Loading...
HomeMy WebLinkAbout8.2 Agreement with East Bay Pool Service, Inc. for Aquatic Facilities Maintenance STAFF REPORT CITY COUNCIL Page 1 of 5 Agenda Item 8.2 DATE: September 16, 2025 TO: Honorable Mayor and City Councilmembers FROM: Colleen Tribby, City Manager SUBJECT: Agreement with East Bay Pool Service, Inc. for Aquatic Facilities Maintenance Prepared by: Brad Olson, Management Analyst II EXECUTIVE SUMMARY: The City Council will consider approving an agreement with East Bay Pool Service, Inc. for Aquatic Facilities Maintenance. STAFF RECOMMENDATION: Adopt the Resolution Approving the Contractor Services Agreement with East Bay Pool Service, Inc. for Aquatic Facilities Maintenance and approve the budget change. FINANCIAL IMPACT: The proposed agreement provides a not-to-exceed compensation amount of $3,271,000 for services through June 30, 2031. This amount comprises $1,763,000 in regularly scheduled operations and maintenance (O&M) services (an average of $306,400 per year after finishing out the current year, including a 20% contingency budget), and $1,508,000 in preventative maintenance services (an average of $280,914 per year, including contingency). This represents a total cost increase of $404,298, funded by the General Fund and the Internal Services Fund (ISF) for Equipment Replacement, as follows: 161 Page 2 of 5 Table 1. Net Annual Impact New Contract (A) Current Contract (B) Through 6/30/26 (C) Annual Average, FY 26-27 - FY 30- 31 Annual Difference (C) - (A) Funded By O&M $107,100 $192,000 $255,000 $147,900 O&M Contingency $21,420 $39,000 $51,400 $29,980 Subtotal, O&M $128,520 $231,000 $306,400 $177,880 General Fund Prev. Maintenance *$54,496 $32,000 $195,200 $140,704 Prev. Maint. Contingency $71,430 $85,714 $85,714 Subtotal, Prev. Maint. $54,496 $103,430 $280,914 $226,418 ISF Total Annual Cost $183,016 $334,430 $587,314 $404,298 * The current contract with East Bay Pool Service does not provide for preventative maintenance. Those items have been handled outside the contract, but costs are included in this table for the purpose of comparison. A budget adjustment (Attachment 5) is required in the current year to fund the increased scope and costs of the new agreement. The Fiscal Year 2025-26 budget included $206,585 for O&M services and contingency, resulting in the need for $58,302 in additional funding from the General Fund as shown below: Table 2. Budget Adjustment for Additional Funding FY 2025-26 Adopted Budget $206,585 Expenditures to Date ($33,887) Agreement costs for FY 2025-26 ($231,000) Additional Funding Needed $58,302 Preventive maintenance costs that are funded by the City’s ISF do not require a budget amendment, as Staff have been setting aside these funds since the opening of facility, and the annual resolution adopting the budget already provides for such purchases to be made. DESCRIPTION: Background The City has contracted with East Bay Pool Service Inc. since 1999, originally for maintenance of the Dublin Swim Center formerly located on Dublin High School property. Upon the closure of that facility in 2016, the City issued a request for proposals (RFP) for similar services at the new Emerald Glen Recreation and Aquatic Complex (now called The Wave). East Bay Pool Service was the sole responder to the RFP in 2017, and in 2020 and 2023 was the lowest responsive bidder to additional RFPs. The current contract with East Bay Pool Service expires in December 2025. Over the last two years, in response to a growing number of day-to-day and high-dollar 162 Page 3 of 5 maintenance needs, Staff has been evaluating the allocation of resources and staffing at The Wave, specifically to understand whether: 1) our maintenance agreement provides the right level of service; and 2) the City is adequately prepared to replacing aging assets at The Wave over the long term. In conjunction with collecting internal data on maintenance costs, emergency repair costs, and staff time spent on these activities, Staff spoke to six agencies (five public, one private) to understand how they manage ongoing and preventative maintenance issues. The public agencies included the cities of Pleasanton, Fremont, Palm Desert, Antioch, and Livermore Area Recreation and Park District. The private agency was Jellystone Park in Lodi. Each public agency had at least 1.0 full-time equivalent (FTE) assigned to the park to specifically manage maintenance. Jellystone had 3.0 FTE assigned to maintenance year- round. Each agency handled much of the repairs in-house and contracted out for larger projects. The City of Antioch reported significant issues related to delaying preventative work for many years, which resulted in the closing of the park due to structural damage and total repair costs of $8 million. Based on the data collection and research, Staff have identified two areas of con cern related to maintenance at The Wave. First, the existing contract, which provides on-site maintenance presence for about one hour each day, is no longer sufficient. As the facility ages, it requires more daily attention to ensure that minor repair issues do not exacerbate. To compensate for this over the last two seasons, City staff have been handling much of the minor maintenance items themselves, including maintenance of dive blocks, water polo goals, underwater lights, deck grates, umbrellas, seating, lane lines and flags, tiles, handrails, and lift chair/wheelchair equipment, as well as power washing, removing scale, and numerous other things. Staff estimates that this time equates to a 0.5 FTE, or roughly $80,000 per year. This is neither an efficient use of staff’s expertise nor a sustainable allocation of staff time – particularly at the supervisory level, which should be focused on the overall operation of the facility, including inspection oversight, program oversight, planning, and emergency preparedness. Second, while the City has been setting aside money in an Internal Service Fund for equipment replacement each year, preventative maintenance purchases have never been included in the contracts for pool maintenance. This is primarily because the facility was “young”, and the lifespans of many of the major pieces of equipment were beyond the contract timeframes. Now, much of the equipment is at or reaching the 10-year mark, and Staff is beginning to see the impacts of deferred and/or unplanned replacements. Components needed for major repairs at the facility can take weeks or months to arrive, and in some cases, an equipment malfunction could incur large emergency maintenance charges and could result in the immediate and temporary closure of the park. Unanticipated maintenance of the HVAC system in 2024, for example, left The Wave with no functioning air conditioning for 12 days in the middle of summer. To remain open, Staff rented fans and portable air conditioning units and required maintenance staff to check temperatures numerous times daily. The rentals and additional maintenance monitoring cost the City approximately $20,000 in addition to the equipment maintenance costs. Should the waterpark be closed entirely for an emergency 163 Page 4 of 5 repair, lost revenue could range from $150,000 to $160,000 per week during the summer. With a preventative maintenance program in place, high-risk items can have maintenance scheduled for the off -season. 2024 Request for Proposals To address the above issues and bring maintenance levels to an acceptable and sustainable level, Staff issued a new RFP for Aquatic Facilities Maintenance (Attachment 4) in November 2024, with an expanded scope of services. The expanded scope includes up to four hours per day of onsite maintenance presence, and new duties that encompass the servicing and maintenance activities that staff are currently managing on their own. One key component of the expanded services is onsite presence from 9:30 am to 1:30 pm during the summer season, which is when chemical and pumproom issues occur most frequently. The scope also now includes a preventative maintenance component, specifically the requirement to provide a long-term plan and equipment inventory/lifespan report, which would be updated annually. Three proposals were received by the deadline, from East Bay Pool Service, USA Pools of California, and Jemaze Pools. While the East Bay Pool Service proposal was the most expensive ($255,00 per year versus $188,000/year and $104/000 per year, respectively), after review and rating, Staff selected East Bay Pool Service as the most qualified respondent. This is based largely on the other proposals not including key elements of the City’s desired services. For example, one proposal did not provide specific quotes for winterization of the facility, inspection of steel structures and water spray features, and the maintenance, inspection, and testing of the indoor pool solar heating system. The other proposal did not demonstrate maintenance experience with commercial pools or water slides and did not bid on various maintenance items such as tile, grout, plaster, heater, pump, chemical room systems, and underwater lights. New Agreement with East Bay Pool Service East Bay Pool Service has over 25 years of experience maintaining the City’s aquatic facilities and have consistently delivering work that has met Staff’s expectations. The current three-year contract expires in December 2025 and has an annual compensation limit of $128 ,000 (with a total of $385,000 over the term). With the expanded scope of the new agreement, East Bay Pool Services requested a longer term, which reflects finishing this current fiscal year and extending services for five years. This will allow them to hire additional staff and to take a more active role in planning maintenance projects to prevent emergency closures, and daily maintenance. The City Council has approved agreements with similar terms for things like sidewalk inspection and repair services and for general citywide maintenance services. In summary, the proposal from East Bay Pool Service (Attachment 3) includes the following terms: 1. 5+ year term (October 1, 2025 – June 30, 2031) 2. $3,271,000, including: a) Average of $306,400 per year for annual operations and maintenance, including a 3% increase each year to account for inflation, and including a 20% contingency of $51,400 on an average annual basis. 164 Page 5 of 5 b) Average of $280,914 per year for preventative maintenance, including a total contingency of $500,000 for the life of the contract ($85,714 annual contingency average). Performance Measures The scope of services provides specific daily, weekly, monthly, and annual tasks that need to be completed. To track this, the terms of the new agreement require East Bay Pool Service to utilize a computerized maintenance management system (CMMS) to provide real -time visibility of maintenance activities. City staff selected HydroApps as the CMMS system. This platform is designed specifically for aquatic operations and maintenance and can record the daily readings currently tracked in logbooks (chemical levels, pressure readings, flow rates, etc.) to ensure East Bay Pool Service is meeting established performance measures. STRATEGIC PLAN INITIATIVE: None. NOTICING REQUIREMENTS/PUBLIC OUTREACH: The City Council Agenda was posted. ATTACHMENTS: 1) Resolution Approving the Contractor Services Agreement with East Bay Pool Service, Inc. for Aquatic Facilities Maintenance 2) Exhibit A to the Resolution – Contractor Services Agreement Between City of Dublin and East Bay Pool Service, Inc. for Aquatic Facilities Maintenance 3) Proposal - East Bay Pool Service, Inc. 4) Request for Proposals 5) Budget Change Form – Aquatics Maintenance Agreement FY 2025-26 165 Attachment 1 Reso. No. XX-25, Item X.X, Adopted XX/XX/2025 Page 1 of 1 RESOLUTION NO. XX – 25 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN APPROVING THE CONTRACTOR SERVICES AGREEMENT WITH EAST BAY POOL SERVICE, INC. FOR AQUATIC FACILITIES MAINTENANCE WHEREAS, on November 18, 2024, Staff issued a Request for Proposal (RFP) for Aquatic Facilities Maintenance at The Wave; and WHEREAS, the City received three responses to the RFP; and WHEREAS, Staff reviewed and evaluated the statements of qualifications in accordance with the RFP rating criteria; and WHEREAS, the City desires to enter into an agreement with East Bay Pool Service, Inc. for a not-to-exceed amount of $3,271,000 over a term through June 2031. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does hereby approve the Agreement with East Bay Pool Service , Inc. attached hereto as Exhibit A. BE IT FURTHER RESOLVED that the City Manager, or designee, is authorized to execute the Agreement, attached hereto as Exhibit A, and make any necessary, non-substantive changes to carry out the intent of this Resolution. PASSED, APPROVED AND ADOPTED this 16th day of September, 2025, by the following vote: AYES: NOES: ABSENT: ABSTAIN: ______________________________ Mayor ATTEST: _________________________________ City Clerk 166 Services Agreement between October 1, 2025 City of Dublin and East Bay Pool Service Inc. Page 1 of 19 CONTRACTOR SERVICES AGREEMENT BETWEEN THE CITY OF DUBLIN AND EAST BAY POOL SERVICE INC. FOR AQUATIC FACILITIES MAINTENANCE THIS AGREEMENT for aquatic facilities maintenance services is made by and between the City of Dublin (“City”) and East Bay Pool Service Inc. (“Contractor”) (together sometimes referred to as the “Parties”) as of October 1, 2025 (the “Effective Date”). Section 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, Contractor shall provide to City the services described in the Scope of Work attached as Exhibit A at the time and place and in the manner specified therein. In the event of a conflict in or inconsistency between the terms of this Agreement and Exhibit A, the Agreement shall prevail. 1.1 Term of Services. The term of this Agreement shall begin on the Effective Date and shall end on June 30, 2031, unless the term of the Agreement is otherwise terminated or extended, as provided for in Section 8. The time provided to Contractor to complete the services required by this Agreement shall not affect the City’s right to terminate the Agreement, as referenced in Section 8. Notwithstanding the foregoing, this Agreement may be extended for up to 12 months upon the written consent of the Contractor and the City Manager, provided that: a) sufficient funds have been appropriated for such purchase, b) the price charged by the Contractor for the provision of the serves described in Exhibit A does not increase. None of the foregoing shall affect the City’s right to terminate the Agreement as provided for in Section 8. 1.2 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. 1.3 Assignment of 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, remove such person or persons from all work on this contract. 1.4 Time. Contractor shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary to meet the standard of performance provided in Subsection 1.2 above and to satisfy Contractor’s obligations hereunder. 1.5 Public Works Contractor Registration. Because the services described in Exhibit A include “work performed during the design and preconstruction phases of construction including, but not limited to, inspection and land surveying work,” the services constitute a public works within the definition of Section 1720(a)(1) Docusign Envelope ID: 7BC1E77C-3D99-40D1-BB12-A85EAC6F3678 Attachment 2 Exhibit A to the Resolution 167 Services Agreement between October 1, 2025 City of Dublin and East Bay Pool Service Inc. Page 2 of 19 of the California Labor Code. As a result, Consultant is required to comply with the provisions of the California Labor Code applicable to public works. 