEDA COUNTY, SAID CORNER BEING ON
A CURVE TO THE RIGHT, HAVING A RADIUS OF 745.07 FEET, A RADIAL
BEARING TO THE RADIUS OF NORTH 76° 09' 46" EAST; THENCE NORTHERLY
ALONG SAID CURVE THROUGH A CENTRAL ANGLE OF 14° 02' 43" AN ARC
DISTANCE OF 182.64 FEET TO A POINT OF COMPOUND CURVE TO THE RIGHT,
HAVING A RADIUS OF 50.00 FEET; THENCE NORTHERLY THROUGH A CENTRAL
ANGLE OF 26° 51' 45" AN ARC DISTANCE OF 23.44 FEET; THENCE SOUTH 01°
13' 02" WEST 21.14 FEET TO A POINT ON A CURVE TO THE LEFT HAVING A
RADIUS OF 45.00 FEET, A RADIAL BEARING TO THE RADIUS OF SOUTH 87°
55' 52" EAST; THENCE SOUTHERLY THROUGH A CENTRAL ANGLE OF 01° 51'
33" AN ARC DISTANCE OF 1.46 FEET TO A POINT OF COMPOUND CURVE
HAVING A RADIAL BEARING TO THE RADIUS OF SOUTH 89° 47' 31" EAST,
HAVING A RADIUS OF 740.07 FEET; THENCE SOUTHERLY THROUGH A CENTRAL
ANGLE OF 14° 08' 58" AN ARC LENGTH OF 182.76 FEET TO THE SOUTHERLY
LINE OF LOT 1 TRACT 4978; THENCE NORTH 88° 46' 58" WEST, ALONG TI~E
SOUTHERLY LINE OF LOT 1 TRACT 4978, 5.18 FEET TO THE POINT OF
BEGINNING.
SAID PARCEL CONTAINS 0.0228 ACRES MORE OR LESS. ~~U~~
EXPIRATION DATE 9/30/92
LoT I
LOT 2
TRACT 4978
DUBLIN BOULEVARD EXTENSION
THAT REAL PROPERTY SITUATED IN THE CITY OF DUBLIN, COUNTY OF
ALAMEDA, STATE OF CALIFORNIA BEING A PORTION OF LOT 2 OF TRACT 4978
RECORDED JULY 5, 1984 IN BOOK 145 MAPS AT PAGES 3 THROUGH 5 IN THE
OFFICE OF THE RECORDER OF SAID COUNTY, DESCRIBED AS FOLLOWS:
COMMENCING AT THE SOUTHWESTERLY CORNER OF LOT 1 OF THE
AFOREMENTIONED TRACT 4978, THENCE SOUTH 88°46'58" EAST (SOUTH
88°46'58" EAST ALONG THE SOUTHERLY BOUNDARY LINE OF TRACT 4978
BEING USED AS THE BASIS OF BEARING FOR THIS DESCRIPTION) ALONG THE
SOUTHERLY LINE OF LOT 1 A DISTANCE OF 289.03 FEET TO THE SOUTHERLY
CORNER COMMON TO LOTS 1 & 2 PER TRACT 4978; THENCE CONTINUING SOUTH
88°46'58" EAST, ALONG THE SOUTHERLY LINE OF LOT 2, 248.19 FEET TO
THE AC'rtu%L POINT OF BEGINNING, SAID POINT BEING ON A CURVE TO RIGHT
HAVING A RADIUS OF 1055.00 FEET, A RADIAL BEARING TO THE RADIUS OF
SOUTH 21°01'29" EAST; THENCE NORTHEASTERLY ALONG SAID CURVE THROUGH
A CENTRAL ANGLE OF 3~00'38" AN ARC DISTANCE OF 55.43 FEET TO THE
LINE COMMON TO LOTS 2 AND 3 OF TRACT 4978; THENCE SOUTH 01°17'02"
WEST ALONG SAID COMMON LINE TO LOTS 2 AND 3, 19.63 FEET TO THE
SOUTHEASTERLY CORNER OF LOT 2 OF TRACT 4978; THENCE ALONG THE
SOUTHERLY LINE OF LOT 2 NORTH 88046'58" WEST, 51.81 FEET MORE OR
LESS TO THE ACTUAL POINT OF BEGINNING. ~
SAID PARCEL CONTAINS 0.0120 ACRES MORE OR LESS
DONALD HO~-BS, LS 4807
EXPIRATION DATE 9/30/92
PLAT TO ACCOMPANY DE.SCRIFi'ION
LOT. 2 T'Y,..,~.'T
_.O~UTHE'AST£FII.y tc~:)RTION OF' LOT ~,TK.e~' ~q-/~ TO M DEDICATED TO
'THE CITY O~'
SC~: JOB lqUMB~R:
/ " = ...~0 '
D&'r~: DEW. NO.
~94 Bishop Drive, Suite al0
~ ~1) PL~m~e StanCES (5~0) ~75-9770 - ~"-~_-~ '. i ~
LOT 3
TRACT 4978
DUBLIN BOULEVARD EXTENSION
THAT REAL PROPERT~ SITUATED IN THE CITY OF DUBLIN, COUNTY OF
ALAMEDA, STATE OF CALIFORNIA BEING A PORTION OF LOT 3 OF TRACT 4978
RECORDED JULY 5, 1984 IN BOOK 145 OF MAPS AT PAGES 3 THROUGH 5 IN
THE OFFICE OF THE RECORDER OF SAID COUNTY, DESCRIBED AS FOLLOWS:
COMMENCING THE SOUTHWESTERLY CORNER OF LOT 1 OF THE AFOREMENTIONED
TRACT 4978; SAID POINT BEING ON THE EASTERLy RIGHT OF WAY OF
DOUGHERTY ROAD; THENCE SOUTH 88°46'58" EAST (SOUTH 88°46'58" EAST
ALONG THE SOUTHERLY LINE OF TRACT 4978 WAS TAKEN AS THE BASIS OF
BEARING FOR THIS DESCRIPTION) ALONG THE SOUTHERLY LINE OF TRACT
4978, A DISTANCE OF 589.03 FEET TO THE SOUTHERLy CORNER COMMON TO
LOTS 2 AND 3 OF TRACT 4978 AND THE ACTUAL POINT OF BEGINNING THENCE
NORTH 01'17'02" EAST ALONG THE LINE COMMON TO LOTS 2 AND 3, 19.63
FEET TO A CURVE TO THE RIGHT HAVING A RADIUS OF 1055.00 FEET, A
RADIAL BEARING TO THE RADIUS OF SOUTH 18°00'51'' EAST; THENCE
NORTHEASTERLY ALONG SAID CURVE THROUGH A CENTRAL ANGLE OF 16°39'16"
AN ARC DISTANCE OF 306.66 FEET TO THE LINE COMMON TO LOTS 3 AND 4;
THENCE ALONG SAID COMMON LINE, SOUTH 01017'02'' WEST 77.43 FEET TO
THE SOUTHEAST CORNER OF LOT 3; THENCE ALONG THE SOUTHERLY LINE OF
LOT 3 NORTH 88o46'58" WEST 300.00 FEET MORE OR LESS TO THE ACTUAL
POINT OF BEGINNING.
SAID
PARCEL
CONTAINS 0.3863 ACRES MORE OR LESS ,~%~ LER~
, N- 4807)
ONALD HOBBY, LS 4807
EXPIRATION DATE 9/30/92
PLAT TO ACCOMPANY DESCRIPTION
LOT ~ TK.,~.~,'T "fl"al'"/~
~H~'RLY PoRT~oN OF LOT 3TKAC,.T4.qT&_ TO BE DEDICATED TO
THE CITy o!: DU~LIN.
SCAL~: JOB
1"=.5'o' /~-o£-o7'
DAT~: DK'W. NO.
,~/~/w
LOT 4
TRACT 4978
DUBLIN BOULEVARD EXTENSION
THAT REAL PROPERTY SITUATED IN THE CITY OF DUBLIN, COUNTY OF
ALAMEDA, STATE OF CALIFORNIA BEING A PORTION OF LOT 4 OF TRACT 4978
RECORDED JULY 5, 1984 IN BOOK 145 OF MAPS AT PAGES 3 THROUGH 5 IN
THE OFFICE OF THE RECORDER OF SAID COUNTY, DESCRIBED AS FOLLOWS:
COMMENCING AT THE SOUTHWESTERLY CORNER OF LOT 1 OF THE
AFOREMENTIONED TRACT 4978, SAID POINT BEING ON THE EASTERLY RIGHT
OF WAY OF DOUGHERTY ROAD; THENCE SOUTH 88°46'58" EAST (SOUTH
88°46'58" EAST ALONG THE SOUTHERLY LINE OF TRACT 4978 WAS TAKEN AS
THE BASIS OF BEARING FOR THIS DESCRIPTION) ALONG THE SOUTHERLY LINE
OF TRACT 4978, 889.03 FEET TO THE SOUTHERLY CORNER COMMON TO LOTS
3 AND 4 OF TRACT 4978 AND THE ACTUAL POINT OF BEGINNING; THENCE
ALONG THE LINE COMMON TO LOTS 3 AND 4, NORTH 01017'02'' EAST 77.43
FEET TO A CURVE TO THE RIGHT HAVING A RADIUS OF 550.00 FEET, A
RADIAL BEARING TO THE RADIUS POINT OF SOUTH 1°21'34'' EAST; THENCE
NORTHEASTERLy ALONG SAID CURVE THROUGH A CENTRAL ANGLE OF 02°34' 36"
AN ARC DISTANCE OF 47.44 FEET; THENCE SOUTH 88046'58'' EAST AND
PARAT.T.EL TO THE SOUTHERLY LINE OF LOT 4, 252.48 FEET TO THE LINE
COMMON TO LOTS 4 AND 5; THENCE ALONG SAID COMMON LINE SOUTH
01'13'02" WEST 78.50 FEET TO THE SOUTHEASTERLY CORNER OF LOT 4;
THENCE NORTH 88046'58'' WEST 300.00 FEET MORE OR LESS TO THE ACTIIAL
POINT OF BEGINNING
SAID PARCEL CONTAINS 0.5402 ACRES MORE OR LESS
N-o 4807
DONALD HOBBS, LS 4807
EXPIRATION DATE 9/30/92
PLAT TO ACCOHPAIdY De. SCRIPTION
LOT 4. "T'W,,,~-T "'t'"r'7E:,
I-,, 4.7.44.
I
PROPOSED DUBLIN
0.54.02 A~. *-
BLVD.
J
UAL POINT OF BEGINNING
~OO. OO
.~UTI-IERL~ .PoRTIOn/ OF LOT 4-'t't~k(,.~'4cl"/~. TO ~ D~DICA~cD 'TO
THE CITy oF DUB. LIN.
W ILSEY &HAM
SCALE: JOB NI,TMBER:
DATF,: DEW. NO.-
/~.,~/?/
2894 Btmhop Drive, Suite 210
San Bemon, CaUfox,nia 9458~
LOT 5
TRACT 4978
DUBLIN BOULEVARD EXTENSION
THAT REAL PROPERTY SITUATED IN THE CITY OF DUBLIN, COUNTY OF
ALAMEDA, STATE OF CALIFORNIA BEING A PORTION OF LOT 5 OF TRACT 4978
RECORDED JULY 5, 1984 IN BOOK 145 OF MAPS AT PAGES 3 THROUGH 5 IN
THE OFFICE OF THE RECORDER OF SAID COUNTY, DESCRIBED AS FOLLOWS:
COMMENCING AT THE SOUTHWESTERLY CORNER OF LOT 1 OF THE
AFOREMENTIONED TRACT 4978; THENCE SOUTH 88°46'58" EAST (SOUTH
88o46'58.. EAST ALONG THE SOUTHERLY LINE OF TRACT 4978 WAS TAKEN AS
THE BASIS OF BEARING FOR THIS DESCRIPTION) ALONG THE SOUTHERLY LINE
OF TRACT 4978, 1189.03 FEET TO THE SOUTHERLY CORNER COMMON TO LOTS
4 ARD 5 OF TRACT 4978 AND THE ACTUAL POINT OF BEGINNING; THENCE
ALONG THE LINE COMMON TO LOTS 4 AND 5, NORTH 01013'02'' EAST 78.50;
THENCE LEAVING SAID COMMON LINE TO LOTS 4 AND 5 ALONG A LINE
PARALLEL TO THE SOUTHERLY LINE OF TRACT 4978 SOUTH 88o46'58'' EAST
448.48 FEET; TO THE EASTERLY LINE OF TRACT 4978; THENCE ALONG SAID
EASTERLY LINE OF TRACT 4978, SOUTH 46028'47'' EAST, 116.63 FEET TO
THE SOUTHEASTERLY CORNER OF LOT 5 TRACT 4978; THENCE ALONG THE
SOUTHERLY LINE OF LOT 5 NORTH 88°46'58" WEST 534.74 FEET MORE OR
LESS TO THE ACTUAL POINT OF BEGINNING
SAID PARCEL CONTAINS 0.8859 ACRES MORE OR LESS ~/~%~~
No 4807
DONALD HOBBS~ LS 4807
EXPIRATION DATE 9/30/92
LOT 5
TRACT 4978
CHABOT ROAD
THAT REAL PROPERTY SITUATED IN THE CITY OF DUBLIN, COUNTY OF
ALAMEDA, STATE OF CALIFORNIA BEING A PORTION OF LOT 5 OF TRACT 4978
RECORDED JULY 5, 1984 IN BOOK 145 OF MAPS AT PAGES 3 THROUGH 5 IN
THE OFFICE OF THE RECORDER OF SAID COUNTY, DESCRIBED AS FOLLOWS:
4978; THENCE NORTH 88°46'58" WEST PARALLEL TO THE
144.82 FEET TO THE ACTUAL POINT OF BEGINNING
COMMENCING AT THE SOUTHWESTERLY CORNER OF LOT 1 OF THE
AFOREMENTIONED TRACT 4978; THENCE SOUTH 88°46'58" EAST (SOUTH
88°46'58'' EAST ALONG THE SOUTHERLY LINE OF TRACT 4978 WAS TAKEN AS
THE BASIS OF BEARING FOR THIS DESCRIPTION) ALONG THE SOUTHERLY LINE
OF TRACT 4978; 1189.03 FEET TO THE SOUTHERLY CORNER OF LOTS 4 AND
5; THENCE NORTH 01013'02" EAST ALONG THE LINE COMMON TO LOT 4 AND
5, 78.50 FEET; THENCE SOUTH 88046'58'' EAST AND PARALLEL TO THE
SOUTHERLY LINE OF TRACT 4978, 303.66 FEET TO THE INTERSECTION OF
THE NORTHERLY LINE OF DUBLIN BOULEVA/~D EXTENSION AND THE WESTERLY
LINE OF CHABOT ROADAND THE ACTUALPOINTOF BEGII~NING; THENCE NORTH
46013'02'' EAST 45.25 FEET; THENCE NORTH 01013'02.' EAST 70.67 FEET
TO THE EASTERLY LINE OF TRACT 4978; THENCE SOUTH 46028'47'' EAST
ALONG SAID EASTERLY LINE OF LOT 5 TRACT 4978, 152.54 FEET TO THE
NORTHERLY LINE OF DUBLIN BOULEVARD EXTENSION, SAID POINT BEING
78.50 FEET MEASURED AT RIGHT ANGLE FROM THE SOUTHERLY LINE OF TRACT
SOUTHERLY LINE
4807
DONALD HOBBS, LS 4807
EXPIEATION D~TE 9/30/92
SAID PARCEL CONTAINS 0.1447 ACRES MORE OR LESS
ACCESS & PUBLIC UTILITY EASEMENT
EFFECTING PARCEL 3 OF PARCEL MAP 3000
AN ACCESS & PUBLIC UTILITY EASEMENT OVER THAT REAL PROPERTY
SITUATED IN THE CITY OF DUBLIN, COUNTY OF ALAMEDA, STATE OF
CALIFORNIA, BEING A PORTION OF PARCEL 3 OF PARCEL MAP 3000
RECORDED NOVEMBER 3, 1981 IN BOOK 131 OF PARCEL MAPS AT PAGES 22-
23 IN THE OFFICE OF THE RECORDER OF SAID COUNTY, DESCRIBED AS
FOLLOWS:
BEGI~G AT THE NORTHEAST CORNER OF PARCEL 3 OF PARCEL MAP 3000;
THENCE ALONG THE NORTHERLY LINE OF PARCEL 3 NORTH 88° 46' 58"
WEST (NORTH 88° 46' 58" WEST AS SHOWN ON TRACT 4978 RECORDED JULY
5, 1984 IN BOOK 145 OF MAPS AT PAGES 3 THROUGH 5 IN ALAMEDA
COUNTY WAS TAKEN AS THE BASIS OF BEARINGS OF THIS DESCRIPTION)
42.76 FEET; T'ITENCE SOUTH 14° 38' 36" EAST 36.39 FEET; THENCE
SOUTH 01° 18' 32" WEST AND PARALLEL TO THE EASTERLY LINE OF
PARCEL 3, 198.76 FEET TO THE NORTHERLY LINE OF THE ACCESS &
PUBLIC UTILITY EASEMENT AS SHOWN ON PARCEL MAP 3000; THENCE SOUTH
88° 41' 28" EAST, ALONG THE NORTHERLY LINE OF SAID ACCESS &
PUBLIC UTILITY EASEMENT 32.76 FEET TO THE EASTERLY LINE OF PARCEL
3 OF PARCEL MAP 3000; THENCE NORTH 01° 18' 32" EAST ALONG SAID
EASTERLY LINE OF PARCEL 3, 233.81 FEET TO '£~U~ POINT OF BEG~FING.
