Loading...
HomeMy WebLinkAbout4.08 Dublin Blvd Extension Plans CITY OF DUBLIN AGENDA STATEMENT City Council_ Meeting Date: November 13, 1990 SUBJECT: Agreement with Wilsey & Ham for Dublin Boulevard Extension Plans and Specifications (Report by Public Works Director Lee Thompson) EXHIBITS ATTACHED: 1) Resolution 2) Agreement 3) Copy of Capital Improvement Program page concerning this project. / 4) Project location map RECOMMENDATION: Adopt resolution FINANCIAL STATEMENT: Design Phase Budget Proposal Preliminary Engineering $ 10,000 Meetings with staff, data gathering, etc. $ 6,600 Right-of-Way Surveys 15,000 Record of Survey 7,700 Legal Description 5,000 Design 38,000 Plans, Specs, Estimates* 17,500 Agency Review Response 3,800 $ 63,000 $ 40,600 Construction Phase Inspection** $ 19,000 Construction Observation $ 4,600 Record As-Builts 1,000 Construction staking (included in $ 3,600 const. est. ) GRAND TOTAL 8S�2000 49,800 * Does not include signal modification at Dougherty Road to be done by TJKM (estimated at $4,000) ** $19,000 budget includes cost of both consultant inspection and City inspection. DESCRIPTION: The City Council's Goals and Objectives for this Fiscal Year, as well as the 1990-91 Capital Improvement Program, provides for the purchase of right-of-way for the Dublin Boulevard Extension between Dougherty Road and Tract 5900. The right-of-way and improvements through Tract 5900 to the Southern Pacific Railroad right-of-way is the responsibility of the developer of Tract 5900. The actual roadway construction is planned for the 1991-92 Fiscal Year. Part of the initial work of this project involves the right-of-way surveying and roadway design. Staff has requested and received a proposal from Wilsey and Ham Engineering, as Wilsey and Ham designed the portion of Dublin Boulevard that passes through Tract 5900. Wilsey and Ham has already developed much of the background engineering design and right-of-way data which will reduce the project learning curve, as well as reduce the project design cost. Wilsey and Ham's proposal does, in fact, reflect these anticipated lower engineering costs. Staff recommends that the City Council adopt the resolution approving the agreement with Wilsey and Ham for engineering services and authorizing the Mayor the execute the agreement. ------------ --------------------------------------------------------------- ITEM NO. COPIES TO: Jim Zumwalt, Wilsey & Ham RESOLUTION N0. —90 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN ---7---------------------------------------- APPROVING AGREEMENT WITH WILSEY & HAM CIVIL ENGINEERS FOR DUBLIN BOULEVARD EXTENSION PLANS AND SPECIFICATIONS WHEREAS, Wilsey and Ham Civil Engineers has given the City a proposal for provision of certain engineering services for the Dublin Boulevard Extension Capital Improvement Project; and WHEREAS, said Proposal has been reviewed and found to be reasonable and in accordance with the approved budget for the project; and WHEREAS, the City desires to contract with Wilsey and Ham for those services outlined in the proposal and in the resultant Contractual Services Agreement; NOW, THEREFORE, BE IT RESOLVED that. the City Council of the City of Dublin hereby approves the Agreement with Wilsey and Ham which is attached to this Resolution as Exhibit A. BE IT FURTHER RESOLVED that the Mayor is authorized to execute said Agreement. PASSED, APPROVED, AND ADOPTED this 13th day of November, 1990. AYES: NOES: ABSENT: Mayor ATTEST: City Clerk RESOLD-norl EXHIBIT "A" OF RESOLUTION -90 CONTRACTUAL SERVICES AGREEMENT THIS AGREEMENT is made at Dublin, California, as of November 13, 1990, by and between the CITY OF DUBLIN, a municipal corporation ("City") and WILSEY AND HAM, ("Contractor") , who agree as follows: 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, Contractor shall provide to City the services described in Exhibit A. Contractor shall provide said services at the time, place, and in the manner specified in Exhibit A. 2. PAYMENT. City shall pay Contractor for services rendered pursuant to this Agreement at the time and in the manner set forth in Exhibit B. The payments specified in Exhibit B shall be the only payments to be made to Contractor for services rendered pursuant to this Agreement. Contractor shall submit all billings for said services to City in the manner specified in Exhibit B; or, if no manner be specified in Exhibit B, then according to the usual and customary procedures and practices which Contractor uses for billing clients similar to City. 3. FACILITIES AND EQUIPMENT. Except as set forth in Exhibit C, Contractor shall, at its sole cost and expense, furnish all facilities and equipment which may be required for furnishing services pursuant to this Agreement. City shall furnish to Contractor only the facilities and equipment listed in Exhibit C according to the terms and conditions set forth in Exhibit C. 4. GENERAL PROVISIONS. The general provisions set forth in Exhibit D are part of this Agreement. In the event of any inconsistency between said general provisions and any other terms or conditions of this Agreement, the other term or condition shall control insofar as it is inconsistent with the general provisions. 