Loading...
HomeMy WebLinkAbout5.5 Citywide Bicycle and Pedestrian Improvements–Regional Street Crossing Project, CIP No. ST0517, and Downtown Dublin–Village Parkway Conduit Project, CIP No. PA0123 – Approval of Plans and SpecSTAFF REPORT CITY COUNCIL Page 1 of 3 Agenda Item 5.5 5.5 DATE: July 15, 2025 TO: Honorable Mayor and City Councilmembers FROM: Colleen Tribby, City Manager SUBJECT: Citywide Bicycle and Pedestrian Improvements – Regional Street Crossing Project, CIP No. ST0517, and Downtown Dublin – Village Parkway Conduit Project, CIP No. PA0123 – Approval of Plans and Specifications and Award of Contract to Golden Bay Construction, Inc. Prepared by: Oliver Castillo, Assistant Civil Engineer EXECUTIVE SUMMARY: The City Council will consider approving the plans and specifications and awarding a construction contract to Golden Bay Construction Inc. for work that combines portions of the Citywide Bicycle and Pedestrian Improvements Project (CIP No. ST0517) and the Downtown Dublin Project (CIP No. PA0123). The contract provides for the installation of a new crosswalk with Rectangular Rapid Flashing Beacons, curb ramps, bulb outs, drainage improvements, and streetlight improvements on Regional Street, between Dublin Boulevard and Amador Valley Boulevard. The contract will also install a conduit on the northside of the intersection of Dublin Boulevard and Village Parkway for future electrical service for public art in the Village Parkway District of Downtown Dublin. STAFF RECOMMENDATION: Adopt the Resolution Approving the Plans and Specifications and Awarding a Contract to Golden Bay Construction, Inc. for the Citywide Bicycle and Pedestrian Improvements – Regional Street Crossing Project, CIP No. ST0517, and the Downtown Dublin – Village Parkway Conduit Project, CIP No. PA0123. FINANCIAL IMPACT: The bid submitted by Golden Bay Construction, Inc. for the work is $572,397. Staff recommends a construction contingency of $60,000 (approximately 10%) to facilitate change orders for unforeseen construction issues, bringing the total potential construction cost to $632,397. Sufficient funds are available in the Capital Improvement Program, Project Nos. ST0517 and PA0123. 75 Page 2 of 3 DESCRIPTION: The 2024-2029 Capital Improvement Program (CIP) includes the Citywide Bicycle and Pedestrian Improvements Project, CIP No. ST0517, which provides for the planning, design, and construction of improvements to various pedestrian and bicycle facilities throughout the City, including pedestrian/bicycle bridges, annual sidewalk repair, and the Regional Street Crossing between Dublin Boulevard and Amador Valley Boulevard. The Regional Street Crossing portion of the project will include the installation of Rectangular Rapid Flashing Beacons and a new crosswalk between Dublin Boulevard and Amador Valley Boulevard, adjacent to the Wells Fargo building. The project will also install and upgrade existing pedestrian curb ramps in accordance with Americans with Disabilities Act (ADA) and Public Right-of-Way Accessibility Guidelines (PROWAG) requirements, bulb outs, drainage improvements, and streetlighting improvements. The 2024-2029 CIP also includes the Downtown Dublin Project, CIP No. PA0123, which provides for public art projects in the Downtown area, including Village Parkway. In anticipation of future public artwork at the intersection of Dublin Boulevard and Village Parkway, Staff worked with the design team to identify site constraints and needs, such as utilities and other infrastructure to support future public art at the site, and to develop plans for installing conduit for future electrical service to the site. The plans and specifications were then added to the Regional Street Crossing project construction documents, which creates economies of scale and reduces costs as compared to completing the work as a standalone project. Bid Process and Results The City issued a bid package for the combined project on May 16, 2025, consisting of 45 base bid items. Five sealed bids were received on June 19, 2025, with the base bids ranging from $572,397 to $896,100. The lowest base bid of $572,397 was submitted by Golden Bay Construction, Inc. A summary of the bids is provided as Attachment 4. Staff reviewed the bid results, checked references and necessary licenses, and recommends that the City Council award a construction contract to Golden Bay Construction, Inc. as the lowest responsive and responsible bidder. To facilitate the approval of contract change orders and avoid construction delays, it is requested that the City Manager be authorized to approve change orders up to the contingency amount of $60,000. The resolution will authorize this change as it relates to the projects. If the construction contract is awarded to Golden Bay Construction, Inc., Staff anticipates work to begin in August and be completed in late 2025. California Environmental Quality Act (CEQA) The project is exempt under Section 15301, Class 1 Repair or Minor Alteration of Existing Public Facilities; Section 15302, Class 2 Replacement or Reconstruction of Existing Facilities, and Section 15304, Class 4 Minor Alterations of the CEQA Guidelines. 76 Page 3 of 3 STRATEGIC PLAN INITIATIVE: None. NOTICING REQUIREMENTS/PUBLIC OUTREACH: The City Council Agenda was posted, and a copy of this report was provided to Golden Bay Construction, Inc. and to the Independent Watchdog Committee of the Alameda County Transportation Commission. ATTACHMENTS: 1) Resolution Approving the Plans and Specifications and Awarding a Contract to Golden Bay Construction, Inc. for the Citywide Bicycle and Pedestrian Improvements – Regional Street Crossing Project, CIP No. ST0517, and the Downtown Dublin – Village Parkway Conduit Project, CIP No. PA0123 2) Exhibit A to the Resolution – Agreement with Golden Bay Construction, Inc. for the Citywide Bicycle and Pedestrian Improvements Project, CIP No. ST0517 and the Downtown Dublin Project, CIP No. PA0123 3) Exhibit B to the Resolution – Regional Street Crossing and Village Parkway Conduit Project Plans: https://www.dublinplanroom.com/projects/1925/plans/citywide -bicycle-and- pedestrian-regional-street-crossing/?preview=22769; and Specifications: https://www.dublinplanroom.com/projects/1925/specs/citywide-bicycle-and-pedestrian- regional-street-crossing/?preview=22770 4) Bid Results 5) CIP No. ST0517 6) CIP No. PA0123 77 Attachment 1 Reso. No. XX-25, Item X.X, Adopted 07/15/2025 Page 1 of 2 RESOLUTION NO. XX – 25 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN APPROVING THE PLANS AND SPECIFICATIONS AND AWARDING A CONTRACT TO GOLDEN BAY CONSTRUCTION, INC. FOR THE CITYWIDE BICYCLE AND PEDESTRIAN IMPROVEMENTS – REGIONAL STREET CROSSING PROJECT, CIP NO. ST0517, AND THE DOWNTOWN DUBLIN – VILLAGE PARKWAY CONDUIT PROJECT, CIP NO. PA0123 WHEREAS, the design team has completed the plans and specifications for a Project that combines portions of the Citywide Bicycle and Pedestrian Improvements – Regional Street Crossing Project, CIP No. ST0517, and the Downtown Dublin – Village Parkway Conduit Project, CIP No. PA0123. The Project will install a crosswalk and Rectangular Rapid Flashing Beacons, new curb ramp upgrades, and other appurtenant improvements, on Regional Street, between Dublin Boulevard and Amador Valley Boulevard, as well as conduit on the northside of the intersection of Dublin Boulevard and Village Parkway for future electrical service; and WHEREAS, the City of Dublin did, on June 19, 2025, publicly open, examine, and declare all sealed bids for doing the work described in the approved plans and specifications for the Project, which plans and specifications are hereby expressly referred to for a description of said work and for all particulars relative to the proceedings under the request for bids; and WHEREAS, said bids were submitted to Staff, and Golden Bay Construction, Inc. was determined to be the lowest responsive and responsible bidder for doing said work. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin hereby approves the Plans and Specifications for the Project, attached hereto as Exhibit B. BE IT FURTHER RESOLVED that the City Council of the City of Dublin does hereby award the Contract for the Project to the lowest, responsive, and responsible bidder, Golden Bay Construction, Inc., at a bid of five-hundred seventy-two thousand three-hundred ninety-seven dollars and zero cents ($572,397.00), the particulars of which bids are on file at the Office of the Public Works Director. BE IT FURTHER RESOLVED that the City Council of the City of Dublin does hereby authorize the City Manager, or designee, to approve project contract change orders based on the appropriated funds designated for the Project up to the contingency amount of sixty-thousand dollars and zero cents ($60,000.00). BE IT FURTHER RESOLVED that the City Council of the City of Dublin does hereby approve the agreement with Golden Bay Construction, Inc., attached hereto as Exhibit A to this Resolution. BE IT FURTHER RESOLVED that the City Manager, or designee, is authorized to execute Exhibit A and make any necessary, non-substantive changes to Exhibit A to carry out the intent of this Resolution. 78 Reso. No. XX-25, Item X.X, Adopted 07/15/2025 Page 2 of 2 PASSED, APPROVED AND ADOPTED this 15th day of July 2025, by the following vote: AYES: NOES: ABSENT: ABSTAIN: ______________________________ Mayor ATTEST: _________________________________ City Clerk 79 Attachment 2 CITY OF DUBLIN City Hall, 100 Civic Plaza Dublin, California 94568 CONSTRUCTION AGREEMENT The City of Dublin, (“City”) enters into this agreement, dated for reference purposes only, with Golden Bay Construction, Inc. (“Contractor”). RECITALS A. NOTICE INVITING BIDS. The City gave notice inviting bids to be submitted by 2:00 p.m., June 19, 2025 for the Regional Street Crossing and Village Parkway Conduit Project by published notice and/or posting pursuant to California Public Contract Code Section 20164 and other applicable law. B. BID OPENING. On June 19, 2025, City representatives opened the bids for the Regional Street Crossing and Village Parkway Conduit Project and read the bids aloud. C. PROJECT AWARD. On July 15, 2025, the City Council awarded the Regional Street Crossing and Village Parkway Conduit Project to the Contractor and directed City staff to send the Contractor written notice of award of the project. The City Council conditioned award of the project on the Contractor’s providing executed copies of all documents specified in the contract check list included in the bid package within fifteen (15) calendar days of receiving written notice of award of the project. D. REQUIRED DOCUMENTS. The Contractor has provided the City executed copies of all documents specified in the contract check list included in the bid package within fifteen (15) calendar days of receiving written notice of award. AGREEMENT TERMS The City and the Contractor agree as follows: 1. THE WORK. The Contractor shall furnish all equipment, tools, apparatus, facilities, material labor, and skill necessary to perform and complete in a good and workmanlike manner the Regional Street Crossing and Village Parkway Conduit (“Work”) as shown in the Technical Specifications and Project Plans in accordance with the Contract Documents and applicable law. 2. LOCATION OF WORK. The Work will be performed at the following location: Regional Street between Dublin Boulevard and Amador Valley Boulevard and the intersection of Dublin Boulevard at Village Parkway in Dublin, California. 3. TIME FOR COMPLETION. The Contractor must complete the Work in accordance with the Contract Documents within fifty-five (55) working days from the date specified in the City’s Notice to Proceed (“Time for Completion”). 4. REMEDIES FOR FAILURE TO TIMELY COMPLETE THE WORK. If the Contractor fails to fully perform the Work in accordance with the Contract Documents by the Time for Completion, as such time may be amended by change order or other modification to this Exhibit A to Resolution 80 agreement in accordance with its terms, and/or if the Contractor fails, by the Time for Completion, to fully perform all of the Contractor’s obligations under this agreement that have accrued by the Time for Completion, the Contractor will become liable to the City for all resulting loss and damage in accordance with the Contract Documents and applicable law. The City’s remedies for the Contractor’s failure to perform include, but are not limited to, assessment of liquidated damages of $1,000 per day pursuant to California Government Code Section 53069.85 and section SC-03 of the Special Conditions, and/or obtaining or providing for substitute performance in accordance with the Contract Documents. 5. CONTRACT PRICE AND PAYMENT. As full compensation in consideration of completion of the Work in accordance with the Contract Documents and in consideration of the fulfillment of all of the Contractor’s obligations under the Contract Documents, the City will pay the Contractor in lawful money of the United States the total price of $572,397 (the “Contract Price”) as specified in the Contractor’s completed Bid Schedule dated June 19, 2025 and attached to and incorporated in this agreement. Payment to the Contractor under this agreement will be for Work actually performed in accordance with the Contract Documents and will be made in accordance with the requirements of the Contract Documents and applicable law. The City will have no obligation to pay the Contractor any amount in excess of the Contract Price unless this agreement is first modified in accordance with its terms. The City’s obligation to pay the Contractor under this agreement is subject to and may be offset by charges that may apply to the Contractor under this agreement. Such charges include but are not limited to, charges for liquidated damages and/or substitute performance in accordance with the Contract Documents. 6. PREVAILING WAGES. Pursuant to California Labor Code Section 1771, not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the Work is to be performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work fixed as provided in the California Labor Code must be paid to all workers engaged in performing the Work. Pursuant to California Labor Code Section 1770 and following, the Director of Industrial Relations has determined the general prevailing wage per diem rates for the locality in which the Work is to be performed. Pursuant to California Labor Code Section 1773, the City has obtained the general prevailing rate of per diem wages and the general rate for holiday and overtime work in the locality in which the Work is to be performed for each craft, classification or type of worker needed to perform the project. Pursuant to California Labor Code Section 1773.2, copies of the prevailing rate of per diem wages are on file at the City Public Works Department and will be made available on request. Throughout the performance of the Work the Contractor must comply with all provisions of the Contract Documents and all applicable laws and regulations that apply to wages earned in performance of the Work. The Contractor is subject to prevailing wage rate compliance monitoring and enforcement by the California Department of Industrial Relations. The contractor or subcontractor(s) shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to California Labor Code Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to California Labor Code Section 1725.5 at the time the contract is awarded. 