SAID EASEMENT CONTAINS
0.1798 ACRES MORE OR LESS.
48O7/
DONALD HOBBS, LS 4807
EXPIRATION DATE 9~30/92
?L..AT TO ,~,,.¢01.-4' [::::'AMY
o % l.., OT l~
WILSEY&HAM ,..,~::. ~.,,,o~.
SCALE: JOB NUMBER:
,563
DATE: DRW. NO.
~./~ ~/~
2~94 Bishop Drive, Suite
ENGIN~ZRING. AND PLANNING SERVICES (510) 275-9770
SCAL~.:.~ lOB NUM~Im:
210
DATE: D~. NO.
~-~-~
WILSEY&HAM-'-.'-, '"-,.
B~q*gEmlqG Am) l,l,ih'mNG -q'n~'ICn' (~10)
PLA T FOR DEDICATION
DUBLIN AL~Mb'DA COUNTY CALIFORNIA
3L4RCI~' f$9! SCALE 'i"=40'
JdY CALIFORNL4 LAN'D SURVEYING
P.O. BOX
PLEASANT HILL, CA. 9452~'
LOT I TRACT 4~78
139.40
~7ff2.7, S~' ~:
:26,746 SO.. FT.
0.844 AC.
4334 O.R. 266
PARCEL TWO
p.=224,02'
CA-~L< .10' 2g'
L=3~.96'
R=50, O0'
C.4=$~6' 02'
L=76.OY'
224.58'
80.00'
PARCEL D
P),£ ! 04.9
LEGAL DESCRIPTION FOR DEDICATION
ALL THAT CERTAIN REAL PROPER'fY SITUATE IN THE CITY OF DUBLIN, COUNTY OF ALAMEDA,
STATE OF CALIFORNIA DESCRIBED AS FOLLOWS:
PARCEL ONE
A PORTION OF pARCEL B AS SHOWN ON PARCEL MAP 1043 RECORDED SEPTEMBER 28, 1973 IN BOOK
80 OF pARCEL MAPS AT PAGE 29, ALAMEDA COUNTY RECOKDS MORE PARTICULARLY DESCRIBED
AS FOEI.OWS:
BEGINNING AT THE SOUTHEASIERLY CORNER OF SAID PARCEL B ALSO BEING ON TIlE
NORTIIERLY LINE OF SCARLE~l- COURT AS SHOWN ON SAID PARCEL MAP 1043; THENCE ALONG
SAiD NORTHERLY LINE O1: SCARLE-ZI' COURT WESTERLY ALONG A CURVE TO THE LEFT FROM A
RADIAL BEARING SOUTH 3° 04' i4' WEST WITH A i~,~DIUS OF 128.01 FEET THROUGH A CENTR-~L
ANGLE OF 29a 59' 05' AN ARC LENGTH OF 66,99 FEET; THENCE CONTINUING ALONG SAID
NORTHERLY LiNE OF SCARLETT COURT ALONG A TANGENT REVERSE CURVE TO THE RIGHT
FROM A RADIAL tM~ARING NORTH 26°54' 5I' WEST WITH A RADIUS OF 34.00 FEET THROUGH A
CENTRAL ANGLE OF 27° 14' 36' AN ARC LENGTH OF 16.1V FEET TO THE WEST LINE OF SAID PARCEL
B; THENCE ALONG SAID WEST LINE OF PARCEL NORTH 1°219' 02' EAST 25.35 FEET; THENCE ALONG
A NON-TANGENT CUKYE '10 'rliE LEFT FROM A RADIAL BEARING NORTH ICP 28' Off' WEST WITH ,\
RADIUS OF 50.00 FEET THROUGH A CENTRAL ANGLE OF 22° 25' 00" AN ARC LENGTH OF 1956 FEE'I;
THENCE NORTH 57" 12' 00" EAST 5'4.90 PEEr TO THE EAST LINT OF SAID PARCEL B; THENCE ALONG
SAiD I/AST LiNE OF SAID PARCEL B SOUTH ia 13' 02' WEST 55.?5 FEET TO THE POINI OF BEGINNING.
CONTAINING 2896 SQ. FT, OR 0,0665 ACRE MORE OR LESS.
PARCEL TWO
A PORTION OF THE pROPERTY DESCRIBED AS PARCEL TWO IN THE DEED TO KANARIS
VANGELATOS, bIARIA YANGELATOS AND NIKOLAOS S'IANI'[SAS RECORDED APRIL 20, 1976 IN REEL
4334 AT IMAGE 265 & 266 OFFICIAL RECORDS OF ALAMEDA COUNTY DESCRIBED AS FOLLOWS:
BEGINNING AT THE SOUTHEASTERLY CORNER OF SAID PARCEL B ALSO BEING ON THE
NORTtLERLYLINE OF SCARI.ETI COUNt ASSHOWN ON SAiD PARCEL MAP 10-'3;THENCE ALONG
SAiD NORTHERLY LINE OF SCARLETT COURT WESTERLY ALONG A CURVE TO THE LEFT FROM A
RADIAL BEARING SOUTH 3a 04' 14" WEST g/ITH A RADIUS OF 128.01 FEET THROUGH A CENTRAL
ANGLE OF 29° 59' 05" AN ARC LENGTH OF 66.99 FEET; THENCE CONTINULNG ALONG SAID
NORTHERLY LINE OF SCARLETT COUNI' ALONG A TANGENT REVERSE CURVE TO 'tHE RIGHT
FROM A RADIAL BEARING NORTH 26° 54' 51" WEST WITH A RADIUS OF 34,00 FEET 'I'klROUGH ,\
CENTRAL ANGLE OF 27"' 14' 36" AN ARC LENGTH O1-' 16.17 PEET 'I'0 THE ',','EST LINE OF SAID PARCEL
13 AND THE TRUE POINT OF BEGINNING; THENCE CON'IINUING ALONG SAID NORTHERLY LIN~ OF
SCARLETT COURT AND THE EASTERLY LINE OF DOUGHERTY ROAD ALONG LAST MENTIONED 34.00
FOOl R. ADIUS CURVE FROM A RADIAL BEARING NORTH 0° 19' 45' EAST THROUGH A CENTRAL
ANGLE OF 41t' 46' 24" AN ARC LENGTH OF 24.?9 PEET; THENCE CONIINUING ALONG SAID EASTERLY
LINE OF DOUGHERTY ROAD ALONG A TANGEN'I' COMPOUND CURVE TO THE RIGHT FROM A
RADIAL BEARING NORTIf 4~06' 09' EAST WITH A RADIUS OF 229.02 FELT 'I'IiROUG!i A CENTRAL
ANGLE OF 190 18' 49" AN ARC LENG IH O1:77.20 i-'BET; THENCE CONTINUING ALONG SAID
LINE OFDOUGHERTY ROAD ALONG A TANGEN'I COMPOUND CURVE TO THE RIGHT FROM A
RADIAL BEARING NORTH 61' 24' 55" EAST W1TH A RADIUS OF 745.07 ?'EET THROUGH A CENTRAL
ANGLE OF la"' 44' 51" AN ARC LENGTH OF 19I.~8 FEET TO 'I'ttE SOUTH LINE OF LOT 1 AS SHOWN ON
TRACT MAP 4978 RECORDED JUNE 5, 1984 IN BOOK 145 OF MAPS AT PAGES S THROUGH 5,
ALAMEDA COUNTY RECORDS; IHENCL ALONG SAiD SOUTItERLY LINE OF LOT I SOUTH 8~046' 53"
EAST 5.I~ FEET; THENCE ALONG A LINE ~.00 PEET EASTERLY .AND CONCENTRIC ~,t, ITH THE
EAST=RL"/ LINE O DOUGHERTY ROAD ALONG A NON-TANGENT CURVE TOTiiE LEFT FROM A
R.~.DLAL BE;AgING NONIH 76° 03' 34" EAST WITH A RADIUS OF 740.07 FEET THROUGH A CENTR-\L
ANGLE OF 14° 38' 35" AN ARC LENGTH OF 189.14 FEET; THENCE CONTINUING ALONG SAID
CONCENTRIC LINE ALONG A TANGENT COMPOUND CURVE TO THE LEFT FROM A RADIAI.
BEARING NORTH 61° 25' 01' EAST W1Tit A RADIUS OF 224.02 FEET THROUGH A CENTRAL ANGLE
8° 10' 28" AN ARC LENGTH OF 31.96 FEET; THENCE LEAVhN'G SAID CONCENTRIC LINE ALONG A
TANGENT CURVE TO THE LEFT FROM A RADIAL BEARING NORTH 53~ 14' 30' EAST WITH A RADIUS
OF 50.00 FEET THROUGH A CENTRAL ANGLE OF 63° 3T 30" AN ARC LENGTH OF 55.52 FEE'[- TO SAID
WES'rERL't LINE OF pARCEL E (PM 1043); THENCE ALONG SAID WESTERLY LINE SOUTH 1° 13' 02"
WEST 25.58 FEET TO THE TRUE POINT OF BEGINNING.
CONTAINING 1944 SQ. FT. OR 0.0446 ACRE bIORE OR LESS
PARCEL A- 1, LANDS OF COR.AT,T,O
REAL PROPERTY IN THE CITY OF DUBLIN, COUNTY OF ALAMEDA, STATE OF
CALIFORNIA, A PORTION OF THE LANDS OF CORALLO AS DESCRIBED IN THE
DEED RECORDED SEPTEMBER 19, 1990 UNDER SERIES NUMBER 90-260125 IN
TBE OFFICIAL RECORDS OF SAID COUNTY, DESCRIBED AS FOLLOWS:
BEGINNING AT THE SOUTHWESTERLY CORNER OF LOT 1 OF TRACT 4978,
RECORDED IN BOOK 145 OF MAPS AT PAGE 3 IN THE RECORDS OF SAID
COUNTY; THENCE S. 88° 46' 45" E. ALONG THE SOUTHERLY LINE OF SAID
TRACT 229.72 FEET TO THE NORTHWESTERLY CORNER OF SAID LANDS OF
COIR. ALLO AND THE ACTUAL POINT OF BEGINNING; THENCE THROUGH THE
FOLLOWING NUMBERED COURSES:
1) S. 88° 46' 45" E., CONTINUING ALONG THE SOUTHERLY LINE OF
SAID TRACT, 131.31 FEET TO THE EASTERLY LINE OF SAID LANDS OF
CORALLO
2) S. O1° 12' 28" W., ALONG SAID EASTERLY LINE, 81.69 FEET TO A
CURVE TO THE LEFT WITH A RADIUS OF 1067.00 FEET
3) FROM A TANGENT THAT BEARS S. 58° 12' 56" W. ALONG SAID CURVE
THROUGH A CENTRAL ANGLE OF 01° 01' 10" AN ARC DISTANCE OF 18.98
FEET
4) S. 57° 11' 46" W. 139.31 FEET TO THE WESTERLY LINE OF SAID
LANDS OF CORALLO
5) N. 01° 12' 28" E., ALONG SAID LINE, 170.13 FEET TO THE ACTUAL
POINT OF BEGINNING
THIS PARCEL CONTAINS 0.3793 ACRES MORE OR LESS.