5. EXHIBITS. All exhibits referred to herein are attached hereto and are by this reference incorporated herein. 6. CONTRACT ADMINISTRATION. This Agreement shall be administered by the Director of Public Works ("Administrator") . All correspondence shall be directed to or through the Administrator or his or her designee. 7. NOTICES. Any written notice to Contractor shall be sent to: Wilsey and Ham 7080 Donlon Way, Suite 126 Dublin, CA 94568 Any written notice to City shall be sent to: Lee S. Thompson, Director of Public Works P.O. Box 2340 Dublin, CA 94568 Executed as of the day first above stated: CITY OF DUBLIN, a municipal corporation By °city° ATTEST: City Clerk By "Contractor" Approved as to form: City Attorney EXHIBIT A SCOPE OF SERVICES PHASE I - DESIGN SERVICES Task 1 - Meetings, Coordination, and Information Gathering This task includes attending three (3) meetings with City staff to initiate design, present project progress, and discuss design review comments from the City. Also included in this task are field surveys to confirm aerial mapping at construction conform areas and geotechnical investigation. Task 2 - Record of Survey Wilsey and Ham will prepare a record of survey for the two (2) properties anticipated to be acquired in part or in full. These properties are the Boat House, APN 941-550-10-11 and Curtiss Dodge, APN 941-550-12-7. This task also includes the setting of up to eleven (11) monuments for parcel boundary and right-of-way limits. Task 3 - Legal Descriptions and Plats This task includes the preparation of nine (9) legal descriptions and plats of portions of the following properties. a) APN 941-550-10-11 (Boat House) , 3 descriptions b) APN 941-550-12-7 (Curtiss Dodge) , 3 descriptions C) APN 941-550-13-2 (Dolan Lumber) , 1 description d) APN 941-550-10-6 (Miracle Auto Paint) , 1 description e) Southern Pacific Transportation Company, 1 description - Task 4 - Preparation of Plans, Specifications, and Estimates Based on the information obtained from Task 1, we will prepare plans, specifi- cations, and an estimate of probable construction costs for the interim street and related Dublin Boulevard improvements, from Dougherty Road and Tract 5900. Design of improvements will include street, landscaping (center raised median) and storm drainage. It is contemplated that no off-site designs or improve- ments will be required. The storm drainage from this project will consist of connecting to the existing storm drainage facilities located on the east side of the Dougherty Road/Dublin Boulevard intersection. Hydrology studies beyond the project limits to confirm the capacity of the existing facilities are not anticipated. EXHIBIT A SCOPE OF SERVICES PHASE I - DESIGN SERVICES Task 1 - Meetings, Coordination, and Information Gathering This task includes attending three (3) meetings with City staff to initiate design, present project progress, and discuss design review comments from the City. Also included in this task are field surveys to confirm aerial mapping at construction conform areas and geotechnical investigation. Task 2 - Record of Survey Wilsey and Ham will prepare a record of survey for the two (2) properties anticipated to be acquired in full. These properties are the Boat House, APN 941-550-10-11 and Curtiss Dodge, APN 941-550-12-7. This task also includes the setting of up to eleven (11) monuments for parcel boundary and right-of- way limits. Task 3 - Legal Descriptions and Plats This task includes the preparation of nine (9) legal descriptions and plats of portions of the following properties. a) APN 941-550-10-11 (Boat House) , 3 descriptions b) APN 941-550-12-7 (Curtiss Dodge) , 3 descriptions C) APN 941-550-13-2 (Dolan Lumber) , 1 description d) APN 941-550-10-6 (Miracle Auto Paint) , 1 description e) Southern Pacific Transportation Company, 1 description Task 4 - Preparation of Plans, Specifications, and Estimates r Based on the information obtained from Task 1, we will prepare plans, specifi- cations, and an estimate of probable construction costs for the interim street and related Dublin Boulevard improvements, from Dougherty Road and Tract 5900. Design of improvements will include street, landscaping (center raised median) and storm drainage. It is contemplated that no off-site designs or improve- ments will be required. The storm drainage from this project will consist of connecting to the