1.6 Public Works Contractor Registration. Contractor agrees, in accordance with Section 1771.1 of the California Labor Code, that Contractor or any subcontractor 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 Chapter 1 of Part 7 of Division 2 of the California Labor Code, 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 Section 1725.5 at the time the contract is awarded. No contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to California Labor Code section 1725.5. Contractor agrees, in accordance with Section 1771.4 of the California Labor Code, that if the work under this Agreement qualifies as public work, it is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Section 2. COMPENSATION. City hereby agrees to pay Contractor a sum not to exceed $3,271,000, notwithstanding any contrary indications that may be contained in Contractor’s proposal, for services to be performed and reimbursable costs incurred under this Agreement. In the event of a conflict regarding the amount of compensation between this Agreement and Consultant’s proposal, the Agreement shall prevail. City shall pay Contractor for services rendered pursuant to this Agreement at the time and in the manner set forth herein. The payments specified below shall be the only payments from City to Contractor for services rendered pursuant to this Agreement. Contractor shall submit all invoices to City in the manner specified herein. Except as specifically authorized by City in writing, Contractor shall not bill City for duplicate services performed by more than one person. Contractor and City acknowledge and agree that compensation paid by City to Contractor under this Agreement is based upon Contractor’s estimated costs of providing the services required hereunder, including salaries and benefits of employees and subcontractors of Contractor. Consequently, the Parties further agree that compensation hereunder is intended to include the costs of contributions to any pensions and/or annuities to which Contractor and its employees, agents, and subcontractors may be eligible. City therefore has no responsibility for such contributions beyond compensation required under this Agreement. 2.1 Invoices. Contractor shall submit invoices, not more often than once a month during the term of this Agreement, based on the cost for services performed and reimbursable costs incurred prior to the invoice date. No individual performing work under this Agreement shall bill more than 2,000 hours in a fiscal year unless approved, in writing, by the City Manager or his/her designee. Invoices shall contain the following information: Docusign Envelope ID: 7BC1E77C-3D99-40D1-BB12-A85EAC6F3678 168 Services Agreement between October 1, 2025 City of Dublin and East Bay Pool Service Inc. Page 3 of 19 ▪Serial identifications of progress bills; i.e., Progress Bill No. 1 for the first invoice, etc.; ▪The beginning and ending dates of the billing period; ▪A Task Summary containing the original contract amount, the amount of prior billings, the total due this period, the balance available under the Agreement, and the percentage of completion; ▪A copy of the applicable time entries or time sheets shall be submitted showing the following: o Daily logs of total hours worked by each individual performing work under this Agreement o Hours must be logged in increments of tenths of an hour or quarter hour o If this Agreement covers multiple projects, all hours must also be logged by project assignment o A brief description of the work, and each reimbursable expense ▪The total number of hours of work performed under the Agreement by Contractor and each employee, agent, and subcontractor of Contractor performing services hereunder; ▪The Contractor’s signature; ▪Contractor shall give separate notice to the City when the total number of hours worked by Contractor and any individual employee, agent, or subcontractor of Contractor reaches or exceeds 800 hours within a 12-month period under this Agreement and any other agreement between Contractor and City. Such notice shall include an estimate of the time necessary to complete work described in Exhibit A and the estimate of time necessary to complete work under any other agreement between Contractor and City, if applicable. 2.2 Monthly Payment. City shall make monthly payments, based on invoices received, for services satisfactorily performed, and for authorized reimbursable costs incurred. City shall have 30 days from the receipt of an invoice that complies with all of the requirements above to pay Contractor. 2.3 Final Payment. City shall pay the last 10% of the total sum due pursuant to this Agreement within 60 days after completion of the services and submittal to City of a final invoice, if all services required have been satisfactorily performed. 2.4 Total Payment. 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. Docusign Envelope ID: 7BC1E77C-3D99-40D1-BB12-A85EAC6F3678 169 Services Agreement between October 1, 2025 City of Dublin and East Bay Pool Service Inc. Page 4 of 19 In no event shall Contractor submit any invoice for an amount in excess of the maximum amount of compensation provided above either for a task or for the entire Agreement, unless the Agreement is modified prior to the submission of such an invoice by a properly executed change order or amendment. 2.5 Hourly Fees. Fees for work performed by Contractor on an hourly basis shall not exceed the amounts shown on the compensation schedule attached hereto as Exhibit A. 2.6 Reimbursable Expenses. Reimbursable expenses are specified in Exhibit A. Expenses not listed in Exhibit A are not chargeable to City. Reimbursable expenses are included in the total amount of compensation provided under this Agreement that shall not be exceeded. 2.7 Payment of Taxes. Contractor is solely responsible for the payment of employment taxes incurred under this Agreement and any similar federal or state taxes. 2.8 Payment upon Termination. In the event that the City or Contractor terminates this Agreement pursuant to Section 8, the City shall compensate the Contractor for all outstanding costs and reimbursable expenses incurred for work satisfactorily completed as of the date of written notice of termination. Contractor shall maintain adequate logs and timesheets to verify costs incurred to that date. 2.9 Authorization to Perform Services. The Contractor is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of authorization from the Contract Administrator. 2.10 Liquidated Damages. Failure of Contractor to respond to problems referred to it by City within the time limits established in Subsection 1.2 of this Agreement shall result in liquidated damages as set forth in Exhibit A. Section 3. FACILITIES AND EQUIPMENT. Except as set forth herein, Contractor shall, at its sole cost and expense, provide all facilities and equipment that may be necessary to perform the services required by this Agreement. City shall make available to Contractor only the facilities and equipment listed in this section, and only under the terms and conditions set forth herein. Contractor shall make a written request to City to use facilities or equipment not otherwise listed herein. 3.1 Safety Requirements. In accordance with generally accepted construction practices and state law, Contractor shall be solely and completely responsible for conditions on the jobsite, including safety of all persons and property during performance of the work. This requirement shall apply continuously and not be limited to normal working hours. Contractor shall take all necessary precautions and provide all necessary safeguards to prevent personal injury and property damage. Contractor shall provide protection for all persons including, but not limited to, its employees and employees of its subcontractors; members of the public; and employees, agents, Docusign Envelope ID: 7BC1E77C-3D99-40D1-BB12-A85EAC6F3678 170 Services Agreement between October 1, 2025 City of Dublin and East Bay Pool Service Inc. Page 5 of 19 and representatives of the City and regulatory agencies that may be on or about the work. The services of the City in conducting review and inspection of Contractor's performance is not intended to include review of the adequacy of Contractor's work methods, equipment, bracing or scaffolding, or safety measures, in, on, or near any Contractor jobsite. All work and materials shall be in strict accordance with all applicable state, city, county, and federal rules, regulations and codes, with specific attention to the United States Department of Labor Occupational Health and Safety Administration (OSHA) requirements. Contractor shall be solely responsible for compliance with all city, county, and state explosive transport, storage, and blasting requirements and for any damages caused by such operations. Contractor is hereby informed that work on City property could be hazardous. Contractor shall carefully instruct all personnel working on City property that all conditions of the property are potentially hazardous work areas as to potential dangers and shall provide such necessary safety equipment and instructions as are necessary to prevent injury to personnel and damage to property. Special care shall be exercised relative to work underground. In addition to complying with all other safety regulations, Contractor shall abide by any and all other City requirements contained in any specifications, special conditions or manuals, which shall be made available by City upon request. Contractor shall provide and maintain all necessary safety equipment such as fences, barriers, signs, lights, walkways, guards, and fire prevention and fire- fighting equipment and shall take such other action as is required to fulfill its obligations under this section. It is the intent of the City to provide a safe working environment under normal conditions. CONTRACTOR IS ADVISED THAT CITY’S OPERATIONS AND PROPERTY ARE INHERENTLY HAZARDOUS BECAUSE OF CONDITIONS SUCH AS CONFINED SPACES, POTENTIALLY EXPLOSIVE ATMOSPHERES, AND POSSIBLE EXPOSURE TO PATHOGENS. Contractor shall maintain all portions of the jobsite in a neat, clean, and sanitary condition at all times. If required by the City, toilets shall be furnished by Contractor where needed for use of its employees and their use shall be strictly enforced. Contractor shall not use the City's existing sanitary facilities, unless previously authorized by the City. Contractor shall keep adequate first aid facilities and supplies available and instruction in first aid for its employees shall be given. City reserves the right to require that Contractor bring onto the project or engage the services of a licensed safety engineer at any time during the term of this Agreement. If Contractor does not have a licensed safety engineer on staff, then City may require that Contractor engage a subcontractor or subconsultant as the Docusign Envelope ID: 7BC1E77C-3D99-40D1-BB12-A85EAC6F3678 171 Services Agreement between October 1, 2025 City of Dublin and East Bay Pool Service Inc. Page 6 of 19 project’s safety engineer. Contractor shall bear all costs in connection with meeting the requirements of this section. Section 4. INSURANCE REQUIREMENTS. Before fully executing this Agreement, Contractor, at its own cost and expense, unless otherwise specified below, shall procure the types and amounts of insurance listed below against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Contractor and its agents, representatives, employees, and subcontractors. Consistent with the following provisions, Contractor shall provide proof satisfactory to City of such insurance that meets the requirements of this section and under forms of insurance satisfactory in all respects, and that such insurance is in effect prior to beginning work. Contractor shall maintain the insurance policies required by this section throughout the term of this Agreement. The cost of such insurance shall be included in the Contractor's bid. Contractor shall not allow any subcontractor to commence work on any subcontract until Contractor has obtained all insurance required herein for the subcontractor(s) and provided evidence to City that such insurance is in effect. VERIFICATION OF THE REQUIRED INSURANCE SHALL BE SUBMITTED AND MADE PART OF THIS AGREEMENT PRIOR TO EXECUTION. Contractor shall maintain all required insurance listed herein for the duration of this Agreement. 4.1 Workers’ Compensation. 4.1.1 General Requirements. Contractor shall, at its sole cost and expense, maintain Statutory Workers’ Compensation Insurance and Employer’s Liability Insurance for any and all persons employed directly or indirectly by Contractor. The Statutory Workers’ Compensation Insurance and Employer’s Liability Insurance shall be provided with limits of not less than $1,000,000 per accident. In the alternative, Contractor may rely on a self-insurance program to meet these requirements, but only if the program of self-insurance complies fully with the provisions of the California Labor Code. Determination of whether a self- insurance program meets the standards of the California Labor Code shall be solely in the discretion of the Contract Administrator. The Workers’ Compensation policy shall be endorsed with a waiver of subrogation in favor of the City for all work performed by the Contractor, its employees, agents, and subcontractors. 4.1.2 Submittal Requirements. To comply with Subsection 4.1, Contractor shall submit the following: a. Certificate of Workers’ Compensation Insurance in the amounts specified in the section; and b. Waiver of Subrogation Endorsement as required by the section. 4.2 Commercial General and Automobile Liability Insurance. 4.2.1 General Requirements. Contractor, at its own cost and expense, shall maintain commercial general liability insurance for the term of this Agreement in an amount not less than $2,000,000 and automobile liability Docusign Envelope ID: 7BC1E77C-3D99-40D1-BB12-A85EAC6F3678 172 Services Agreement between October 1, 2025 City of Dublin and East Bay Pool Service Inc. Page 7 of 19 insurance for the term of this Agreement in an amount not less than $2,000,000 per occurrence, combined single limit coverage for risks associated with the work contemplated by this Agreement. If a Commercial General Liability Insurance or an Automobile Liability form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Such coverage shall include but shall not be limited to, protection against claims arising from bodily and personal injury, including death resulting therefrom, and damage to property resulting from activities contemplated under this Agreement, including without limitation, blanket contractual liability and the use of owned and non-owned automobiles. 4.2.2 Minimum Scope of Coverage. Commercial general coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (most recent edition) covering comprehensive General Liability on an “occurrence” basis. Automobile coverage shall be at least as broad as Insurance Services Office Automobile Liability form CA 0001, Code 1 (any auto). No endorsement shall be attached limiting the coverage. 4.2.3 Additional Requirements. Each of the following shall be included in the insurance coverage or added as a certified endorsement to the policy: a. The Insurance shall cover on an occurrence or an accident basis, and not on a claims-made basis. b. City, its officers, officials, employees, and volunteers are to be covered as additional insureds as respects: liability arising out of work or operations performed by or on behalf of the Contractor; or automobiles owned, leased, hired, or borrowed by the Contractor. c. Contractor hereby agrees to waive subrogation which any insurer or contractor may require from vendor by virtue of the payment of any loss. Contractor agrees to obtain any endorsements that may be necessary to affect this waiver of subrogation. d. For any claims related to this Agreement or the work hereunder, 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. 4.2.4 Submittal Requirements. To comply with Subsection 4.2, Contractor shall submit the following: Docusign Envelope ID: 7BC1E77C-3D99-40D1-BB12-A85EAC6F3678 173 Services Agreement between October 1, 2025 City of Dublin and East Bay Pool Service Inc. Page 8 of 19 a. Certificate of Liability Insurance in the amounts specified in the section; b. Additional Insured Endorsement as required by the section; c. Waiver of Subrogation Endorsement as required by the section; and d. Primary Insurance Endorsement as required by the section. 4.2.5 Other Insurance Requirements. 4.3.1 General Aggregate Insurance. Contractor, at its own cost and expense, shall maintain general aggregate insurance for the term of this Agreement in an amount not less than $4,000,000. 4.3.2 Professional Liability Insurance. Contractor, at its own cost and expense, shall maintain professional liability insurance for the term of this Agreement in an amount not less than $1,000,000. 4.3.3 Products and Completed Operations. Contractor, at its own cost and expense, shall maintain products and completed operations insurance for the term of this Agreement in an amount not less than $2,000,000. 4.3 All Policies Requirements. 