DESCRIPTION PREPARED BY:
EXP 9/30/92 ~
No. 4~318
T~ -(~T "!ig 7ct LO
~I~ETZlt~L t2011¢T' OF t~GINN//YG
?.~£CEL A-/
~n/Surv. I
~,. ~
~;~proved:
WILSEY & HAM
355 LAKESIDE DRIVE, SUITE 200. FOSTER CITY, CA. 94404 (415) 349-2151
PARCEL A- I
LA/VD$ oF CORALLO
T 2
DWG. HO. ~
1~4,-01-0~_
SCAL£: /''= ,,~-.-0'
o^'r[: 7/_5'/9/
PARCEL A-2, LANDS OF CORAT.LO
REAL PROPERTY IN TBE CITY OF DUBLIN, COUNTY OF ALAMEDA, STATE OF
CALIFORNIA, A PORTION OF TEE LANDS OF CORALLO AS DESCRIBED IN THE
DEED RECORDED SEPTEMBER 19, 1990 UNDER SERIES NUMBER 90-260125 IN
THE OFFICIAL RECORDS OF SAID COUNTY, DESCRIBED AS FOLLOWS:
BEGINNING AT TEE SOUTHWESTERLY CORNER OF LOT 1 OF TRACT 4978,
RECORDED IN BOOK 145 OF MAPS AT PAGE 3 IN THE RECORDS OF SAID
COUNTY; THENCE S. 88° 46' 45" E. A.LONG THE SOUTHElq.LY LINE OF SAID
TRACT 361.03 FEET TO THE EASTERLY LINE OF SAID LANDS OF CORALLO;
TBENCE S. 01° 12' 28" W. ALONG SAID LINE 81.69 FEET TO TBE ACTUAL
POINT OF BEGINNING; THENCE THROUGH TBE FOLLOWING NUMBERED
COURSES:
1) S. 01° 12' 28" W., CONTINUING ALONG SAID LINE, 151.80 FEET
2) S. 57° 11' 46" W. 1.46 FEET TO A CURVE TO TEE LEFT WITH A
RADIUS OF 50.00 FEET
3) SOUTHERLY ALONG SAID CURVE TBROUGH A CENTRAL ANGLE OF 90° TO
TBE NORTHERLY LINE OF SCARLETT COURT AS DESCRIBED IN TBE DEED TO
TBE STATE OF CALIFORNIA RECORDED IN REEL 1327 AT IMAGE 66 IN THE
RECORDS OF SAID COUNTY
4) N. 32° 48' 14" W. 26.06 FEET TO A CURVE TO THE LEFT WITB A
RADIUS OF 128.01 FEET
5) WESTERLY ALONG SAID CURVE THROUGH A CENTR/%.L ANGLE OF 54° 10'
13" AN ARC DISTANCE OF 121.03 FEET TO THE WESTERLY LINE OF SAID
LkNDS OF CORALLO
6) N. 01° 12' 28" E., ALONG SAID LINE, 55.68 FEET
7) N. 57° 11' 46" E. 139.31 FEET TO A CURVE TO TEE RIGHT WITH A
RADIUS OF 1067.00 FEET
8) NORTHWESTERLY ALONG SAID CURVE THROUGH A CENTRAL ANGLE OF 01°
01' 10" AN ARC DISTANCE OF 18.98 FEET TO TBE ACTUAL POINT OF
BEGINNING
THIS PARCEL CONTAINS 0.3617 ACRES MORE OR LESS.
DESCRIPTION PREPANED BY:
WILLIAM B. MASTERSON, LS 4818
EXP 9/30/92
No. ~818
LOT
CO?N£R ZO T
.~cTdAL ,Oo/,~T OF
Q
WILSEY & HAM
3~:$ LAKESIOE ORIVE, SUITE 200. FOSTER CITY, CA. g4404 (415) 34go2151
PARCEL ~- ~
DWG. NO
SCALE I"'
I
PARCEL A-3, LANDS OF CORALT.O
REAL PROPERTY IN THE CITY OF DUBLIN, COUNTY OF ALAMEDA, STATE OF
CALIFORNIA, A PORTION OF THE LANDS OF CORALLO AS DESCRIBED IN THE
DEED RECORDED SEPTEMBER 19, 1990 UNDER SERIES NUMBER 90-260125 IN
THE OFFICIAL RECORDS OF SAID COUNTY, DESCRIBED AS FOLLOWS:
BEGINNING AT THE SOUTHWESTERLY CORNER OF LOT 1 OF TRACT 4978,
RECORDED IN BOOK 145 OF MAPS AT PAGE 3 IN THE RECORDS OF SAID
COUNTY; THENCE S. 88° 46' 45" E. ALONG THE SOUTHERLY LINE OF SAID
TRACT 361.03 FEET TO THE EASTERLY LINE OF SAID LANDS OF CORALLO;
THENCE S. 01° 12' 28" W. ALONG SAID LINE 233.49 FEET TO THE
ACTUAL POINT OF BEGINNING; THENCE THROUGH THE FOLLOWING NUMBERED
COURSES:
1) S. 57° t1' 46" W. 1.46 FEET TO A CURVE TO THE LEFT WITH A
RADIUS OF 50.00 FEET
2) SOUTHERLY ALONG SAID CURVE THROUGH A CENTRAL ANGLE OF 90° AN
ARC DISTANCE OF 78.54 FEET TO THE NORTHERLY LINE OF SCARLETT
COURT AS' DESCRIBED IN THE DEED TO THE STATE OF CALIFORNIA RECORD-
ED IN REEL 1327 AT IMAGE 66 IN THE RECORDS OF SAID COUNTY
3) S. 32° 48' 14" E. ALONG SAID NORTHERLY LINE 26.25 FEET TO
SAID EASTERLY LINE OF THE LANDS OF CORAT.¥.O
4) N. 01° 12' 28" E., ALONG SAID LINE, 91.99 FEET TO THE ACTUAL
POINT OF BEGINNING
THIS PARCEL CONTAINS 1425 SQUARE FEET MORE OR LESS.
WILLIAM B.
EXP 9/30/92
LOTI
i©T ~
T?i ACT 4976
WILSEY & HAM
325 LAKESIOE ORIVE, SUITE 200. FOSTER CITY, CA. g4404 (415) 34g-21S1
/A^~D£ oF COR. ALLO
OF
~CEL
L~,-o -0~
|scxc£ /"
PARCEL B-i, LANDS OF NOBR
REAL PROPERTY IN TBE CITY OF DUBLIN, COUNTY OF A/~AF~EDA, STATE OF
CALIFORNIA, A PORTION OF THE LANDS OF NOHR AS DESCRIBED IN THE
DEED RECORDED FEBRUARY 9, 1984 UNDER SERIES NUMBER 84-026125 IN
THE OFFICIi~L RECORDS OF SAID COUNTY, DESCRIBED AS FOLLOWS:
BEGINNING AT THE SOUTHWESTERLY CORNER OF LOT 1 OF TRACT 4978,
RECORDED IN BOOK 145 OF MAPS AT PAGE 3 IN TBE RECORDS OF SAID
COUNTY; THENCE S. 88° 46' 45" E. ALONG THE SOUTHERLY LINE OF SAID
TRACT 361.03 FEET TO THE NORTHWESTERLY CORNER OF SAID LANDS OF
NOHR AND THE ACTUAL POINT OF BEGINNING; THENCE THROUGH TBE FOL-
LOWING NUMBERED COURSES:
1) S. 88° 46' 45" E., CONTINUING ALONG THE SOUTHERLY LINE OF
SAID TRACT, 151.19 FEET TO A CURVE TO THE LEFT WITH A RADIUS OF
1067.00 FEET
2) FROM A TANGENT TEAT BEARS S. 67° 27' 09" W. ALONG SAID CURVE
THROUGH A CENTRAL ANGLE OF 09° 14' 13" AN ARC DISTANCE OF 172.02
FEET.TO THE WESTERLY LINE OF SAID LANDS OF NOHR
3) N. 01° 12'.28" E., ALONG SAID LINE, 81.69 FEET TO THE ACTUAL
POINT OF BEGINNING
THIS PARCEL CONTAINS 0.1327 ACRES MORE OR LESS.
DESCRIPTION PREPARED BY:
WILLIAM B. MASTERSON, L~
EXP 9/30/92 "~
No. 4818
TF~ACT
LOT q.~
//,44//,4/C-
5OU THh/E-STE'~4 y
LoT I
4976
LOT 2
l~ll:~ n/'Su r v'
n.
? 1~"41
WILSEY & HAM DWG. NO
355 LAKESIDE DRIVE, SUITE 200, FOSTER CITY, CA. 94404 (415) 349-2151
~.4 NbS o~ /FOHF~
SCALE.
PARCEL B-2, LANDS OF NOHR
REAL PROPERTY IN THE CITY OF DUBLIN, COUNTY OF ALAMEDA, STATE OF
CALIFORNIA, A PORTION OF THE LANDS OF NOHR AS DESCRIBED IN THE
DEED RECORDED FEBRUARY 9, 1984 UNDER SERIES NUMBER 84-026125 IN
THE OFFICIAL RECORDS OF SAID COUNTY, DESCRIBED AS FOLLOWS:
BEGINNING AT THE SOUTHWESTERLY CORNER OF LOT 1 OF TRACT 4978,
RECORDED IN BOOK 145 OF MAPS AT PAGE 3 IN THE RECORDS OF SAID
COUNTY; THENCE S. 88° 46' 45" E. ALONG THE SOUTHERLY LINE OF SAID
TRACT 560.93 FEET TO THE EASTERLY LINE OF SAID LANDS OF NOHR AND
THE ACTUAL POINT OF BEGINNING; THENCE THROUGH THE FOLLOWING
NUMBERED COURSES:
1) S. 01° 12' 28" W., ALONG SAID EASTERLY LINE, 111.84 FEET TO A
CURVE TO THE LEFT WITH A RADIUS OF 697.42 FEET
2) FROM A TANGENT THAT BEARS S. 67° 23' 36" W. THROUGH A CENTRAL
ANGLE OF 10° 11' 50" AN ARC DISTANCE OF 124.12 FEET
3) S. 57° 11' 46" W. 110.25 FEET TO THE WESTERLY LINE OF SAID
LANDS OF'NOHR
4) N. 01° 12' 28" E., ALONG SAID LINE, 151.80
THE RIGHT WITH A RADIUS OF 1067.00 FEET
5) FROM A TANGENT THAT BEARS N. 58° 12' 56" E.
ANGLE OF 09° 14' 13" AN ARC DISTANCE OF 172.02
OF SAID TRACT
6) S. 88° 46' 45"
POINT OF BEGINNING
FEET TO A CURVE TO
THROUGH A CENTRAL
FEET TO SAID LINE
E., ALONG SAID LINE, 48.71 FEET TO THE ACTUAL
THIS PARCEL CONTAINS 0.6406 ACRES MORE OR LESS.
DESCRIPTION PREPARED BY:
WILLIAM B. MASTERSON, LS 4818l~
EXP 9/30/92
No. 4818
1
LoT 2
]_ T?~, ACT
LoT 1
Sou THk/EST~(/_ ~'
TRACT
i~ln/Su r v.
i~prov~d:
WILSEY & HAM
"*55 LAKESIDE DRIVE, SUITE 200, FOSTER CITY, CA. 94404 (415) 349-2151
DWG. NO.
1~,-01o02..
SCALE
PARCEL B-3, LANDS OF NOHR
ILEAL PROPERTY IN THE CITY OF DUBLIN, COUNTY OF ALAMEDA, STATE OF
CALIFORNIA, A PORTION OF THE LANDS OF NOBR AS DESCRIBED IN THE
DEED RECORDED FEBRUARY 9, 1984 UNDER SERIES NUMBER 84-026125 IN
THE OFFICIAL RECORDS OF SAID COUNTY, DESCRIBED AS FOLLOWS:
BEGINNING AT THE SOUTHWESTERLY CORNER OF LOT 1 OF TRACT 4978,
RECORDED IN BOOK 145 OF MAPS AT PAGE 3 IN THE RECORDS OF SAID
COUNTY; THENCE S. 88° 46' 45" E. ALONG THE SOUTHERLY LINE OF SAID
TRACT 560.93 FEET TO TEE EASTERLY LINE OF SAID LANDS OF NOBR;
THENCE S. 01° 12' 28" W., ALONG SAID LINE, 111.84 FEET TO THE
ACTUAL POINT OF BEGINNING; THENCE TBROUGH TEE FOLLOWING NUMBERED
COURSES:
1) FROM A TANGENT THAT BEARS S. 67° 23' 36" W. ALONG A CURVE
WITH A RADIUS OF 697.42 FEET TBROUG~ A CENTRAL ANGLE OF 10° 11'
50" AN ARC DISTkNCE OF 124.12 FEET
3) S. 57° 11' 46" W. 110.25 FEET TO THE WESTERLY LINE OF SAID
LANDS OF NOiR
4) S. 01° 12' 28" W., ALONG SAID LINE, 91.99 FEET TO THE NORTH-
ERLY LINE OF SCAP~LETT COURT AS DESCRIBED IN THE DEED TO THE STATE
OF CALIFORNIA RECORDED IN REEL 1566 AT IMAGE 620 IN THE RECORDS
OF SAID COIINTY
5) S. 32° 48' 14" E., ALONG SAID LINE, 357.37 FEET TO TBE EAST-
ERLY LINE OF SAID LANDS OF NOiR
6) N. 01° 12' 28" E., ALONG SAID LINE, 509.83 FEET TO THE ACTUAL
POINT OF BEGINNING
THIS PARCEL CONTAINS 1.4001 ACRES MORE OR LESS.
DESCRIPTION PREPARED BY:
EXP 9/30/92
NO. 4~18
TRACT 4978
LOT 2
P/f £CEL B- ~
LOT $
~J~ycTLJZL ,00//¢T OF
WILSEY & HAM OWG. NO
355 LAKESIDE DRIVE. SUITE 200. FOSTER CITY, CA. 94404 (415) 349-2151 /2~o-01-0~_
PARCEL
SCALE /
~,.'~ '7'151ql
~ ~D F DOLAN ~
PARCEL C-i,
REAL PROPERTY IN TNE CITY OF DUBLIN, COUNTY OF ALAMEDA, STATE OF
CALIFORNIA, A PORTION OF THE LANDS OF DOLAN AS DESCRIBED IN THE
DEED RECORDED OCTOBER 4, 1976 IN REEL 4549 AT IMAGE 171 IN THE
OFFICIAL RECORDS OF SAID COUNTY, DESCRIBED AS FOLLOWS:
BEGINNING AT THE SOUTHWESTERLY CORNER OF LOT 1 OF TRACT 4978,
RECORDED IN BOOK 145 OF MAPS AT PAGE 3 IN THE RECORDS OF SAID
COUNTY; THENCE S. 88° 46' 45" E. ALONG THE SOUTHERLY LINE OF SAID
TRACT 560.93 FEET TO THE WESTERLY LINE OF SAID LANDS OF DOLAN;
THENCE THROUGH THE FOLLOWING NUMBERED COURSES:
1) S. 88° 46' 45" E., CONTINUING ALONG SAID TRACT LINE, 190.14
FEET TO THE EASTERLY LINE OF SAID LANDS OF DOLAN
2) S. 01° 12' 28" W., ALONG SAID LINE, 51.04 FEET TO A CURVE TO
THE LEFT WITH A RADIUS OF 945.00 FEET
3) FROM A TANGENT THAT BEARS S. 79° 32' 56" W. THROUGH A CENTRAL
ANGLE OF 12° 02' 22" AN ARC DISTANCE OF 198.57 FEET
4) S. 67° 27' 05" W. 1.41 FEET TO SAID WESTERLY LINE OF SAID
LANDS
5) N. 01° 12' 28" E., ALONG SAID LINE, 111.84 FEET TO THE POINT
OF BEGINNING
THIS PARCEL CONTAINS 0.3393 ACRES MORE OR LESS.