existing storm drainage facilities located on the east side of the Dougherty Road/Dublin Boulevard intersection. Hydrology studies beyond the project limits to confirm the capacity of the existing facilities are not anticipated. A tentative sheet index is presented below: 1) Cover Sheet 2) Street and Storm Drainage Plan (Plan and Profile) 3) Signing and Striping Plan 4) Landscaping and Irrigation Plan 5) Landscaping and Irrigation Details 6) Miscellaneous Details 7) Signalization Plan (by others) Water, sewer, street lighting or other improvements are not contemplated for this project. This task includes the preparation of technical specifications and bid documents (bid form) . It is assumed that the City will incorporate these technical specifications and bid documents into their "boiler plate" specifications to complete the contract documents. Task 5 - Incorporation of Agency Review comments and Assistance during Bidding Wilsey & Ham will incorporate reasonable City review comments into the final plans, specifications and estimates. This task also includes assisting the City during the bidding process. Services during the bid process may include bid document clarification and review of contractor' s bids. A pre-bid meeting is not contemplated. PHASE II - CONSTRUCTION SERVICES Task 6 - Intermittent Construction Observation This task includes providing intermittent construction observation to assist the City in monitoring the contractor's progress and to help assure that the work is in substantial conformance with the plans and specifications. Task 7 - Construction Staking Wilsey & Ham will provide construction staking sufficient for construction of the interim improvements described herein. More specifically, the anticipated stakes to be provided are summarized below: a) One (1) set of offset stakes at TC' s, BC' s, EC's and at 1/4 points along curves. b) One (1) set of center line of right-of-way stakes with cut and fill designation. c) One (1) set of storm drainage stakes, including two (2) at each catch basin and along the pipe alignment at fifty (50) foot intervals for a total of eight (8) stakes. d) Set straddlers and punch street monuments at two (2) locations. Task 8 - Record Drawings Upon completion of construction, we will prepare record drawings of the constructed improvements based on field notes and information provided by the Contractor and City. This task includes providing the City with one (1) set of mylars and one (1) set of blackline prints. SCHEDULE Based on an assumed notice-to-proceed of December 3, 1990, a tentative schedule to accomplish the work presented herein is outlined below: Estimated Task Completion Date 1 - Meetings, Coordination and Information Gathering January 7, 1991 2 - Record of Survey (not including County review) January 21, 1991 3 - Legal Descriptions and Plats January 7, 1991 4 - Preparation of PS&E February 7, 1991 5 - Incorporation of Agency Review Comments and x March 11, 1991 Assistance during Bidding (includes 2 week City Review) 6 - Intermittent Construction Observation * 7 - Construction Staking 8 - Record Drawings x Estimated date for completed plans, specification and estimates ready for bidding. * Depends on right-of-way acquisition schedule. Construction time of completion estimated to be 60 working days (not including signalization) FEES The estimated fees to acomplish the work described herein are summarized below: Task Estimated Fee 1 - Meetings, Coordination and Information Gathering $ 6,600.00 2 - Record of Surveys 7,700.00 3 - Legal Descriptions and Plats 5,000.00 4 - Preparation of PS&E 17,500.00 5 - Incorporation of Agency Review Comments 3,800.00 Subtotal Phase I: , $40,600.00 6 - Intermittent Construction Observation (8-week 4,600.00 period, 8 hours per week plus supervision) 7 - Construction Staking 3,600.00 8 - Record Drawings 1,000.00 Subtotal Phase II: $ 9,200.00 Total. Phases I & II: $49800.00 Please note that Task I includes geotechnical investigation (2 to 3 borings, laboratory testing and report) and design surveys. The estimated fees presented above do not include agency fees, geotechnical field observation and testing, as well as materials testing during construction. Furthermore, these estimates are based on the City providing the following (per RFP): 1) An aerial photo mylar of the subject area at 1"=40 scale or other scale as necessary) . 2) Traffic signal design and specifications. 3) Reproduction of bid documents. 4) Sample of City's Special Provisions. 