4.3.1 Acceptability of Insurers. All insurance required by this section is to be placed with insurers with a Bests' rating of no less than A:VII. 4.3.2 Verification of Coverage. Prior to beginning any work under this Agreement, Contractor shall furnish City with complete copies of all Certificates of Liability Insurance delivered to Contractor by the insurer, including complete copies of all endorsements attached to the policies. All copies of Certificates of Liability Insurance and certified endorsements shall show the signature of a person authorized by that insurer to bind coverage on its behalf. If the City does not receive the required insurance documents prior to the Contractor beginning work, it shall not waive the Contractor’s obligation to provide them. The City reserves the right to require complete copies of all required insurance policies at any time. 4.3.3 Deductibles and Self-Insured Retentions. Contractor shall disclose to and obtain the written approval of City for the self-insured retentions and deductibles before beginning any of the services or work called for by any term of this Agreement. 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, employees, and volunteers; or the Contractor shall provide a financial guarantee satisfactory to the City Docusign Envelope ID: 7BC1E77C-3D99-40D1-BB12-A85EAC6F3678 174 Services Agreement between October 1, 2025 City of Dublin and East Bay Pool Service Inc. Page 9 of 19 guaranteeing payment of losses and related investigations, claim administration and defense expenses. 4.3.4 Wasting Policies. No policy required by this Section 4 shall include a “wasting” policy limit (i.e. limit that is eroded by the cost of defense). 4.3.5 Endorsement Requirements. Each insurance policy required by Section 4 shall be endorsed to state that coverage shall not be canceled by either party, except after 30 days’ prior written notice has been provided to the City. 4.3.6 Subcontractors. Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 4.4 Remedies. In addition to any other remedies City may have if Contractor fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option exercise any of the following remedies, which are alternatives to other remedies City may have and are not the exclusive remedy for Contractor’s breach: ▪Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under the Agreement; ▪Order Contractor to stop work under this Agreement or withhold any payment that becomes due to Contractor hereunder, or both stop work and withhold any payment, until Contractor demonstrates compliance with the requirements hereof; and/or ▪Terminate this Agreement. Section 5. INDEMNIFICATION AND CONTRACTOR’S RESPONSIBILITIES. Contractor shall indemnify, defend with counsel acceptable to City, and hold harmless City and its officers, officials, employees, agents and volunteers from and against any and all liability, loss, damage, claims, expenses, and costs (including without limitation, attorney’s fees and costs and fees of litigation) (collectively, “Liability”) of every nature arising out of or in connection with Contractor’s performance of the Services or its failure to comply with any of its obligations contained in this Agreement, except such Liability caused by the sole negligence or willful misconduct of City. The Contractor’s obligation to defend and indemnify shall not be excused because of the Contractor’s inability to evaluate Liability or because the Contractor evaluates Liability and determines that the Contractor is not liable to the claimant. The Contractor must respond within 30 days, to the tender of any claim for defense and indemnity by the City, unless this time has been extended by the City. If the Contractor fails to accept or reject a tender of defense and indemnity within 30 days, in addition to any other remedy authorized by law, so much of the money due the Contractor under and by virtue of this Agreement as shall reasonably be considered necessary by the City, may be retained by the City until disposition has been made Docusign Envelope ID: 7BC1E77C-3D99-40D1-BB12-A85EAC6F3678 175 Services Agreement between October 1, 2025 City of Dublin and East Bay Pool Service Inc. Page 10 of 19 of the claim or suit for damages, or until the Contractor accepts or rejects the tender of defense, whichever occurs first. Section 6. STATUS OF CONTRACTOR. 6.1 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. This Agreement shall not be construed as an agreement for employment. City shall have the right to control Contractor only insofar as the results of Contractor's services rendered pursuant to this Agreement and assignment of personnel pursuant to Subsection 1.3; however, otherwise City shall not have the right to control the means by which Contractor accomplishes services rendered pursuant to this Agreement. Contractor further acknowledges that Contractor performs Services outside the usual course of the City’s business; and is customarily engaged in an independently established trade, occupation, or business of the same nature as the Contractor performs for the City, and has the option to perform such work for other entities. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Contractor and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any and all claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System (PERS) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. 6.2 Contractor Not an 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. Section 7. LEGAL REQUIREMENTS. 7.1 Governing Law. The laws of the State of California shall govern this Agreement. Docusign Envelope ID: 7BC1E77C-3D99-40D1-BB12-A85EAC6F3678 176 Services Agreement between October 1, 2025 City of Dublin and East Bay Pool Service Inc. Page 11 of 19 7.2 Compliance with Applicable Laws. Contractor and any subcontractors shall comply with all laws applicable to the performance of the work hereunder. 7.3 Other Governmental Regulations. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, Contractor and any subcontractors shall comply with all applicable rules and regulations to which City is bound by the terms of such fiscal assistance program. 7.4 Licenses and Permits. Contractor represents and warrants to City that Contractor and its employees, agents, and any subcontractors have all licenses, permits, qualifications, and approvals of whatsoever nature that are legally required to practice their respective professions. Contractor represents and warrants to City that Contractor and its employees, agents, any subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required to practice their respective professions. In addition to the foregoing, Contractor and any subcontractors shall obtain and maintain during the term of this Agreement valid Business Licenses from City. 7.5 Nondiscrimination and Equal Opportunity. Contractor shall not discriminate, on the basis of a person’s race, sex, gender, religion (including religious dress and grooming practices), national origin, ancestry, physical or mental disability, medical condition (including cancer and genetic characteristics), marital status, age, sexual orientation, color, creed, pregnancy, genetic information, gender identity or expression, political affiliation or belief, military/veteran status, or any other classification protected by applicable local, state, or federal laws (each a “Protected Characteristic”), against any employee, applicant for employment, subcontractor, bidder for a subcontract, or participant in, recipient of, or applicant for any services or programs provided by Contractor under this Agreement. Contractor shall include the provisions of this Subsection in any subcontract approved by the Contract Administrator or this Agreement. Section 8. TERMINATION AND MODIFICATION. 8.1 Termination. City may cancel this Agreement at any time and without cause upon written notification to Contractor. Contractor may cancel this Agreement upon 30 days’ written notice to City and shall include in such notice the reasons for cancellation. In the event of termination, Contractor shall be entitled to compensation for services performed to the effective date of termination; City, however, may condition payment of such compensation upon Contractor delivering to City any or all documents, photographs, computer software, video and audio tapes, and other materials provided to Contractor or prepared by or for Contractor or the City in connection with this Agreement. Docusign Envelope ID: 7BC1E77C-3D99-40D1-BB12-A85EAC6F3678 177 Services Agreement between October 1, 2025 City of Dublin and East Bay Pool Service Inc. Page 12 of 19 8.2 Extension. City may, in its sole and exclusive discretion, extend the end date of this Agreement beyond that provided for in Subsection 1.1. Any such extension shall require a written amendment to this Agreement, as provided for herein. Contractor understands and agrees that, if City grants such an extension, City shall have no obligation to provide Contractor with compensation beyond the maximum amount provided for in this Agreement. Similarly, unless authorized by the Contract Administrator, City shall have no obligation to reimburse Contractor for any otherwise reimbursable expenses incurred during the extension period. 8.3 Amendments. The Parties may amend this Agreement only by a writing signed by all the Parties. 8.4 Assignment and Subcontracting. City and Contractor recognize and agree that this Agreement contemplates personal performance by Contractor and is based upon a determination of Contractor’s unique personal competence, experience, and specialized personal knowledge. Moreover, a substantial inducement to City for entering into this Agreement was and is the professional reputation and competence of Contractor. Contractor may not assign this Agreement or any interest therein without the prior written approval of the Contract Administrator. Contractor shall not subcontract any portion of the performance contemplated and provided for herein, other than to the subcontractors noted in the proposal, without prior written approval of the Contract Administrator. 8.5 Survival. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating liability between City and Contractor shall survive the termination of this Agreement. 8.6 Options upon Breach by Contractor. If Contractor materially breaches any of the terms of this Agreement, City’s remedies shall include, but not be limited to, the following: 8.6.1 Immediately terminate the Agreement; 8.6.2 Retain the plans, specifications, drawings, reports, design documents, and any other work product prepared by Contractor pursuant to this Agreement; 8.6.3 Retain a different contractor to complete the work described in Exhibit A not finished by Contractor; or 8.6.4 Charge Contractor the difference between the cost to complete the work described in Exhibit A that is unfinished at the time of breach and the amount that City would have paid Contractor pursuant to Section 2 if Contractor had completed the work. Section 9. KEEPING AND STATUS OF RECORDS. Docusign Envelope ID: 7BC1E77C-3D99-40D1-BB12-A85EAC6F3678 178 Services Agreement between October 1, 2025 City of Dublin and East Bay Pool Service Inc. Page 13 of 19 9.1 Records Created as Part of Contractor’s Performance. All reports, data, maps, models, charts, studies, surveys, photographs, memoranda, plans, studies, specifications, records, files, or any other documents or materials, in electronic or any other form, that Contractor prepares or obtains pursuant to this Agreement and that relate to the matters covered hereunder shall be the property of the City. Contractor hereby agrees to deliver those documents to the City upon termination of the Agreement. It is understood and agreed that the documents and other materials, including but not limited to those described above, prepared pursuant to this Agreement are prepared specifically for the City and are not necessarily suitable for any future or other use. City and Contractor agree that, until final approval by City, all data, plans, specifications, reports and other documents are confidential and will not be released to third parties without prior written consent of both Parties. 9.2 Contractor’s Books and Records. Contractor shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services or expenditures and disbursements charged to the City under this Agreement for a minimum of 3 years, or for any longer period required by law, from the date of final payment to the Contractor to this Agreement. 9.3 Inspection and Audit of Records. Any records or documents that Subsection 9.2 of this Agreement requires Contractor to maintain shall be made available for inspection, audit, and/or copying at any time during regular business hours, upon oral or written request of the City. Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds $10,000.00, the Agreement shall be subject to the examination and audit of the State Auditor, at the request of City or as part of any audit of the City, for a period of 3 years after final payment under the Agreement. Section 10. MISCELLANEOUS PROVISIONS. 10.1 Attorneys’ Fees. If a party to this Agreement brings any action, including an action for declaratory relief, to enforce or interpret the provision of this Agreement, the prevailing party shall be entitled to reasonable attorneys’ fees in addition to any other relief to which that party may be entitled. The court may set such fees in the same action or in a separate action brought for that purpose. 10.2 Venue. In the event that either party brings any action against the other under this Agreement, the Parties agree that trial of such action shall be vested exclusively in the state courts of California in the County of Alameda or in the United States District Court for the Northern District of California. 10.3 Severability. If a court of competent jurisdiction finds or rules that any provision of this Agreement is invalid, void, or unenforceable, the provisions of this Agreement not so adjudged shall remain in full force and effect. The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. Docusign Envelope ID: 7BC1E77C-3D99-40D1-BB12-A85EAC6F3678 179 Services Agreement between October 1, 2025 City of Dublin and East Bay Pool Service Inc. Page 14 of 19 10.4 No Implied Waiver of Breach. The waiver of any breach of a specific provision of this Agreement does not constitute a waiver of any other breach of that term or any other term of this Agreement. 10.5 Successors and Assigns. The provisions of this Agreement shall inure to the benefit of and shall apply to and bind the successors and assigns of the Parties. 10.6 Conflict of Interest. Contractor may serve other clients, but none whose activities within the corporate limits of City or whose business, regardless of location, would place Contractor in a “conflict of interest,” as that term is defined in the Political Reform Act, codified at California Government Code Section 81000 et seq. Contractor shall not employ any City official in the work performed pursuant to this Agreement. No officer or employee of City shall have any financial interest in this Agreement that would violate California Government Code Section 1090 et seq. Contractor hereby warrants that it is not now, nor has it been in the previous 12 months, an employee, agent, appointee, or official of the City. If Contractor was an employee, agent, appointee, or official of the City in the previous 12 months, Contractor warrants that it did not participate in any manner in the forming of this Agreement. Contractor understands that, if this Agreement is made in violation of California Government Code Section 1090 et seq., the entire Agreement is void and Contractor will not be entitled to any compensation for services performed pursuant to this Agreement, including reimbursement of expenses, and Contractor will be required to reimburse the City for any sums paid to the Contractor. Contractor understands that, in addition to the foregoing, it may be subject to criminal prosecution for a violation of California Government Code Section 1090 et seq., and, if applicable, will be disqualified from holding public office in the State of California. 10.7 Solicitation. Contractor agrees not to solicit business at any meeting, focus group, or interview related to this Agreement, either orally or through any written materials. 10.8 Contract Administration. This Agreement shall be administered by the City Manager ("Contract Administrator"). All correspondence shall be directed to or through the Contract Administrator or his or her designee. 