1
Approved:
WILSEY & HAM
LAKESIDE OFIIVE, SUITE 200, FOSTER CITY, C:A. ~14aO~ (41~) :34g-2151
,°ARc~4 C- /
£AND$ oF: DOLAAI
DWG, NO.
PARCEL D-i, LANDS OF ROSS, ET AL
REAL PROPERTY IN THE CITY OF DUBLIN, COUNTY OF ALAMEDA, STATE OF
CALIFORNIA, A PORTION OF THE LANDS OF ROSS, ET AL DESCRIBED IN
THE GRANT DEED RECORDED ON APRIL 29, 1977 IN HEEL 4835 AT IMAGE
93 IN THE OFFICIAL RECORDS OF SAID COUNTY, DESCRIBED AS FOLLOWS:
BEGINNING AT ALAMEDA COUNTY SURVEYOR'S MONUMENT " DOU-DUB 1975,"
LOCATED IN THE INTERSECTION OF DOUGHERTY ROAD AND DUBLIN BOULE-
VARD AND LYING S. 32° 48' 14" E. 350.24 FEET FROM ALAMEDA COUNTY
SURVEYOR'S MONUMENT "DOU'A 1976;" THENCE S. 32° 48' 14" E. 70.94
FEET, AND N. 57° 11' 46" E. 56.08 FEET TO TEE POINT OF BEGINNING
OF THE DEED CONVEYING THE PARCEL OF LAND TO THE COUNTY OF ALAMEDA
DESCRIBED IN REEL 2402 AT IMAGE 255 IN THE RECORDS OF SAID COUN-
TY; THENCE S. 32° 48' 14" E. 14.36 FEET TO THE SOUTHERLY CORNER
OF SAID PARCEL AND THE ACTUAL POINT OF BEGINNING; THENCE ALONG
THE GENERAL SOUTHERLY LINE OF SAID PARCEL THROUGH THE FOLLOWING
NUMBERED' COURSES:
1) FROM A TANGENT THAT BEARS N. 32° 48' 14" W. ALONG A CURVE TO
THE RIGHT WITH A RADIUS OF 164.02 FEET THROUGH A CENTRAL ANGLE OF
16° 27' 40" AN ARC DISTANCE OF 47.12 FEET TO A CURVE TO THE RIGHT
WITH A RADIUS OF 34.00 FEET
2) ALONG SAID CURVE THROUGH A CENTRAL ANGLE OF 87° 44' 57" AN
ARC DISTANCE OF 52.08 FEET TO A CURVE TO THE RIGHT WITH A RADIUS
OF 72.01 FEET
3) ALONG SAID CURVE THROUGH A CENTRAL ANGLE OF 75° 47'.23" AN
ARC DISTANCE OF 95.25 FEET
THENCE T.RAVING SAID GENERAL SOUTHERLY LINE THROUGH THE FOLLOWING
COURSES:
1) S. 32° 48' 14" E. 1.70 FEET TO A POINT OF CUSP WITH A TANGENT
CURVE TO THE LEFT WITH A RADIUS OF 40.00 FEET
2) ALONG SAID CURVE THROUGH A CENTRAL ANGLE OF 90° 00' 00" AN
ARC DISTANCE OF 62.83 FEET
3) S. 57° 11' 46" W. 22.01 FEET TO A CURVE TO THE LEFT WITH A
RADIUS OF 40.00 FEET
4) ALONG SAID CURVE THROUGH A CENTRAL ANGLE OF 90° 00' 00" AN
ARC DISTANCE OF 62.83 FEET TO A POINT OF CUSP
5) N. 32° 48'14~':W. 1.70 FEET TO THE ACTUAL POINT OF BEGINNING
1
¥
WILSEY & HAM
355 LAKESIDE DRIVE, SUITE 200, FOSTER CITY. CA. 94404 (415) 349-2151
DWG. NO I
I;~ ~, -Ol-O2..
SCALE /"= ~O.~_._.j
DATE: '7'/,.~'/~/.~ . . .
T~IS PARCEL CONTAINS 0.0572 ACRES MORE OR LESS
RESOLUTION NO.
RESOLUTION APPROVING AMENDED REPORT AND ASSESSMENT
AND ORDERING IMPROVEMENT
DUBLIN ~OULEVARD EXTENSION ASSESSMENT DISTRICT 91-1
The city Council of the City of Dublin resolves:
This City Council has taken a series of actions preliminary to
ordering the improvement in Dublin Boulevard Extension Assessment
District 91-1, City of Dublin, Alameda County, California, and now
makes the following findings and orders:
1. The City Council adopted a map showing the boundaries of
the land benefited by the proposed improvement. A copy of the
boundary map was filed in the office of the County Recorder of the
County of Alameda in the Book of Maps of Assessment and Community
Facilities Districts.
2. The city Council adopted its Resolution of Intention to
order the improvement described therein under the Municipal
Improvement Act of 1913, and directed the Director of Public
Works/City Engineer, as the Engineer of Work for the assessment
district, to prepare the report required by Section 10204 of the
Streets and Highways Code.
The improvement is generally described as follows:
Ail those proposed public improvements within Tract 4978 and
the proposed Tract 5900. These include curbs, gutters,
sidewalk, pavement, street monuments, drainage, street lights,
street trees, signs, striping, irrigation, and related
miscellaneous improvements on Dougherty Road and Dublin
Boulevard extended.
The construction of the westerly one-half of the road which is
to be on either side of the Chabot Channel. The limits of
these improvements are from the end of the existing cul-de-
sac north to the improvements of Dublin Boulevard extended,
the reconfiguration of the cul-de-sac bulb to a through
street, and changing o~ the driveway entrance at Scarlett
Court to street curb returns.
The construction of the Extension of Dublin Boulevard from
Dougherty Road to Tract 4978, together with the necessary
right-of-way to construct these public improvements.
The five-foot widening on the east side of Dougherty Road from
Dublin Boulevard extended north to Tract 4978.
The acquisition of right-of-way for the above improvements in
Items 1 and 2.
The miscellaneous costs involved in the engineering, legal
process, and financing.
3. The Engineer of Work filed the report as directed, and the
City Council called a hearing on the report as required by Section
10301 of the Streets and Highways Code. Notice of the hearing was
given by publication, by street posting and by mailing to affected
property owners, all according to the Municipal Improvement Act of
1913. Affidavits of publication, posting and mailing were filed
with the City Clerk.
4. At the time and place for which notice was given, the city
Council conducted a public hearing and gave every interested person
an opportunity to object to the proposed improvement, the extent of
the assessment district, or the proposed assessment. Following the
hearing, at the direction of the City Council the Engineer of Work
filed an amended report.
5. The City Council finds that written protests against the
proposed improvement have not been made by owners representing more
than one-half of the area of the land to be assessed for the
improvement.
6. The documents and events described in paragraphs 1 to 4,
inclusive, are stated here in tabular form, with their dates and,
where appropriate, their numbers. All documents are now on file
with the city Clerk.
Document or Event
Date Number
a. Resolution approving boundary map
b. Boundary map filed with County Recorder
c. Resolution of Intention
d. Filing of Engineer's Report
e. Resolution accepting Report
f. Certificate of Mailing
Notice of Improvement
g. Affidavit of publication
of Notice of Improvement
h. Certificate of posting
Notice of Improvement
i. Public hearing conducted
12/23/91 133-91
02/19/92 Filed
12/23/91 135-91
01/21/92 Filed
01/21/92 5-92
01/23/92 Filed
01/25/92 Filed
01/24/92 Filed
02/24/92
7. The City Council approves the Amended Engineer's Report and
each component part of it, including each exhibit incorporated by
reference in the report.
8. The City Council finds that the Engineer of Work in the
Amended Engineer's Report has fairly and properly apportioned the
cost of the improvement to each parcel of land in the assessment
district in proportion to the estimated benefits to be received, by
each parcel, respectively, from the improvement. The City Council
-- hereby confirms and levies each individual assessment as stated in
the Amended Engineer's Report.
9. This City Council orders the improvement described in
paragraph 2 and as detailed in the Amended Engineer's Report.
10. Bonds representing unpaid assessments, and bearing
interest at a rate not to exceed twelve percent (12%) per annum,
will be issued in the manner provided by the Improvement Bond Act
of 1915 (Division 10, Streets and Highways Code), and the last
installment of the bonds shall mature not to exceed twenty-four
(24) years from the second day of September next succeeding twelve
(12) months from their date.
11. According to Section 10603 of the Streets and Highways
Code, the City designates the City Treasurer to collect and receive
payment of the assessments. The property owners who elect to pay
their assessments in cash before the issuance of improvement bonds
will not be required to pay their pro rata share of the allowance
for special reserve fund, allowance for bond discount and allowance
for capitalized interest.
PASSED, APPROVED,
by the following vote:
AYES:
NOES:
ABSENT:
ABSTAIN:
AND ADOPTED this
24th day of February, 1992,
ATTEST:
MAYOR
City Clerk
3
-- RESOLUTION NO.
RESOLUTION AUTHORIZING CHANGE ORDERS
DUBLIN BOULEVARD EXTENSION ASSESSMENT DISTRICT 91-1
The City Council of the city of Dublin resolves:
The City Council hereby authorizes the Director of Public
Works/City Engineer to issue change orders for the work in Dublin
Boulevard Extension Assessment District 91-1, under the following
conditions:
To correct clerical and technical errors in the plans and
specifications.
To modify the design of the improvement to
accord with better engineering practice or to
achieve economy of construction.
To adjust the design of the improvement to
utility locations, soil conditions, or other
conditions unknown or uncertain when plans were
drawn.
Cost increases in change orders issued under this authority shall
not aggregate more than the amount set aside for construction
contingencies in the cost estimate approved by the city Council.
PASSED, APPROVED, AND ADOPTED this 24th day of February, 1992,
by the following vote:
AYES:
NOES:
ABSENT:
ABSTAIN:
ATTEST:
MAYOR
city Clerk
RESOLUTION NO.
RESOLUTION AWARDING CONTRACT
DUBLIN BOULEVARD EXTENSION ASSESSMENT DISTRICT 91-1
The City Council of the City of Dublin resolves:
The city of Dublin has received public bids for the
construction of improvements in Dublin Boulevard Extension
Assessment District 91-1.
The Engineer of Work has reviewed the bids and now recommends
award of the construction contract to the lowest responsible
bidder, LES MCDONALD CONSTRUCTION, whose bid price is
$1,084,925.60.
The city Council therefore awards the contract to that bidder.
All other bids are rejected.
The city Council directs the City Clerk to publish a notice of
award of contract.
The city Council authorizes and directs the Director of Public
Works/City Engineer and the city Clerk to sign the written contract
for this construction when it is presented to them for signature,
along with the surety bonds and insurance certificates required by
the construction specifications.
Said written contract will provide that the contractor agrees
to comply with the provisions of Section 1770 of the Labor Code of
the State of California, and particularly with Sections 1776 and
1777.5 thereof.
PASSED, APPROVED, AND ADOPTED this 24th day of February, 1992,
by the following vote:
AYES:
NOES:
ABSENT:
ABSTAIN:
ATTEST:
MAYOR
city Clerk
AGREEMENT
CITY OF DUBLIN CONTRACT NO. 92-01
DUBLIN BOULEVARD EXTENSION - TRACT 5900
THIS AGREEMENT, dated for identification as of February 24, 1992,
between the CITY OF DUBLIN, a Municipal Corporation (hereinafter called
"CITY"), and LES MC DONALD CONSTRUCTION COMPANY (hereinafter called
"CONTRACTOR").
The parties hereto mutually agree to the terms and conditions set
forth herein.
1.01 CONTRACT DOCUMENTS.
Each of the items hereinafter referred to are incorporated herein
by this reference as if set forth in full herein.
Work called for in any one Contract Document and not mentioned in
another is to be performed and executed as if mentioned in all Contract
Documents. The table of contents, titles, and headings contained herein
and in said documents are solely to facilitate reference to various
provisions of the Contract Documents and in no way affect or limit the
interpretations of the provisions to which they refer.
The Contract Documents, sometimes also referred to as "the
Contract," consists of the Notice to Contractors, the completed Proposal
Form submitted by the Contractor to whom the Contract is awarded, the
Instructions to Bidders insofar as they relate to events which will occur
or actions to be taken after the submission of the Proposal, this
Agreement, the Standard Specifications, the Special Provisions, Plans,
Drawings, Detail Book, and Technical Specifica-tions, the Standard
Drawings, Details, and other such data and all versions thereof prepared
by City pursuant to Contract, and any modifications of any of the
foregoing in the form of Addenda or executed Change Order or otherwise
effected in accordance with the terms of the Contract, the surety bonds,
bid bond, and Contractor's list of subcontractors.
1.02 DEFINITIONS.
Unless otherwise specifically provided herein, all words and
phrases defined in the Standard Specifications shall have the same
meaning and intent in this Agreement.
1.03 AGREEMENT CONTROLS.
In the event of a conflict between the terms and conditions as set
forth in this Agreement and the terms and conditions set forth in other
Contract Documents, the terms and conditions set forth in this Agreement
shall prevail.
A - 1
1.04 SCOPE OF CONTRACT.
Contractor agrees to furnish all tools, equipment, apparatus,
facilities, labor, and material and transportation necessary to perform
and complete in a good and workmanlike manner to the satis-faction of the
City, all the work called for, and in the manner designated in, and in
strict conformity with the Contract Documents for the project entitled:
1.05 CONTRACT AMOUNT AND PAYMENTS.
City agrees to pay, and Contractor agrees to accept, in full
payment for the above work, the sum of ONE MILLION EIGHTY-FOUR THOUSAND
NINE HUNDRED TWENTY-FIVE DOLLARS AND SIXTY CENTS ($1,084,925.60), which
sum is to be paid according to the schedule and in the manner set forth
herein and subject to additions, deductions, and withholding as provided
in the Contract Documents. When it is provided in the Notice to Bidders,
Instructions to Bidders, or Proposal Form that Contractor is to be paid
on the basis of the unit prices shown in his bid, instead of a lump sum
price, the Contractor agrees to accept, in full payment for the above
work, the sum computed in accordance with the actual amount of each item
of work performed or material furnished, at the unit price which
Contractor bid for each such item in his Proposal Form, said unit price
to be determined as provided in the Standard Specifications and Special
Provisions.
1.06 PROGRESS AND FINAL PAYMENTS.
Subject to the terms and conditions of the Contract Documents, City
shall cause payments to be made upon demand of Contractor in the manner
set forth in the Standard Specifications.
