Loading...
HomeMy WebLinkAboutItem 8.2 Exterior Improvements Project CIP No. GI0125 GI0223 GI0423 Approval Agreement Plant Construction Company, L.P. Design-Build Services Progressive Design-Build Delivery Method and Approval Budget Change STAFF REPORT CITY COUNCIL Page 1 of 5 Agenda Item 8.2 DATE: December 2, 2025 TO: Honorable Mayor and City Councilmembers FROM: Colleen Tribby, City Manager SUBJECT: Exterior Improvements Project, CIP Nos. GI0125, GI0223, and GI0423 - Approval of Agreement with Plant Construction Company, L.P. for Design- Build Services in a Progressive Design-Build Delivery Method and Approval of a Budget Change Prepared by: Michael Boitnott, CIP Manager EXECUTIVE SUMMARY: The City Council will consider approving an agreement with Plant Construction Company, L.P. for Progressive Design-Build of the Exterior Improvements Project (CIP Nos. GI0125, GI0223, and GI0423). This project includes the design and construction of various exterior improvements and preventative maintenance at the following city facilities: Civic Center, Library, Clock Tower, Kolb House Museum, Kolb House Restroom, Sunday School Barn, Murray Schoolhouse Museum and outbuildings, Old St. Raymond’s Church, Senior Center, The Wave, and Fire Stations 16, 17, and 18. STAFF RECOMMENDATION: Adopt the Resolution Approving an Agreement W ith Plant Construction Company, L.P. for Progressive Design-Build Services for the Exterior Improvements Project, CIP Nos. GI0125, GI0223, and GI0423, and approve the budget change. FINANCIAL IMPACT: The 2024-2029 Capital Improvement Program (CIP) includes three projects that address the repair and maintenance of City facilities: Approved Projects GI0125 - Civic Center Exterior Glazing, Sealing & Painting $4,750,000 GI0223 - Exterior Painting at Various Facilities $785,000 GI0423 - Roof Replacement at Various Facilities $655,000 Total Approved Projects $6,190,000 285 Page 2 of 5 The proposed agreement with Plant Construction Company, L.P. combines the three projects into a single construction project, for a guaranteed maximum price (GMP) of $12,878,876. In addition, Staff recommends a project allowance of $400,000 for as needed, owner-directed changes. The project also requires expenditures for soft costs, which includes Staff time, consultant costs, testing and inspection, permit fees, and other miscellaneous costs. In total, the estimated project cost is approximately $15,000,000, which requires a budget increase of $8,810,000. Staff proposes a budget change to allocate new funding as shown in italics in the table below. Current Funding Source Internal Service Fund – Facilities Replacement $6,190,000 Total Project Funding $6,190,000 Proposed Project Costs Preliminary Design and Collaboration Services (COMPLETED) $731,320 Design-Build Services (GMP) $12,878,876 Owner Project Allowance $400,000 Soft Costs $989,804 Total Estimated Expenditures $15,000,000 Funding Needs $8,810,000 Additional Funding Sources Internal Service Fund – Equipment Replacement $450,000 Internal Service Fund – Facilities Replacement $2,860,000 General Fund Asset Contingency Reserve* $5,000,000 General Fund Unassigned (Cashflow) Reserve** $500,000 Total Additional Funding $8,810,000 * Balance of $17.7 million as June 30, 2025 ** Estimated Balance of $50.5 million as of June 30, 2025 DESCRIPTION: Background The 2024-2029 Capital Improvement Program (CIP) includes the Civic Center Exterior Glazing, Sealing & Painting Project (CIP No. GI0125), the Exterior Painting at Various City Facilities Project (CIP No. GI0223), and the Roof Replacement at Various City Facilities Project (CIP No. GI0423) (Attachment 4). The scopes of work of these CIP projects are being combined into a single Exterior Improvements Project, as the scopes are similar in nature and can be completed using the Progressive Design-Build (PDB) delivery method. The PDB method allows collaborative project development before commitment to the final costs as well as the inclusion of contract clauses, sometimes referred to as off-ramps, which allow an agency or design-builder to terminate the project before construction if the parties cannot reach agreement on final terms. 286 Page 3 of 5 On May 6, 2025, the City Council approved an agreement with Plant Construction Company, L.P. for $731,320 for preliminary design and collaboration services to obtain a guaranteed maximum price (GMP) for construction of the improvements. Plant Construction Company has completed this phase and has presented its findings of the work needed at City facilities, as summarized in the table below. A detailed description of the work is included in Attachment 3. Facility Roofin g Painting/ Sealing Gutter s Exterior Repairs Other Cost Civic Center X X X X Glazing, lighting $4,863,395 Library X X X $961,400 Clock Tower X Full cladding replacement $1,531,699 Kolb House X X X Brick repointing $512,920 Kolb House Restroom X X $95,673 Sundy School Barn X X $185,340 Murray Schoolhouse X X X Including outbuildings $1,055,182 St. Raymond’s Church X X X $723,512 Senior Center X X X Glazing $921,320 The Wave X X Replace cement siding $1,218,233 Fire Stations 16 X X X Glazing, HVAC replacement $632,824 Fire Stations 17 X $88,689 Fire Stations 18 X $88,689 TOTAL $12,878,876 Next Steps Staff is now recommending moving forward with a construction contract with Plant Construction Company utilizing the PDB delivery method. For the Exterior Improvements Project, the PDB steps are as follows: Step 1 – Preliminary Design and Collaboration: COMPLETE - City staff has worked with Plant Construction Company to develop the project scope, design, budget, and risk profile. The design has been advanced sufficiently for Plant Construction Company to propose a GMP of $12,878,876. Step 2 – Final Design and Construction: Staff reviewed the proposed GMP, scope of work, and project schedule, and recommends that the City Council approve a PDB agreement with Plant Construction Company. Upon approval of the GMP, the design-builder will proceed with final design, permitting, and construction. The same integrated team will remain involved throughout the entire project, supporting efficiency, accountability, and streamlined decision - making. In addition, Staff and the Plant Construction Company team will begin final design and pre- construction activities. Staff will coordinate with Plant Construction to schedule work at each 287 Page 4 of 5 location in a way that minimizes impacts to facility users and occupants. The project is anticipated to be completed in late 2026. Community Workforce Agreement On January 11, 2022, the City Council approved a Community Workforce Agreement (CWA) with the Building and Construction Trades Council of Alameda County and its Affiliated Local Unions. The CWA is applicable to public works projects valued at over $1,000,000, ensures that there are no labor issues related to said projects, and bolsters local efforts to connect residents with careers in the building and construction trades. The CWA includes a Local Hire Goal where 20% of all hours on a project are worked by Local Residents, which are defined as individuals that reside within Alameda County or within a 15-mile radius of City limits. The CWA also requires contractors to hire one new apprentice for the first $1,000,000 of construction costs, and an additional new apprentice for every $5,000,000 construction costs, based on the engineer’s estimate. Apprentices must work a minimum of 10% of the total craft’s work hours, but the CWA allows apprentices to be deployed to another project to ensure the minimum number of hours are met. The provisions in the PDB agreement include the requirement that Plant Construction Company and all trade subcontractors execute an agreement to be bound to and by the CWA. California Environmental Quality Act This project is exempt from the requirements of the California Environmental Quality Act (CEQA) pursuant to Section 15301 (Existing Facilities) of the CEQA Guidelines. In addition, any work performed at Heritage Park involving historic structures will follow the Secretary of the Interior’s Standards for the Treatment of Historic Properties to ensure appropriate preservation and treatment. STRATEGIC PLAN INITIATIVE: Strategy 5: Long-Term Infrastructure and Sustainability Investments Objective 5A: Continue to explore funding mechanisms for capital and ongoing maintenance needs. NOTICING REQUIREMENTS/PUBLIC OUTREACH: A copy of this Staff Report was provided to Plant Construction Company, and the City Council Agenda was posted. 