10.9 Notices. Any written notice to Contractor shall be sent to: East Bay Pool Service Inc. 1547 Palos Verdes Mall #240 Walnut Creek, CA. 94597 Any written notice to City shall be sent to: City of Dublin Attn: Aquatic Maintenance Contract Manager Docusign Envelope ID: 7BC1E77C-3D99-40D1-BB12-A85EAC6F3678 180 Services Agreement between October 1, 2025 City of Dublin and East Bay Pool Service Inc. Page 15 of 19 100 Civic Plaza Dublin, CA 94568 10.10 Integration. This Agreement, including the scope of work attached hereto and incorporated herein as Exhibit A, represents the entire and integrated agreement between City and Contractor and supersedes all prior negotiations, representations, or agreements, either written or oral. Exhibit A Scope of Services, Scheduled Work, and Compensation Schedule 10.11 Counterparts and Electronic Signatures. This Agreement may be executed in multiple counterparts, each of which shall be an original and all of which together shall constitute one agreement. Counterparts delivered and/or signatures executed by City-approved electronic or digital means shall have the same force and effect as the use of a manual signature. Both Parties desire this Agreement to be electronically signed in accordance with applicable federal and California law. Either Party may revoke its agreement to use electronic signatures at any time by giving notice to the other Party. 10.12 Certification per Iran Contracting Act of 2010. In the event that this contract is for one million dollars ($1,000,000.00) or more, by Contractor’s signature below Contractor certifies that Contractor, and any parent entities, subsidiaries, successors or subunits of Contractor are not identified on a list created pursuant to subdivision (b) of Section 2203 of the California Public Contract Code as a person engaging in investment activities in Iran as described in subdivision (a) of Section 2202.5, or as a person described in subdivision (b) of Section 2202.5 of the California Public Contract Code, as applicable. 10.13 Provisions Required For Public Works Contracts Pursuant To California Labor Code Section 1720 Et Seq. A. HOURS OF WORK: i. In accordance with California Labor Code Section 1810, 8 hours of labor in performance of the services described in Exhibit A shall constitute a legal day’s work under this contract. ii. In accordance with California Labor Code Section 1811, the time of service of any worker employed in performance of the services described in Exhibit A is limited to 8 hours during any one calendar day, and 40 hours during any one calendar week, except in accordance with California Labor Code Section 1815, which provides that work in excess of 8 hours during any one calendar day and 40 hours during any one calendar week is permitted upon compensation for all hours worked in excess of 8 hours during any one calendar day and 40 hours during any one calendar week at not less than one-and-one-half times the basic rate of pay. Docusign Envelope ID: 7BC1E77C-3D99-40D1-BB12-A85EAC6F3678 181 Services Agreement between October 1, 2025 City of Dublin and East Bay Pool Service Inc. Page 16 of 19 iii. The Consultant and its subcontractors shall forfeit as a penalty to the City $25 for each worker employed in the performance of the services described in Exhibit A for each calendar day during which the worker is required or permitted to work more than 8 hours in any one calendar day, or more than 40 hours in any one calendar week, in violation of the provisions of California Labor Code Section 1810 and following. B. WAGES: i. In accordance with California Labor Code Section 1773.2, the City has determined the general prevailing wages in the locality in which the services described in Exhibit A are to be performed for each craft or type of work needed to be as published by the State of California Department of Industrial Relations, Division of Labor Statistics and Research, a copy of which is on file in the City Public Works Office and shall be made available on request. The Consultant and subcontractors engaged in the performance of the services described in Exhibit A shall pay no less than these rates to all persons engaged in performance of the services described in Exhibit A. ii. In accordance with California Labor Code Section 1775, the Consultant and any subcontractors engaged in performance of the services described in Exhibit A shall comply with California Labor Code Section 1775, which establishes a penalty for each worker engaged in the performance of the services described in Exhibit A that the Consultant or any subcontractor pays less than the specified prevailing wage. The amount of such penalty shall be determined by the Labor Commissioner and shall be based on consideration of the mistake, inadvertence, or neglect of the Consultant or subcontractor in failing to pay the correct rate of prevailing wages, or the previous record of the Consultant or subcontractor in meeting applicable prevailing wage obligations, or the willful failure by the Consultant or subcontractor to pay the correct rates of prevailing wages. A mistake, inadvertence, or neglect in failing to pay the correct rate of prevailing wages is not excusable if the Consultant or subcontractor had knowledge of their obligations under the California Labor Code. The Consultant or subcontractor shall pay the difference between the prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate. If a subcontractor worker engaged in performance of the services described in Exhibit A is not paid the general prevailing per diem wages by the subcontractor, the Consultant is not liable for any penalties therefore unless the Consultant had knowledge of that failure or unless the Consultant fails to comply with all of the following requirements: a. The contract executed between the Consultant and the subcontractor for the performance of part of the services described in Exhibit A shall include a copy of the provisions of Docusign Envelope ID: 7BC1E77C-3D99-40D1-BB12-A85EAC6F3678 182 Services Agreement between October 1, 2025 City of Dublin and East Bay Pool Service Inc. Page 17 of 19 California Labor Code Sections 1771, 1775, 1776, 1777.5, 1813, and 1815. b. The Consultant shall monitor payment of the specified general prevailing rate of per diem wages by the subcontractor by periodic review of the subcontractor’s certified payroll records. c. Upon becoming aware of a subcontractor’s failure to pay the specified prevailing rate of wages, the Consultant shall diligently take corrective action to halt or rectify the failure, including, but not limited to, retaining sufficient funds due the subcontractor for performance of the services described in Exhibit A. d. Prior to making final payment to the subcontractor, the Consultant shall obtain an affidavit signed under penalty of perjury from the subcontractor that the subcontractor has paid the specified general prevailing rate of per diem wages for employees engaged in the performance of the services described in Exhibit A and any amounts due pursuant to California Labor Code Section 1813. iii. In accordance with California Labor Code Section 1776, the Consultant and each subcontractor engaged in performance of the services described in Exhibit A shall keep accurate payroll records showing the name, address, social security number, work, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed in performance of the services described in Exhibit A. Each payroll record shall contain or be verified by a written declaration that it is made under penalty of perjury, stating both of the following: a. The information contained in the payroll record is true and correct. b. The employer has complied with the requirements of California Labor Code Sections 1771, 1811, and 1815 for any work performed by the employer’s employees on the public works project. The payroll records required pursuant to California Labor Code Section 1776 shall be certified and shall be submitted directly to the Labor Commission, and available for inspection by the Owner and its authorized representatives, the Division of Labor Standards Enforcement, the Division of Apprenticeship Standards of the Department of Industrial Relations and shall otherwise be available for inspection in accordance with California Labor Code Section 1776. Docusign Envelope ID: 7BC1E77C-3D99-40D1-BB12-A85EAC6F3678 183 Services Agreement between October 1, 2025 City of Dublin and East Bay Pool Service Inc. Page 18 of 19 iv. In accordance with California Labor Code Section 1777.5, the Consultant, on behalf of the Consultant and any subcontractors engaged in performance of the services described in Exhibit A, shall be responsible for ensuring compliance with California Labor Code Section 1777.5 governing employment and payment of apprentices on public works contracts. v. In case it becomes necessary for the Consultant or any subcontractor engaged in performance of the services described in Exhibit A to employ for the services described in Exhibit A any person in a trade or occupation (except executive, supervisory, administrative, clerical, or other non- manual workers as such) for which no minimum wage rate has been determined by the Director of the Department of Industrial Relations, the Consultant or subcontractor shall pay the minimum rate of wages specified therein for the classification which most nearly corresponds to services described in Exhibit A to be performed by that person. The minimum rate thus furnished shall be applicable as a minimum for such trade or occupation from the time of the initial employment of the person affected and during the continuance of such employment. SIGNATURES ON FOLLOWING PAGE Docusign Envelope ID: 7BC1E77C-3D99-40D1-BB12-A85EAC6F3678 184 Services Agreement between October 1, 2025 City of Dublin and East Bay Pool Service Inc. Page 19 of 19 The Parties have executed this Agreement as of the Effective Date. The persons whose signatures appear below certify that they are authorized to sign on behalf of the respective Party. Docusign Envelope ID: 7BC1E77C-3D99-40D1-BB12-A85EAC6F3678 185 Services Agreement between October 1, 2025 City of Dublin and East Bay Pool Service Inc. Exhibit A – Page 1 of 17 EXHIBIT A 1. WORK: Contractor shall provide all necessary labor, tools, equipment, and materials (unless otherwise noted) for the provision of regular ongoing aquatic facilities maintenance and oversight of aquatic facilities at the Wave. Maintenance services include daily oversight of maintenance operations, routine and preventative maintenance, pool cleaning, water chemistry monitoring and adjustments, equipment monitoring, and other scheduled maintenance services. Duties include but are not limited to: lane lines, flag, tile, grout, handrails, lift chair/wheelchair, power washing, removing scale, equipment reel maintenance, dive blocks, water polo goals, underwater lights, deck grates, umbrellas, seating, and other duties as assigned. Contractor shall provide onsite maintenance personnel four hours per day, on days and times determined by time of year (See Service Frequency). Issues that occur during operational hours and impact the use of a pool or attraction shall be addressed within 30 minutes of occurrence. Maintenance issues that do not impact the use of a pool or attraction shall be addressed within 24 hours. Activities must be documented and submitted within five calendar days of completion. Documentation should include the name and job title of the individual performing the work, the date of service, and a detailed description of the work performed. Contractor shall provide continued input on a long-term preventative maintenance plan and equipment assessment (including equipment lifespan). Plans shall be produced 6 months after work has begun, and updates required thereafter. 2. OVERSIGHT: Contract Administrator shall designate a Contract Manager to oversee this contract. Contract Manager may assign oversight duties to a designee. 3. SERVICE FREQUENCY: 4 Hours per Day, 7 Days per week A. Summer-Season (May 1 through September 30)*: i. Saturday-Thursday: 9am – 1pm ii. Friday 5am – 9am B. Off-Season (October 1 through April 30)*: i. Daily: 6am - 10am *Service frequency schedule subject to change upon approval 4. AMENITIES: The Wave includes the following amenities: A. The Natatorium houses a 160,000-gallon, 6,900 square foot, 6-lane, 25-yard, heated indoor pool with three shallow-water teaching bays. The Natatorium is used for year- round swim school, lap swimming, and water exercise programs. Operations Schedule: Docusign Envelope ID: 7BC1E77C-3D99-40D1-BB12-A85EAC6F3678 186 Services Agreement between October 1, 2025 City of Dublin and East Bay Pool Service Inc. Exhibit A – Page 2 of 17 Year round, 7 days per week Docusign Envelope ID: 7BC1E77C-3D99-40D1-BB12-A85EAC6F3678 187 Services Agreement between October 1, 2025 City of Dublin and East Bay Pool Service Inc. Exhibit A – Page 3 of 17 standard of performance set forth in Section 1.2 of the Agreement; and (f) perform all activities necessary and incidental to the orderly performance of the work. 7. MAINTENANCE SUPERVISION: The Contractor shall assume full responsibility for day-to- day maintenance operations, ensuring that resources required to successfully complete projects and tasks are applied in a timely manner. The Contractor is responsible for: (a) making recommendations to the Contract Manager or designee of work that should be performed but which is not set forth in the Schedule of Work; (b) identifying work programs; (c) scheduling; (d) assisting and supervising work crews; (e) maintaining activity reports. 8. WORK SCHEDULING PROCEDURES: To the extent possible, it is the intent of this Agreement that the work be performed on a scheduled, orderly basis. Prior to commencement of work, Contractor shall prepare a schedule for the Contract Manager or designee to review showing projected work to be performed throughout the fiscal year and review them with the Contract Manager or designee. These schedules will represent specific work needs identified as the result of the Contractor's recommendations and requests from the Contract Manager or designee. Emphasis will be placed on identifying needs to ensure proper timing of work. Contractor will use a computerized maintenance management system (CMMS) to provide real-time visibility into maintenance activities, ensure accurate tracking of work and personnel, and support effective asset management. Contractor shall provide Contract Manager or designee continuous access to the CMMS. 9. CONTRACTOR PERSONNEL REQUIREMENTS A. Contractor shall assign a sufficient number of trained and experienced employees to perform the required service. Contractor shall designate one (1) employee as principal with full responsibility for directing the entire crew. The principal shall be authorized to act for the Contractor in every detail. B. Contractor shall furnish and require every on-duty employee to wear a company shirt or a visible photo identification badge identifying employee by name. C. All assigned personnel are subject to a criminal history records check performed using Live Scan. Government fees are required for the State (DOJ) and Federal (FBI) level criminal history record checks (if applicable). Contractor is responsible for the fee to perform such records search. An application fee per personnel is required to perform a formal criminal history records check. Should an employee not pass the criminal history records check, a refund will not be provided. D. All assigned personnel must have all the proper safety training, and equipment operator certificates to meet the minimum requirements of Cal OSHA. 10. CHEMICAL USE AND DISPOSAL A. Contractor shall maintain Safety Data Sheets (SDS) for all chemicals used at all times and shall provide them to the City upon request. B. Contractor shall furnish all labor, materials, equipment, and supplies necessary to perform the services described, at their own expense, including any items not explicitly listed but required for full and proper execution of the work. C. The Contractor shall ensure that all wastewater generated, handled, or disposed of under this Agreement complies with all applicable federal, state, and local laws, regulations, and environmental standards. The Contractor shall obtain all necessary permits and approvals and implement appropriate disposal methods to prevent pollution, contamination, or environmental harm. Docusign Envelope ID: 7BC1E77C-3D99-40D1-BB12-A85EAC6F3678 188 Services Agreement between October 1, 2025 City of Dublin and East Bay Pool Service Inc. Exhibit A – Page 4 of 17 D. Contractor shall be responsible for all damage which occurs to City property while performing services, regardless of whether the damage is to an item(s) being serviced or to other item(s) in and around the area where services are being performed. 11. CALIFORNIA AIR RESOURCES BOARD ADVANCED CLEAN FLEET REGULATIONS A. Vehicles with a gross vehicle weight rating (GVWR) greater than 8,500 pounds and light- duty package delivery vehicles operated in California may be subject to the California Air Resources Board (CARB) Advanced Clean Fleets (ACF) Regulations. Such vehicles may therefore be subject to requirements to reduce emissions of air pollutants. For more information, please visit the CARB Advanced Clean Fleets webpage at https://ww2.arb.ca.gov/our-work/programs/advanced-clean-fleets. B. For each calendar year, CONTRACTOR shall provide to the CITY a certificate of compliance with the CARB ACF rules as defined in the California Code of Regulations (CCR), or a signed statement stating their fleet is not subject to the High Priority and Federal Fleets Requirements (Title 13, CCR, Sections 2015 through 2015.6) and the State and Local Government Fleets Requirements (Title 13, CCR, Sections 2013 through 2013.4). 