1.07 RETENTION OF SUMS CHARGED AGAINST CONTRACTOR.
When, under the provisions of this Contract, City shall charge any
sum of money against Contractor, City shall deduct and retain the amount
of such charge from the amount of the next succeeding progress estimate,
or from any other moneys due or that may become due Con-tractor from
City. If, on completion or termination of the Contract, sums due
Contractor are insufficient to pay City's charges against him, City shall
have the right to recover the balance from Contractor or his sureties.
1.08 COMMENCEMENT AND PROSECUTION OF WORK.
The Contractor shall begin work within fifteen (15) days after
approval of the contract by the City Council of the City of Dublin and
shall diligently prosecute the same to completion before the expiration
of 120 WORKING DAYS after the date of Notice to Proceed. The phrase
"commence the work" means to engage in a continuous program on-site
including, but not limited to, site clearance, grading, dredging, land
filling and the fabrication, erection, or installation of the work. Said
Notice to Proceed shall be issued following execution of the Agreement
and the filing by Contractor of the required bonds and proof of
insurance. The continuous prosecution of work by Contractor shall be
subject only to Excusable Delays as defined in this Agreement.
A - 2
1.09 TIME OF COMPLETION.
The entire work shall be brought to completion in the manner
provided for in the Contract Documents on or before the forty-fifth
(45th) working day (hereinafter called the ("Completion Date") from and
after the receipt by Contractor of the Notice to Proceed unless
extensions of time are granted in accordance with the Contract Documents.
1.10 PAYMENTS DO NOT IMPLY ACCEPTANCE OF WORK.
The payment of any progress payment, or the acceptance thereof by
Contractor, shall not constitute acceptance of the work or any portion
thereof and shall in no way reduce the liability of Contractor to replace
unsatisfactory work or material, though the unsatisfactory character of
such work or material may not have been apparent or detected at the time
such payment was made.
1.11 ACCEPTANCE NOT RELEASE.
Contractor shall correct immediately any defective or imperfect
work which may be discovered before final acceptance of the entire work.
Any unsatisfactory materials shall be rejected, notwithstanding that they
may have been overlooked by the proper inspector. The inspection of the
work, or any part thereof, shall not relieve Contractor of any of his
obligations to perform satisfactory work as herein prescribed.
Failure or neglect on the part of the City or any of its authorized
agents to condemn or reject bad or inferior work or materials shall not
be construed to imply an acceptance of such work or materials if such
becomes evident at any time prior to final acceptance of the entire work
or all materials, nor shall such failure be construed as barring City at
any subsequent time from recovering damages or of such a sum of money as
may be required to build anew all portions of the work in which fraud was
practiced or improper materials used whenever City may discover the same.
1.12 RELEASE UPON FINAL PAYMENT.
If requested to do so by City, at the time of final payment, as a
condition precedent to final payment, Contractor and each assignee under
any assignment in effect at the time of final payment shall execute and
deliver a release in form and substance satisfactory to the City and
containing such exceptions as provided in Section 7100 of the Public
Contract Code which shall discharge City, its officers, agents, and
employees of and from all liability, obligations, and claims arising
under this contract.
A - 3
1.13 CITY'S RIGHT TO TAKE POSSESSION OF THE WORK IN WHOLE OR IN
PART.
Without limitation of Paragraph 1.19 whatsoever, the City of Dublin
shall have the right at any time to enter upon the work and perform work
not covered by this Contract, or to occupy and use a portion of the work,
prior to the date of the final acceptance of the work as a whole, without
in any way relieving Contractor of any obligations under this Contract.
Such use or occupation of the work shall not be construed as an
acceptance of any portion of the work under this Contract, nor shall it
affect the dates and times when payments shall become due nor prejudice
City's right, guarantees, or sureties.
1.14 NO WAIVER OF REMEDIES.
Neither the inspection by City or its agents, nor any order or
certificate for the payment of money, nor any payment for, nor accept-
ance of the whole or any part of the work by City, nor any extensions of
time, nor any position taken by City or its agents shall operate as a
waiver of any provision of this Agreement or of any power herein reserved
to City or any right to damages herein provided, nor shall any waiver of
any breach of this Agreement be held to be a waiver of any other or
subsequent breach. All remedies provided in this Agree-ment shall be
taken and construed as cumulative; that is, in addition to each and every
other remedy herein provided, and City shall have any and all equitable
and legal remedies which it would in any case have.
1.15 DETERMINATION OF DAMAGES.
The actual fact of the occurrence of damages and the actual amount
of the damages which City would suffer if the work were not completed
within the specified times set forth are dependent upon many
circumstances and conditions which could prevail in various combinations,
and from the nature of the project, it is impracticable and extremely
difficult to fix the actual damages. Damages which City would suffer in
the event of delay include loss of the use of the Project, and in
addition expenses of prolonged employment of an archi-tectural and
engineering staff; costs of administration, inspection, and supervision;
and the loss suffered by the public within the City of Dublin by reasons
of the delay in the completion of the project to serve the public at the
earliest possible time. Accordingly, the parties hereto agree, and by
execution of this Agreement, Contractor acknowledges that he understands,
has ascertained and agrees, that the amounts set forth herein as
liquidated damages shall be presumed to be the amount of damages
sustained by the failure of Contractor to complete the entire work within
the times specified.
1.16 LIQUIDATED DAMAGES.
The amount of the liquidated damages to be paid by Contractor to
City for failure to complete the entire work by the Completion Date (as
extended, if applicable) will be TWO HUNDRED FIFTY DOLLARS ($250.00) for
each calendar day, continuing to the time at which the work is completed.
Such amount is the actual cash value agreed upon as the loss to City
resulting from Contractor's default.
A - 4
1.17 PAYMENT OF DAMAGES.
In the event Contractor shall become liable for liquidated damages,
City, in addition to all other remedies provided by law, shall have the
right to withhold any and all payments which would otherwise be or become
due Contractor until the liability of Contractor under this section is
finally determined. City shall have the right to use and apply such
payments, in whole or in part, to reimburse City for all liquidated
damages due or to become due to City. Any remaining balance of such
payments shall be paid to Contractor only after discharge in full of all
liability incurred by Contractor under this section or otherwise. If the
sum so retained by City is not sufficient to discharge all such
liabilities of Contractor, Contractor and his sureties shall continue to
remain liable to City until all such liabilities are satisfied in full.
No failure by City to withhold any payment as hereinbefore specified
shall in any manner be construed to constitute a waiver of any right to
liquidated damages or any right to any such sum.
1.18 INDEMNITY AND HOLD HARMLESS.
Contractor shall assume the defense of, and indemnify and save
harmless, the City, its officers, employees, and agents, and each and
every one of them, from and against all actions, damages, claims, losses
or expenses of every type and description to which they may be subjected
or put, by reason of, or resulting from, the performance of the work,
provided that such action, damage, claim, loss, or expense is
attributable to bodily injury, sickness, disease or death, or injury to,
or destruction of property, whether upon or off the work, including the
loss of use thereof, and is caused in whole or in part by any negligent
act or omission of the Contractor, and subcontractor, anyone directly or
indirectly employed by any of them or anyone for whose acts any of them
may be liable, whether or not it is caused in part by a party indemnified
hereunder.
1.19 CONTRACTOR SHALL ASSUME RISKS.
Until the completion and final acceptance by City of all work under
this Contract, the work shall be under Contractor's responsi-bility,
care, and charge, including any period of time work is suspended for any
cause whatsoever. Contractor shall rebuild, repair, restore, and make
good all injuries, damages, re-erections, and repairs occasioned or
rendered necessary by accidental causes of any nature, to all or any
portions of the work, except as otherwise agreed. It is specifically
contemplated that the City, its officers, employees, and invitees, will
occupy and use portions of the work prior to final acceptance. Such
occupancy shall not relieve Contractor of responsibility provided herein
nor exonerate any surety or insurer of Contractor save and except for
items of routine maintenance and repair.
1.20 GENERAL LIABILITY OF CONTRACTOR.
Except as otherwise herein expressly agreed, Contractor shall do
all the work and furnish all the labor, materials, tools, power and
light, and appliances, necessary or proper for performing and completing
the work herein required in the manner within the time herein specified.
The mention of any specific duty or liability of Contractor shall not be
construed as limitation or restriction of any general liability or duty
A - 5
of Contractor, and any reference to any specific duty or liability shall
be construed to be for the purpose of explanation.
1.21 FAILURE TO MAINTAIN INSURANCE.
During the term of this Agreement, and until final completion and
acceptance of the work by the City, the Contractor shall maintain in full
force and effect insurance coverage in the forms and amounts specified in
the Standard Specifications. If, at any time during the performance of
this Contract, Contractor fails to maintain any item of required
insurance in full force and effect, Contractor shall immedi-ately
discontinue all work under the Contract and City will withhold all
Contract Payments due or that become due until notice is received by City
that such insurance has been restored in full force and effect and that
the premiums therefor have been paid for a period satisfactory to the
City Manager.
1.22 EXTENSIONS OF TIME.
In the event City deems it necessary, in its sole discretion, to
extend the time of completion of work to be done under this Contract
beyond the required Completion Date herein specified, such extensions
shall in no way release any guarantee given by Contractor pursuant to the
provisions of the Contract Documents, nor shall such extension of time
relieve or release the sureties on the bonds executed pursuant to said
provisions. By executing such bonds, the sureties shall be deemed to
have expressly agreed to any such extension of time. The amount of time
allowed in any extension of time shall be limited to the period of
excusable delay as defined herein giving rise to the same as determined
by City Engineer.
1.23 EXCUSABLE DELAYS.
For the purpose of these Contract Documents, the term "Excusable
Delays" shall mean, and is limited to, delays caused directly by acts of
God, acts of the public enemy, fires, riots, insurrections, epidemics,
quarantine restrictions, strikes, lockouts, sitdowns, acts of a
governmental agency, priorities or privileges established for the
manufacture, assembly, or allotment of materials necessary in the work by
order, decree, or otherwise of the United States or by any depart-ment,
bureau, commission, committee, agent, or administrator of any legally
constituted public authority; changes in the work ordered by City insofar
as they necessarily require additional time in which to complete the
work; the prevention by City of Contractor from commencing or prosecuting
the work because of the acts of others, excepting Contractor's
subcontractors; or the prevention of Contractor from commencing or
prosecuting the work because of a city-wide failure of public utility
service.
The term "Excusable Delay" shall specifically not include: (1)
any delay which could have been avoided by the exercise of case,
prudence, foresight, and diligence on the part of Contractor; (2) any
delay in the prosecution of parts of the work, which may in itself be
unavoidable but which does not necessarily prevent or delay the prose-
cution of other parts of the work, nor the completion of the whole work
within the time specified; (3) any reasonable delay resulting from time
required by City for review of plans and submittals required of
A - 6
Contractor and for the making of surveys, measurements and inspections;
and (4) any delay arising from an interruption in the prosecution of the
work on account of the reasonable interference from other Contractors
employed by City, which does not necessarily prevent the completion of
the work within the time specified. Excusable Delays, if any, shall
operate only to extend the Completion Date (not in excess of the period
of such delay as determined by the City) but shall not under any
circumstances increase the sum City is to pay Contractor as provided in
these Contract Documents.
1.24 CONTRACTOR TO SERVE NOTICE OF DELAYS.
Whenever Contractor foresees any delay in the prosecution of the
work, and in any event immediately upon the occurrence of any delay which
Contractor regards as an excusable delay, he shall notify the City
Engineer in writing of the probability of such delay and its cause, in
order that the City Engineer may take immediate steps to prevent if
possible the occurrence or continuance of the delay, or if this cannot
be done, may determine whether the delay is to be considered excusable,
how long it continues, and to what extent the prosecution and completion
of the work are delayed thereby. Said notice shall constitute an
application for an extension of time only if the notice requests such an
extension and sets forth Contractor's estimate of the additional time
required together with a full description of the cause of the delay
relied upon.
After the completion of any part or whole of the work, the City
Engineer, in estimating the amount due Contractor, will assume that any
and all delays which may have occurred in its prosecution and completion
have been avoidable delays, except such delays as shall have been called
to the attention of the City Engineer at the time of their occurrence and
found by him to have been excusable. Contractor shall make no claim that
any delay not called to the attention of the City Engineer at the time of
its occurrence has been an excusable delay.
1.25 EXTENSION OF TIME - EXCUSABLE DELAY.
Should any delays occur which the City Engineer may consider
excusable, as herein defined, Contractor shall, pursuant to his appli-
cation, be allowed an extension of time beyond the time herein set forth
proportional to said delay or delays in which to complete this Contract;
and, during an extension which may have been granted because of an
excusable delay or delays, City shall not charge liquidated damages
against Contractor for such delay.
1.26 EXTENSION OF TIME DOES NOT WAIVE CITY'S RIGHTS.
The granting of any extension of time on account of delays which in
the judgment of the City Engineer are excusable delays shall in no way
operate as a waiver on the part of City of its rights under this Contract
excepting only the extension of the Completion Date.
1.27 NO PAYMENT FOR DELAYS.
No damages or compensation of any kind shall be paid to Contractor
or any subcontractor because of delays in the progress of the work
A - 7
whether such delays qualify for extension of time under this Agreement or
not.
Contractor waives all claims against City, its officials and
employees, for any loss or damage sustained by reason of delays beyond
the Completion Date arising out of modifications of this Agreement,
including modifications deemed necessary or desirable by City for the
correction of errors or omissions in the Contract Documents.
1.28 CHANGES IN THE WORK.
Changes in the work made pursuant to changes issued in accord-ance
with the Standard Specifications and extensions of time of completion
made necessary by reason thereof (beyond the Completion Date) shall not
in any way release any guarantee given by Contractor pursuant to the
provisions of the Contract Documents, or the Contract let hereunder, nor
shall such changes in the work relieve or release the sureties on bonds
executed pursuant to the said provisions. By executing such bonds, the
sureties shall be deemed to have expressly agreed to any such change in
the work and to any extension of time made by reason thereof.
1.29 TERMINATION AFTER COMPLETION DATE.
In addition to any other rights it may have, City may terminate
this Contract at any time after the Completion Date as adjusted by any
extensions of time for excusable delays that may have been granted. Upon
such termination Contractor shall not be entitled to receive any
compensation for services rendered by him before or after such termi-
nation, and he shall be liable to City for liquidated damages for all
periods of time beyond such termination date until the work is completed.
1.30 CONTRACTOR BANKRUPT.
If Contractor should commence any proceeding under the Bank-ruptcy
Act, or if Contractor be adjudged a bankrupt, or if Contractor should
make any assignment for the benefit of creditors, or if a receiver should
be appointed on account of Contractor's insolvency, then the City Council
may, without prejudice to any other right or remedy, terminate the
Contract and complete the work by giving notice to Contractor and his
surety according to the provisions of Section 1.31. Contractor's Surety
shall have the right to complete the work by commencing thirty (30) days
as specified in Section 1.31; and, in the event Contractor's Surety fails
to commence work within thirty (30) days, City shall have the right to
complete, or cause completion of the work, all as specified in Section
1.31.