5) Title reports of the 5 parcels. Wilsey & Ham shall perform the described services on a time and materials, not-to-exceed basis for the aggregate of Tasks 1 through 5 and for each of Tasks 6, 7, and 8, in accordance with the attached Charge Rate Fee Schedule, which shall be effective through June 30, 1991 for this contract. WILSEY & HAM CHARGE RATE FEE SCHEDULE & STANDARD CONTRACT PROVISIONS CHARGE RATE FEE SCHEDULE The compensation of Wilsey & Ham for work done will be on the basis of an hourly charge rate, plus incurred expenses and will be the sum of all of the items set forth below: A. PERSONNEL SERVICES HOURLY HOURLY CHARGE CHARGE RATE RATE PRESIDENT $115 HR. DRAFTER III $ 46 HR. VICE PRESIDENT 115 HR. DRAFTER II 40 HR. SUPERVISING ENGINEER 105 HR. DRAFTER I 33 HR. SENIOR ENGINEER 95 HR. ADMINISTRATIVE ASST. III 54 HR. ASSOCIATE ENGINEER 85 HR. ADMINISTRATIVE ASST. II 45 HR. ENGINEER II 75 HR. ADMINISTRATIVE ASST. I 39 HR. ENGINEER I 65 HR. OFFICE SUPPORT 30 HR. ASSISTANT ENGINEER 55 HR. FIELD SURVEY MANAGER 132 HR. JUNIOR ENGINEER 45 HR. 2 PERSON CREW DESIGN/DRAFTER V 65 HR. 3 PERSON CREW 190 HR. TECHNICIAN/DRAFTER IV 54 HR. CONTRACT PERSONNEL 2 X INVOICE EFFECTIVE THROUGH DECEMBER 31, 1990 AND SUBJECT TO REVISION ANNUALLY. B. TRAVEL & TRANSPORTATION EXPENSES 1. Reimbursement for actual travel and subsistence expenses paid to or on behalf of employees on business connected with the project, plus a service charge of 15%. 2. Thirty-five cents (35(1:) per mile for use of vehicles. A minimum of six dollars (56.00) per hour will be charged for use of vehicles carrying field survey equipment or used for field inspection and supervision. C. OUTSIDE SERVICES I. Invoice cost of services and expenses charged to Wilsey&Ham by outside consultants, professional,or technical firms engaged in connection with the order, plus 15010 overhead cost. D. MISCELLANEOUS EXPENSES 1. The invoice cost of materials, supplies, reproduction work, and other services, including communication expenses, procured by Wilsey & Ham from outside sources, plus a service charge of 15%. All out-of-pocket expenses not included in Items A, B and C will be included in this category. 2. a. Electronic distance measuring devices used in Varies depending on instrument used performing services for a client b. Computer use charges Varies depending upon program and outside service use EXHIBIT B PAYMENT SCHEDULE City shall pay Contractor an amount not to exceed the total sum of Forty-Nine Thousand, Eight Hundred Dollars ($49,800.00) for services to be performed pursuant to this Agreement. Contractor shall submit invoices during the term of this Agreement based on the cost for services performed in accordance with the following schedule: Monthly as work progresses, on a time and materials basis but not more often than once a month; and provided further, in no event shall City pay Contractor a sum exceeding 20% of the total sum due for services pursuant to this Agreement in any one month; and provided further, City shall pay the last 20% of the total sum due pursuant to thie Agreement within forty-five (45) days after completion of the services and submittal to City, if all services due pursuant to this Agreement have been satisfactorily performed. The total sum stated above shall be the total which City shall pay for the services to be rendered by Contractor pursuant to this Agreement. City shall not pay any additional sum for any expense or cost whatsoever incurred by Contractor in rendering services pursuant to this Agreement. City shall make no payment for any extra, further or additional service pursuant to this Agreement unless such extra service and the price therefor is agreed to in writing executed by the City Manager or other designated official of City authorized to obligate City thereto prior to the time such extra service is rendered and in no event shall such change order exceed twenty-five (25%) of the initial contract price. The services to be provided under this Agreement may be terminated without cause at any point in time in the sole and exclusive discretion of City. In this event, City shall compensate the Contractor for all outstanding costs incurred as of the date of written notice thereof and shall terminate this Agreement. Contractor shall maintain adequate logs and timesheets in order to verify costs incurred to date. The Contractor is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of a fully executed Purchase Order from the Finance Department of the City of Dublin. EXHIBIT C City shall furnish physical facilities such as desks, filing cabinets, and conference space, as may be reasonably necessary for Contractor's use while consulting with City employees and reviewing records and the information in possession of City. The location, quantity, and time of furnishing said physical facilities shall be in the sole discretion of City. In no .event shall City be obligated to furnish any facility which may involve incurring any direct expense, including, but not limiting the generality of this exclusion, long-distance telephone or other communication charges, vehicles, and reproduction facilities. EXHIBIT D GENERAL PROVISIONS 1. INDEPENDENT CONTRACTOR. At all times during the term of this Agreement, Contractor shall be an independent contractor and shall not be an employee of City. City shall have the right to control Contractor only insofar as the results of Contractor' s services rendered pursuant to this Agreement; however, City shall not have the right to control the means by which Contractor accomplishes services rendered pursuant to this Agreement. 