288 Page 5 of 5 ATTACHMENTS: 1) Resolutions Approving an Agreement W ith Plant Construction Company, L.P. for Progressive Design-Build Services for the Exterior Improvements Project CIP No. GI0125, GI0223, and GI0423 2) Exhibit A to the Resolution - Construction Agreement for Progressive Design-Build Services Between the City of Dublin and Plant Construction Company, L.P. 3) Exhibits to the Construction Agreement for Progressive Design-Build Services Between the City of Dublin and Plant Construction Company, L.P. 4) CIP Nos. GI0125, GI0223, and GI0423 5) Budget Change Form 289 Attachment 1 Reso. No. XX-25, Item X.X, Adopted 12/2/2025 Page 1 of 2 RESOLUTION NO. XX – 25 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN APPROVING AN AGREEMENT WITH PLANT CONSTRUCTION COMPANY, L.P. FOR PROGRESSIVE DESIGN-BUILD SERVICES FOR THE EXTERIOR IMPROVEMENTS PROJECT, CIP NOS. GI0125, GI0223, AND GI0423 WHEREAS, on March 12, 2025, the City of Dublin issued a Request for Qualifications (RFQ) under the Progressive Design-Build Delivery Method for design-build entities for the Exterior Improvements Project, CIP Nos. GI0125, GI0223, and GI0423; and WHEREAS, on May 6, 2025, the City Council of City of Dublin approved an agreement with Plant Construction Company, L.P. to provide Progressive Design -Build Design and Preconstruction Phase Services; and WHEREAS, the City of Dublin desires to enter into a Progressive Design-Build agreement with Plant Construction Company, L.P., for a not-to-exceed amount of $12,878,876 for the Exterior Improvements Project under the progressive design-build project delivery method. The project provides for exterior improvements and preventative maintenance located at the following City facilities: Civic Center, Library, Clock Tower, Kolb House Museum, Kolb House Restroom, Sunday School Barn, Murray Schoolhouse Museum and outbuildings, Old St. Raymond’s Church, Senior Center, The Wave, and Fire Stations 16, 17, and 18. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does hereby approve the agreement with Plant Construction Company, L.P., for a Guaranteed Maximum Price (GMP) of $12,878,876, attached hereto as Exhibit A to this Resolution. BE IT FURTHER RESOLVED that the City Council of the City of Dublin does hereby authorize the City Manager, or designee, to approve contract change orders based on the appropriated funds designated for the Project up to the amount of $400,000. BE IT FURTHER RESOLVED that the City Manager, or designee, is authorized to execute Exhibit A and make any necessary, non-substantive changes to Exhibit A to carry out the intent of this Resolution. {Signatures on the following page} 290 Reso. No. XX-25, Item X.X, Adopted 12/02/2025 Page 2 of 2 PASSED, APPROVED AND ADOPTED by the City Council of the City of Dublin this 2nd day of December 2025, by the following vote: AYES: NOES: ABSENT: ABSTAIN: ______________________________ Mayor ATTEST: _________________________________ City Clerk 291 Exterior Improvements Project Attachment 2 CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 DECEMBER 02, 2025 DOCUMENT 005200 AGREEMENT CITY OF DUBLIN City Hall, 100 Civic Plaza Dublin, California 94568 CONSTRUCTION AGREEMENT FOR PROGRESSIVE DESIGN-BUILD SERVICES FOR THE Exterior Improvements Project (EIP) THIS AGREEMENT FOR PROGRESSIVE DESIGN-BUILD SERVICES, made this December 2, 2025 (this “Agreement”), by and between Plant Construction Company, L.P. , a California Limited Partnership whose place of business is at 300 Newhall St San Francisco, CA 94124 hereinafter referred to as Design Builder, and the CITY OF DUBLIN, a political subdivision of the State of California, hereinafter referred to as “City”: In consideration of the mutual covenants hereinafter set forth, Design Builder and City agree as follows: 1. WORK. Design Builder shall, in a good and workmanlike manner and in accordance with the highest professional standards, provide, furnish, perform and complete all necessary planning, architectural, engineering, all other design services of any type, procurement, permitting and support services, construction, landscaping, clean-up, all other construction services of any type, and shall provide and furnish all necessary supplies, materials and equipment (except those to be provided by City, if any) and all necessary supervision, labor, and services required for the complete engineering, design, procurement, quality assurance, construction and all necessary installation, start-up and testing required for a complete, operational, and fully functional Project, as further described in Documents 011110 (Summary of Work) and Design Builder’s Proposal. The all-inclusive obligations of the Design Builder set forth in this Section 1 (Work) are referred to in this Agreement as the “Work”. The Design-Builder’s obligation to deliver a complete, operational and fully functional Project is coextensive with the Design Builder’s obligations set forth in the Contract Documents. Except with regard to any material to be provided and/or installed by City, the Design Builder shall fully commission and turn over a complete, operational, and fully functional Project to City. Without limiting the generality of this Agreement, the Design Builder shall provide the following work and services: 1.1 Design Builder has previously prepared complete designs and engineering, in the design phase contract and shall prepare working drawings, shop drawings and generate drawings and/or engineering analysis setting forth in detail the specifications and requirements for the purchasing and procurement of the services, materials and equipment and for the construction of the complete, operational, and fully functional Project, and shall furnish the services of all necessary supervisors, engineers, designers, draftsmen, and other personnel necessary for the preparation of those drawings and specifications required for the Work, including the pertinent information for power, natural gas, water supply, and any other utilities, as required. 