1.31 TERMINATION FOR BREACH OF CONTRACT.
If Contractor should abandon the work under this Contract, or if
the Contract or any portion of the Contract should be sublet or assigned
without the consent of the City Council, or if the City Engineer should
be of the opinion that the conditions of the Contract in respect to the
rate of progress of the work are not being fulfilled or any part thereof
is unnecessarily delayed, or if Contractor should willfully violate or
breach, or fail to execute in good faith, any of the terms or conditions
of the Contract, or if Contractor should persistently refuse or fail to
supply enough properly skilled labor or materials, or fail to make
A - 8
prompt payment to subcontractors for material or labor, or persistently
disregard laws, ordinances, or proper instruction or orders of the
Engineer, then, notwithstanding any provision to the contrary herein, the
City Council may give Contractor and his Surety written notification to
immediately correct the situation or the Contract shall be terminated.
In the event that such notice is given, and, in the event such
situation is not corrected, or satisfactory arrangement for correction is
not made within ten (10) calendar days from the date of such notice, the
Contract shall upon expiration of said ten (10) calendar days cease and
terminate. In the event of any such termination, City shall immediately
serve notice thereof upon the Surety and Contractor; and the Surety shall
have the right to take over and perform the Contract, provided, however,
that if the Surety does not commence performance thereof within thirty
(30) days from the date of the mailing to such Surety of notice of
termination, City may take over the work and prosecute the same to
completion by Contract, or other- wise, for the account and at the
expense of Contractor, and his Surety shall be liable to City for any
excess cost occasioned City thereby, as hereinafter set forth.
In the event City completes the work, or causes the work to be
completed, as aforesaid, no payment of any sum shall be made to Con-
tractor until the work is complete. The cost of completing the work,
including but not limited to, extra contract costs, the costs of City
forces, extra costs of administration and management incurred by City,
either direct or indirect, shall be deducted from any sum then due, or
which becomes due, to Contractor from City. If no sum sufficient to pay
the difference between sums due to Contractor and the cost of completing
the work, and there is a sum remaining due to Contractor after City
deducts the aforementioned costs of completing the work, then City shall
thereupon pay such sum to Contractor and his Surety.
No act by City before the work is finally accepted, including but
not limited to, exercise of other rights under the Contract, actions at
law or in equity, extensions of time, payments, claims of liquidated
damages, occupation or acceptance of any part of the work, waiver of any
prior breach of the Contract or failure to take action pursuant to this
section upon the happening of any prior default or breach by Contractor
shall be construed to be a waiver, or to estop, City from acting pursuant
to this paragraph upon any subsequent event, occurrence or failure by
Contractor to fulfill the terms and conditions of the Contract. The
rights of City pursuant to this paragraph are cumulative and in addition
to all other rights of City pursuant to this Agreement and at law or in
equity.
1.32 RESOLUTION OF CONSTRUCTION CLAIMS
1. For any claim of $375,000 or less which arises between the
Contractor and the City, the following procedure shall apply:
(a)
The claim shall be in writing and include the documents
necessary to substantiate the claim. Claims must be filed on
or before the date of final payment. Nothing in this
subdivision is intended to extend the time limit or supersede
notice requirements otherwise provided by contract for the
filing of claims.
A - 9
(b)
(c)
(d)
(e)
(~)
(2)
(3)
For claims of less than $50,000 the City shall respond
in writing to the written claim within 45 days of
receipt, or may request, in writing, within 30 days of
receipt, any additional documentation supporting the
claim or relating to defenses for claims the City may
have against the Contractor.
If additional information is required, it shall be
requested and provided pursuant to the subdivision upon
mutual agreement of the City and the Contractor
(hereafter "claimant").
The City's written response to the claim, as further
documented shall be submitted to the claimant within 15
days after receipt of the furth documentation or within
a period of time no greater than that taken by the
claimant in producing additional information, which-
ever is greater.
(1)
(2)
For claims over $50,000 and less than or equal to
$375,000 the City shall respond in writing to all
written claims within 60 days of receipt, or may
request, in writing, within 30 days of receipt, any
additional documentation supporting the claim or
relating to defenses of claims the City may have
against the claimant.
If additional information is thereafter required, it
shall be requested and provided pursuant to the
subdivision upon mutual agreement of the City and the
claimant.
(3)
The City's written response to the claim, as further
documented, shall be submitted to the claimant within
30 days after receipt of the further documentation, or
within a period of time no greater than that taken by
the claimant in producing additional information or
requested documentation, which is greater.
If the claimant disputes the City's written response, or the
City fails to respond within the time described, the claimant
may so notify the City inw riting, either within 15 days of
receipt of the City's response or within 15 days of the
City's failure to respond within the time prescribed,
respectively, and demand an informal conference to meet and
confer for settlement of the issues in dispute. Upon a
demand, the City shall schedule a meet and confer conference
within 30 days for settlement of a dispute.
If following the meet and confer conference the claim or any
portion remains in dispute, the claimants may file a claim
pursuant to Chapter 1 (commencing with Section 900) and
Chapter 2 (commencing with Section 910) of Part 3 of Division
3.6 of Title I of the Government Code. For purposes of those
provisions, the running of the period of time within which a
claim must be filed shall be tolled fromt he time the
claimant submits his or her written claim pursuant to
A - 10
subdivision (a) until the tim the claim is denied, including
any period of time utilized by the meet and confer
conference.
2. For any civil action filed to resolve
less which arises between Contractor "claimant")
procedures are established:
(a)
a claim of $375,000 or
and City, the following
Within 60 days, but no earlier than 30 days, following the
filing of responsive pleadings, the court shall submit the
matter to non-binding mediation unless waived by mutual
stipulation of both parties. Mediation process shall provide
for the selection within 15 days by both parties of a
disinterested third person as mediator, shall be commenced
within 30 days of the submittal, and shall be concluded
within 15 days from the commencement of the mediation unless
a time requirement is extended upon a good cause showing to
the court.
(b)
(i)
(2)
If the matter remains in dispute the case shall be
submitted to judicial arbitration. The Civil Discovery
Act of 1986 shall apply to any proceeding brought under
this subdivision consistent with the rules pertaining
to judicial arbitration.
Arbitrators shall, when possible, be experienced in
construction law, and any party appealing an arbi-
tration award who does not obtain a more favorable
judgment shall, in addition to payment of costs and
fees, also pay the attorneys fees on appeal of the
other party.
(3)
The City shall pay interest at the legal rate on any
arbitration award or judgment. The interest shall
begin to accrue on the date the suit is filed in a
court of law.
3. The procedures set forth above shall have no effect on the
City's obligation to pay money as to any portion of the claim which is
undisputed except as otherwise provided in the contract.
A- 11
IN WITNESS WHEREOF, the parties hereto have signed this Agreement
on the date set forth opposite their names.
Date:
CONTRACTOR:
By
Date:
Title
CITY OF DUBLIN,
A Municipal Corporation
ATTEST:
By
Mayor
ORIGINAL APPROVED AS TO FORM:
City Clerk
City Attorney
A- 12
GUARANTY
To the CITY OF DUBLIN, FOR CONTRACT NO. 92-01, DUBLIN BOULEVARD EXTENSION
- TRACT 5900.
The undersigned guarantees the construction and installation of the work
included in this project.
Should any of the work prove defective, due to faulty workmanship,
materials furnished or methods of installation, or should the work or any
part thereof fail to operate properly as originally intended and in
accordance with the plans and specifications, due to any of the above
causes, all within one year after date on which this contract is
accepted by the City or after relief from maintenance, whichever, the
undersigned agrees to reimburse the City, upon demand, for its expenses
incurred in restoring said project, including the cost of any such
equipment or materials replaced and repair said work completely without
cost to the City so that said work will function successfully as
originally contemplated.
The City shall have the unqualified option to make any needed replace-
ments or repairs done by the undersigned. In the event the City elects
to have said work performed by the undersigned, the undersigned agrees
that the repairs shall be made and such materials as are necessary shall
be furnished and installed within a reasonable time after the receipt of
demand from the City. If the undersigned shall fail or refuse to comply
with his obligations under this guaranty, the City shall be entitled to
all costs and expenses, including attorney's fees.
Signature of Bidder
A- 13
BID RESULTS, CONTRACT 92-01, DUBLIN BOULEVIhgD EXTENSION page 1
BI0 SCUEDULE A (TRACT 5900 PLANS,
ENGINEER'S ESTIMATE
ITEM UNIT ONIT TOTAL
NO. DESCRIPTION MEASURE QUANTITY pRICE PRICE
1, MOBILIZATION LS 1 78,000.00 78,000.00 11,200.00 11,200.00
25,000.00 25,000.00 62,300.00 62,300.00 65,000.00
TOTAL UNIT TOTAL
PRICE pRICE PRICE
65,000.00 39,292,00 39,292.00
LS 1 5,000.00 5,000.00 5,000.00 5,000.00
LS 1 20,000.00 20,000.00 21,000.00 21,000.00
CY 2,250 5.50 12,375.00 10.00 22,500.00
LF O 3.00 0.00 0.00 0.00
530 10.00 5,300.00 .10 53.00
0 5,00 0.00 0,00 0,00
1 500.00 500.00 800.00 800.00
1 300.00 300.00 400.00 400.00
550 6.00 3,300.00 2.40 1,320.00
60,500 3.30 199,650.00 1.93 116,765.00
0 2.50 0.00 0.00 0.00
4,200 1.00 4,200.00 .30 1,260.00
1,400 32.00 44,800.00 16.22 22,708.00
1,600 11,50 18,400.00 9.10 14,560.00
0 14.00 0.00 0.00 0.00
355 25.00 8,875.00 18.00 1,530.00
49 100.00 4,900.00 50.00 2,450.00
5,500.00 5,500.00 1,000.00 1,000.00
7,232.00 7,232.00 47,500.00 47,500.00
20.00 45,000.00 8.50 19,125.00
O.O0 0.00 0.00 0.00
4.61 2,443.30* 2.00 1,060,00
0.00 0.00 O.O0 0.00
1,200.00 1,200.00 1,000.00 1,000.00
360.00 360.00 500.00 500.00
4.00 2~200.00 6.00 3,300.00
1,000.00 1,000.00 1,400.00 1,400.00
1,000.00 1,000.00 5,236.00 5,236.00
10.00 22,500.00 9.75 21,937.50
0.00 0.00 0.00 0.00
2.00 1,060,00 2.20 1,166.00
0.00 0.00 0.00 0.00
1,700.00 1,700.00 825.00 825.00
250.00 250.00 27.50 27.50
4.00 2,200.00 5.00 2,750.00
2.65 160,325.00 2.59 156,695.00
0.00 0.00 0.00 0.00
1.50 6,300.00 .35 1,470.00
30.00 42,000.00 18.85 26,390.00
i1.00 17,600.00 11.00 17,600.00
0.00 0.00 0.00 0.00
20.00 1,700.00 24.00 2,040.00
50.00 2,450.00 100.00 4,900.00
4.00 240.00 7.25 435.00
250.00 500.00 253.08 506.00
150.00 150.00 187.00 187.00
25.50 1,275.00 28.00 1,400.00
400.00 120,000,00 534.00 160,200.00
40.00 4,000.00 47.00 4,700.00
75.00 7,500.00 77.00 7,700.00
4,500.00 9,000.00 2~640.00 5,280.00
4,500.00 4,500.00 1,980.00 1,980,00
0.00 0,00 0.00 O.O0
1,500.00 6,000.00 1,265.00 5,060.00
1,000.00 4,000.00 1,210.00 4,840.00
0,00 0.00 0.00 0.00
32.00 800.00 30.00 750.00
35.00 2,450.00 38.00 2,660.00
43.00 2,365.00 53.00 2,915.00
48.00 2,640.00 60.80 3,344.00
99.00 1,089.00 81.25 893.75
84.00 21,000.00 82.00 20,500.00
90.00 24,300.00 98.00 26,460.00
150.00 6,750.00 125.00 5,625.00
2.20 133,100.00' 2.50 151,250.00
0.00 0.00 0.00 0.00
21.09 29,526.00* 20.00 28,000.00
10,34 16,544.00' ll. OO 17,600.00
0.00 0.00 0.00 0.00
50.00 2,450.00 200.00 9,800.00
15.78 946.80 5.00 300.00
124.00 38,440.00 90.00 27,900.00 85.00 26,350.00 124.00 38,440.00
5.80
.35
.70
2,00
3.00
.25
3.00
2.00
27,000.00
12,000.00
28.00
6,960.00 4.00 4,800.00 3.50
490.00 .50 700.00 .30
49.00 1.00 70.00 .50
40.00 2.00 40.00 2.00
450.00 3.00 450.00 3.00
37.50 1.00 70.00 .25
285.00 3.00 285.00 3.00
280.00 2.00 280.00 2.00
27,000.00 5,000.00 5,000.00 20,000.00
12,000.00 lO,O00.O0 lO,O00.OO 10,000.00
14,000.00 40.00 20,000.00 40.00
4,200.00 5.80 6,960.00
420.00 t.10 1,540.00
35.00 1.10 77.00
40.00 2.75 55.00
450.00 3.85 577.50
17.50 2.20 154.00
285.00' 5.50 522.50
280.00 2.75 385,00
20,000.00 16,211.00 16,211.00
10,000.00 20,000.00 20,000.00
20,000.00 28.00 14,000.00
UNIT TOTAL UNiT TOTAL
PRICE PRICE PRICE pRICE
1,500.00 3,000.00 2,500.00 5,000.00 2,500.00 5,000.00 1,500.00 3,000.00
324.00 32,400.00 250.00 25,000.00 240.00 24,000.00 324.00 32~400.00
14.50 3,335.00 15.00 3,450.00 13.00 2,990.00 14.30 3,289.00
500.00 500.00 500.00 500.O0 1,500.00 1,500.00 1,100.00 1,100.00
0. O0 0. O0 O. O0 0. OD O. 00 0. O0 0 · O0 0. O0
0.00 0.00 0.00 0,00 0.00 0,00 0.00 0,00
0.00 0.00 0,00 0.00 0,00 0,00 0,00 0.00
$671,273.35 $680,580.00
* Co~ected amounts afte~ ve£ificat~on
$669,211.50 $694,025.75
UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL
PRICE PRICE PRICE PRICE pRICE PRICE PRICE PRICE
1. MOBILIZATION L$ 1 72,000.00 72,000.00 11,700.00 11,700.00
2. TRAFFIC CONTROL SYSTEM LS 1 15,000.00 15,000.00 12,500.00 12,500.00
3. CLEARING & GRUBBING LS 1 50,000.00 50,000.00 40,000.00 40,000.00
4. ROADWAY EXCAVATION (F) CY 4,300 5.50 23,650.00 10,00 43,000.00
5. REMOVE CURB & GUTTER LF 1,340 3.00 4,020.00 1.00 1,340.O0
26,000.00 26,000.00 62,300.00 62,300.00 57,000.00 57,000.00 8,176~00 8,176.00
9,900.00 9,900.00 1,OO0.00 1,000.00 1,000.00 1,O00.O0 2,495.00 2,495.00
28,616,00 28,616.00 67,500.00 67,500.00 35,000.00 35,000.00 17,600.00 17,600.00
8.30 35,690.00* 8.50 36,550.O0 6.00 25,800.00 8.10 34,830,00
5.24 13,886.00" 2.00 5,300.00 2.00 5,300.00 Si00 13,250.00
4,33 2,598.00" 3.00 1,800.00 3.00 1,800.00 2.50 1,500.00
1,600.00 1,600.00 2,000.00 2,000.00 1,200.00 1,200.00 1,375.00 1,375.00
220.00 220.00 500.00 500.00 220.00 220.00 275.00 275.00
4.00 1,200.00 6.00 1,800.00 4.00 1,200.00 5.00 1,500.00
2.37 158,790.00" 2.50 167,500.00
1.79 24,165.00" 2.00 27,000.00
.57 2,679.00* 1.00 4,700.00
21.09 29,10~.00' 20.00 27,600.00
10.34 5,584.00* 11.00 5,940.00
9.00 5,490.00* 10.00 6,100.00
18.00 3,420.00 20.00 3,800.00
0,00 O.OO 0.00 O.OO
15.78 5,365.00* 5.00 1,700.00
200.00 200.00 200.00 200.00
150.00 600.00 200.00 800.00
14.50 5,800.00 10.00 4,000,00
0,00 0.00 0.00 0,00
0.00 0.00 0,00 0.00
0.00 0.00 0.00 0.00
O.O0 0.00 0.O0 0.00
0.00 0,00 O,O0 0.00
600.00 600.00 500.00 500.00
1,150.00 2,300.00 1,000.00 2,000.00
3.00 201,000.00 2.57 172,190.00
2.20 29,700.00 2.40 32,400.00
.50 2,350*00 .40 1,880.00
22.00 30,360.00 21.75 30~O15.O0
11.00 5,940.00 11.10 5,994.00
11.00 6,710.00 10.10 6,161.00
20.00 3,800.00 24.00 4,560.00
0.00 0.00 0.00 0.00
4.00 1,360.00 6.95 2,363.00
250.00 250.00 253.00 253.00
150.00 600.00 187.00 748.00
9.00 3,600.00 10.25 4,100.00
0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00
1,800.00 1,800.00 660.00 660.00
1,500.00 3,000.00 1,265.00 2,530.00
0.00 0.00 0.00 0,00
60.00 14~700.00 25.00 6,125.00
0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00
O.OO 0.O0 O.00 0.00
ISCHEDULE B CONT'D.) - Page 3. ENGINEER'S ESTIMATE LES MC DONALD REDGWICK CONSTRUCTION OLIVER DE SILVA RGW CONSTRUCTION BAY CITIE~
36. 48"RE]NF CONCRETE pIPE (III) LF 0
37. 54" REINF CONC PiP~ (III) LF 0
38. 54" REINF CONC pIPE (V) LF 0
39. 43" X 26" REINF CONCRET£Q.