2. LICENSES; PERMITS; ETC. Contractor represents and warrants to City that he has all licenses, permits, qualifications and approvals of whatsoever nature which are legally required for Contractor to practice his profession. Contractor represents and warrants to City that Contractor shall, at his sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals which are legally required for Contractor to practice his profession. 3. TIME. Contractor shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary for satisfactory performance of Contractor's obligations pursuant to this Agreement. 4. INSURANCE REQUIREMENTS. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in the Contractor's bid. (a) Minimum Scope of Insurance. Coverage shall be at least as broad as: 1. Insurance Services Office form number GL 0002 (Ed. 1/73) covering comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability; or Insurance Services Office Commercial General Liability coverage ("occurrence" form CG 00001. ) 2. Insurance Services Office form number CA 00001 (Ed. 1/78) covering Automobile Liability, code 1 "any auto" and endorsement CA 0025. 3. Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability Insurance. (b) Minimum Limits of Insurance. Contractor shall maintain limits no less than: 1. General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage. If commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. 3. Workers' Compensation and Employers Liability: Workers compen- sation limits as required by the Labor Code of the State of California and Employers Liability limits of $1,000,000 per accident. (c) Deductibles and Self-Insured Retentions. Any deductibles or self- insured retentions must be declared to and approved by the City. At the option of the City, either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials and employees; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. (d) Other Insurance Provisions. The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liability and Automobile Liability Coverages. a. The City, its officers, officials, employees and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor, premises owned, occupied or used by the Contractor, or automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of the protection afforded to the City, its officers, officials, employees or volunteers. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officers, officials, employees or volunteers. d. The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 2. Workers' Compensation and Employers Liability Coverage. The insurer shall agree to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from work performed by the Contractor for the City. 3. Professional Liability. Contractor shall carry professional liability insurance in an amount deemed by the City to adequately protect the Contractor against liability caused by negligent acts, errors or omissions on the part of the contractor in the course of performance of the services specified in this Agreement. 4. All Coverages. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, cancelled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. (e) Acceptability of Insurers. Insurance is to be placed with insurers with a Bests' rating of no less than A:VII, except that Professional Liability Insurance shall have a Bests' rating of no less than B+:VIII. (f) Verification of Coverage. Contractor shall furnish City with certificates of insurance and with original endorsements effecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be received and approved by the City before work commences. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. (g) Subcontractors. Contractor shall include all subonctractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. (h) The Risk Manager of City may approve a variation in those insurance requirments upon a determination that the coverages, scope, limits and forms of such insurance are either not commercially available or that the City' s interests are otherwise fully protected. 5. CONTRACTOR NO AGENT. Except as City may specify in writing, Contractor shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Contractor shall have no authority, express or implied, pursuant to this Agreement to bind City to any obligation whatsoever. 