1.2 Design Builder shall provide, install and complete as Specified and pay for all labor, materials and equipment, tools, supplies, construction equipment and machinery, construction, start-up and testing, utilities, transportation, and other facilities and services (including any temporary materials, equipment, supplies and facilities) necessary for the 292 Exterior Improvements Project CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 DECEMBER 02, 2025 City of Dublin & Plant Construction Company, L.P. AGREEMENT 00 52 00 - 2 proper execution and completion of the complete, operational, and fully functional Project, including where necessary the permanent interconnection, or reconnection for electricity, natural gas, water supply, and any other utilities and demonstration of fully satisfactory operation of all systems and equipment. 1.3 Design Builder shall supervise and direct the Work, and shall furnish the services of all supervisors, forepersons, skilled and unskilled labor, and all other personnel necessary t o design and construct the complete, operational, and fully functional Project. Design Builder shall provide, manage and organize such personnel as necessary to complete the Work in accordance with all requirements of the Contract Documents. 1.4 Design Builder shall obtain all governmental and private approvals, licenses, and permits required to complete the Work; provided, however, the Design Builder is not required to pay any charges associated with any permits except for reinspection charges or for encroachment permits for work performed in public right of ways. Design Builder is responsible for the cost of all other items related to the Work. Design Builder shall design and construct a complete, operational, and fully functional Project in full compliance with all applicable laws, codes and standards (both public and private), including but not limited to, the standards included and warranties expressed in the Contract Documents and manufacturers’ recommendations pertaining to individual items of equipment or systems. 2. CITY’S PROJECT MANAGER AND REPRESENTATIVES. 2.1 City may delegate all or part of its rights, responsibilities and duties under this Agreement to a City Project Manager or other representative. City shall inform the Design Builder in writing of any such delegation and the extent of its representative’s authority. 2.2 All notices or demands to City under the Contract Documents shall be to City’s Capital Improvements Program Manager at: Mr. Michael Boitnott Capital Improvement Program Manager 100 Civic Plaza Dublin, CA 94568 Telephone: (925) 833-6630 Email: michael.boitnott@dublin.ca.gov or to such other person(s) and address(es) as City shall provide to Design Builder. 3. CONTRACT TIME AND LIQUIDATED DAMAGES. 3.1 Design Builder shall complete the Work within the schedule set forth in this Section 3, and beginning with the date in the Notice to Proceed that specifies the commencement of the Contract Time, and Document 007200 (General Conditions). City reserves the right to modify or alter the date the Work is to commence at any time. 3.2 Design Builder shall obtain all required regulatory agency approvals related to the Project. Design Builder accepts all time-related risks and all cost-related risks relating to those approvals 3.3 Design Builder acknowledges that time is of the essence with respect to the Completion of the Work and the performance of this Agreement and that the City will be damaged by 293 Exterior Improvements Project CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 DECEMBER 02, 2025 City of Dublin & Plant Construction Company, L.P. AGREEMENT 00 52 00 - 3 any delay in completing any of the major phases of the Project listed in paragraphs 3.3.1, 3.3.2, and 3.3.3 below. Therefore, Design Builder accepts the following Completion obligations: 3.3.1 Design-Builder shall achieve Substantial Completion no later than 246 calendar days after the commencement date set forth in the Notice to Proceed, and Final Completion of the Project no later than 30 calendar days after the date by which Design-Builder achieves Substantial Completion (“Contract Time”). 3.3.2 Following the issuance by the permitting agency of a permit allowing the Design Builder to commence construction for the Project, the Design Builder shall update the Project Master Schedule in accordance with Document 013216 (Schedules and Reports). The City is under no obligation to accept an updated Project Master Schedule that shows Design-Builder achieving Substantial Completion past 246 calendar days after the commencement date established by the Notice to Proceed. 3.3.3 In addition to achieving Completion, Design Builder shall fully cooperate with the City so that the City may obtain all necessary Regulatory Agency approvals required to operate the Project. 3.4 To facilitate Design Builder performing its Completion obligations as described in Section 3.3 above, Design Builder acknowledges and accepts that the Regulatory Agency’s review of incremental construction permit applications may take up to eight (8) weeks from the date the permit application is submitted to the Regulatory Agency. The Design Builder’s Project Master Schedule, Design Schedule and Construction Schedule shall reflect durations for permit reviews and work sequencing. If the Design-Builder fails to provide the Regulatory Agency with all documents necessary for the Regulatory Agency to review an incremental construction permit application within the time period stated above, (a) the project Completion Time shall not be extended, (b) the Contract Sum shall not be adjusted, and (c) the Design-Builder shall accelerate the recovery of time to the critical path of the Project without compensation. City will manage its own decision- making process to timely review and approve Construction Documents withi n Design Builder’s planned durations, and will make its reasonable best efforts to facilitate the Regulatory Agency’s timely review of construction permit applications within Design Builder’s planned durations. 3.5 Liquidated Damages and Schedule Incentives. The City and Design Builder recognize that time is of the essence in this Agreement and that the City may suffer financial loss in the form of additional contract administration expenses (including project management and consultants’ expenses) and delay and loss of public use if the Work is not completed within the time specified in Section 3.3 above, plus any extensions thereof allowed in accordance with the Contract Documents. Design Builder and City agree that because of the nature of the Project, it would be impractical or extremely difficult to fix the amount of actual damages incurred by City because of a delay in completion of the Work. Accordingly, City and Design Builder agree that Design Builder shall pay City the following liquidated damages measures that apply separately and cumulatively: 3.5.1 If Design Builder fails to achieve Substantial Completion of the Project and/or final Completion of the Project within the times specified in paragraph 3.3 above in accordance with the Contract Documents, 294 Exterior Improvements Project CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 DECEMBER 02, 2025 City of Dublin & Plant Construction Company, L.P. AGREEMENT 00 52 00 - 4 Design Builder shall pay City as liquidated damages and not as a penalty, the following sum s of money per day for each calendar day the actual time of Design Builder’s performance exceeds the authorized Contract Time for construction of the Project: 3.5.1.1 Design-Builder shall pay City $2,000 per calendar day as liquidated damages for every day by which Substantial Completion exceeds 246 calendar days from and after the starting date as established by the Notice to Proceed. 