81 7. THE CONTRACT DOCUMENTS. This agreement consists of the following documents (“Contract Documents” The Contract documents consist of the Plans as signed by the City Engineer and issued for the project, and the entire set of Specifications incorporating Sections P, IB, GC, SC, TP, including the appendices, all addendums and change orders issued.), all of which are incorporated into and made a part of this agreement as if set forth in full. See section GC-16 general for document precedence in the event there is a conflict that arises from section GC-16 “Document Precedence”, shall be per the following provisions. Written numbers and notes on a drawing govern over graphics, a detail drawing governs over a general drawing, a detail specification governs over a general specification, and a specification in a section governs over a specification referenced by that section. In the event of a conflict between or among the Contract Documents, precedence will be in the following order: 7.1 This agreement and change orders and other amendments to this agreement signed by authorized representatives of the City and the Contractor. 7.2 The Technical Provisions and change orders and other amendments to the Special Conditions signed by authorized representatives of the City and the Contractor. 7.3 The Special Provisions, addenda to the General Conditions signed by authorized representatives of the City and issued prior to bid opening, Equal Product Proposals accepted by the City and signed by authorized City representatives prior to bid opening, and change orders and other amendments to the Technical Specifications signed by authorized representatives of the City and the Contractor. 7.4 The Project Plans, addenda to the Project Plans signed by authorized representatives of the City and issued prior to bid opening, Equal Product Proposals accepted by the City and signed by authorized City representatives prior to bid opening, and change orders and other amendments to the Project Plans signed by authorized representatives of the City and the Contractor. 7.5 The General Provisions 7.6 The Project Specifications. 7.7 The Revised Standard Specifications. 7.8 The Standard Specifications. 7.9 The City’s standard plans. 7.10 Revised Caltrans standard plans. 7.11 Caltrans standard plans. 7.12 Notice Inviting Bids. 7.13 Instructions to Bidders. 7.14 The successful bidder’s completed Proposal Form and Bidder’s Sheet. 7.15 The successful bidder’s completed Contractor License Information. 7.16 The successful bidder’s completed List of Proposed Subcontractors. 7.17 The successful bidder’s Insurance Certifications. 7.18 The successful bidder’s completed Non-collusion Affidavit. 7.19 The successful bidder’s Debarment Certification. 7.20 The successful bidder’s completed Certificates of Insurance and Endorsements. 7.21 The successful bidder’s executed Performance Bond. 7.22 The successful bidder’s executed Payment Bond. 7.23 Executed Escrow for Deposit Agreement, if applicable. 7.24 Change Order Form. 82 7.25 The Maintenance Bond form included in the bid package that the Contractor must execute prior to release of final payment under the Contract. 7.26 The successful bidder’s Qualification Statement, if any. 7.27 The successful bidder’s signed Signature Form. 8. AMENDMENTS. This Agreement may be amended from time to time as necessary by formal and written amendment executed by the City Manager or his designee and principal acting on behalf of the Contractor. 9. PROVISIONS INCORPORATED BY REFERENCE. Provisions or parts of provisions that are incorporated by reference and not set forth at length in any of the Contract Documents will only form a part of this Agreement to the extent the Contract Documents expressly make such provisions or parts of provisions a part of this Agreement. For example, published public works agreement provisions, such as those of the State of California Department of Transportation Standard Specifications (known as the State Standard Specifications) are only a part of this Agreement to the extent expressly incorporated in this Agreement by section number, and references in the State Standard Specifications incorporated by reference to other Standard Specifications do not make such other Standard Specifications a part of this Agreement. When such published provisions are made a part of this Agreement, references in the published provisions to other entities, such as the State, the Agency, or similar references, will be deemed references to the City as the context of this Agreement may require. 10. INTERPRETATION OF CONTRACT DOCUMENTS. Any question concerning the intent or meaning of any provision of the Contract Documents, including, but not limited to, the Technical Specifications or Project Plans, must be submitted to the Public Works Department, for issuance of an interpretation and/or decision by an authorized Public Works Department representative in accordance with the requirements of the Contract Documents. Interpretations or decisions by any other person concerning the Contract Documents will not be binding on the City. The decision of an authorized Public Works Department representative shall be final. 11. ASSIGNMENT PROHIBITED. The Contractor may not assign part or all of this agreement, or any moneys due or to become under this agreement, or any other right or interest of the Contractor under this agreement, or delegate any obligation or duty of the Contractor under this agreement without the prior written approval of an official authorized to bind the City and an authorized representative of Contractor’s surety or sureties. Any such purported assignment or delegation without such written approval on behalf of the City and the Contractor’s sureties will be void and a material breach of this agreement subject to all available remedies under this agreement and at law and equity. 12. CERTIFICATION OF CONTRACTOR’S LICENSE. By signing this Agreement the Contractor certifies that the Contractor holds a valid Type “A” license issued by the California State Contractors Licensing Board, and that the Contractor understands that failure to maintain its license in good standing throughout the performance of the Work may result in discipline and/or other penalties pursuant to the California Business and Professions Code, and may constitute a material breach of this agreement subject to all available remedies under this agreement and at law and equity. 13. SEVERABILITY. If any term or provision or portion of a term or provision of this Agreement is declared invalid or unenforceable by any court of lawful jurisdiction, then 83 the remaining terms and provisions or portions of terms or provisions will not be affected thereby and will remain in full force and effect. 14. INSURANCE. Contractor Agrees to have and maintain the insurance coverages and polices set forth in Exhibit A to this Agreement, “Insurance Requirements”, which is incorporated by this reference. All policies, endorsements, certificates, and/or binders shall be subject to approval by the City as to form and content. These requirements are subject to amendment or waiver only if so approved in writing by the City. A lapse in any required insurance coverage during this agreement shall constitute a material breach of this Agreement. The cost of such insurance shall be included in the Contractor’s bid. a. Contractor agrees to maintain in force at all times during the performance of the Scope of Work under this Agreement, workers’ compensation insurance as required by law. b. Contractor agrees to include with all subcontractors in their subcontract the same requirements and provisions of this Agreement including the indemnity and insurance requirements to the extent they apply to the scope of the subcontractor’s work. Subcontractors hired by the Contractor agree to be bound to Contractor and City in the same manner and to the same extent as Contractor is bound to City under this Agreement and any other applicable contract documents. Subcontractors further agree to include these same provisions with any sub-subcontractor. A copy of the Indemnity and Insurance provisions in this Agreement will be furnished to the subcontractor upon request. The General Contractor shall require all subcontractors to provide a valid certificate of insurance and the required endorsements included in the Agreement prior to commencement of any work and will provide proof of compliance to the City. c. The policy or policies required by this Agreement shall be issued by an insurer admitted in the State of California. d. Contractor agrees that if it does not keep the aforesaid insurance in full force and effect, City may terminate this Agreement. e. At all times during the term of this Agreement, Contractor shall maintain on file with the City a certificate or certificates of the required insurance as set forth in the Exhibit A Insurance Requirements showing that the required insurance policies are in effect in the required amounts. f. It is requirement under this Agreement that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits shall be available to the additional insured. Furthermore, the requirements for coverage for coverage and limits shall be (1) the minimum coverage and limits of coverage and the limits specified in this Agreement; or (2) the broader coverage and maximum limits of coverage of an insurance policy or proceeds available to the named Insured; whichever is greater. 