6. ASSIGNMENT PROHIBITED. No party to this Agreement may assign any right or obligation pursuant to this Agreement. Any attempted or purported assignment of any right or obligation pursuant to this Agreement shall be void and of no effect. 7. PERSONNEL. Contractor shall assign only competent personnel to perform services pursuant to this Agreement. In the event that City, in its sole discretion, at any time during the term of this Agreement, desires the removal of any such persons, Contractor shall, immediately upon receiving notice from City of such desire of City, cause the removal of such person or persons. 8. STANDARD OF PERFORMANCE Contractor shall perform all services required pursuant to this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which Contractor is engaged in the geographical area in which Contractor practices his profession. All instruments of service of whatsoever nature which Contractor delivers to City pursuant to this Agreement shall be prepared in a substantial, first class and workmanlike manner and conform to the standards of quality normally observed by a person practicing in Contractor's profession. 9. HOLD HARMLESS AND RESPONSIBILITY OF CONTRACTORS. Contractor shall take all responsibiilty for the work, shall bear all losses and damages directly or indirectly resulting to him, to any subcontractor, to the City, to City officers and employees, or to parties designated by the City, on account of the performance of character of the work, unforeseen difficulties, accidents, occurrences or other causes predicated on active or passive negligence of the Contractor or of any subcontractor. Contractor shall indemnify, defend and hold harmless the City, its officers, officials, directors, employees and agents from and against any or all loss, liability, expense, claim, costs (including costs of defense) , suits, and damages of every kind, nature and description directly or indirectly arising from the negligent performance of the work. This paragraph shall not be construed to exempt the City, its employees and officers from its own fraud, willful injury or violation of law whether willful or negligent. For purposes of Section 2782 of the civil Code the parties hereto recognize and agree that this Agreement is not a construction contract. By execution of this Agreement Contractor acknowledges and agrees that he has read and understands the provisions hereof and that this paragraph is a material element of consideration. Approval of the insurance contracts does not relieve the Contractor or subcontractors from liability under this paragraph. 10. GOVERNMENTAL REGULATIONS. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, Contractor shall comply with all applicable rules and regulations to which City is bound by the terms of such fiscal assistance program. 11. DOCUMENTS. All reports, data, maps, models, charts, studies, surveys, photographs, memoranda or other written documents or materials prepared by Contractor pursuant to this Agreement shall become the property of City upon completion of the work to be performed hereunder or upon termination of the Agreement. look SEEM= _i 1990-95 CAPITAL IMPROVEMENT PROGRAM P ACTIVITY PROJECT DESCRIPTION PROJECT N0. STREETS -� new Dublin Boulevard Extension Dougherty Rd east to Tract 5900 DESCRIPTION-LOCATION This project would purchase right-of-way for six lanes and construct. two lanes of improvements on the extension of Dublin C" , ^ Boulevard to the east of Dougherty Road to Tract 5900 (approximately 400 ft. ) f e - s oRC�rJ>r � I O � cn �c COMMENTS Dublin Boulevard is proposed to extend ' from Dougherty Road east parallel to I-580 to Tassajara Road and beyond. As a first phase, this project will provide access to .,� Tract 5900. Funding for this phase is \ made possible through $2,285,000 in loans from BART and sale of excess right-of-way. Tract 5900 is responsible for extending one half of the ultimate improvements from the ending point of this project east to the Southern Pacific Railroad Right-of Way. The remainder of the extension will be done in incremental stages as funds become available from the extended eastern planning area. - ' * FINANCING/YEARS SCHEDULE ESTIMATED COSTS Fund Prior Years 1990-91 1991-92 1992-93 1993-94 1994-95 TOTALSiI 218,000 $508,000 $2,725,CCOI Prelim Engineering$ 10,000 Dublin Blvd Ext $2. Design 38,000 Inspection 19,000 j Survey � 15,000 Right-or'-Way 2,164,000 Improvements 9 480,000 •`': �j �`N�t `+ •` $ ,726,000 $2,218,000 $508,000 $2,726,000 L TOTAL --> 2 TOTALS --> --"�9 - 35 CAPI-TAL 1 H PA bV5HtN'T 'eW FA C� o e oN P BOG DUOUN EIOULUVARO -'MENBIoN •••• �',t_ 'DouaHnFrry poAO To acuTH■RN PAcunc R/W ••N ->r�/� � OAT..►.�.�••1.•• A ■ /. LN• 20 w �t B D or i or•a..o �i.'� 10 \ �t 9 v�o• °o `•, op JE it r� - �. ..� 22 p u+ .... 23 Ileoff'• ..�• � ...• Y