3.5.1.2 If Design-Builder fails to achieve final Completion of the Project within 30 calendar days after the date by which Design-Builder achieves Substantial Completion, then Design-Builder shall pay City $2,500 per calendar day as liquidated damages for every day by which final Completion of any portion of the Project exceeds this time period. 3.6 Liquidated damages for delay shall cover and be in lieu of the actual damages suffered by City as a result of delay. Liquidated damages are intended to compensate City for damages it incurs as a result of delay, but do not cover the cost of completion of the Work or any other damages not arising from delay. These liquidated damages shall be the City’s sole remedy for recovery of damages due to delay in the Work , provided that this provision shall not limit any right or remedy of City in the event of any other default of Design Builder other than failing to complete the Work within the Contract Time. 3.7 Subject to the liquidated damages measures in the Contract Documents, neither Design Builder or City shall have any liability for consequential damages arising out of the completion of the Work under the Contract Documents, except to the extent that such consequential damages arise from personal injury, property damage, economic loss or defective work and are covered by any insurance maintained by City, Design Builder, or any Subcontractor, Supplier, design professional or any other party involved on the Project. 4. CONTRACT SUM. 4.1 City shall pay the Design Builder Twelve Million Eight Hundred Seventy-Eight Thousand Eight Hundred Seventy-Six Dollars and no cents $12,878,876.00 (the “Guaranteed Maximum Price Contract Sum ”) for completion of the Work in strict accordance with the Contract Documents, as it may be adjusted pursuant to this Article 4 (Contract Sum). 4.2 The Contract Sum is all inclusive and includes all costs and expenses of the Work, including profit, markups, overhead and allowances; all federal, state, and local taxes on materials and equipment, and labor furnished by Design Builder, its subcontractors, subconsultants, architects, engineers, and vendors or otherwise arising out of Design Builder’s performance of the Work, including any increases in any such taxes during the term of this Agreement; and any duties, fees, and royalties imposed with respect to any materials and equipment, labor or services, except as otherwise provided in paragraph 13.7 of Document 007200 (General Conditions). The taxes covered hereby include (but are not limited to) occupational, sales, use, excise, unemployment, FICA, and income taxes, customs, duties, and any and all other taxes on any item or service that is part of the Work, whether such taxes are normally included in the price of such item or service or are normally stated separately. Notwithstanding the foregoing, each party shall bear such state or local inventory, real property, personal property or fixtures taxes as may be properly assessed against it by applicable taxing authorities. 295 Exterior Improvements Project CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 DECEMBER 02, 2025 City of Dublin & Plant Construction Company, L.P. AGREEMENT 00 52 00 - 5 5. DESIGN BUILDER’S REPRESENTATIONS AND WARRANTIES. In order to induce City to enter into this Agreement, Design Builder represents and warrants to City the following: 5.1 Design Builder has visited the Sites, and made a non-destructive inspection of the Sites, and has examined the nature and extent of the Work, Sites, locality, actual conditions, as built conditions, labor availability and all local conditions and federal, state and local laws and regulations that in any manner may affect cost, progress, performance or furnishing of Work or which relate to any aspect of the design and the means, methods, techniques, sequences or procedures of construction to be employed by Design Builder and safety precautions and programs incident thereto. 5.2 Design Builder has examined all reports of exploration and tests of subsurface conditions where necessary, and as built drawings, drawings or reports, available for design and construction purposes, of physical conditions that have been provided by the City, including those which are identified by preconstruction survey and/or in Documents 003120 (Hazardous Materials Surveys) or 003130 (Geotechnical Data and Existing Conditions), or which may be apparent at the Site and accepts the criteria set forth in these documents and Document 007200 (General Conditions) to the extent of the information contained in these documents upon which the Design Builder is entitled to rely. 5.3 Design Builder has conducted in the previous design phase contract or will obtain an y additional examinations, investigations, explorations, tests, reports and studies, including but not limited to geotechnical investigations upon which the design will be based, that pertain to the surface and subsurface conditions, as-built conditions, Underground Facilities and all other physical conditions at or contiguous to the Sites that Design Builder considers necessary for the performance or furnishing of Work for the Contract Sum, within the Contract Time and in accordance with the terms and cond itions of the Contract Documents. 5.4 Design Builder has correlated its knowledge and the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. 5.5 Design Builder has given City prompt written notice of all conflicts, errors, ambiguities, or discrepancies that it discovered prior to executing and delivering this Agreement in or among the Contract Documents and as-built drawings and actual conditions and the written resolution thereof through Addenda issued by City or otherwise is acceptable to Design Builder. 5.6 Design Builder is duly organized, validly existing, and in good standing under the laws of the jurisdiction of its incorporation or organization and is duly qualified to conduct business in the State of California. 5.7 The execution, delivery and performance of this Agreement, the other Contract Documents and the Work to be performed herein (a) have been duly authorized by all necessary corporate or other organizational action, and (b) does not violate or create a default under any instrument, agreement, order or decree binding on Design Builder. 5.8 Design Builder will use the pre-qualified Subcontractors, who were listed in the Design Builder’s Proposal. Consistent with Public Contract Code sections 4100 et seq., Design Builder shall not substitute a different Subcontractor or supplier in place of any of those listed in Design Builder’s Proposal, including in its response to City’s Request for Qualifications, nor shall any Subcontractor assign or transfer, subcontract, or permit the 296 Exterior Improvements Project CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 DECEMBER 02, 2025 City of Dublin & Plant Construction Company, L.P. AGREEMENT 00 52 00 - 6 same to be performed by any other Subcontractor without City's prior written approval. Design Builder shall provide City with a complete and updated list of Subcontractors as they become known on the project and shall comply with the requirements of Public Contract Code section 22166 in awarding subcontracts. Subcontractor Name and Address Scope of Work Contractors’ License Number DIR Registration Number Lawson Roofing 1495 Tennessee Street, San Francisco, CA 94107 Roofing 339053 1000006451 Pullman