12. WORK REPORTING PROCEDURES: Contractor shall submit a Summary Report to the Contract Manager or designee on or before the 15th day of the month summarizing work completed in the previous month and following the invoicing procedures detailed in section 2.1 of the Agreement. These reports shall include a listing of work activities and work units completed, including any Additional Work or Emergency Work performed; status of current and completed service requests; and comparisons of annual work quantities and expenditures planned versus actual. 13. ADDITIONAL CONTRACTOR RESPONSIBILITIES: Contractor's employees will be alert for observable maintenance deficiencies at The Wave during their maintenance activities performing Scheduled Work, Additional Work, and Emergency Work. They will resolve observed maintenance deficiencies or report to the Contract Manager or designee. 14. PROTECTION OF WORK AND PUBLIC: The Contractor shall take all necessary measures to ensure the safety of work sites and prevent accidents during all phases of work. At no additional cost, the Contractor shall provide and maintain all required safety measures— such as barriers, signage, and personnel protective equipment —to protect the public within the work area while maintenance activities are in progress. 15. MATERIALS: Contractor will endeavor to secure materials from the lowest cost source reasonably available. City may require Contractor to acquire three bids for materials as determined by the Contract Manager or designee. SCHEDULED WORK The tables below summarize recurring and preventative maintenance tasks by area of The Wave. Each table includes the frequency each task is to be completed. The following frequency definitions apply: •Daily: Every day of the year Docusign Envelope ID: 7BC1E77C-3D99-40D1-BB12-A85EAC6F3678 189 Services Agreement between October 1, 2025 City of Dublin and East Bay Pool Service Inc. Exhibit A – Page 5 of 17 •Weekly: Once a week, every week of the year •2x/Week: Twice a week, every week of the year •Monthly: Once a month, every month of the year •Annually: Once a year. Schedule for these items should be set between facility manager and contractor as it will typically require pool closures. •Off-Season: October 1st through April 30th •Pre-Operation: Two to three weeks before May 1st •End of Season: October 1st through October 31st Docusign Envelope ID: 7BC1E77C-3D99-40D1-BB12-A85EAC6F3678 190 Services Agreement between October 1, 2025 City of Dublin and East Bay Pool Service Inc. Exhibit A – Page 6 of 17 Operations and Maintenance (O&M): PAUL MCCREARY OUTDOOR POOL (COMPETITIVE SPORTS POOL) #Frequency Description 1 Daily Provide chemical testing kits and test water chemistry at the pool edge (ORP, SP, pH, GPM, PSI, Temp, INT) 2 Daily Test water chemistry at chemical controllers and calibrate units as needed, document all results and adjustments 3 Daily Add and/or adjust chemicals as needed (Contractor shall order chemicals and invoices shall be paid by City) NATATORIUM (INDOOR POOL) #Frequency Description 1 Daily Provide chemical testing kits and test water chemistry at the pool edge (ORP, SP, pH, GPM, PSI, Temp, INT) 2 Daily Test water chemistry at the chemical controller and calibrate units as needed, document all results and adjustments 3 Daily Add and/or adjust chemicals as needed (Contractor shall order chemicals and invoices shall be paid by City) 4 Daily Check and adjust pool temperature to maintain an optimal temperature of 82 to 84 degrees 5 Daily Empty/clean all skimmer baskets, vacuum pump strainers, and flow indicator filters 6 Daily Skim pool and clean gutters 7 Daily Maintain pumps, filters, and chemical balance year-round 8 Daily Check for algae and take the necessary steps to remedy 9 Weekly Fully vacuum entire pool 10 Weekly Record UV light filter usage (Replace UV bulbs if necessary) 11 Weekly Record heater usage (ensure it’s working properly and adjust temperature depending on weather) 12 Weekly Test pool alkalinity and calcium hardness 13 Weekly Clean strainer baskets for all pumps 14 2x/Week Inspect and maintain handrails, gutters, and tiles surrounding the pool 15 2x/Week Backwash filters (2x/Week or more often as needed). Contractor shall replace media, back wash valves, plumbing, booster pumps, and timing mechanism 16 Annually Inspect solar, paint, and galvanizing; submit a report with cost estimates for any maintenance work identified during the inspection. Upon approval by the Contract Manager or designee, Contractor shall complete the maintenance work. Documentation for completed work must be submitted within five days and include who completed the work, the dates, and scope of the work. 17 Annually Solar leak test 18 End of Season Winterization (Setup, tear down, proper storage of equipment including pool furniture, and other duties as assigned). Cutting and cleaning of deck drains to ensure there is no standing water. Docusign Envelope ID: 7BC1E77C-3D99-40D1-BB12-A85EAC6F3678 191 Services Agreement between October 1, 2025 City of Dublin and East Bay Pool Service Inc. Exhibit A – Page 7 of 17 4 Daily Check and adjust pool temperature to maintain an optimal temperature of 82 to 84 degrees 5 Daily Empty/clean all skimmer baskets, vacuum pump strainers, and flow indicator filters 6 Daily Skim the pool and clean the gutters 7 Daily Maintain pumps, filters, and chemical balance year-round 8 Daily Check for algae and take the necessary steps to remedy 9 Weekly Fully vacuum entire pool 10 Weekly Record UV light filter usage (Replace UV bulbs if necessary) 11 Weekly Record heater usage (ensure it’s working properly and adjust temperature depending on weather) 12 Weekly Test pool alkalinity and calcium hardness 13 Weekly Clean strainer baskets for all pumps 14 2x/Week Inspect and maintain handrails, gutters, and tiles surrounding the pool 15 2x/Week Test the ADA chair lift 16 2x/Week Backwash filters (or more often as needed) 17 Annually Inspect paint and galvanizing; submit a report with cost estimates for any maintenance work identified during the inspection. Upon approval by the Contract Manager or designee, Contractor shall complete the maintenance work. Documentation for completed work must be submitted within five days and include who completed the work, the dates, and scope of the work. 18 End of Season Winterization (Setup, tear down, and properly store equipment. Cutting and cleaning of deck drains to ensure there is no standing water) WATERSLIDE MAINTENANCE #Frequency Description 1 Daily Provide chemical testing kits and test water chemistry at the slide edge (ORP, SP, pH, GPM, PSI, Temp, INT) 2 Daily Test water chemistry at chemical controllers and calibrate units as needed, document all results and adjustments 3 Daily Add and/or adjust chemicals as needed (Contractor shall order chemicals and invoices shall be paid by the City) 4 Daily Check and adjust pool temperature to maintain an optimal temperature of 78 to 80 degrees 5 Daily Empty/clean all skimmer baskets, vacuum pump strainers, and flow indicator filters 6 Daily Skim all runout lanes 7 Daily Check all runout lanes for algae and take necessary steps to remedy 8 Daily Address minor slide issues such as caulking, chips, cracks, and leaks 9 Daily Inspect and conduct as-needed maintenance on Emergency Stop (e- stop) buttons, steps into slides, pneumatics, plumbing, and flow meters 10 Daily General non-structural slide tower maintenance (e.g., pressure washing, non-slip tape, minor chip/crack patching, joint caulking, flow meters and sensors, emergency stop buttons, capsule slide electronics/pneumatics, signage securement, replacing or tightening bolts and screws, replacing Docusign Envelope ID: 7BC1E77C-3D99-40D1-BB12-A85EAC6F3678 192 Services Agreement between October 1, 2025 City of Dublin and East Bay Pool Service Inc. Exhibit A – Page 8 of 17 damaged or missing deck planks, sealing or patching non-load-bearing surfaces, repainting or touch-up of surface coatings, and other general upkeep that does not require structural analysis, etc.) 11 Daily Maintain pumps, filters, and chemical balance year-round 12 Daily Check for algae and take the necessary steps to remedy 13 Weekly Test pool alkalinity and calcium hardness 14 Weekly Mechanical inspection per manufacturer recommendation of the capsule slide 15 Annual Conduct annual preventative maintenance on the drop slide air compressor (including oil and air filter change) for drop slide prior to the annual inspection 16 2x/Week Backwash filters (or more often as needed) 17 Annually Inspect solar, paint, and galvanizing; submit a report with cost estimates for any maintenance work identified during the inspection. Upon approval by the Contract Manager or designee, Contractor shall complete the maintenance work. Documentation for completed work must be submitted within five days and include who completed the work, the dates, and scope of the work. 18 Annually Attend OSHA inspection and complete identified work (City slide contractor also attends the OSHA inspection and will complete maintenance work to slides per OSHA’s recommendations) 19 End of Season Winterization (Turn off heater and other duties as assigned) 20 Off Season Turn on slide and run outs once a month. (7 months) CHILDREN’S PLAY POOL (SPLASH ZONE) #Frequency Description 1 Pre- Operation Inspect and maintain water spray features* 2 Pre- Operation Inspect and maintain non-water features: netting, paint, palm trees, railings, etc.* 3 Pre- Operation Inspect the large tipping bucket assembly* 4 Pre- Operation Replace any small parts (including but not limited to bearings, anchors, clasps, gaskets, feature and structure hardware) removed at end of season 4 Daily Provide chemical testing kits and test water chemistry at the pool edge (ORP, SP, pH, GPM, PSI, Temp, INT) 5 Daily Test water chemistry at chemical controllers and calibrate units as needed, document all results and adjustments 6 Daily Add and/or adjust chemicals as needed (Contractor shall order chemicals and invoices shall be paid by City) 7 Daily Check pool temperature and adjust to maintain an optimal temperature of 78 to 80 degrees* 8 Daily Empty/clean all skimmer baskets, vacuum pump strainers, and flow indicator filters Docusign Envelope ID: 7BC1E77C-3D99-40D1-BB12-A85EAC6F3678 193 Services Agreement between October 1, 2025 City of Dublin and East Bay Pool Service Inc. Exhibit A – Page 9 of 17 9 Daily Skim the pool and clean the gutters 10 Daily Check and adjust if needed operating pressure and flow to all effects* 11 Daily Visually inspect and maintain climbing and safety nets 12 Daily Maintain pumps, filters, and chemical balance year-round 13 Daily Check for algae and take the necessary steps to remedy 14 Varies Fully vacuum entire pool 2x/Week from April through October and weekly from November through March 15 Weekly Test pool alkalinity and calcium hardness 16 Weekly Inspect and maintain Aqua Play: one single and two tandem waterslides* 17 Weekly Check the operation of jets and nozzles; clean and grease as required* 18 Weekly Record heater usage (ensure it’s working properly and adjust temperature depending on weather)* 19 Weekly Check valve operating assemblies* 20 2x/Week Backwash filters (or more often as needed) 21 2x/Week Inspect and maintain the tile and gutters surrounding the pool 22 2x/Week Check operation of nozzles* 23 End of Season Drain the play structure for maintenance if required 24 End of Season Inspect the entire structure and submit a report with cost estimates for any needed maintenance 25 End of Season Clean components (Including but not limited to Pin Wheel, Tipping Buckets, Spray Guns, Water Troughs, Shower Nozzles, and other various structure features) 26 End of Season Inspect solar, paint, and galvanizing; submit a report with cost estimates for any maintenance work identified during the inspection. Upon approval by the Contract Manager or designee, Contractor shall complete the maintenance work. Documentation for completed work must be submitted within five days and include who completed the work, the dates, and scope of the work. 27 End of Season Remove, label, and store small parts (including but not limited to bearings, anchors, clasps, gaskets, feature and structure hardware) 28 End of Season Inspect the large tipping bucket assembly 29 End of Season Winterization (Cover fiberglass features, and other duties as assigned) *Items that only require 4 months of service MECHANICAL ROOM MAINTENANCE #Frequency Description 1 Daily Inventory and order pool chemicals 2 Daily General upkeep of the high-rate sand filters for each circulation system 3 Daily Check flow meters and pressure gauges 4 Daily Complete and submit checklists and maintenance reports 5 Daily Inspect all chemical sheds for leaks Docusign Envelope ID: 7BC1E77C-3D99-40D1-BB12-A85EAC6F3678 194 Services Agreement between October 1, 2025 City of Dublin and East Bay Pool Service Inc. Exhibit A – Page 10 of 17 6 Annually Sink pit cleaning and vacuuming for all pools 7 Annually Replace rubber tubing for peristaltic pumps 8 Pre- Operation and End of Season Backwash pool systems and replace backwash valves 9 As Needed Other preventative measures as determined necessary (Contractor to provide list of items and bid amounts if applicable) 10 As Needed Tile and grout maintenance 11 As Needed Inspect and maintain underwater lights Docusign Envelope ID: 7BC1E77C-3D99-40D1-BB12-A85EAC6F3678 195 Services Agreement between October 1, 2025 City of Dublin and East Bay Pool Service Inc. Exhibit A – Page 11 of 17 OPERATIONS AND MAINTENANCE TOTALS* Natatoriu m Paul McCreary Outdoor Pool Waterslide Splash Zone Mechanica l Room Maintenan ce Annual Total Year 0 (Prorate d) (FY25/26 ) $48,000 $51,000 $49,000 $41,000 $3,000 $192,000 Year 1 (FY26/27 ) $59,000 $63,000 $61,000 $51,000 $4,000 $238,000 Year 2 (FY27/28 ) $61,000 $65,000 $63,000 $53,000 $4,000 $246,000 Year 3 (FY28/29 ) $63,000 $67,000 $65,000 $55,000 $5,000 $255,000 Year 4 (FY29/30 ) $65,000 $70,000 $67,000 $57,000 $5,000 $264,000 Year 5 (FY30/31 ) $67.000 $72,000 $69,000 $59,000 $5,000 $272,000 Total $363,000 $388,000 $374,000 $316,000 $26,000 $1,467,000 *Rounded up to the nearest $1,000 Docusign Envelope ID: 7BC1E77C-3D99-40D1-BB12-A85EAC6F3678 196 Services Agreement between October 1, 2025 City of Dublin and East Bay Pool Service Inc. Exhibit A – Page 12 of 17 Preventative Maintenance: MECHANICAL ROOM Item Lifespan Year Needed Controller Flow Meter 2 2026-27, 2028-29, 2030- 31 1000 Gallon Chlorine Tanks 10-12 2026-27 250 Gallon Acid Tank 10 2026-27 Air Compressor 10 2026-27 Chlorine Peristaltic Pump 2-4 2026-27, 2029-30 CO2 Injector Pumps 10 2026-27 CO2 Tanks 10-12 2026-27 Controller Chlorine Probes 2 2026-27, 2028-29, 2030- 31 Controller Flow Sensor 10 2026-27 Controller pH Digital 20 2034-35 Controller pH Probes 2 2026-27, 2028-29, 2030- 31 Filter Sand / Media 15-20 2032-33 Muriatic Acid Peristaltic Pump 2-4 2026-27, 2029-30 Natatorium Circulation Motor & Pump 10 2026-27 Natatorium Controller 15-20 2029-30 Natatorium Heater 10 2026-27 Natatorium Solar Pump 6-8 2026-27 Natatorium Variable Frequency Drive (VFD)10-20 2030-31 Pit Fill Valves 5-10 2026-27 Priority Valves 6-8 2025-26 Slide Controller 15-20 2030-31 Slide Tower Booster Motor & Pump 1 10 2026-27 Slide Tower Booster Motor & Pump 2 10 2026-27 Slide Tower Booster Motor & Pump 3 10 2026-27 Slide Tower Circ Motor & Pump 10 2030-31 Slide Tower Heater 10 2026-27 Slide Tower VFD 10-20 2030-31 Splash Zone Booster Motor & Pump 1 10 2026-27 Splash Zone Booster Motor & Pump 2 10 2026-27 Splash Zone Circ Motor & Pump 10 2026-27 Splash Zone Controller 15-20 2026-27 Splash Zone Heater 10 2026-27 Splash Zone VFD 10-20 2029-30 Sport Heater 10 2026-27 Docusign Envelope ID: 7BC1E77C-3D99-40D1-BB12-A85EAC6F3678 197 Services Agreement between October 1, 2025 City of Dublin and East Bay Pool Service Inc. Exhibit A – Page 13 of 17 Sport Pool Circ Pump Motor & Pump 10 2026-27 Sport Pool Controller 15-20 2029-30 Sport Pool VFD 10-20 2029-30 UV Quartz 2-3 2027-28,2029-30, 2031-32 UV Wiper 2 2027-28,2029-30, 2031-32 AMENITIES Item Lifespan Year Needed Back Boards 2-3 2026-27, 2028-29, 2030-31 Grates 10 2034-35 Guard Chairs 10 - 15 2026-27 Guard Tubes 2-3 2026-27, 2028-29, 2030-31 Ladder Railings 10 - 15 2026-27 Lane Line Reels 15-20 2028-29 