OVAL PIPE (CLASS V) LF 0
40. 54" X 36" REINF CONCRETE
OVAL PIPE (CLASS V) LF 0
85.00 0.00 0.00 0.00
95.00 0.00 0.00 0.00
105.00 0.00 0.00 0.00
200.00 0.00 0.00 0.00
200.00 0.00 0.00 0.00
0.00 0.00 O.OO 0,00 0,00 0.00 0,00 0.00
0.00 O.O0 O.OO 0.00 0.00 0.00 0.00
0.00 0,00 0,00 0.00 0.00 0.00 0.00 0.00
O.O0 0.00 0,00 0.00 0.00 0.00 0.00 0.00
O.OO O,OO 0,00 0,00 0.00 0.00 0.00 0.00
0,00 O,OO O.OO O,O0 0,00 O.O0 0,00 O.O0
.35 1,050.00 .50 1,500.00 .30 900.00 .55 1,650.00
.70 1,540.00 1.00 2,200.00 .50 1,100.00 .90 1,980.00
2.00 1,160.00 2.00 1,160.O0 2.00 1,160.00 2.75 1,595.O0
3.00 2,220.O0 3.00 2,220.00 3.00 2,220.00 3.85 2,849.00
.25 575.00 i*00 2,300.00 .25 575.00 1.10 2,530.00
3.00 720.00 3.00 720.00 3.00 720.00 5.50 1,320.00
2.00 1~000.00 2.00 1,0OO.00 2.00 1,000.00 2.75 1,375.00
6,000.00 6,000.00 1,000.00 1,000.00 5,000.00 5,000.00 11,500.00 11,500.00
2,000.00 2,000.00 2,500.00 2,500.00 2,000.00 2,000.00 6,250.00 6,250.00
0,00 0.00 0.00 0.00 0,00 0.00 0.00 0.00
0.00 0.00 O. O0 0.00 0.00 0. O0 0. O0 0. O0
0, O0 0. O0 0. O0 0. O0 0. O0 0. O0 0. O0 0. O0
0. O0 0. O0 0. O0 0. O0 0. O0 0. O0 0. O0 0. O0
0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00
13,0OO.00 13.O00.GD 7,500.00 7,500.00 10,000.00 lO,000.O0 14,300J00 14,300.00
20,000.00 20,000.00 10,000.00 10,000.00 15,000.00 15,000.00 21,505.00 21,505.00
130,000,00 130,000.00 81,700.00 81,700.00 100,000.00 100,000.00 137,193.00 137,193.00
30.00 6,000.00 25.00 5,000.00 10.00 2,000.00 26.45 5,290.00
~790,140.00 $498,320.60 $558,011.00 $566,100.00 $579f385.00 $565,007.00
$1,660,035.00 $1,084,925.60 $I,229,294.35 $1,246,680.00 $1,248,596.50 $1,259,032.75
· Corrected amount after verification
~10 ~ESULTS, CONTRACT 92 O1, DgBLZN BOULEVARD EXTENSION Page 4.
1. MOBILIZATION
2. TRAFFIC CONTROL SYSTEM LS 1 8,800.00 8,800.00 5,000.00 5,000.00
3. CLEARING & GRUBBING L$ I 8,900.00 8,900.00 7,840-00 7,840.00
4. ROADWAY EXCAVATION (F) CY 2,250 4.30 9,675.00 4.00
0.00 0.00 O,OO
5. REMOVE CURB & GUTTER LF 0 0.00 1,325.00 6.50 3,445-00
6. REMOVE PAVEMENT & BASE SY 530 2.50 0.00 0.00 0.00
7. REMOVE CONCRETE SIDEWALK SY 0 O.O0
8. REMOVE STRIPES/~[ARKiNGS LS I 790.00 790.00 500.00 500.00
9. RELOCATE ROADSIDE SIGNS LS 1 280.00 280.00 500.00 500.00
10. PLANE AC pAVEMENT SY 550 6.70 3,685.00 7.00 3,850.00
11. ROADWAY STRUCT. SECTION #1 SF 60,500 2.70 163,350-00 3.00 181,500.00
0.00 0.00
12. ROADWAY STRUCT. SECTION 32 SF 0 0.00 0.00
13. ROADWAY STRUCT. SECTION #3 SF 4~200 .86 3,612.00 .40 1,680.00
14. MONOLITHIC pCC CURB, G/S LF 1,400 25.00 35,000-00 30.00 42,000.00
15. pCC CURB (TYPE 8 VERTICAL) LF 1,600 11.00 17,600.00 12.00 19,200.00
16. pCC CURB & GUTTER LF 0 0.00 O.O0 0.00 0.00
17. TIMBER BARRICADE LF 355 23.00 1,955.00 21.00 1,785.00
80.00 3,920.00
18. TYPE III BARRICADE EA 49 53.00 2,597.00
19. ASPHALT CONCRETE DIKE LF 60 10.OD 600.00 6.00 360.00
20. SURVEY MONUMENT EA 2 240.00 4B0.00 300.00 600.00
21. ROADSIDE SIGN EA 1 180.00 180.00 150.00 150.00
22. 6' CHAIN LINK FENCE/GATE LF 50 27.00 1,350.00 10.OD 500.00
23. CONCRETE BOX CULVERT CY 300 480.00 144,000-00 500-00 150,000.00
24. CHAIN LINK RAILING-TYPE 7 LF 100 45.00 4,500.00 50.00 5,000.00
25. RIP RAP (LIGHT CLASS) CY 100 130.O0 13,000.00 80.00 8,000.00
26. Type 1 MANHOLE (STORM ORN) EA 2 2,500.00 5,000.00 4,100.00 8,200.00
27. TYPE C MANHOLE (STORM DRN) EA 1 1,900.00 1,900.O0 4,100.00 4,100.O0
0.00 0.00
28. MODIFY CATCH BASIN EA 0 O.O0 O.00
29. DROP INLET (CATCH BASIN) EA 4 1,200.00 4,800.00 1,450.00 5,800-00
1,200.00 4,800-00 1,150.00 4,600.00
30. FIELD INLET EA 4 0.00
31. 18" REINF CONCRETE pIPE (V) LF 0 0'00 0'00 0'00
32. 18" REINF CONC PIPE (III) LF 25 70.00 1~750-00 50.00 1,250.00
33. 24" REINF CONC pIpE (IV) LF 70 73.00 5,110.00 65.00 4,550.00
34. 36" REINF CONC PIPE (III) LF 55 78.00 4,290.00 80.00 4,400.00
35. 36" REINE CONC pIPE (IV) LF 55 82.00 4,510-00 84.00 4,620.00
36. 48"REiNF CONCRETE PIPE (III) LF 11 88.00 968.00 120.O0 1.320-00
37. 54" REINF COliC pIpE (IIi) LF 250 93.00 23,250.00 124.00 31,000.00
38. 54" REINF CONCRETE PIPE (V) LF 270 110.00 29,700.00 140.00 37,800.00
39. 43" X 26" REINF CONCRETE LF 45 93.00 4,185.00 135.00 6,075-00
OVAL pIpE (CLASS V)
40. 54" X 36" REINF CONCRETE LF 310 100.00 31,000.00 200.00 62,000-00
OVAL pIPE (CLASS V)
41. 18" SUBDRAIN LF 1~200 9.10 10,920.00 20.00 24,000.00
42. 4" TI{ERHO TRFC STRIPES LF 1~400 1.10 1,540.00 .80 1,120.00
43. 8" THERMO TRFC STRIPES LF 70 1.10 77.00 1.00 70.00
44. 12" THEFd40 TRFC STRIPES LF 20 2.60 52.00 1.50 30.00
45. THERMO pVMT MARKINGS SF 300 3.60 540.00 3.00 450.00
2.00 140.00 .50 35.00
46. pAINT TRAFFIC STRIPE LF 70 380,00
47. REFLECTIVE pVMT MARKERS EA 95 5.30 503.50 4.00
48. NON REFLECT PVMT MARKERS EA 140 2.60 364.00 3.00 420.00
49. LANDSCAPING LS 1 30,000.00 30,000.00 10,000.00 10,000.00
50. IRRIGATION SYSTEM LS 1 14.000.00 14,000-00 10,000.00 10,000.00
51. 8" VITRIFIED CLAY pipe [,F 500 55.00 27,500.O0 42.00 21,000-00
2,900.00 2,900.00
23,000.00 23,000.B0
5.40 12,150.00
0,00 0.00
14.85 7,870.50
0.00 O.O0
275.00 275.00
275.00 275.00
4.70 2,585.00
2.25 136,125.00
0.00 0.00
3.70 15,540.00
18.45 25,830.00
10.40 16,640.00
0.00 0.00
35.20 2,992.00
100.00 4,900.00
lO.O0 600.00
250.00 500.00
286.00 286.00
28.00 1,400.00
423.00 126,900.00
47.30 4,730.00
50.00 5,000.00
2,640.00 5,280.00
2,000.00 2,000.00
0.O0 0.00
1,265.00 5,060.00
1,210.00 4,840.00
0.00 0,00
35.20 880.00
38.50 2,695.00
47.30 2,601.50
52.80 2,904.00
108.90 1,197.90
92.40 23,100.00
99.00 26,730.00
165.00 7,425.00
93.50 28,985.00
6.70 8,040.00
.94 1,316.00
3.00 210.00
2.75 55,00
3.20 480.OO
1.10 77.00
3.60 342.00
2.45 343.00
21,340.00 21,340.00
9,800.00 9,800.00
44,00 22,000.00
4,800.00 4,800.00 6,000.00 6,000.00
7,000.00 7,000.00 lO,O00.OO lO,OOO.O0
13.50 30,375.00 5.50 12,375.00
0.00 0.00 0,00 0.00
.75 397.50 4.00 2,120.00
0.00 0.00 O.OO O.O0
1,400.00 1,400.00 1~200.00 1,200,00
450.00 450.00 360.00 360.00
4.50 2,475.00 5.60 3,080.00
2.57 155,485.00 2.50 151,250.00
0.00 0.00 0.00 0.00
.83 3,486.00 .50 2,100.00
20.20 28,280.00 20.22 28,308.00
11.00 17,600.00 11.80 18,880.00
0,00 0.00 0,00 0.00
20.00 1,700.00 18.00 1,530.00
65.00 3,185.00 125.00 6,125.00
8.35 501.O0 6.50 390.00
250.00 500.00 200.00 400.00
225.00 225.00 150.00 150.00
48.00 2,400.00 25.50 1,275.00
525.00 157,500.00 537.00 161,100.00
53.00 5,300.00 43.00 4,300.00
70.00 7,000.00 136.00 13,600.00
3,000.00 6,000.00 4,500.00 9,000.00
2,000.00 2,000.00 4,500.00 4,500.00
0.00 0.00 0.00 0.00
1~225.00 4,900.00 1,300.00 5,200.00
1,200.00 4,800.00 1,300.00 5,200.00
0.00 0.00 0.00 0.00
18.00 450.00 32.00 800.00
47.00 3,290.00 35.00 2,450.00
66.00 3,630.00 43.00 2,365.00
61.00 3,355.00 48.00 2,640.00
108.00 1,188.00 99.00 1,089.00
105.00 26,250.00 84.00 21,000.00
120.00 32,400.00 90.00 24,300.00
104.00 4,680.00 150.00 6,750.00
145.00 44,950.00 85.00 26,350.00
13,00 15,600.00 3.50 4,200.00
.45 630.00 .35 490.00
1.70 119.00 .70 49.00
5.30 106.00 2.00 40.00
3.75 562.50 3.00 450.00
.30 21.00 .25 17.50
4.00 380.00 3.00 285.00
2.60 364.00 2.00 280.00
32,500.00 32,500.00 18,020.00 18,020.00
14,500.00 14,500.00 11,422.00 11,422.00
60.00 30,000.00 40.00 20,000.00
(
{SCHEDULE A CONT'D.) Page 5. TEICHgRT CONST. GRANITE CONST. GALLAGHER & BURK H & K GRADING O~C. JONES
52. SANITARY SEWER MANHOLE gA 2 1,500.00
53. REPLACE 24" WATER LINE LF 100 230.00
54. RELOCATE CHAIN LINK FENCE LF 230 14.00
55. MODIFY SANI SEWER MANHOLE EA 1 510.00
56. HWY LIGHTING SSM (DUBLIN) LS 1 16,000.00
SUBTOTAL, SCHEDULE A:
3,000.OO 1,400.00 2,800.(10 2,750.00
23,0OD.OO 250.00 25,OD0.O0 264.O0
3,220.00 6.00 1,380.00 14.30
510.00 500.00 500.00 300.00
16,OOO.00 21,000.O0 21,000.O0 16,720.00
0.00 0.00 0.00 0.00
0.00 0,00 0.00 0,00
0.00 0,00 0,00 0.00
$728,308.50" $743,730.00
Adjusted amount after verification
iTEM UNIT UNIT TOTAL UNIT TOTAL UNIT
NO. DESCRIPTION MEASURE QUANTITY PRICE pRICE pRICE pRICE PRICE
5,5OO.OO 3,200.00 6,400.00 2,500.00 5,000.00
26,400.00 335.00 33,500.00 240.00 24,000.00
3,289.00 15.50 3,565.00 13.00 2,990.00
300.00 600.00 600.00 500,00 500.00
16,720.00 19,OO0.00 19,OOO.00 16,SOO.OD 16,500.00
0.00 0.00 0.00 0.00 0,00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
716,908.90' 759,800.00 770,430.50
TOTAL UNIT TOTAL UNIT TOTAL
PRICE PRICE pRICE pRICE PRICE
1. MOBILIZATION LS 1 30,000.00 30,000.00 5,000.00 5,000.00 25,000.00
2. T~AFFIC CONTROL SYSTEM LS 1 8,700.00 8,700.00 5,000.00 5,000.00 2,900.00
3. CLEARING & GRUBBING LS 1 33,000.00 33,000.00 36,000.00 36,000.00 18,600.00
4. ROADWAy EXCAVATION (F) CY 4,300 4.20 18,O60.00 4.50 19,350.00 5.40
B* REMOVE CUR8 & GUTTER LF 1,340 1.70 2,278.00 3.00 4,020.D0 2.00
6. REMOVE pAVEMENT & BASE SY 2,650 2.70 7,155.00 6.50 17,225.00 14.85
7. REMOVE CONCRETE SIDEWALK SY 600 3.80 2,280.00 5.00 3,000.00 2.00
8. REMOVE STRIPES/MARKINGS LS 1 1,300.00 1,300.00 1,000.00 1,O0O.OO 880.00
9. RELOCATE ROADSIDE SIGNS LS 1 1,100.00 1,100.00 1,000.00 1,000.00 275.00
10. PLANE AC pAVEMENT Sy 300 6.70 2,010.00 7.00 2,100.00 4.70
11. ROADWAY STRUC SECTION ~1 SF 67,000 2.50 167,500.00 3.00 201,000.00 2.25
12. ROADWAY STRUC SECTION ~2 SF 13,5OO 1.90 25,650.00 2.30 31,050.00 2.60