SST, Inc 6400 Goodyear Road, Benicia, CA 94150 Siding and Building Envelope 866480 1000003194 AAC Glass, Inc. 31044 San Antonio Street, Hayward, CA 94544 Windows and Storefronts 1034201 1000063338 Giampolini & CO 1482 67th Street, Emeryville, CA 94608 Painting 322282 1000017973 5.9 Design Builder shall assign to the Project the key personnel listed in Design Builder’s Proposal, together with those listed below in this Section 5.9, and make them available to work on the Project as a first priority during the term of this Agreement. Should any approved key personnel terminate employment or otherwise become unavailable during the term of this Agreement, Design Builder shall obtain City’s prior written consent to any replacement. Any proposed replacement shall possess qualifications and experience equal or superior to the key personnel being replaced. Design Builder’s Key Personnel: 5.10 All Work performed by Design Builder is subject to the Community Workforce Agreement to be entered into among Design Builder, City, the Project Subcontractors and other required signatories thereto (the “CW A”). Prior to City’s approval of this Agreement, Design Builder shall execute and deliver the CWA to the City. Before allowing any Subcontractor to perform any work on the Project, Design Builder shall have the Subcontractor execute the CWA and submit the signature page to City. 5.11 The Design Builder acknowledges that in conformance with the Contract Documents, any changes or extra work must be authorized in writing by the City prior to the Design Builder performing said work. Design Builder further acknowledges that it is solely responsible for obtaining written authorization from the City and that it shall not be compensated for any additional work performed without said written authorization. Oral authorization shall not be sufficient to bind the City absent specific written authorization. 6. CONTRACT DOCUMENTS. 6.1 The following documents, including all changes, addenda and modifications thereto comprise the entire agreement between City and Design Builder concerning the Work (collectively, the “Contract Documents”) 297 Exterior Improvements Project CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 DECEMBER 02, 2025 City of Dublin & Plant Construction Company, L.P. AGREEMENT 00 52 00 - 7 6.1.1 Design Builder’s Prequalification Questionnaire submitted in response to City’s Request for Qualifications (proprietary information, not for public use) 6.1.2 Exhibit 01 - Design Builder’s GMP Proposal dated November 20, 2025 6.1.3 Notice of Award 6.1.4 Agreement 6.1.5 Notice to Proceed 6.1.6 Construction Performance Bond 6.1.7 Construction Labor and Material Payment Bond 6.1.8 Agreement and Release of Any and All Claims 6.1.9 Project Guaranty 6.1.10 Change Order 6.1.11 General Conditions 6.1.12 Insurance 6.1.13 Community Workforce Agreement 6.1.14 Project Manual (Division 00) 6.1.15 100% Project Technical Specifications (Division 01 thru 32), dated xx/xx/202X by ARG 6.1.16 100% Construction Drawings, dated xx/xx/202X by ARG 6.2 The intent of the Contract Documents is to include all necessary criteria to establish the process, scope and quality for completion of the Work by Design Builder. The Contract Documents are complementary and what is required by one shall be as binding as if required by all. Performance by the Design Builder shall be required to the extent consistent with, and reasonably inferable from, the Contract Documents . 6.3 Any conflict between or among Contract Documents shall be resolved pursuant to paragraph 5.8 (Order of Precedence) of Document 007200 (General Conditions). 6.4 Construction Documents produced by the Design Builder that set forth the obligations of the Design Builder or its Subcontractor are an instrument for fulfilling the requirements of this Agreement as defined by the Contract Documents as defined in this Article 6 (Contract Documents), and do not replace them. See 007200 5.8.8. 6.5 There are no Contract Documents other than those listed above in Section 6.1 of this Agreement. The Contract Documents may only be amended, modified, or supplemented as is provided for in Document 007200 (General Conditions). 7. INSURANCE 7.1 Design Builder agrees to have and maintain the insurance coverages and polices set forth in Exhibit A to this Agreement, “Insurance Requirements,” which is incorporated by this reference. All policies, endorsements, certificates, and/or binders shall be subject to approval by the City as to form and content. These requirements are subject to amendment or waiver only if approved in writing by the City. A lapse in any required insurance coverage during this agreement shall constitute a material breach of this Agreement. The cost of such insurance shall be included in the Design Builder’s bid. 7.2 Design Builder agrees to maintain in force at all times during the performance of the Scope of Work under this Agreement, workers’ compensation insurance as required by law. 7.3 Design Builder agrees to include with all subcontractors in their subcontract the same requirements and provisions of this Agreement including the indemnity and insurance requirements to the extent they apply to the scope of the subcontractor’s work. 298 Exterior Improvements Project CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 DECEMBER 02, 2025 City of Dublin & Plant Construction Company, L.P. AGREEMENT 00 52 00 - 8 Subcontractors hired by the Design Builder agree to be bound to Design Builder and City in the same manner and to the same extent as Design Builder is bound to City under this Agreement and any other applicable contract documents. Subcontractors further agree to include these same provisions with any sub-subcontractor. A copy of the Indemnity and Insurance provisions in this Agreement will be furnished to the subcontractor upon request. Design Builder shall require all subcontractors to provide a valid certificate of in surance and the required endorsements included in the Agreement prior to commencement of any work and will provide proof of compliance to the City. 7.4 The policy or policies required by this Agreement shall be issued by an insurer admitted in the State of California. 7.5 Design Builder agrees that if it does not keep the aforesaid insurance in full force and effect, City may terminate this Agreement. 7.6 At all times during the term of this Agreement, Design Builder shall maintain on file with the City a certificate or certificates of the required insurance as set forth in the Exhibit A, “Insurance Requirements,” showing that the required insurance policies are in effect in the required amounts. 7.7 It is requirement under this Agreement that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits shall be available to the additional insured. Furthermore, the requirements for coverage for coverage and limits shall be (1) the minimum coverage and limits of coverage and the limits specified in this Agreement; or (2) the broader coverage and maximum limits of coverage of an insurance policy or proceeds available to the named Insured; whichever is greater. 8. INDEMNIFICATION. 