Main Drain Cover 10 2026-27 Natatorium Flags 15-20 2026-27 Natatorium Lane Lines 10 2026-27 Natatorium Under Water Lights 6 2029-30 Natatorium Wheelchair 3-4 2026-27 Ring Buoy 2-3 2026-27, 2028-2029, 2030- 2031 Safety Signage 10 - 15 2026-27 Shepards Crooks 2-3 2026-27, 2028-29, 2030-31 Sport Lane Lines 10 2026-27 Sport Pool ADA Lift 10 2030-31 Sport Pool Dive Blocks 15-20 2034-35 Sport Pool Flags 2-4 2025-26, 2028-29, 2031-32 Sport Pool Polo Goals 15-20 2026-27 Sport Pool Tarps 10 2026-27 Sport Pool Under Water Lights 6 2029-30 SLIDE TOWER Item Lifespan Year Needed Docusign Envelope ID: 7BC1E77C-3D99-40D1-BB12-A85EAC6F3678 198 Services Agreement between October 1, 2025 City of Dublin and East Bay Pool Service Inc. Exhibit A – Page 14 of 17 Capsule Slide Electronics 10 - 15 2026-27 Capsule Slide Pneumatics 10 - 15 2026-27 E-stop Buttons 8 - 10 2026-27 Electrical / Pneumatic Mount and Conduit 10 2033-34 First Deck Run Out Netting 2 - 3 2025-26, 2027-28, 2029-30, 2031-32 Flow Meter and Gauges 8 - 10 2026-27 Foundation Inspection 10 2026-27 Lighting 15-20 2031-32 Non-Destructive Testing 10 2026-27 Platform Decking & Coping (Fiberboard)10 - 15 2026-27 Run Out Fencing 20 2034-35 Scaffolding 5 2026-27, 2031-32 Signage 2 - 3 2025-26, 2027-28, 2029-30, 2031-32 Slide Exterior Paint 10 2026-27 Sprayer Nozzle and Tubing for Bowl Slide 6 2029-30 Stair Platforms (Fiberboard)10 - 15 2026-27 SPLASH ZONE Item Lifespan Year Needed Anodes 2 2025-26, 2027-28, 2029-30, 2031-32 Base Plates 6-8 2026-27 Feature Bearings 10 2026-27 Gaskets 2-4 2026-27 Hose Jets 2 2025-26, 2027-28, 2029-30, 2031-32 Large Tipping Bucket 20 2034-35 Palm Tree Branches 2 2025-26, 2027-28, 2029-30, 2031-32 Signage 6-8 2026-27 Structure Pannels 6-8 2026-27 Surf Boards 6-8 2026-27 Docusign Envelope ID: 7BC1E77C-3D99-40D1-BB12-A85EAC6F3678 199 Services Agreement between October 1, 2025 City of Dublin and East Bay Pool Service Inc. Exhibit A – Page 15 of 17 Tipping Buckets 20 2034-35 Docusign Envelope ID: 7BC1E77C-3D99-40D1-BB12-A85EAC6F3678 200 Services Agreement between October 1, 2025 City of Dublin and East Bay Pool Service Inc. Exhibit A – Page 16 of 17 PREVENTATIVE MAINTENANCE TOTALS* Year Mechanical Room Amenities Slide Tower Splash Zone Annual Total 0** (FY25/26)$15,000 $8,000 $4,000 $5,000 $32,000 1 (FY26/27)$506,000 $107,000 $21,000 $22,000 $656,000 2 (FY27/28)$3,000 $2,000 $4,000 $5,000 $14,000 3 (FY28/29)$9,000 $47,000 $0 $6,000 $62,000 4 (FY29/30)$156,000 $38,000 $11,000 $5,000 $210,000 5 (FY30/31)$9,000 Total $698,000 $221,000 $40,000 $49,000 $1,008,000 *Rounded up to the nearest $1,000 **Year 0 (FY25/26) prorated to align contract with fiscal year cycle COMPENSATION SCHEDULE: O&M*$192,00 0 $238,00 0 $246,00 0 $255,00 0 $264,00 0 $272,00 0 O&M Contingency ** $39,000 $48,000 $50,000 $51,000 $53,000 $55,000 Preventative Maintenance $32,000 $656,00 0 $14,000 $62,000 $210,00 0 $34,000 Preventative Maintenance Contingency *** $500,000 *O&M costs include a 3% increase each year to account for inflation. Contractor shall notify City no later than 60 days prior to a new Fiscal Year (July 1 – June 30) if this 3% increase is required. **O&M Contingency of up to 20% of the annual O&M allotment is allocated in each year of the contract to cover unexpected operation and maintenance costs. Funds do not carryover and can only be spent with approval from the Contract Manager or designee. ***Preventative Maintenance Contingency of $500,000 is allocated to cover unexpected equipment maintenance activities in the 5-year contact term. Funds can only be spent with approval from the Contract Manager or designee. Docusign Envelope ID: 7BC1E77C-3D99-40D1-BB12-A85EAC6F3678 201 Services Agreement between October 1, 2025 City of Dublin and East Bay Pool Service Inc. Exhibit A – Page 17 of 17 All materials/supplies required to perform these services shall be provided by the Contractor. If utilizing a Subcontractor, Contractor may charge an administrative fee not to exceed 10% of subcontractor costs. Invoices shall be submitted electronically to: pwinvoices@dublin.ca.gov. Invoices shall be submitted as work is completed, and not more often than once a month, per the Agreement. Docusign Envelope ID: 7BC1E77C-3D99-40D1-BB12-A85EAC6F3678 202 1. Cover Letter East Bay Pool Service Inc has received the RFP request to provide contractor services for the City of Dublin at the Wave Water Park. We most definitely desire to continue to provide maintenance service for the City of Dublin at the Wave. We have provided the maintenance since the opening and our staff absolutely loves working there and working with the Waves staff! We have demonstrated our faithful commitment to the City of Dublin in providing continual care for the wave facility down to the smallest details. There are no parts of the pools or their operating systems that have been neglected, rather, we have been active in maintaining not only water quality but also taking great care of all the maintenance and repair issues that continually surface that need attention. We pride ourselves at keeping the pools and pump rooms clean, operating correctly, leak free and with a plan for upcoming repair/pmi needs. Please take into consideration the extremely high value of having a company continue service operations who has been providing maintenance services for the City of Dublin for close to 30 years without any issue! Services that have been continuous and daily, dating back to a great relationship we had with the infamous Paul McCreary when we serviced the Dublin Swim Center close to 30 years ago! Also please consider carefully our company's ability to respond quickly to emergencies that can occur. Because we are local, and well-staffed and most importantly are experienced in all types of sometimes difficult repairs, we are able to minimize down time with efficient repairs. For instance , one of the pumps in the pit can weigh over 4000 pounds and getting it up and out of the pit, rebuilt, and reinstalled is something we do regularly at facilities in the area . We did it for the Wave this last summer. We actually have performed countless repairs at the Wave over the past 7 plus years, repairs on the filters, motors , backwash systems, heaters, VFD 's, chemical computer control systems, UV systems and slides. We have our b lood , sweat and tears all over the facility@ 'J7({"5' uiz-,J T" / -z_ / --z..o /-2 '1 Attachment 3 203 2. Statement of Qualifications East Bay Pool Service has specialized in Commercial Pool service and repair for over 30 years. My head engineer, Sam Terry has worked for us for over 20 years and is possibly the smartest and most mechanical person I have ever known. He has experience working not only in the pool industry but also has worked on ships, planes and helicopters. My son, Carter Vance has worked with us for over four years and has experience in all aspects of pool systems and repairs. Likewise, Gibran Morales has worked for East Bay Pool for over 3 years and has shown incredible faithfulness and extreme care for detail in all his work including all aspects of pool system repairs. Myles Darrah has been with East Bay Pool for over 2 years and is also a very faithful employee who has great aptitude for pool mechanics and repair. Sam, Carter, Gibran, Myles and myself are our main repair technicians. We also have regular maintenance techs: Guadalupe Garcia, who has worked for EBPS for over 17 years, Jose Pastora 16 years, Hiroyuki Wantanbi 4 years, and Anthony Flores for 4 years. We are all experienced with repairs on the latest and highest tech equipment including: Pumps, heaters, filters, computer control systems, backwash systems, plaster repairs, tile, slide maintenance/repairs and truly all aspects of aquatic facility repairs . Safety has been a top priority for our team from the beginning. We are constantly maintaining safetly logs and conducting safety training to ensure safe work and pool facility environment. We have a very close working relationship with the County Health Dept as well as with OSHA to keep up to date on all current requirements. 3. References The Wave Waterpark-Continued maintenance since the opening of the facility. (overlapping service with The Dublin Swim Center for 20 years until its closure) Person of contact, Dustin Stene Dolores Bengtson Aquatic Center-2 ½ years service, 7 days per week service provided, almost identical scoop to The Wave, person of contact, Steve Castaneda, City of Pleasanton Facilities Supervisor Public Works, 925 931-5585 San Ramon Valley Unified School District-25 years faithful service, MVHS and SRVHS, 7 days per week service provided for both pools, almost identical scoop to The Wave, person of contact, Chris Hamburger, supervisor maintenance and grounds, 925 824-0264 ext 2288 204 4. Key Staff Members Jim Vance, President of Operations; Sam Terry, Engineer, 25 years; Gibran Morales, Supervisor, 4 years; Carter Vance, repair tech and route manager, 4 years; Myles Darrah, repair tech, 3 years; Anthony Flores maintenance tech, 4 years; Hiroyuki Wantanbi, maintenance tech, 4 years; Jose Pastora, maintenance tech, 18 years, and Guadalupe Garcia, maintenance tech, 17 years. All these are full time staff and are available to respond to all types of callings. We have 24 hour emergency service available. We never have an issue completing the work we have committed to. 5. Subcontractors Very rarely do we obtain the service of subcontractors. Occasionally may refer out to Knorr Systems or Scuba Plaster Repair Company. We do almost all pool related work in house. 6. Project flow The project flow will follow the required scope of maintenance services required . Since we have been performing maintenance for The Wave since opening, we have a very high level of understanding of how to approach all tasks. We generally begin with a brief walk of facility to ensure no abnormal observations or safety concerns. Then we check proper functioning in the pump room, including chemical computer controls, heaters, filters, VFD's and pumps etc. We ensure that all maintenance items are done daily, weekly, monthly and annually according to the scope of services. Daily logs kept for regular maintenance as well as equipment repairs. 7. Project Schedule The project schedule will be performed according the required maintenance scope during the specific season schedule. A technician will be working on required tasks on the facility 6 days a week, Monday through Saturday, Oct 1-April 30, 4 hours per day at time specified by management. During the summer, May 1-Sept 30, service will be provided 4 hours per day, from 9:30am-1 :30pm, 7 days per week. This schedule is minimum and will be supplemented by service that may be required to meet facility needs outside this timeframe. 205 8. Attachement B Bid price terms used for pricing required maintenance items: "Included" -this task we deem to be included within the scope of duties already listed elsewhere in the scope. "Plus parts" -the parts that may be required could be very costly and would be given as a proposed additional cost as job requires. "Per proposal" -the task may require a very costly and time-consuming repair and should be done per proposal presented. Defining pricing structure: We estimated our pricing based on prevailing wage, including required double­ time on Sundays. Hourly rate is $130/hr When calculating monthly cost, we totaled all the months at 6 days per week and added all the months at 7 days per week, then divided by 12 to get the average cost per month. On the Splash Zone, we found items that we felt were to be charged only for 4 months and factored that into our calculations . 206 Requ ired Maintenance and Service Frequency NATATORIUM (Indoor Pool) # Freq ue ncy Description Bid Price 1 Daily Provide chemical testing kits and test water chemistry at the pool 5 ('J\\,-J ed Qe (ORP , SP, pH, GPM, PSI , Temp , INT} ,o;~s 2 Daily Test water chemistry at the chemical controller and calibrate units 5 J'I l ,J as needed, document all results and adj ustments JO. 'if 5 3 Daily Add and adjust chemicals as needed . (Contractor shall order the 5 ('Alr.J chemicals and invoices shall be provided bv the su pp lie r) I0.ca-5 4 Daily Check and adjust to maintain an optimal pool temperature of 82 to I f"l N 84 deg rees a.I--=1 5 Daily Skim pool and clean gutters ~f!/n 6 Daily Empty/clean all skimmer baskets, vacuum pump strainers, and flow 1 S"tJ\lJ indicator filters ,1...ss 7 Weekl y Full y vacuum entire po ol II '3 () LA 1, 8 Weekly Record UV lig ht filter usa ge (Repla ce UV bulbs if necessa ry) I MI/J a ,1-:J 9 Weekly Record heater usage (ensure its working properly and adjust I }'11,J tem pe rature depe ndin q on weather) ~. l+- 10 Wee kly Test total alkali nitv and calcium hardness 1~.'9·~ 11 Weekl y Clean strainer baskets for all pum ps I u f'\I "' a , .-:,.o 12 Bi-Weekly Inspect and repa ir handrails and tiles surroundin g the pool /01,.,..,f-J ol . -=l-0 Backwash filters (or more often as needed). Contractor shall / 5 f'll rJ 13 Bi-Weekly replace media, back wash valves, plumbing , booster pumps, and 31-.55 timi ng mechanism . 14 Monthl y Chan ge circulation pum ps , t3.'tl;' 15 Annuall y Pum ps, filters , and chemicals balance are maintained year-around. ti/ C. Inspect, solar, paint and galvanizing; submit a report with cost 16 Annually estimates for any needed repairs. Documentation fo r repairs must '390 be submitted within five days and include who made the repairs, the dates , and scope of repa irs 17 Annuall y Solar leak test dto O 18 Annually Winterization (Bring in umbrellas and deck equipment. Cutting and 7~0 I clean ing of d~ck drai r,is to ensure th ert~ is no standin g water) lfAo ,-J;--f--15 w/ (o 1Jt'<-15 P£R l,,H() 'f]LU 5 IM01Jnt5 wj ·, 1}r'(f/ f ,a ~Total Monthly Cost: AV&L/-.5J5J 4 '\ I I Total Annual Cost: 5~,'3 31.7-0 PAUL MCCREARY OUTDOOR POOL (Competitive Sports Pool) # Frequency Description Bid Price 1 Daily Provide chemical testing kits and test water chemistry at the pool ~ (VI ( ('J edge (ORP, SP, pH, GPM, PSI, Temp, INT) /D, is 2 Daily Test water chemistry at chemical controllers and calibrate un its as 5 tf\lN needed, document all results and adjustments IO, '6'? 3 Daily Add and/or adjust chemicals as needed 11)~,i ~ Check and adjust to maintain an optimal pool temperature of 82 to l ,-AI/J 4 Daily 84 deorees ct-• 11 30 207 5 Daily 6 7 8 9 10 Bi-Weekly 11 12 13 Annuall Empty/clean all skimmer baskets, vacuum pump strainers, and flow indicator filters utters Record he Inspect the and repair tile, handrails, and gutters surrounding the ool Test the ADA chair lift Backwash filters or more often as needed Inspect paint and galvanizing; submit a report with cost estimates for any needed repairs. Documentation for repairs must be 14 Annually submitted within five days and include who made the repairs, the dates, and sco e of re airs 15 Annually Winterization (Bring in umbrellas and deck equipment. Cutting and cleanin of de k drains to ensure here is no standin water *All activities listed above include the Contractor's time and effort to uncover and cover the Competitive S orts Pool as necessa to rovide the service listed. WATERSLIDE MAINTENANCE # Frequency Description Bid Price Provide chemical testing kits and test water chemistry at the slide 5 {"11/V 1 Daily edQe (ORP, SP, pH, GPM, PSI, Temp, INT) I o, <i?t; Test water chemistry at chemical controllers and calibrate units as S fAll.J 2 Daily needed, document all results and adjustments ID .ea'-;, 3 Daily Add and/or adjust chemicals as needed 16'.~'c; 4 Daily Check and adjust to maintain an optimal pool temperature of 78 to 80 I f"d rJ deqrees a.11- Empty/clean all skimmer baskets, vacuum pump strainers, and flow JO f'\IJJ 5 Daily indicator filters o.\ ,-=r-0 6 Daily Skim all runout lanes J~.'s'~ 7 Daily Check all runout lanes for algae and take necessary steps to remedy -J.r~ 8 Daily Address minor repairs such as caulkinq, chips and cracks, and leaks -d,?/~s 9 Daily Inspect and conduct as-needed repairs on Emergency Stop (e-stop) IO ('A Iµ buttons, stairs, numatics, plumbina, and flow meters 0\1,--::/0 General slide tower maintenance (Pressure washing, non-slip tape, IO fJIIIJ 10 Daily safety, and security) -aI.1O 11 Weekly Test pool alkalinity and calcium hardness Ii} ~6 12 Weekly Mechanical inspection per manufacturer recommendation of the ~0 fAI/J capsule slide LoS . oo 13 Weekly DraininQ of air compressor for drop slide 1?3.1~'~ 14 Bi-Weekly Backwash filters (or more often as needed) I '2 r'li::;' ""'·c:, '33' 31 208 Inspect paint and galvanizing; submit a report with cost estimates for 15 End of Season any needed repairs . Documentation for repairs must be submitted 390 within five days and include who made the repairs, the dates, and scope of repai rs 16 End of Season Winterization (Tum off heater and other duties as assiQ ned ) -:?90 17 Off Season Tum on slide and run outs once a month. ( -=t /A 0µ Tµ 5 ) ~r.cyo , 18 Annuall y Pum ps, filters, and chemicals bal ance are maintained year-around. tJ l e.