15. INDEMNIFICATION. To the fullest extent permitted by law Contractor agrees to defend (with legal counsel selected by the City), including the cost to defend, indemnify and hold 84 harmless the City, its elected and appointed officials, officers, attorneys, agents, employees, consultants, and volunteers, and each of them from and against any and all claims, damages, losses and expenses, including attorney’s fees, and from any and all suits, actions or claims filed or brought by and all person or persons arising out of the performance of the work described herein, caused in whole or in part by any negligent act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, except where caused by the active negligence, sole negligence, or willful misconduct of the City. a. General. This obligation to indemnify and defend City as set forth herein is binding on the successors, assigns, or heirs of Contractor and shall survive the termination of this Agreement or this section. By execution of this Agreement, Contractor acknowledges and agrees that it has read and understands the provisions hereof and that this section is a material element of consideration. The parties agree that if any part of this Indemnification is found to conflict with applicable laws, such part shall be unenforceable only insofar as it conflicts with said laws, and that this indemnification shall be judicially interpreted and rewritten to provide the broadest possible indemnification legally allowed and shall be legally binding upon Contractor. b. Survival. Contractor and any subcontractor’s responsibility for such defense and indemnity obligations shall survive the termination or completion of this Agreement for the full period of time allowed by law. c. No Limitation by Insurance Obligations. The defense and indemnification obligations of this Agreement are undertaken in addition to, and shall not in any way be limited by, the insurance obligations contained in this Agreement d. Scope. This section shall in no event be construed to require indemnification by Contractor to a greater extent than permitted under the public policy of the State of California. The Contractor will take all responsibility for the Work, and will bear all losses and damages directly or indirectly resulting to the Contractor, any subcontractors engaged in performance of the Work, the City, its officials, officers, employees, agents, and volunteers, and to third parties on account of the performance or character of the Work, unforeseen difficulties, accidents, or occurrences of other causes predicated on active or passive negligence of the Contractor or of any subcontractor engaged in performance of the Work. The Contractor assumes all liability for any accident or accidents resulting to any person or property as a result of inadequate protective devices for the prevention of accidents in connection with the performance of the Work. The Contractor will indemnify, defend, and hold harmless the City and its officials, officers, employees, and, volunteers from such liability. The Contractor will indemnify, defend and hold harmless the City, the City’s officials, officers, employees and volunteers for all liability on account of any patent rights, copyrights, trade names or other intellectual property rights that may apply to the Contractor’s performance of the Work. The Contractor will pay all royalties or other charges as a result of intellectual property rights that may apply to methods, types of construction, processes, materials, or equipment used in the performance of the Work, and will furnish written assurance satisfactory to the City that any such charges have been paid. 16. BONDING REQUIREMENT. The Contractor agrees to post a Faithful Performance Bond and payment bond for Labor and Materials, or other guarantees, in the required amounts 85 upon bond forms provided by the City, guarantying the performance of the terms of this Agreement. 17. MAINTENANCE AND GUARANTY. The Contractor shall promptly repair, replace, restore, or rebuild, as the CITY may determine, any finished product in which defects of materials or workmanship may appear or to which damage may occur because of such defects, during a one (1) year period after the date of the City Council‘s acceptance of the project. This Article does not in any way limit the guaranty on any items for which a longer guaranty is specified or on any items which a manufacturer give a guaranty for a longer period, nor does it limit the other remedies of the City in respect to a latent defect, fraud or implied warranties. Contractor shall furnish the City all appropriate guaranties or warranty certificates upon completion of the project. 18. MAINTENANCE BOND. The Contractor further agrees to post a maintenance bond in the amount equal to at least 10 percent (10%) of the total value of the entire work prior to CITY's acceptance of the project. The maintenance bond shall remain in effect for a period of one (1) year after the City Council’s acceptance of the work to guarantee the repair and/or replacement of the defective materials provided and/or workmanship performed under this contract. 19. NOTICE OF THIRD PARTY CLAIMS. Pursuant to Public Contracts Code section 9201, the City Shall provide the Contractor with notice of Claims relating to this Contract filed by third parties no later than ten (10) business days from the date of receipt of the claim. The Contractor shall be responsible for reimbursing the City for its reasonable costs in providing the notification. 20. SHORING FOR TRENCHES. The Contractor shall provide adequate sheeting, shoring, and bracing for all trenching and excavations in accordance to applicable Safety Regulations, and the California Labor Code. Attention is directed to Sections 6423, 6424, 6705, and 6707 of the Labor Code of the State of California, OSHA 29 CFR Part 1926 Federal Regulations, Standards-Excavation, and elsewhere within these Contract Documents. The Contractor shall not commence with any excavation with a depth of five feet or deeper without first complying with all applicable Labor Code and Safety Regulations. The Contractor shall designate a competent person who is responsible for trench and structure excavation, shall obtain a Cal/OSHA Safety Permit for excavation, and shall submit to the City a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during the excavation of such trench or trenches. 21. CHANGES OR EXTRA WORK. The Contractor acknowledges that in conformance with the Contract Documents, any changes or extra work must be authorized in writing by the City prior to the Contractor performing said work. Contractor further acknowledges that it is solely responsible for obtaining written authorization from the City and that it shall not be compensated for any additional work performed without said written authorization. Oral authorization shall not be sufficient to bind the City absent specific written authorization. 