8.1 To the fullest extent permitted by law Design Builder agrees to defend (with legal counsel selected by the City), including the cost to defend, indemnify and hold harmless the City, its elected and appointed officials, officers, attorneys, agents, employees, consultants, and volunteers, and each of them from and against any and all claims, damages, losses and expenses, including attorney’s fees, and from any and all suits, actions or claims filed or brought by and all person or persons arising out of the performance of the work des cribed herein, caused in whole or in part by any negligent act or omission of the Design Builder, any subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, except where caused by the active negligence, sole negligence, or willful misconduct of the City. 8.2 General. This obligation to indemnify and defend City as set forth herein is binding on the successors, assigns, or heirs of Design Builder and shall survive the termination of this Agreement or this section. By execution of this Agreement, Design Builder acknowledges and agrees that it has read and understands the provisions hereof and that this section is a material element of consideration. The parties agree that if any part of this Indemnification is found to conflict with applicable laws, such part shall be unenforceable only insofar as it conflicts with said laws, and that this indemnification shall be judicially interpreted and rewritten to provide the broadest possible indemnification legally allowed and shall be legally binding upon Design Builder. 8.3 Survival. Design Builder and any subcontractor’s responsibility for such defense and indemnity obligations shall survive the termination or completion of this Agreement for the full period of time allowed by law. 299 Exterior Improvements Project CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 DECEMBER 02, 2025 City of Dublin & Plant Construction Company, L.P. AGREEMENT 00 52 00 - 9 8.4 No Limitation by Insurance Obligations. The defense and indemnification obligations of this Agreement are undertaken in addition to, and shall not in any way be limited by, the insurance obligations contained in this Agreement 8.5 Scope. This section shall in no event be construed to require indemn ification by Design Builder to a greater extent than permitted under the public policy of the State of California. Design Builder will take all responsibility for the Work, and will bear all losses and damages directly or indirectly resulting to the Design Builder, any subcontractors engaged in performance of the Work, the City, its officials, officers, employees, agents, and volunteers, and to third parties on account of the performance or character of the Work, unforeseen difficulties, accidents, or occurrences of other causes predicated on active or passive negligence of the Design Builder or of any subcontractor engaged in performance of the Work. The Design Builder assumes all liability for any accident or accidents resulting to any person or property as a result of inadequate protective devices for the prevention of accidents in connection with the performance of the Work. The Design Builder will indemnify, defend, and hold harmless the City and its officials, officers, employees, and, volunteers from such liability. The Design Builder will indemnify, defend and hold harmless the City, the City’s officials, officers, employees and volunteers for all liability on account of any patent rights, copyrights, trade names or other intellectual property rights t hat may apply to the Design Builder’s performance of the Work. The Design Builder will pay all royalties or other charges as a result of intellectual property rights that may apply to methods, types of construction, processes, materials, or equipment used in the performance of the Work, and will furnish written assurance satisfactory to the City that any such charges have been paid. 9. MISCELLANEOUS 9.1 Capitalized terms used in this Agreement and not defined here have the meaning given in Document 007200 (General Conditions), and if not defined therein, as defined in Section 014200 (References and Definitions), and if not defined therein, as defined in the Contract Documents. 9.2 It is understood and agreed that in no instance is any person signing this Agreement for or on behalf of City or acting as an employee or representative of City liable pursuant to this Agreement or upon any warranty of authority, or otherwise, and it is further understood and agreed that liability of City is limited and confined to such liability as authorized or imposed by the Contract Documents or applicable law. 9.3 Design Builder shall not assign any portion of the Contract Documents, but may subcontract portions of the Work only in compliance with the subcontractor listing requirements of Public Contracting Code section 4100 et seq. 9.4 The Contract Sum includes all design, management, overhead, profit, allowances (if any), and other costs of the Project necessary to complete the Work. 9.5 In entering into a public contract or a subcontract to supply goods, services or materials pursuant to a public contract, the Design Builder or subcontractor irrevocably offers and agrees to assign to the awarding body all rights, title and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. § 15) and under the Cartwright Act, (Chapter 2 (commencing with California Business and Professions Code section 16700) of Part 2 of Division 7 of the), arising from purchases of goods, services or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the City renders final payment to the Design Builder, without further acknowledgment by the parties. 300 Exterior Improvements Project CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 DECEMBER 02, 2025 City of Dublin & Plant Construction Company, L.P. AGREEMENT 00 52 00 - 10 9.6 Pursuant to Labor Code section 1773, the Director of the California State Department of Industrial Relations has ascertained the general prevailing rates of per diem wages and for holiday and overtime work in the locality in which the Project is to be performed for each craft, classification, or type of worker needed to execute the this Agreement and the Work, and copies of such rates are in the Contract Documents and on file at City’s office, and are hereby incorporated herein by this reference, and shall be made available to any interested party on request. Pursuant to Labor Code section 1861, Design Builder shall execute and file with City a certification that it is aware of the provisions of Labor Code section 3700 which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that Code, and Design Builder shall comply with such provisions before commencing the performance of the Work of the Contract Documents. 9.7 Should any part, term or provision of this Agreement or any of the Contract Documents, or any document required herein or therein to be executed or delivered, be declared invalid, void or unenforceable, all remaining parts, terms and provisions sh all remain in full force and effect and shall in no way be invalidated, impaired or affected thereby. If the provisions of any law causing such invalidity, illegality or unenforceability may be waived, they are hereby waived to the end that this Agreement and the Contract Documents may be deemed valid and binding agreements, enforceable in accordance with their terms to the greatest extent permitted by applicable law. In the event any provision not otherwise included in the Contract Documents is required to be included by any applicable law, that provision is deemed included herein by this reference (or, if such provision is required to be included in any particular portion of the Contract Documents, that provision is deemed included in that portion). 