- ~o1J11l 5 w/ LPO,t'1'5 ~ JJI{] +(fli ~~ wj -:f l7~'fs P£tZ vJi<) --:-11-..-:: ,All& Total Monthly Cost: '-/"11 5.o5 '\ Total Annual Cost: s ~.a,18<o *Our slide contractor conducts bi-annual inspections and performs major annual repairs. They also attend the OSHA inspection and make repairs to slides per OSHA's recommendations. ,...The pool maintenance contractor is responsible for daily maintenance to slides during summer season. Including but not limited to chip/crack repair, caul kina, E-Stop buttons, flow meters, leaks, and other minor maintenance. CHILDREN'S PLAY POOL (Splash Zone) ·,so l"\fE rf0A5 0rJL'f tJ€£0 4 fll, prJT1f-5 # Frequency Description Bid Price 1 Pre-Operation Inspect and repa ir water spray features * l..J, r-o t-.rn-\-:; Sf"'II_~ ID, q- Inspect and repair non-water features: netting, paint, palm trees, 5 ('A/Ill 2 Pre-Operation IO · '1?5 and raili nQs 'If '-I j\'\oiJ·n+s 3 Pre-Operation Inspect the la rge ti ooing bucket assembl y * 'f. fr\ o ,.> n+ s /6.~'t;" Provide chemical testing kits and test water chemistry at the pool 5 ,-hl rJ 4 Daily edg e (ORP, SP , pH, GPM, PSI, Temp, INT) I0,'is'S 5 Daily Test water chemistry at chemical controllers and calibrate units as '3 M 1 ,J needed , document all results and adj ustme nts IO , SJS 6 Da ily Add and/or adjust chemicals as needed -,~.~~ 7 Daily Check and adjust to maintain an optimal pool temperature of 78 to /MttJ 80 deQrees * 4 ,M ot011-+ 5 ,a,J~ Empty/clean all skimmer baskets, vacuum pump strainers, and flow /Of'\1/\J 8 Daily indicator filters c}.I ,1'"0 9 Daily Skim the pool and clean the gutters hY,t;.1/1 10 Daily Check and adjust if needed operating pressure and flow to all 5,.,.,1 tJ effects ~ 4 Morvl1t'5 /0 , '?5 S 11 Dai ly Visuall y in spect and repair if needed climbi nQ and safety net~~ flo~f!t5 ,cf.~'~ Vacuum entire pool bi-weekly from April through October and 12 Weekly weekly from November throug h March -~ 'J. µ ou.(</ w I,( • ~ I J.l ouR. wK tl'IO~Tt+-f ~ s M~oJtl+S l 30 13 Weekly Test pool alkalin ity and calcium hardness Ill. /085 - 14 Weekly Inspe ct Aq ua Pl ay: one sin gle and two tandem waterslides 'f /fl 1>A1 11.f 5 ,o(g'g 15 Weekly Check the operation of jets and nozzles; clean and grease as 5 {"II N req uired * t./ ,io~~1 10,'=BS 16 Weekly Record heater usaQ e * t-/. fl\o~-n-t 'f'/11/IJ ~II ":r 17 Weekly Check valve operating assemblies * 1i Mr»>-n-fS 16.'~/~ 18 Bi-weekly Backwash filters (or more often as needed) ~~ .. '5'~ 19 Bi-wee kly Inspect the tile and gutters surround ing the pool lMl,-..1 ol, 'T" 20 Bi-weekly Check operation of nozzles -¥ '-f IV'bN-rvt5 16~~ 21 End of Season Drain the play structure for maintenance and repairs if requi red o-lo O 32 209 22 End of Season Inspect the entire structure and submit a report with cost estimates 390 for any needed repairs Clean components (Including but not limited to Pin Wheel , Tipping 23 End of Season Buckets, Spry Guns, Water Troughs , Shower Nozzles, and other 3 °1 0 various structure features ) Inspect paint and galvanizing; submit a report with cost estimates 24 End of Season for any needed repairs . Documentation for repairs must be J90 submitted within five days and include who made the repairs, the da tes, and scope of repa irs 25 End of Season Remove, label, and store small parts (Including but not limited to '390 beari ng s, ancho rs, cla sps, gaskets , feature and structure hardware ) 26 End of Season Inspect the la rqe tioo inq bucket assemb ly I '30 27 End of Season Winterization (Cover fibe rglass features , other duties as assig ned.) ~C\O 28 Annua lly Pum ps, filters , and chem icals balance are ma intained yea r-around. JI I c_ 1-re.5 w/ 4f /'ID, + tv1D,.>~s wl IQ o,..'f s -+-~o,.rni5 wl 7 11A'1S =J,.v&/Mo Total Mo nthly Cost: J,<31(o ."1 3 AV6 Total Annual Cost: L/$JL/J ,'t/ GENERAL MAINTENANCE # Frequency Description Bid Price 1 Daily Check all pools for algae and take the necessary steps to remedy /rJC..LU DE1:> 2 Daily Inventory for and ordering of pool chemicals I tJC. LU. 0 E""'7 3 Daily General upkeep of the high-rate sand filters for each circulation /,JLL~O~ system 4 Daily Check flow meters and pressure gauges I JI CLU. D ~ P 5 Daily Complete and submit checklists and maintenance reports l tJCLU.0121) 6 Daily Inspect all chemical sheds for leaks I rJ c.L \A. C> ~t> 7 Annually Sink Pit Cleaning and Vacuuming for all pools 15 l.oO 8 Annually Replace rubber tubing for peristaltic pumps 390 ;-f. 9 Pre/Post Season Back washing pool systems and(chanqe backwash valves ) frR'PJzofof/.-L 10 As Needed Other preventative measures as determined necessary PGR. rlofD'>A-L (Contractor to provide list of items and bid amounts if applicable.) 11 As Needed Minor tile and grout repair I t.JU-1). D ED 12 As Needed Repair and replace underwater liqhts 'Pr.:f<. 'VRof>DSA-L Total Monthly Cost: -Total Annual Cost: I.Cf 5" O *Contractor is required to use their own tools and suoolies for repairs or maintenance. OTHER MAINTENANCE AND REPAIR SERVICES # Description Bid Price Onsite maintenance personnel four hou rs per day, on days determined by time of 1 year (See Service Frequency). Maximum response time of 30 minutes when issues lf')CLU D~O occur during operational hours and impact the use of a pool or attraction. 33 210 Response time of 24 hours or less when maintenance issues do not impact the use I .30 /.wr-<:i ~ of a pool or attraction. Duties include lane line, flag, tile, handrails, lift chair/wheelchair, power 1a washing , removing scale, equipment reel maintenance, dive blocks, water IN LLIAD EJ polo goals, underwater lights, deck grates, umbrellas, seating, and other duties as assigned. 2 On-call availability when a maintenance or repair situation occurs I '70 / J-1 I< oR. o-r Consult and provide a long-term preventative maintenance plan and equipment 3 ,0 3 lifespan. Plan shall be produced 6 months after work has begun and updates are requ ired annua lly thereafter. Total Monthly Cost: Total Annual Cost: '39 0 Service Frequency: October 1 through April 30, Monday through Saturday. May 1 through September 30, seven days a week. Summer season , 9:30am -1 :30pm, Off season , aQ reed upon between contractor and facil ity *Required to mai ntain an Air Compressor Operation Certificate and attend County or OSHA inspections. DESIRED ADDITION S (optional) # Description Bid Price 1 Oversite and management of subcontracting services for: I 1a Tile, grout, and plaster repai r ii I\ 1b Underwater lights (Natatorium) NI 1-t" 1c Heater and pump/chemical room repairs I I 1d Contract (or subcontractors) to bid on specialty pool repair projects Total Monthly Cost: Total Annua l Cost: FREQUENCY LEGEND Pre-Operation Two to three weeks before May 1st Daily Every day of the year Weekly Once a week for every week of the year Bi-weekly Twice a week for every week of the year Monthly Once a month for every month of the year Annually Once a year, schedule for these items set between facility and contractor as it will typ icall y cause pool closures Beginning of Memorial Day Weekend Summer Season End of Summer Last weekend in September Season Off Season Last weekend in Septembe r through April 30th 34 211 9. Contractor Service Agreement and Insurance East Bay Pool Service Inc confirms its ability to meet Dublin standard contractor service agreement and insurance requirements. Proposal Questions: If the City has any questions regarding this proposal, please feel free to contact me to discuss anytime. Thank you so much for the opportunity to continue to serve the City of Dublin! James Vance East Bay Pool Service Inc 1547 Palos Verdes Mall #240 Walnut Creek, Ca. 94597 925 683-7024 212 Wave RFP Addendum 5/8/25 Additional Spreadsheets- During discussions concerning maintenance items, we determined there were additional aspects of short term and long term service that needed to be included in the scoop. The spreadsheets are basically separated into two main catagories: -short term(4 years or less) -long term(5-10 years) Clarification on Overtime Costs- -Emergency work provided after hours between 6pm-6am. $200/hr 213 Short Term Costs estimate Materials Labor Pump Room $47,300.00 $13,260.00 Splash Zone $12,294.00 $6,890.00 Slide Tower $18,921.00 $22,360.00 Ameneties $29,050.00 $8,320.00 $107,565.00 $50,830.00 Long Term Costs Estimate Materials Labor Pump Room $587,740.00 $62,100.00 Splash Zone $14,400.00 $2,080.00 Slide Tower $18,500.00 $2,400.00 Ameneties $233,500.00 $9,880.00 $854,140.00 $76,460.00 214 1 REQUEST FOR PROPOSALS AQUATIC FACILITIES MAINTENANCE City of Dublin Proposals must be received by: December 20, 2024, at 4:00 p.m. (Pacific Time) Julius Pickney, Management Analyst II 100 Civic Plaza City of Dublin, CA 94568 Proposals will be evaluated on the following: a) responsiveness to the Request for Proposal, b) experience of the firm, c) experience and qualifications of the assigned individuals and d) Satisfaction of previous clients. Attachment 4 215 2 Request for Proposal For Aquatic Facilities Maintenance Overview Scope of Services: The City is seeking proposals from qualified pool maintenance providers to provide all labor, tools, equipment, and materials (unless otherwise noted) for the provision of regular ongoing aquatic facilities maintenance and oversight at the Wave. Maintenance services include daily oversight of maintenance operations, preventative maintenance, part replacement, repair, pool cleaning, water chemistry, equipment monitoring, and other scheduled maintenance services. Documentation for repairs must be submitted within five days and include who made the repairs, the dates, and scope of repairs. proposals for pool maintenance and basic waterslide maintenance services for the award-winning 31,000-square- foot Wave Aquatic Center (the Wave) at Emerald Glen Park in Dublin, California. The boardwalk-themed waterpark includes a six-waterslide tower featuring two speed slides, an aquatic play structure (splash zone), a sports pool, and an indoor natatorium, making this facility a great attraction year- round. The maintenance services requested include regularly scheduled pool cleaning, water chemistry, equipment monitoring, preventative maintenance, part replacement, repairs, oversight, and other as-needed services. The contract period would run from February 2025, through June 2028, with the option of a two-year extension. The Wave Website 216 3 The Wave includes the following amenities: 1. The Natatorium, which houses a 160,000-gallon, 6,900 square foot, 6-lane, 25-yard, heated indoor pool with three shallow water teaching bays. The Natatorium is used for year-around swim school, lap swimming, and water exercise programs. Operations Schedule: Year around, seven days a week 2. The Paul McCreary Sports Pool is a 286,006-gallon, 6,173 square foot, 11 lane, 25 yard, heated outdoor pool. The Sports Pool hosts competitive swim meets, water polo matches, and is open for recreational swimming during other Waterpark hours. Operations Schedule: Year around, seven days a week 217 4 3. The Waterslide Tower features six waterslides totaling 11,385-gallons which includes two speed slides, five runouts, and one circulation pump. Operations Schedule: Memorial Day Weekend through Labor Day, seven days a week. Weekends only Labor Day through the last weekend in September. 4. The Splash Zone is a 27,698-gallon, 4,945 square foot, aquatic play structure for children. It includes two water slides with independent runouts, 500-gallon tipping bucket, shallow water play pool, interactive spray features, climbing play structure, one circulation pump, spray feature pump, and water slide pump. Operations Schedule: Memorial Day Weekend through Labor Day, seven days a week. Weekends only Labor Day through the last weekend in September. 218 5 Regulatory Websites and References: The following list of websites and related links are provided by the City of Dublin for use by the Contractors, if needed, for the preparation of the Contractor’s Proposal. The information is provided as-is and the City does not warrant the completeness or accuracy of these websites: 1. California Code of Regulations (CCR), Office of Administrative Law (https://oal.ca.gov/publications/ccr/) a. CCR, Title 22, Division 4, Chapter 20. Public Swimming Pools https://govt.westlaw.com/calregs/Browse/Home/California/CaliforniaCodeofRegula tions?guid=I80717FC85B6111EC9451000D3A7C4BC3&originationContext=documen ttoc&transitionType=Default&contextData=(sc.Default) 2. California Department of Public Health, Center for Environmental Health (https://www.cdph.ca.gov/Programs/CEH/Pages/CEH.aspx) a. California Swimming Pool Requirements https://www.cdph.ca.gov/Programs/CEH/DRSEM/Pages/EMB/RecreationalHealth/C alifornia-Swimming-Pool-Requirements.aspx 3. Department of Industrial Relations, Division of Occupational Safety and Health (DOSH), also known as Cal/OSHA (https://www.dir.ca.gov/dosh/) a. Amusement Ride and Tramway Unit https://www.dir.ca.gov/dosh/AROffices.htm b. Title 8 Regulations, Subchapter 6.2 Permanent Amusement Ride Safety Orders https://www.dir.ca.gov/Title8/sub6_2.html The required maintenance and service frequencies for the Wave amenities are included in Attachment B. Process and General Conditions 1. Proposers shall submit one electronic copy to: Julius Pickney, Management Analyst II 100 Civic Plaza Dublin, CA 94568 julius.pickney@dublin.ca.gov Electronic copies shall be submitted by e-mailed PDF or an e-mailed link to a ShareFile or FTP site. Hardcopies will not be accepted. 2. Deadline for submitting the proposal is December 20, 2024, at 4:00 p.m. via e-mail only to Julius Pickney at julius.pickney@dublin.ca.gov. Late submissions will not be accepted. 3. The City will not pay for any costs incurred in preparation and submission of the proposals or in anticipation of a contract. The format of submittals is at the discretion of the Proposer. Each proposal shall be limited to a maximum of 15 pages, single-sided, using minimum 12-point font 219 6 size. Page limit excludes a table of contents, dividers, sample projects, and resumes for Contractor’s team. Schedule for RFP Process November 14, 2024 Request for Proposals released December 11, 2024, 9AM Mandatory facility walkthrough, starts at 9 AM December 12, 2024, 5PM Deadline to submit questions via e-mail only to public.works@dublin.ca.gov and carbon copy (CC) julius.pickney@dublin.ca.gov December 13, 2024 Addendum posted, if required December 20, 2024, 4PM Proposals are due no later than 4:00 PM on December 20, 2024, via email only. Late submittals will not be accepted. January 2025 Tentative and if needed - Interviews of Firms, week of January 27, 2024 February 2025 Tentative - Agreement approval by the Dublin City Council All dates above are tentative and subject to change via Addendum at the discretion of the City of Dublin RFP Submittal Requirements Please prepare and organize your Statement of Qualification based on the requirements provided below. Any other information you would like to include should be placed in a separated section at the back of your Statement of Qualification. Please note however that the RFQ submittal is limited to 15 pages maximum single sided (excluding resumes) and should be formatted to 8 ½ x 11 paper, in 12-point font. Page limit excludes a table of contents, dividers, and resumes for Contractor’s team. Interested firms are requested to submit one electronic copy of their Proposal as follows: 1. Enclose a cover letter not to exceed one page, describing the firm's interest and commitment to perform work necessary to provide contractor services listed in in Attachment B, Required Maintenance and Service Frequency. The person authorized by the firm to negotiate a contract with the City of Dublin shall sign the cover letter. Please include this cover letter within document and not as a separate page. 2. State the qualifications and experience of the firm/individual(s). Please emphasize the specific qualifications and experience with engagements of similar scope and complexity. 3. Provide at least three references (names and current phone numbers) from recent work (previous five years) similar to the services outlined in this request for qualification. Please include a brief description of the work performed and the role your firm performed. 220 7 4. List key staff members, including identification of the Principal-in-Charge and Project Manager/primary point-of-contact. Include each team member’s availability, including all existing committed hours, and the ability of being able to complete the project on time and budget. 