86 22. MEDIATION. All claims for $375,000 and less shall be subject to the provisions of Public Contract Code Section 20104 et seq. Executed on _______________________, __________, by CONTRACTOR CITY OF DUBLIN ________________________________ _________________________________ By:_____________________________ By:_______________________________ Title:___________________________ Title:_____________________________ Attest: [Attach Notary Page] By:________________________________ 87 EXHIBIT A -- INSURANCE REQUIREMENTS 1. Insurance Requirements. Before commencing any Work under the Contract Documents, Contractor shall furnish to the City satisfactory proof that Contractor has in force continuously for the entire period covered by this Contract the following classes of insurance in the form and with limits specified below. 1.1 Commercial General Liability Insurance covering claims for personal injury, bodily injury and property damage arising out of the Work and in a form providing coverage no less broad than that of the current ISO Commercial General Liability policy (Occurrence Form, number CG 00 01). Such insurance shall provide for all operations and include independent contractors, products liability, completed operations, contractual liability, personal and advertising injury. Contractor shall keep the commercial general liability insurance in place for 10 years following completion of the work. The commercial general liability insurance limits shall be dedicated solely to the specific Project described in the Contract Documents, and shall have limits not less than: 1.1.1 $1 million each Occurrence; 1.1.2 $1 million each Occurrence for personal injury and advertising injury; 1.1.3 $2 million aggregate for products and completed operations; 1.1.4 $2 million general aggregate limit, which shall apply separately and be reinstated annually. Except for any exclusions relating to EIFS, lead and asbestos risks, the policy shall not contain any exclusions directed toward any types of projects, materials, or processes involved in the Work. Coverage shall include but not be limited to the following and shall not include any endorsements restricting these coverages: 1.1.5 Contractual liability to cover liability assumed under the Contract Documents; 1.1.6 Products/Completed Operations Liability Insurance; 1.1.7 Broad Form Property Damage; 1.1.8 Explosion, collapse and underground hazards, if such exposure exists; 1.1.9 Independent subcontractors; 1.1.10 Severability of interests; 1.1.11 Cross liability; 1.1.12 Limited Professional Liability - contractor means and methods - CG 2279. Any self-insured retention shall be selected by the City pursuant to these requirements. 88 1.2 Business Auto Insurance covering all owned, non-owned, and hired vehicles on and off-site. Such insurance shall provide coverage not less than the standard ISO Comprehensive Automobile Liability policy (CA 00 01, CA 00 05, CA 00 12, CA 00 20), with limits not less than $2 million each accident, and $2 million each occurrence for claims subject to the Motor Carrier Act of 1980. If the Work involves transportation of hazardous or regulated substances, hazardous or regulated wastes and/or hazardous or regulated materials, Contractor shall provide pollution auto coverage equivalent to that provided under the ISO pollution liability-broaden coverage for covered autos endorsement (CA 99 48) shall be provided, and the Motor Carrier Act endorsement (MCS 90) shall be attached. Any statutorily required “No-Fault” benefits and uninsured/underinsured motorists coverage should be included. 1.3 Worker’s Compensation and Employers Liability Insurance for all persons whom the Contractor may employ carrying out Work contemplated under the Contract Documents, in accordance with the Act of Legislature of State of California, known as “Worker’s Compensation Insurance and Safety Act,” approved May 26, 1913, and all acts amendatory or supplemental thereto, in the statutory amount. Coverages and limits shall include: 1.3.1 Worker’s Compensation – statutory limit; 1.3.2 Employer’s liability; (a) $1 million bodily injury for each accident; (b) $1 million bodily injury by disease for each employee; (c) $1 million bodily injury disease aggregate; 1.3.3 Voluntary Compensation; 1.3.4 If there is an exposure or injury to Contractor’s employees under the US Longshoremen’s and Harbor Worker’s Compensation Act, the Jones Act, or under laws, regulations or statutes applicable to maritime employees, coverage shall be included for all such injuries or claims. 1.4 Umbrella/Excess Liability Insurance on an Occurrence basis in excess of the underlying insurance identified in paragraphs 1.1, 1.2, and 1.3.2 above, and which is at least as broad as each and every one of the underlying policies. The umbrella/excess liability policy shall be written on a “drop-down-following form” basis, with only such exceptions as the City shall expressly approved in writing. The amounts of insurance required in paragraphs 1.1, 1.2, and 1.3.2 and this Section may be satisfied by Contractor purchasing coverage for the limits specified or by any combination of underlying and umbrella limits, so long as the total amount of insurance is not less than the limits specified below for these types when added to the limit for this section. The umbrella/excess liability insurance limits shall be dedicated solely to the specific Project described in this Contract Documents, and shall have limits of not less than the following amounts: 89 1.4.1 $5 million any one occurrence and annually reinstating General Aggregate; and 1.4.2 $5 million any one occurrence and Aggregate Products/Completed Operations. The umbrella/excess liability insurance shall be kept in place for 10 years following completion of the work. Any self-insured retention shall be selected by the City pursuant to these requirements. 1.5 Contractor’s equipment. Contractor will maintain All Risk Equipment Insurance covering all risk of physical damage to equipment provided for use at the Project site by the Contractor, whether owned, leased, rented, borrowed or used at the Project site. Contractor agrees to waive and does hereby waive its rights of recovery against the City and each of its officers, employees, consultants and agents including, but not limited to the City’s council members and each City representative, as to any damage or loss which may occur to its equipment to the extent covered by insurance. Contractor will have the insurance company specifically agree to this waiver. If uninsured, Contractor will hold harmless the City and each of its officers, employees, consultants and agents including, but not limited to the City’s Board of Trustees and each City representative, for loss or damage to its tools and equipment. 1.6 Contractors Pollution Legal Liability Insurance covering claims for bodily injury, property damage, including mold and loss of use of damage property or of property that has not been physically injured or destroyed; cleanup costs; and defense, including costs and expenses incurred in the investigation, defense, or settlement of claims; all in connection with any pollution conditions arising from Contractor’s operations or completed operations, performed by or on behalf of Contractor. Completed operations coverage will remain in effect for no less than 5 years after substantial completion of the work. Such coverage shall be written on an occurrence basis and shall apply to sudden and non-sudden pollution conditions and shall be placed with an insurer and in a form acceptable to the City. If any pollution liability coverages cannot be obtained on an occurrence form, after using best efforts to do so, such coverages may be provided on a claims-made basis. The pollution legal liability policy shall be dedicated solely to the specific Project described in the Contract Documents, and shall have limits not less than $5 million per occurrence and in the aggregate. Any self-insured retention shall be selected by the City pursuant to these requirements. 