13. ROADWAy STRUC SECTION #3 SF 4,700 .86 4,042.00 2.00 9,4OD*OD 3.70
14. MONOLITHIC PCC C/G,SDWLK LF 1,380 25.00 34,500.00 30.00 41,400.00 18.45
15. PCC CURB (TYPE B VERT) LF 540 11.00 5,940.00 12.00 6,480.00 10.40
I6. TYPE A2-6 PCC CUR8 LF 320 13.00 7,930.00 24.00 14,640.00 9.30
17. TIMBER BARRICADE LF 190 23.00 4,370.00 21.00 3,990.00 35.20
18. TyPE III BARRICADE EA 0 0.00 0.00 0.00 0.00 0.00
19. ASPHALT CONCRETE DIKE LF 340 ll.0O 3,740.00 6.00 2,040.00 8.80
20. SURVEY MONUMENT EA 1 240.00 240.00 300.00 300.00 250.00
21+ ROADSIDE SIGN EA 4 180.00 720.00 150.00 600.00 285.00
22. 6' CHAIN LINK FENCE/GATE LF 400 9.70 3,880.00 10.00 4,000.00 10.20
23. CONCRETE-BOX CULVERT CY 0 0.00 0.O0 0.O0 0.00 0.00
24. CHAIN LINK RAILING-TyPE 7 LF 0 O.00 0.00 0.00 0.00 0.00
25. RIP RAP (LIGHT CLASS) CY 0 0.00 0.00 0.00 0.00 0.00
26. TYPE 1 MANHOLE (STORM DRN) EA 0 0.00 0.00 0.00 0.00 0.00
27. Type C MANHOLE (STORM DRN) EA 0 0.00 0.00 0.00 0.00 0.00
28. MODIFY CATCM BASIN EA 1 660.00 660.00 800.00 800.00 660.00
29. DROP INLET (CATCH BASIN) EA 2 1,200.00 2,400.00 1,450.00 2,900.00 1,265.00
30. FIELD INLET EA 0 0.00 0.00 0.00 O.O0 O.00
31. 18" REINF CONCRETE PIPE (V) LF 245 98.00 24,010.00 50.00 12,250.00 66.00
32. 18" REINF CONC PIPE (III) LF 0 0.00 0.00 0.00 0.00 0.00
33. 24" REINF CONC PIPE (IV) LF 0 O.00 0.00 0.00 0.00 0.00
34. 36" REINF CONC PIPE (/II) LF 0 0.00 0.00 0.00 0.00 0.00
35. 36" REINF CONC PIPE (IV) LF 0 0.00 0.00 0.00 0.00 0.00
25,000.00 32,000.00 32,000.00
2,900.00 18,000.00 18,OO0.00
18,600.00 37,000.00 37,000.00
124,000.00 124,000.00
5,000.00 5,000.00
24,000.00 24,000.00
5.50 23,650.00
1.50 2,010.OO
4.00 10,600.00
2.50 1,500.00
1,600.00 1,600.00
220.00 220.00
8.50 2,550.00
2.50 167,500.00
1.95 26,325.00
1,00 4,700.00
20.22 27,903.60
11.80 6,372.00
12.20 7,442.00
18.00 3,420.00
0.00 0.00
6.50 2,210.00
200.00 200.00
150.00 600.00
9.25 3,700.00
0.00 0.00
0.00 0.00
0.00 0.00
0,00 0.00
0.00 0.00
600.00 600.00
1,400.00 2,800.00
0.00 0.00
60.00 14,700.00
o.00 0.00
0.00 0.00
0.00 0.00
0.00 0.00
{SU}IEDULE B CONT'D.) Page 6. TE[CI~ERT CONST. GRANITE CONST. GALLAGIIER & mURK H & K GRADING O.C. JONES
ITEM UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL
36. 48"REINF CONCRETE pIPE (III) LF
37. 54" REINF CONC pIPE (III) LF
38. 54" REINF CONC pIpE (V} LF
39. 43' X 26" REINF CONCRETE
OVAL PIPE (CLASS V) LF
40. 54" X 36' REINF CONCRETE
GRAND TOTAL, SCHEDULES A & B~
0 0.00 0.00 0,00 0.00 0.00 0.00
0 0,00 0.00 0.00 0.00 0.00 0.00
0 0,00 0,00 0,00 0.00 0.00 0.00
0,00 0.00
0 0.00 0.00 0.00 0.00
0,00 0.00
0 0.00 O.O0 0.00 0.00
0 0.00 0.00 0.00 0.00 0,00 0.00
3,000 .53 1,590.00 .80 2,400.O0 .94 2,820.00
2,200 .83 1,8~6.OO 1.00 2,200.00 1.76 3,872.00
580 2.60 1,508.OO 1.50 870.00 2.75 1,595.00
850 3.50 2,590.00 3.00 2,220.00 3.20 2,368.00
2,300 1.10 2,530.00 .25 575.00 .33 759.00
240 5.30 1,272.O0 4.00 960.00 3.57 856.80
500 2.60 1,300.00 3.00 1,500.00 1.98 990.00
1 8,300.00 8,300.00 2,000.00 2,000.00 15,000.00 15,000.00
1 7,700.00 7,700.00 3,000.00 3,000.00 10,000.00 10,000.00
0 0.00 0.00 0.00 0.00 0.00 0.00
O 0.00 0.00 0.O0 0.00 O.00 0.00
O O.OO 0.00 0,00 0.00 0.00 O.O0
0 0.00 O.O0 0,00 0.00 0.00 0,00
0 0,00 0.00 0.00 0.00 O,OO 0.00
1 9,700.00 9,700.00 21,000.00 21,000.00 10,275.00 10,275.00
1 160,000.00 160,000.00 105,000.00 105,000.00 160,000.00 160,000.00
200 25.00 5,000.00 25.00 5,000.00 27.20 5,440.00
0.00 0.00 0.00 0,00
0.00 0.00 0,00 0.00
0.00 0.00 0.00 0.00
0,00 0.00 0.00 0,00
0.00 0,00 0.00 0.00
0.00 0.00 0.00 0,00
.40 1,200.00 .35 1,050.00
.80 1,760.O0 .70 1,540.00
2.25 1,305.00 2.00 1,160.00
3.30 2,442.00 3.00 2,220.00
.30 690.00 .25 575.00
3.50 840.00 3.00 720.00
2.30 1,150.00 2.00 1,000.O0
8,600.00 8,600.00 9,489.00 9,489.00
8,100.00 8,100.00 4,390.00 4,390.00
0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00
0.00 0,00 0.00 0.00
0.00 0,00 0.00 0.00
0.00 0.00 0.00 0.00
16,000.00 16,000.00 13,000.O0 13,000.00
31,000.00 31,000.00 19,500.O0 19,500.00
132,000.00 132,000.00 124,800.O0 124,800.00
25.50 5,100.00 29.05 5,810.00
$611~781.00" $592,270.00 621,743.30 616,947.00 648,856.60
$1,340,089.50' $1,336,000.00 1,338,652.20* 1,376,747.00 1,419,287.10
* Corrected totals after verification
EUGENE K. STURGIS
(1892-1976)
EDWIN N, NESS
ROBERT BRUNSELL
SAMUELA, SPERRY
DANIEL C. BORT
PHILIP D, ASSAF
Valley Times
P.O. Box 607
Pleasanton, CA 94566
Law Offices of
STURGIS, NESS, BRUNSELL & SPERRY
a professional corporation
2000 Powell Street, Suite 1690
Post Office Box 8808
Emeryvflle, California 94608-1804
January 14, 1992
RICIIVED
JAN 1 5 '1992
' .IBLI .WORKS
(800) 543-6500
(510) 652-7588
F,~x: (510) 652-0190
Attention: Judy Beninger, Legal Publications Department
Re: Dublin Boulevard Extension Assessment District 91-1, City of
Dublin
To Whom It May Concern:
On behalf of the city of Dublin,
document accordingly:
please publish the following
e
Notice Inviting Sealed Bids to be published twice, once a week
for two successive weeks beqinninq not later than January 20,
1992.
Kindly provide our office with an affidavit of publication in
triplicate for this notice, together with your statement for
publications costs.
Should you have any further questions, please do not hesitate to
contact me directly.
Very truly yours,
STURGIS, NESS, BRUNSELL & SPERRY
a professional corporation
Olivia Elflerts
Project Assistant
/OUE
Enclosure
cc:
Kay Keck, City Clerk
Lee Thompson, Director of Public Works/City Engineer
Elizabeth Silver, Meyers, Nave, Riback & West
NOTICE INVITING SEALED BIDS
DUBLIN BOULEVARD EXTENSION ASSESSMENT DISTRICT 91-1
The City Council of the City of Dublin invites sealed bids
for the construction of public imprqvements in Dublin Boulevard
Extension Assessment District 91-1. The improvements are
generally described as follows:
Ail those proposed public improvements within Tract 4978 and the
proposed Tract 5900. These include curbs, gutters, sidewalk,
pavement, street monuments, drainage, street lights, street trees,
signs, striping, irrigation, and related miscellaneous
improvements on Dougherty Road and Dublin Boulevard extended.
The construction of the westerly one-half of the road which is to
be on either side of the Chabot Channel. The limits of these
improvements are from the end of the existing cul-de-sac north to
the improvements of Dublin Boulevard extended, the reconfiguration
of the cul-de-sac bulb to a through street, and changing of the
driveway entrance at $carlett Court to street curb returns.
The construction of the Extension of Dublin Boulevard from
Dougherty Road to Tract 4978.
The five-foot widening on the east side of Dougherty Road from
Dublin Boulevard extended north to Tract 4978.
Plans
Department
per set if
and specifications for the work may be obtained at the
of Public Works upon deposit of $35.00 per set ($40.00
mailed first-class postage) which is non-refundable.
The contractor for the work will be required to pay the
general prevailing rates of wages as determined by the Director
of the Department of Industrial Relations of the State of
California. A copy of these rates is on file with the City
Clerk, and is available on request.
Bids must be accompanied by cash, a cashier's check or a
certified check amounting to ten percent (10%) of the bid,
payable to the order of the city Clerk, or by a bond for that
amount signed by the bidder and two sureties (who shall justify
before any officer competent to administer an oath, in double
that amount, and over~and above all statutory exemptions) or by a
corporate surety bond to the satisfaction and approval of the
Director of Public Works.
The city reserves the right to reject all bids in its
discretion, and to reject the bid of any bidder who has been
delinquent or unfaithful in any former contract with the City of
Dublin. The contract, if let, will be awarded under the
authority of the Municipal Improvement Act of 1913 of the State
of California and the Local Agency Public Construction Act.
The contractor will be paid in cash in accordance with the
specifications, but only from the improvement fund for Dublin
Boulevard Extension Assessment District 91-1. Sealed bids must
be delivered to the office of the city Engineer of the City of
Dublin at 100 Civic Plaza, Dublin, California 94568 before 2:00
P.M. on February 13, 1992. At that time, all bids will be
publicly opened, examined and declared.
The contract, if let, will be awarded to the lowest
responsible bidder by the city Council at a subsequent time,
within the time set forth in the specifications.
but
The contractor may elect to receive 100% of payments due
under the contract from time to time, without retention of any
portion of the payment by the city, by depositing securities of
equivalent value with the City in accordance with the provisions
of Section 22300 of the Public Contract Code. Such securities, if
deposited by the contractor, shall be valued by the City's
Finance Director, whose decision on valuation of the securities
shall be final.
DATED: January 13, 1992
KAY KECK, City Clerk, City of Dublin,
Alameda County, California