5. A list of proposed subcontractors, if any, the services they will provide, key subcontractor staff members, and each subcontractor’s availability. 6. Provide an approach to completing this project, showing the flow of various tasks of the work and demonstrating the clear understanding of the requested work. 7. Provide a project schedule. 8. Submit a copy of Attachment B, with proposed bid prices for each activity, with totals and subtotals as indicated in Attachment B. Include this completed bid tabulation as part of your proposed project budget, including hourly rates for labor and associated equipment. 9. Provide confirmation of your firm’s ability to meet the City’s Standard Contractor Services Agreement and insurance requirements. Exceptions to the Agreement and insurance requirements shall be specifically noted in the Proposal. Submit your proposal via e-mail only no later than December 20, 2024, by 4:00 p.m. The entire Proposal (excluding resumes) should be a maximum of 15 pages. Submittals should be addressed as follows: City of Dublin, Public Works Department Attention: Julius Pickney julius.pickney@dublin.ca.gov Late submissions will NOT be accepted. Any Proposal submitted after the stated deadline will not be accepted for consideration. Standard Contractor Agreement: It is anticipated that the services covered by the Agreement resulting from this solicitation will be performed on a time and materials fee basis for a specified scope of work. The term of the agreement is tentatively scheduled to begin February 2025. A sample of the City’s Standard Contractor Services Agreement (Agreement), including insurance requirements, is provided as Attachment A. If the interested firm desires to take exception to the Agreement and/or insurance requirements, the interested firm shall clearly identify proposed changes to the Agreement and furnish the reason for these changes, which shall be included in the qualification. Exceptions will be taken into consideration in evaluating Proposals. Otherwise, the interested firm is to state in the proposal that the Agreement and insurance requirements are acceptable. Consideration for exceptions will not be considered if not included in the submitted proposal. 221 8 Conflict of Interest Proposer agrees that, for the term of this contract, no member, officer or employee of the City of Dublin, or of a public body within Alameda County or member or delegate to the Congress of the United States, during his/her tenure or for one year thereafter, shall have any direct interest in the contracts or any direct or material benefit arising therefrom. Proposers must provide a list of any potential conflicts of interest in working for the City of Dublin. This must include, but is not limited to, a list of your firm’s clients who are the following: Private clients located or operating within the City of Dublin limits, Dublin San Ramon Service District, US Army Camp Parks and/or the County of Alameda, and a brief description of work for these clients. Proposers must also identify any other clients (including public entities), that may pose a potential conflict of interest, as well as a brief description of work you provide to these clients. This list must include all potential conflicts of interest within the year prior to the release of this RFP as well as current and future commitments to other projects. Principals and those performing work for City of Dublin may be required to submit a California Fair Political Practices Commission (FPPC) Form 700: Statement of Economic Interests documenting potential financial conflicts of interest. For additional information, proposers should refer to the FPPC website at http://www.fppc.ca.gov/Form700.html. Equal Employment Opportunity Proposer shall not, on the grounds of race, color, sex, age, religion, national origin, ancestry, physical handicap, medical condition, or marital status either discriminate or permit discrimination against any employee or applicant for employment in any manner prohibited by Federal, State or local laws. In the event of Proposer non-compliance, the City of Dublin may cancel, terminate or suspend the Contract in whole or in part. Proposer may also be declared ineligible for further contracts with the City of Dublin. Proposer shall take affirmative action to ensure that applicants are employed, and that employees are treated during their employment, without regard to their race, religion, color, sex, or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Proposer and its sub-contractors shall post in conspicuous places, available to all employees and applicants for employment, a notice setting forth the following provisions [29 U.S.C. § 623, 42 U.S.C. § 2000, 42 U.S.C. § 6102, 42 U.S.C. § 12112, 42 U.S.C. § 12132, 49 U.S.C. § 5332, 29 CFR Part 1630, 41 CFR Parts 60 et seq.]. Governing Law This RFP summarizes the applicable laws and governance; when in conflict applicable State/Federal guidelines shall apply. The contract and legal relations between the parties hereto shall be governed and construed in accordance with the laws of the State of California. Insurance Requirements 222 9 The Contractor shall provide insurance coverage as follows in conformance with the City of Dublin’s requirements: Automobile Liability Insurance $2,000,000 Commercial General Liability Insurance $2,000,000 General Aggregate Insurance $4,000,000 Professional Liability Insurance $1,000,000 Products and Completed Operations $2,000,000 Workers’ Compensation Insurance $1,000,000 Waiver of Subrogation and Primary and Non-Contributory coverage and endorsements. References Contractor must include three (3) references for which the company has provided services similar to those described in this RFP. Reference information shall include: Name, Address, Contact, Title, Phone Number, and Term of the Contract. Review and Selection Process The City reserves the right to make the selection based on its sole discretion. A subcommittee selected by City Staff will evaluate proposals provided in response to this RFP. The subcommittee will use a forced ranking process (please see Attachment C, Forced Ranking Rating Sheet, for further detail). Informal interviews may be conducted by City staff, and may include more than one firm that has submitted a Proposal. Based on input from this review process, a recommendation will be made to the City Manager. The City Manager will make a recommendation to the City Council for award of contract services. The City reserves the right to award a contract to the firm(s) that the City feels best meets the requirements of the RFP. The City reserves the right to reject any and all Proposals prior to execution of the Agreement, with no penalty to the City. Selection of Contractor Submitted Proposals will be evaluated and scored using the following criteria: • Qualifications and specific experience of key project team members. • Quality and completeness of the proposal. • Experience with engagement of similar scope and complexity. • Satisfaction of previous clients. • Cost of providing the contractor services for this project. 223 10 ATTACHMENT A STANDARD CONTRACTOR SERVICES AGREEMENT {Removed for the purposes of the September 16, 2025 Regular City Council Meeting} 224 29 ATTACHMENT B REQUIRED MAINTEANCE AND SERVICE FREQUENCY SCOPE OF SERVICES 225 30 Required Maintenance and Service Frequency PAUL MCCREARY OUTDOOR POOL (Competitive Sports Pool) # Frequency Description Bid Price 1 Daily 2 Daily 4 Daily NATATORIUM (Indoor Pool) # Frequency Description Bid Price 1 Daily 2 Daily 3 Daily 4 Daily 6 Daily ( 9 Weekly 13 Bi-Weekly replace media, back wash valves, plumbing, booster pumps, and 16 Annually estimates for any needed repairs. Documentation for repairs must be submitted within five days and include who made the repairs, 18 Annually Total Monthly Cost: Total Annual Cost: 226 31 5 Daily 10 Bi-Weekly 14 Annually for any needed repairs. Documentation for repairs must be submitted within five days and include who made the repairs, the 15 Annually Total Monthly Cost: Total Annual Cost: *All activities listed above include the Contractor’s time and effort to uncover and cover the Competitive Sports Pool as necessary to provide the service listed. WATERSLIDE MAINTENANCE # Frequency Description Bid Price 1 Daily 2 Daily 4 Daily 5 Daily 9 Daily 10 Daily 12 Weekly 227 32 15 End of Season any needed repairs. Documentation for repairs must be submitted within five days and include who made the repairs, the dates, and Total Monthly Cost: Total Annual Cost: *Our slide contractor conducts bi-annual inspections and performs major annual repairs. They also attend the OSHA inspection and make repairs to slides per OSHA’s recommendations. **The pool maintenance contractor is responsible for daily maintenance to slides during summer season. Including but not limited to chip/crack repair, caulking, E-Stop buttons, flow meters, leaks, and other minor maintenance. CHILDREN’S PLAY POOL (Splash Zone) # Frequency Description Bid Price 1 Pre-Operation Inspect and repair water spray features 2 Pre-Operation 4 Daily 5 Daily 7 Daily 8 Daily 10 Daily 12 Weekly 15 Weekly 228 33 22 End of Season 23 End of Season Buckets, Spry Guns, Water Troughs, Shower Nozzles, and other 24 End of Season for any needed repairs. Documentation for repairs must be submitted within five days and include who made the repairs, the 25 End of Season Total Monthly Cost: Total Annual Cost: GENERAL MAINTENANCE # Frequency Description Bid Price 1 Daily Check all pools for algae and take the necessary steps to remedy 2 Daily Inventory for and ordering of pool chemicals 3 5 10 As Needed Total Monthly Cost: Total Annual Cost: *Contractor is required to use their own tools and supplies for repairs or maintenance. OTHER MAINTENANCE AND REPAIR SERVICES # Description Bid Price 1 year (See Service Frequency). Maximum response time of 30 minutes when issues 229 34 Response time of 24 hours or less when maintenance issues do not impact the use of a pool or attraction. 1a washing, removing scale, equipment reel maintenance, dive blocks, water polo goals, underwater lights, deck grates, umbrellas, seating, and other 3 lifespan. Plan shall be produced 6 months after work has begun and updates are Total Monthly Cost: Total Annual Cost: May 1 through September 30, seven days a week. *Required to maintain an Air Compressor Operation Certificate and attend County or OSHA inspections. DESIRED ADDITIONS (optional) # Description Bid Price 1 Oversite and management of subcontracting services for: 1a Tile, grout, and plaster repair 1b Underwater lights (Natatorium) 1c Heater and pump/chemical room repairs 1d Contract (or subcontractors) to bid on specialty pool repair projects Total Monthly Cost: Total Annual Cost: FREQUENCY LEGEND Pre-Operation Two to three weeks before May 1st Daily Every day of the year Weekly Once a week for every week of the year Bi-weekly Twice a week for every week of the year Monthly Once a month for every month of the year Annually Once a year, schedule for these items set between facility and contractor as it will typically cause pool closures Beginning of Summer 230 35 ATTACHMENT C FORCED RANKING RATING SHEET – FOR INFORMATION ONLY City of Dublin Forced Ranking Rating Sheet Instructions: After each review, write the name of the candidates in the boxes in ranked order of 1 through 5, with the number 1 candidate in the left column being the most qualified candidate. For example, candidate Smith’s name would be in the Rank 1 box after the first review, since that firm would be the only candidate so far. After candidate Jones is reviewed in the second review, then decide which of the two candidates – Smith or Jones – should be ranked #1 and #2. As reviews continue, re-rank the applicants as appropriate. RANK 1 FIRM 1 RANK 2 FIRM 2 RANK 3 FIRM 3 RANK 4 FIRM 4 RANK 5 FIRM 5 RANK 6 FIRM 6 RANK 7 FIRM 7 RANK 8 FIRM 8 RANK 9 FIRM 9 RANK 10 FIRM 10 CATEGORY: RATER SIGNATURE: DATE: 231 36 ATTACHMENT D FACILITY PHOTOGRAPHS – FOR INFORMATION ONLY 232 37 Maintenance Rooms BECSys7 Controllers, Flow Cells, and Testing Bench Variable Frequency Drives Pump Pit: Four Circulation and Five Booster Pumps 233 38 Outdoor Sport Pool Heater and Filter Slide Tower Heater and Filter Splash Zone Heater and Filter Indoor Swimming Pool Filter, Heater, and UV System 234 39 Chlorine 1 Storage Acid & CO2 Storage Chlorine 2 Storage 235 40 Fill Valves and Sewer Feature Control Panel 236 Budget Change Reference #: From Un-Appropriated Reserves X Budget Transfer Between Funds From Designated Reserves Account Amount Account Amount 10017610.64001 $58,302 9/16/2025As Presented at the City Council Meeting **********Finance Use Only********** CITY OF DUBLIN Dublin, will require a $58,302 increase in the Fiscal Year 2025-26 Wave Waterpark budget, to cover the cost of the Operations and Maintenance (O&M) services and O&M Contingency portions of the agreement for the remainder of the fiscal year. REASON FOR BUDGET CHANGE FISCAL YEAR 2025-26 BUDGET CHANGE FORM DECREASE BUDGET AMOUNT INCREASE BUDGET AMOUNT EXPENDITURES: Waterpark - Contract Services - General 237 Contractor Services Agreement for Aquatic Facility Maintenance September 16, 2025 238 Background •The Wave opened on Memorial Day weekend 2017 •Summer 2025 was the park’s 9th summer in operation. •As facility ages, it requires more daily attention to ensure minor issues don’t exacerbate. •Critical maintenance needed at the 7-10 year mark. 239 Background, 2 •In the past couple years, there have been several high dollar maintenance projects that took a significant amount of time and expense to address: 240 Waterpark Maintenance Study •Internal data review and outreach to six agencies (5 public, 1 private) in Fall 2023. •Other public agencies had at least 1.0 FTE assigned to park maintenance. •Jellystone (private) had 3.0 FTE assigned off- season (additional FTE during the season). •Antioch reported significant issues related to delaying maintenance for many years. •Approximately, $8M in repair costs. 241 RFP: East Bay Pool Service, Inc. •RFP Issued in November 2024 •3 Proposals –East Bay Pools Selected •East Bay Pools has Contracted with the City since 1999. •20+ years maintaining Dublin Swim Center. •Currently servicing The Wave •Current three-year maintenance contract expires Dec. 31, 2025. •Annual compensation limit of $128k (total $385k over the term). 242 Aquatic Maintenance Agreement •5+ year contract with East Bay Pools: •Aligns the contract with the fiscal year. •Expands on the operational tasks of the current agreement: •East Bay Pools employee assigned solely to The Wave. •Adds preventative maintenance, which is of particular importance to the on-going success of the waterpark. •East Bay Pools responsible for planning out maintenance projects to prevent emergency closures. 243 Costs •Net Annual Impact: (A)Current Contract (B) Through 6/30/26 (C) Annual Average, FY 26-27 -FY 30-31 Annual Difference (C) -(A)Funded By O&M $107,100 $192,000 $255,000 $147,900 O&M Contingency $21,420 $39,000 $51,400 $29,980 Subtotal, O&M $128,520 $231,000 $306,400 $177,880 General Fund Prev. Maintenance $54,496 $32,000 $195,200 $140,704 Prev. Maint. Contingency $71,430 $85,714 $85,714 Subtotal, Prev. Maint.$54,496 $103,430 $280,914 $226,418 ISF Total Annual Cost $183,016 $334,430 $587,314 $404,298 New Contract 244 Costs, 2 •Budget Adjustment for Additional Funding (2025-26) •For Fiscal Year 2025-26 a budget adjustment is required to fund the increased scope/cost. •Fiscal Year 2025-26 adopted budget included $206,585 for regularly scheduled operations and maintenance. •To cover the $231,000 in operations and maintenance (O&M), an additional $58,302 is needed. •Preventative maintenance and the preventative maintenance contingency will be funded through the City’s ISF. FY 2025-26 Adopted Budget $206,585 Expenditures to Date ($33,887) Agreement costs for FY 2025-26 ($231,000) 245 Performance Measures •Scope of Services requires specific daily, weekly, monthly, and annual tasks. •Agreement requires use of a maintenance management system (CMMS). •City Staff selected HydroApps, which is designed specifically for aquatic operations. •Performance Standard: Response Rate (90%) •Within 30 min: Issues during operational hours impacting pool or attraction. •Within 24 hours: Issues that do not impact pool or attraction. •Staff will meet with East Bay Pools annually to review prior year actuals. 246 Recommendation •Adopt Resolution Approving Contractor Services Agreement with East Bay Pool Service, Inc. (Attachment 1). •Authorize Budget Change Order for FY2025-26 (Attachment 5). Questions? 247