1.7 Builder’s Risk. The Contractor must, at the Contractor’s own expense, maintain a builder’s risk policy covering “all risks”, including special form including extended coverage and vandalism, and malicious mischief endorsements. The policy must name the City and the Contractor as insureds. Such insurance must be carried in the amount of 100% of the Contract Price. In the event of a partial or total destruction of any or all of the Work at any time prior to the completion and acceptance thereof, the Contractor shall promptly reconstruct all Work so destroyed or injured at the Contractor’s own cost and expense and at no cost to the City. 90 1.8 If any aircraft are to be used in the performance of the work, Contractor shall provide Aircraft Liability Insurance (including owned and non-owned) with the following minimum limits: Bodily Injury – $10 million each occurrence, $2 million each person; Property Damage – $10 million each occurrence. 1.9 All policies of insurance shall be placed with insurers acceptable to the City. The insurance underwriter(s) must be duly licensed to do business in the State of California and (other than for Worker’s Compensation) must have a rating of A XV or better in the most recent edition of Best’s Insurance Reports or otherwise satisfactory to the City. Required minimum amounts of insurance may be increased should conditions of Work, in the sole opinion of the City, warrant such increase. Contractor shall increase required insurance amounts upon direction by the City. 2. Certificates of Insurance. 2.1 Contractor shall furnish the City with certificates of insurance completed by a duly authorized representative evidencing coverage required under Section 1 of these requirements. Such certificates shall be delivered to the City before any Work hereunder is commenced by Contractor and annually thereafter on or before the policy effective dates of Contractor’s general liability insurance policy, and shall provide that no coverage under the policy shall be terminated, canceled or materially modified unless and until at least thirty (30) days prior written notice has been given to the City. Contractor shall inform the City in writing thirty (30) days prior to terminating or materially modifying coverage required in these requirements. 2.2 Failure of the City to demand such certificate or other evidence of full compliance with these insurance requirements, or failure of the City to identify a deficiency from evidence provided will not be construed as a waiver of the Contractor’s obligation to maintain such insurance. 2.3 The City’s acceptance of delivery of any certificate of insurance evidencing the required coverages and limits does not constitute approval or agreement by the City that the insurance requirements have been met or that the insurance policy shown in the certificates of insurance are in compliance with the requirements. 2.4 The City has the right, but not the obligation, of prohibiting Contractor or any subcontractor from entering the Project site until the City receives all certificates or other evidence that insurance has been placed in complete compliance with these requirements. 2.5 If any of the coverages are required to remain in force after Substantial Completion, Contractor shall submit an additional certificate evidencing continuation of such coverage with its final billing and at each subsequent renewal of Contractor’s insurance. 3. Required Endorsements. Except as provided below, the policies required under Section 1 of these requirements shall be endorsed, in a form and manner acceptable to the City, providing as follows: 91 3.1 Except with regard to the Worker’s Compensation and Employer’s Liability Insurance, the City, its parent, subsidiary and affiliated organizations, and its City council, employees, representatives, consultants, and agents, shall be named as additional insureds, but only with respect to liability arising out of the activities of the named insured. Such additional insured endorsement for Commercial General Liability and excess/umbrella coverages shall be equivalent to ISO form GC 20 10 07 04, together with ISO form GC 20 37 07 04. The additional insured requirement for Commercial General Liability and excess/umbrella coverages is for the duration of this Agreement and an additional ten (10) years following Substantial Completion of the Work. 3.2 Except with regard to the Worker’s Compensation and Employer’s Liability insurance, each policy, including additional insured coverages, shall be primary and no other insurance or self-insured retention carried or held by the City shall be called upon to contribute to a loss covered by insurance for the named insured. 3.3 The insurance carriers waive their rights of subrogation against the City and all additional insureds, as well as other insurance carriers for the Work. 3.4 Declarations pages required. Contractor or its insurance broker shall submit a copy of the declarations page for each policy. The page shall include the name of the carrier, policy number, the types of coverages and limits, the effective dates of the policy, and the broker’s name and license number. 4. Certificates of Insurance and Endorsements shall have clearly typed thereon the City’s name and title of the Contract Documents. Written notice of cancellation, non-renewal, or reduction in coverage of any policy shall be mailed to the City Manager at 100 Civic Plaza, Dublin, CA, 94568, 30 days in advance of the effective date of the cancellation, non-renewal, or reduction in coverage. Contractor shall maintain insurance in full force and effect during entire period of performance of this Agreement, and such additional periods as required in these requirements. At the time of making an application for extension of the Time for Completion, and during all periods exceeding the Time for Completion resulting from any cause, Contractor shall submit evidence that insurance policies will be in effect during the requested additional period of time. Upon the City’s request, Contractor shall submit to the City, within 10 days, copies of the actual insurance policies or renewals or replacements. 5. Insurance Primary. All limits and coverage is required of the Contractor in these requirements shall be primary over any insurance or self-insurance program carried by the City and the additional insureds. 6. Joint ventures. If the Contractor is a joint venture involving two or more entities, each independent entity will satisfy the limits and coverage is specified in these requirements or the joint venture will be named insured under each policy specified. 7. Waiver of Right to Recovery Including Subrogation. Contractor hereby waives all its rights of recovery and shall require all insurance policies in any way related to the Work secured and maintained by the Contractor to include clauses stating each insurer will waive all rights of recovery, under subrogation or otherwise, against the City and all tiers of contractors or consultants engaged directly by the City. Contractor will require all tiers 92 of subcontractors, vendors and suppliers, by appropriate written agreements, to provide similar waivers each in favor of all parties enumerated in this paragraph. 8. Cooperation. Contractor shall fully cooperate, participate, and comply with all reasonable requirements and recommendations of the insurers and insurance brokers issuing or arranging for issuance of the required policies, in all areas of safety, insurance program administration, claim reporting and investigating, and audit procedures. 