9.8 This Agreement shall be deemed to have been entered into in the City of Dublin and shall be governed in all respects by California law (excluding conflicts of la ws). 9.9 Design Builder accepts the claims procedures established by Article 12 (Claims by Design Builder) of Document 007200 (General Conditions) and agrees that the provisions of Article 12 (Claims by Design Builder) constitute a claims procedure by agreement under Government Code Section 930.2, and Government Code sections 930 through 930.6. Design Builder shall bear all costs incurred in the preparation and submission of a Claim. 9.10 City shall have the right to timely and fully review and approve all phases of Design Builder’s design including, but not limited to, drawings, specifications, shop drawings, samples and submittals, prior to submittal for any permit approval or deferred approval, as specified in the Contract Documents within the review durations published in the Design Builder’s approved schedule, or in the absence of an approved schedule, within the review durations published in the Milestone Schedule of Section 011216 (Work Sequence). Such review, approval and other action shall not relieve Design Builder of its responsibility for a complete design complying with the requirements of the Contract Documents; but rather, such review and approval shall be in furtherance of City’s monitoring and accepting the design as developed and issued by the Design Builder, consistent with these Contract Documents. Design Builder’s responsibility to design and construct the Project in conformance with the Contract Documents is absolute. CONTRACTORS ARE REQUIRED BY LAW TO BE LICENSED AND REGULATED BY THE CONTRACTORS’ STATE LICENSE BOARD WHICH HAS JURISDICTION TO INVESTIGATE COMPLAINTS AGAINST CONTRACTORS IF A COMPLAINT REGARDING A PATENT ACT OR OMISSION IS FILED WITHIN FOUR YEARS OF THE DATE OF THE ALLEGED VIOLATION. A COMPLAINT REGARDING A LATENT ACT OR OMISSION PERTAINING TO STRUCTURAL DEFECTS MUST BE FILED WITHIN 10 YEARS OF THE DATE OF THE ALLEGED VIOLATION. 301 Exterior Improvements Project CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 DECEMBER 02, 2025 City of Dublin & Plant Construction Company, L.P. AGREEMENT 00 52 00 - 11 ANY QUESTIONS CONCERNING A CONTRACTOR MAY BE REFERRED TO THE REGISTRAR, CONTRACTORS’ STATE LICENSE BOARD, P.O. BOX 26000, SACRAMENTO, CALIFORNIA 95826. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day first mentioned above. Executed on _______________________, __________, by CITY OF DUBLIN PLANT CONSTRUCTION COMPANY, L.P. Colleen Tribby, City Manager Chris Rivielle, President 1000575696 Attest: Consultant’s DIR Registration Number Marsha Moore, City Clerk 199832800016 Consultant’s Business Entity Number Design Builder: For corporations and limited liability companies, the Agreement must be signed by two officers. The first signature must be that of the chairman of the board, president or vice-president; the second signature must be that of the secretary, assistant secretary, chief financial officer or assistant treasurer. (Civ. Code, Sec. 1190 and Corps. Code, Sec. 313.) The acknowledgment below must be signed by a Notary Public. 302 Exterior Improvements Project CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 DECEMBER 02, 2025 City of Dublin & Plant Construction Company, L.P. AGREEMENT 00 52 00 - 12 ACKNOWLEDGMENT State of California ) ) City of _____________________ ) On _________________________, before me, ______________________________________, Notary Public, personally appeared ___________________________________________________ (insert name(s) and title(s) of the officer(s) signing on behalf of the Consultant), who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS MY HAND AND OFFICIAL SEAL ___________________________________ (Notary’s Seal) Signature END OF DOCUMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. 303 Exterior Improvements Project CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 DECEMBER 02, 2025 City of Dublin & Plant Construction Company, L.P. AGREEMENT 00 52 00 - 13 EXHIBIT A INSURANCE REQUIREMENTS I. INSURANCE REQUIREMENTS Before commencing any Work under the Contract Documents, Design/Builder shall furnish to the City satisfactory proof that Design/Builder has in force continuously for the entire period covered by this Contract the following classes of insurance in the form and with limits specified below. A. Commercial General Liability Insurance. Design/Builder shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than five million dollars ($5,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, blanket contractual liability and coverage for explosion, collapse and underground property damage hazards. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. A combination of a general liability policy and excess liability policies may be utilized to achieve these limits. Design/Builder’s general liability policies shall be primary and shall not seek contribution from the City’s coverage, and be endorsed using Insurance Services Office form CG 20 10 to provide that City and its officers, officials, employees, and agents shall be additional insureds under such policies. An endorsement providing completed operations coverage for the additional insured, ISO form CG 20 37, is also required. B. Business Auto Insurance covering all owned, non-owned, and hired vehicles on and off-site. Such insurance shall provide coverage not less than the standard ISO Comprehensive Automobile Liability policy (CA 00 01, CA 00 05, CA 00 12, CA 00 20), with limits not less than Two million dollars ($2,000,000) each accident, and Two million dollars ($2,000,000) each occurrence for claims subject to the Motor Carrier Act of 1980. If the Work involves transportation of hazardous or regulated substances, hazardous or regulated wastes and/or hazardous or regulated materials, Design/Builder shall provide pollution auto coverage equivalent to that provided under the ISO pollution liability-broaden coverage for covered autos endorsement (CA 99 48) shall be provided, and the Motor Carrier Act endorsement (MCS 90) shall be attached. Any statutorily required “No-Fault“ benefits and uninsured/underinsured motorists coverage should be included. C. Worker’s Compensation and Employers Liability Insurance. Design/Builder shall maintain Workers’ Compensation Insurance (Statutory Limits) and Employer’s Liability Insurance with limits of at least One million dollars ($1,000,000). Design/Builder shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its officers, agents, employees, and volunteers. If there is an exposure or injury to 304 Exterior Improvements Project CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 DECEMBER 02, 2025 City of Dublin & Plant Construction Company, L.P. AGREEMENT 00 52 00 - 14 Design/Builder’s employees under the US Longshoremen’s and Harbor Worker’s Compensation Act, the Jones Act, or under laws, regulations or statutes applicable to maritime employees, coverage shall be included for all such injuries or claims. D. Design/Builders Pollution Legal Liability Insurance covering claims for bodily injury, property damage, including mold and loss of use of damage property or of property that has not been physically injured or destroyed; cleanup costs; and defense, including costs and expenses incurred in the investigation, defense, or settlement of claims; all in connection with any