9. If injury occurs to any employee of Contractor, subcontractor, or sub-subcontractor for which the employee, or the employee’s dependents in the event of the employee’s death, is entitled to compensation from the City under provisions of the Worker’s Compensation Insurance and Safety Act, as amended, or for which compensation of any kind is claimed from the City, the City may retain out of sums due Contractor under the Contract Documents, an amount sufficient to cover such compensation, as fixed by the Act, as amended, until such compensation is paid, or until it is determined that no compensation is due. If the City is compelled to pay compensation, the City may, in its discretion, either deduct and retain from the Contract Price the amount so paid, or require Contractor to reimburse the City. 10. Nothing in these requirements shall be construed as limiting in any way the extent to which Contractor or any subcontractor may be held responsible for payment damages resulting from their operations. Contractor’s obligations to procure insurance are separate and independent of, and shall not limit Contractor’s contractual indemnity and defense obligations. The City does not represent that coverages and limits required in this contract will necessarily be adequate to protect the Contractor. 11. Except for Worker’s Compensation coverages, Contractor shall by appropriate written agreements flow-down the additional insured coverage, certificate, endorsement, waiver of subrogation, and all other requirements of these requirements to all tiers of subcontractors for all insurance required of such subcontractors by Contractor for the work. 12. Contractor shall pay all insurance premiums including any charges for required waivers of subrogation or the endorsement of additional insureds. If Contractor fails to maintain insurance, the City may take out comparable insurance, and deduct and retain amount of premium from any sums due Contractor under the Contract Documents. If the aggregate limits on any Contractor’s insurance policy are no longer available, Contractor must notify the City and immediately, at Contractor’s expense, purchase replacement coverage to meet the insurance requirements as specified in these requirements. Alternatively, the Contractor’s failure to maintain the required insurance shall be grounds for a termination for default in accordance with the Contract Documents. END OF INSURANCE REQUIREMENTS 93 Attachment 3 Exhibit B Regional Street Crossing and Village Parkway Conduit Project Plans and Specifications Plans: https://www.dublinplanroom.com/projects/1925/plans/citywide-bicycle-and- pedestrian-regional-street-crossing/?preview=22769 Specifications: https://www.dublinplanroom.com/projects/1925/specs/citywide-bicycle- and-pedestrian-regional-street-crossing/?preview=22770 94 Attachment 4 Citywide Bicycle and Pedestrian Improvements - Regional Street Crossing & Downtown Dublin - Village Parkway Conduit ST0517 & PA0123 Bid Date: ITEM Qty.UNIT Unit Cost Extension Unit Cost Extension Unit Cost Extension Unit Cost Extension Unit Cost Extension 1 1 LS $42,055.00 $42,055.00 $15,000.00 $15,000.00 $71,440.00 $71,440.00 $34,000.00 $34,000.00 $43,750.00 $43,750.00 2 1 LS $6,500.00 $6,500.00 $2,500.00 $2,500.00 $2,600.00 $2,600.00 $10,000.00 $10,000.00 $33,250.00 $33,250.00 3 1 LS $25,000.00 $25,000.00 $166,000.00 $166,000.00 $48,000.00 $48,000.00 $30,000.00 $30,000.00 $37,500.00 $37,500.00 4 1 LS $6,500.00 $6,500.00 $3,000.00 $3,000.00 $6,000.00 $6,000.00 $10,000.00 $10,000.00 $35,000.00 $35,000.00 5 1 LS $800.00 $800.00 $18,400.00 $18,400.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $4,800.00 $4,800.00 6 1 LS $2,400.00 $2,400.00 $2,600.00 $2,600.00 $1,500.00 $1,500.00 $5,000.00 $5,000.00 $4,500.00 $4,500.00 7 1 LS $500.00 $500.00 $9,500.00 $9,500.00 $1,000.00 $1,000.00 $12,000.00 $12,000.00 $10,000.00 $10,000.00 8 1 LS $2,000.00 $2,000.00 $25,200.00 $25,200.00 $9,000.00 $9,000.00 $12,000.00 $12,000.00 $8,250.00 $8,250.00 9 100 CY $260.00 $26,000.00 $270.00 $27,000.00 $425.00 $42,500.00 $200.00 $20,000.00 $250.00 $25,000.00 10 60 SY $54.00 $3,240.00 $64.00 $3,840.00 $91.00 $5,460.00 $250.00 $15,000.00 $150.00 $9,000.00 11 1,700 SF $8.00 $13,600.00 $5.00 $8,500.00 $12.00 $20,400.00 $12.00 $20,400.00 $15.00 $25,500.00 12 220 SF $11.00 $2,420.00 $5.00 $1,100.00 $14.00 $3,080.00 $15.00 $3,300.00 $20.00 $4,400.00 13 290 SF $12.00 $3,480.00 $12.00 $3,480.00 $14.00 $4,060.00 $18.00 $5,220.00 $25.00 $7,250.00 14 60 LF $18.00 $1,080.00 $21.00 $1,260.00 $10.00 $600.00 $50.00 $3,000.00 $40.00 $2,400.00 15 270 LF $25.00 $6,750.00 $21.00 $5,670.00 $20.00 $5,400.00 $40.00 $10,800.00 $30.00 $8,100.00 16 190 TON $370.00 $70,300.00 $312.50 $59,375.00 $576.00 $109,440.00 $300.00 $57,000.00 $480.00 $91,200.00 17 2500 SF $18.00 $45,000.00 $18.50 $46,250.00 $20.00 $50,000.00 $30.00 $75,000.00 $35.00 $87,500.00 18 340 LF $80.00 $27,200.00 $85.00 $28,900.00 $60.00 $20,400.00 $100.00 $34,000.00 $180.00 $61,200.00 19 20 LF $78.00 $1,560.00 $52.00 $1,040.00 $45.00 $900.00 $120.00 $2,400.00 $175.00 $3,500.00 20 35 LF $45.00 $1,575.00 $30.00 $1,050.00 $50.00 $1,750.00 $120.00 $4,200.00 $145.00 $5,075.00 21 200 SF $25.00 $5,000.00 $28.00 $5,600.00 $25.00 $5,000.00 $70.00 $14,000.00 $55.00 $11,000.00 22 360 SF $35.00 $12,600.00 $31.00 $11,160.00 $30.00 $10,800.00 $50.00 $18,000.00 $50.00 $18,000.00 23 360 SF $31.00 $11,160.00 $35.00 $12,600.00 $32.00 $11,520.00 $45.00 $16,200.00 $30.00 $10,800.00 24 100 SF $50.00 $5,000.00 $62.00 $6,200.00 $26.00 $2,600.00 $80.00 $8,000.00 $75.00 $7,500.00 25 180 SF $20.00 $3,600.00 $12.50 $2,250.00 $39.00 $7,020.00 $60.00 $10,800.00 $10.00 $1,800.00 26 1 EA $1,000.00 $1,000.00 $250.00 $250.00 $2,900.00 $2,900.00 $3,500.00 $3,500.00 $2,250.00 $2,250.00 27 1 EA $11,000.00 $11,000.00 $8,900.00 $8,900.00 $21,200.00 $21,200.00 $35,000.00 $35,000.00 $14,750.00 $14,750.00 28 1 EA $46,000.00 $46,000.00 $36,550.00 $36,550.00 $37,000.00 $37,000.00 $65,150.00 $65,150.00 $32,750.00 $32,750.00 29 1 EA $19,000.00 $19,000.00 $17,300.00 $17,300.00 $18,000.00 $18,000.00 $35,000.00 $35,000.00 $15,250.00 $15,250.00 30 2 EA $6,500.00 $13,000.00 $5,200.00 $10,400.00 $17,000.00 $34,000.00 $15,000.00 $30,000.00 $17,250.00 $34,500.00 31 17 LF $275.00 $4,675.00 $450.00 $7,650.00 $600.00 $10,200.00 $1,500.00 $25,500.00 $515.00 $8,755.00 32 2 EA $6,100.00 $12,200.00 $8,500.00 $17,000.00 $8,400.00 $16,800.00 $6,000.00 $12,000.00 $3,200.00 $6,400.00 33 1 EA $190.00 $190.00 $220.00 $220.00 $115.00 $115.00 $500.00 $500.00 $100.00 $100.00 34 1 EA $330.00 $330.00 $375.00 $375.00 $115.00 $115.00 $600.00 $600.00 $350.00 $350.00 35 3 EA $440.00 $1,320.00 $500.00 $1,500.00 $170.00 $510.00 $900.00 $2,700.00 $200.00 $600.00 36 3 EA $715.00 $2,145.00 $820.00 $2,460.00 $490.00 $1,470.00 $2,000.00 $6,000.00 $650.00 $1,950.00 37 1 LS $9,350.00 $9,350.00 $10,700.00 $10,700.00 $9,800.00 $9,800.00 $9,200.00 $9,200.00 $2,500.00 $2,500.00 38 90 LF $16.50 $1,485.00 $19.00 $1,710.00 $17.00 $1,530.00 $25.00 $2,250.00 $25.00 $2,250.00 39 450 LF $3.00 $1,350.00 $4.00 $1,800.00 $3.50 $1,575.00 $9.00 $4,050.00 $8.00 $3,600.00 40 170 LF $3.00 $510.00 $4.00 $680.00 $3.50 $595.00 $9.00 $1,530.00 $4.00 $680.00 41 78 SF $16.50 $1,287.00 $19.00 $1,482.00 $17.00 $1,326.00 $16.00 $1,248.00 $15.00 $1,170.00 42 210 LF $3.50 $735.00 $4.00 $840.00 $3.50 $735.00 $7.00 $1,470.00 $7.00 $1,470.00 43 100 LF $40.00 $4,000.00 $45.00 $4,500.00 $41.00 $4,100.00 $36.00 $3,600.00 $65.00 $6,500.00 44 1 LS $85,000.00 $85,000.00 $108,400.00 $108,400.00 $110,000.00 $110,000.00 $105,250.00 $105,250.00 $127,000.00 $127,000.00 45 1 LS $32,500.00 $32,500.00 $24,500.00 $24,500.00 $64,000.00 $64,000.00 $29,500.00 $29,500.00 $77,000.00 $77,000.00 TOTAL $572,397.00 *$724,692.00 $781,441.00 $809,368.00 $896,100.00 * Mathematical error "summation of bid items" List of Sub-Contractors Utility Storm Drain John Boylan Engineering, Inc. Zara Construction Zara Construction Gremelli Industries Asphalt Impressions T.D.W Construction Tully Consulting Group Remove Conflicting Striping and Pavement Markings Thermoplastic Traffic Stripe (24") (White) Asphalt Impressions T.D.W Construction Traffic Control W. Bradley Electric Remove Concrete (Driveway) Remove Concrete (Valley Gutter) Remove Concrete (Curb) Thermoplastic Traffic Stripe (Detail 39) FBD Vangaurd Construction Inc. FBD Vangaurd Construction Inc. Remove Concrete (Curb and Gutter) Hot Mix Asphalt (Type A) Sidewalk Curb and Gutter Thermoplastic Traffic Stripe (Detail 39A) Concrete Curb (Type A1-6) 6" Retaining Curb Install Roadside Sign Install Post and Foundation for Roadside Sign Remove Roadside Sign Install New Tree Well Grate Install Modified Type A Inlet Remove Post and Foundation for Roadside Sign Wood Bark Mulch Water Polution Control Work (Village Parkway) Clear and Grub Sheeting, Shoring, and Bracing Roadway Excavation 0.17' Cold Plane Asphalt Concrete Remove Concrete (Sidewalk) Survey Mike O'dell Surveys Water Pollution Control Plan MZB Engineering Ray's Electric Ray's Electric Asphalt Impressions Underground Striping and Signage Textured Asphalt Pattern Bayside StripeSierra Traffic Markings Gremelli Industries Sierra Traffic Markings Asphalt Impressions Sposeto Engineering Inc. Asphalt Impressions Gremelli Industries Sposeto Engineering Inc. APPARENT LOW BIDDER Golden Bay Construction Inc. Golden Bay Construction Inc. CITY OF DUBLIN ENGINEERING DIVISION BID SUMMARY June 19, 2025 Project Name: Project No. : PUBLIC WORKS DEPARTMENT Electrical 15" RCP Class IV Description Install Storm Drain Inlet Reconstruct Existing Storm Drain Manhole Top Red Curb Paint Traffic Control and Public Convenience (Regional Street) Traffic Control and Public Convenience (Village Parkway) Watter Pollution Control Work (Regional Street) RRFB Installation and Street Light Modification Thermoplastic Green Bike Lane Striping Thermoplastic Pavement Marking (Arrows, Words, Symbols) Conduit Installation at Village Pkwy & Dublin Blvd DESCRIPTION Driveway Install Storm Drain Manhole Textured Asphalt Pattern Adjust Utility to Grade BASE BID Striping Sierra Traffic Markings Tri-Valley Striping Valley Gutter Mobilization (Regional Street) Mobilization (Village Parkway) Detectable Warning Surface 95 Citywide Bicycle and Pedestrian Improvements Overview Project Number ST0517 Description This project includes planning, design, and construction of improvements to various pedestrian and bicycle facilities throughout the City, including pedestrian/bicycle bridges and annual sidewalk repair. This project includes design and construction of improvements recommended in the updated Bicycle and Pedestrian Plan, which was adopted by the City Council on January 10, 2023, as well as the Safe Routes to School improvements. The project also includes an update to the Americans with Disabilities Act (ADA) Transition Plan and implementation of Public Right-of-way Accessibility Guidelines (PROWAG). The plan update will include a review of City buildings, parks, and rights-of-way. Capital Cost Historical $4.66M FY2025 Budget $2.47M Total Budget (all years) $7.33M Project Total (to date) $12M Detailed Breakdown Category Historical FY2025 FY2026 FY2027 FY2028 FY2029 Future Total 9400 - Improvements $3,173,298 $1,861,445 $2,381,000 $525,000 $525,000 $525,000 $0 $8,990,743 9200 - Contract Services $1,314,668 $555,000 $200,000 $200,000 $200,000 $200,000 $0 $2,669,668 9100 - Salaries & Benefits $127,372 $50,728 $20,000 $20,000 $20,000 $20,000 $0 $258,100 9500 - Miscellaneous $40,034 $7,500 $5,000 $5,000 $5,000 $5,000 $0 $67,534 Total $4,655,372 $2,474,673 $2,606,000 $750,000 $750,000 $750,000 $0 $11,986,045 Table of ContentsCitywide Bicycle and Pedestrian Improvements 2024-2029 Five-Year Capital Improvement Program Update | Dublin Attachment 5 96 Funding Sources Historical $4.66M FY2025 Budget $2.47M Total Budget (all years) $7.33M Project Total (to date) $12M Operational Costs FY2025 Budget $12K Total Budget (all years) $12K Project Total $12K Project Timeline ●01/10/2023 Adopted updated Bicycle and Pedestrian Plan. ●07/1/2024 In July 2024, the City was awarded $400,000 in funding from Alameda County Health Services Department through the Enhancing Vision 2026 (EV2026) Fund and will be used for the Regional Street Mid-block Crossing project. ●09/25/2024 Detailed Breakdown Category Historical FY2025 FY2026 FY2027 FY2028 FY2029 Future Total 2214 - Measure BB Sales Tax - Local Streets Fund (Alameda CTC) $1,471,600 $630,000 $250,000 $250,000 $250,000 $250,000 $0 $3,101,600 2215 - Measure BB Sales Tax - Bike & Ped. Fund (Alameda CTC) $601,872 $698,228 $250,000 $250,000 $250,000 $250,000 $0 $2,300,100 2220 - Road Maint. & Rehab Account (RMRA) $0 $355,000 $250,000 $250,000 $250,000 $250,000 $0 $1,355,000 2217 - Measure BB Grants $135,000 $0 $1,053,000 $0 $0 $0 $0 $1,188,000 1001 - General Fund $858,000 $105,000 $0 $0 $0 $0 $0 $963,000 2924 - VRF (ACTC) Grants $0 $0 $803,000 $0 $0 $0 $0 $803,000 2212 - Vehicle Registration Fee (Alameda CTC) $726,000 $0 $0 $0 $0 $0 $0 $726,000 2204 - Measure B Sales Tax - Local Streets Fund (Alameda CTC) $510,000 $0 $0 $0 $0 $0 $0 $510,000 2203 - Transportation Development Act $210,000 $286,445 $0 $0 $0 $0 $0 $496,445 2923 - Alameda County Grant $0 $400,000 $0 $0 $0 $0 $0 $400,000 2205 - Measure B Sales Tax - Bike & Ped. Fund (Alameda CTC) $142,900 $0 $0 $0 $0 $0 $0 $142,900 Total $4,655,372 $2,474,673 $2,606,000 $750,000 $750,000 $750,000 $0 $11,986,045 Citywide Bicycle and Pedestrian Improvements 2024-2029 Five-Year Capital Improvement Program Update | Dublin 97 On September 25, 2024, Staff was notied that the City was awarded $286,445 in Transportation Development Act (TDA) funding after approval by the Metropolitan Transportation Commission (MTC) in March 2025, which will be used for pedestrian and trail improvements along Amador Valley Boulevard and at the Iron Horse Regional Trail crossing. ●05/22/2025 On May 22, 2025 Alameda CTC awarded grant funding in the amount of $1,053,000 in Measure BB funds and $803,000 in VRF funds for San Ramon Road and Amador Valley Boulevard intersection improvements, which will be allocated in Fiscal Year 2025-26. ●07/1/2025 The Safe Routes to School improvements at the intersections of Central Parkway at Aspen Street and Hibernia Drive, Grafton Street at Antone Way, and Amador Valley Boulevard at Burton Street are anticipated to be completed late 2025. The Downtown Dublin pedestrian crossing improvements on Regional Street is anticipated to begin construction in summer 2025. The ADA Transition Plan update, funded by the General Fund, is anticipated to be completed in 2026. Citywide Bicycle and Pedestrian Improvements 2024-2029 Five-Year Capital Improvement Program Update | Dublin 98 Downtown Dublin Overview Project Number PA0123 Description This project provides for public art commissions in Downtown Dublin. The project includes a comprehensive review of existing Downtown Dublin planning documents and the Public Art Master Plan, as well as the development of a guide for public art in the Downtown. Capital Cost Historical $650K FY2025 Budget $300K Total Budget (all years) $850K Project Total (to date) $1.5M Funding Sources Historical $650K FY2025 Budget $300K Total Budget (all years) $850K Project Total (to date) $1.5M Detailed Breakdown Category Historical FY2025 FY2026 FY2027 FY2028 FY2029 Future Total 9400 - Repairs/Improvements $300,000 $300,000 $300,000 $250,000 $0 $0 $0 $1,150,000 9500 - Miscellaneous $250,000 $0 $0 $0 $0 $0 $0 $250,000 9200 - Contract Services - Engineering/Architecture $75,040 $0 $0 $0 $0 $0 $0 $75,040 9100 - Salaries & Benefits - Planning $24,960 $0 $0 $0 $0 $0 $0 $24,960 Total $650,000 $300,000 $300,000 $250,000 $0 $0 $0 $1,500,000 Detailed Breakdown Category Historical FY2025 FY2026 FY2027 FY2028 FY2029 Future Total 2801 - Public Art Fund $650,000 $300,000 $300,000 $250,000 $0 $0 $0 $1,500,000 Total $650,000 $300,000 $300,000 $250,000 $0 $0 $0 $1,500,000 Table of ContentsDowntown Dublin 2024-2029 Five-Year Capital Improvement Program Update | Dublin Attachment 6 99 Operational Costs FY2025 Budget $0 Total Budget (all years) $5K Project Total $5K Project Timeline ●07/1/2025 The planning phase began in 2025. Detailed Breakdown Category Historical FY2025 FY2026 FY2027 FY2028 FY2029 Future Total General Maintenance $0 $0 $0 $5,000 $0 $0 $0 $5,000 Total $0 $0 $0 $5,000 $0 $0 $0 $5,000 Downtown Dublin 2024-2029 Five-Year Capital Improvement Program Update | Dublin 100