pollution conditions arising from Design/Builder’s operations or completed operations, performed by or on behalf of Design/Builder. The policy shall specifically provide coverage for the hauling of waste from the project site to the final disposal location, including non-owned disposal sites. Completed operations coverage will remain in effect for no less than 5 years after substantial completion of the work. Such coverage shall be written on an occurrence basis and shall apply to sudden and non-sudden pollution conditions and shall be placed with an insurer and in a form acceptable to the City. If any pollution liability coverages cannot be obtained on an occurrence form, after using best efforts to do so, such coverages may be provided on a claims-made basis. The pollution legal liability policy shall be dedicated solely to the specific Project described in the Contract Documents, and shall have limits not less than Five million ($5,000,000) per occurrence and in the aggregate. Any self-insured retention shall be selected by the City pursuant to Section 7 of this Document 00 52 00. E. Builder’s Risk. Upon commencement of construction and with approval of City, Design/Builder shall obtain and maintain Builder’s Risk/Course of Construction insurance. Policy shall be provided for replacement value on an “all-risk” basis. The City shall be named as Loss Payee on the policy and there shall be no coinsurance penalty provision in any such policy. Policy must include: (1) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures, and all other properties constituting a part of the project; (2) coverage with limits sufficient to insure the full replacement value of any property or equipment stored either on or off the project site. Such insurance shall be on a form acceptable to City to ensure adequacy of terms and limits. Design/Builder shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to City. F. Professional Liability. Design/Builder shall maintain professional liability insurance that insures against professional errors and omissions that may be made in performing the Services to be rendered in connection with this Agreement, in the minimum amount of five million dollars ($5,000,000) per claim and in the aggregate. Any policy inception date, continuity date, or retroactive date must be before the effective date of this agreement, and Design/Builder 305 Exterior Improvements Project CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 DECEMBER 02, 2025 City of Dublin & Plant Construction Company, L.P. AGREEMENT 00 52 00 - 15 agrees to maintain continuous coverage through a period no less than three years after completion of the services required by this agreement. G. All policies of insurance shall be placed with insurers acceptable to the City. The insurance underwriter(s) must be duly licensed to do business in the State of California and (other than for Worker’s Compensation) must have a rating of A- VII or better in the most recent edition of Best’s Insurance Reports or otherwise satisfactory to the City. Required minimum amounts of insurance may be increased should conditions of Work, in the sole opinion of the City, warrant such increase. Design/Builder shall increase required insurance amounts upon direction by the City. H. If any aircraft are to be used in the performance of the work, Design/Builder shall provide Aircraft Liability Insurance (including owned and non-owned) with the following minimum limits: Bodily Injury – $10 million each occurrence, $2 million each person; Property Damage – $10 million each occurrence. II. CERTIFICATES OF INSURANCE A. Design/Builder shall furnish the City with certificates of insurance completed by a duly authorized representative evidencing coverage required under Section I of this Document 00 52 00. Such certificates shall be delivered to the City before any Work hereunder is commenced by Design/Builder and annually thereafter on or before the policy effective dates of Design/Builder’s general liability insurance policy, and shall provide that no coverage under the policy shall be terminated, canceled or materially modified unless and until at least thirty (30) days prior written notice has been given to the City. Design/Builder shall inform the City in writing thirty (30) days prior to terminating or materially modifying coverage required in this Document 00 52 00. B. Failure of the City to demand such certificate or other evidence of full compliance with these insurance requirements, or failure of the City to identify a deficiency from evidence provided will not be construed as a waiver of the Design/Builder’s obligation to maintain such insurance. C. The City’s acceptance of delivery of any certificate of insurance evidencing the required coverages and limits does not constitute approval or agreement by the City that the insurance requirements have been met or that the insurance policy shown in the certificates of insurance are in compliance with the requirements. D. The City has the right, but not the obligation, of prohibiting Design/Builder or any subcontractor from entering the Project site until the City receives all certificates or other evidence that insurance has been placed in complete compliance with these requirements. 306 Exterior Improvements Project CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 DECEMBER 02, 2025 City of Dublin & Plant Construction Company, L.P. AGREEMENT 00 52 00 - 16 E. If any of the coverages are required to remain in force after Substantial Completion, Design/Builder shall submit an additional certificate evidencing continuation of such coverage with its final billing and at each subsequent renewal of Design/Builder’s insurance. F. Required Endorsements. Except as provided below, the policies required under Section 1 of this Document 00 52 00 shall be endorsed, in a form and manner acceptable to the City, providing as follows: 1. Except with regard to the Worker’s Compensation and Employer’s Liability Insurance, the Athenian City, its parent, subsidiary and affiliated organizations, and its Board of Trustees, employees, representatives, consultants, and agents, shall be named as additional insureds, but only with respect to liability arising out of the activities of the named insured. Such additional insured endorsement for Commercial General Liability and excess/umbrella coverages shall be equivalent to ISO form GC 20 10 07 04, together with ISO form GC 20 37 07 04. The additional insured requirement for Commercial General Liability and excess/umbrella coverages is for the duration of this Agreement and an additional ten (10) years following Substantial Completion of the Work. 2. Except with regard to the Worker’s Compensation and Employer’s Liability insurance, each policy, including additional insured coverages, shall be primary and no other insurance or self-insured retention carried or held by the City shall be called upon to contribute to a loss covered by insurance for the named insured. 3. The insurance carriers waive their rights of subrogation against the City and all additional insureds, as well as other insurance carriers for the Work. 4. Declarations pages required. Design/Builder or its insurance broker shall submit a copy of the declarations page for each policy. The page shall include the name of the carrier, policy number, the types of coverages and limits, the effective dates of the policy, and the broker’s name and license number. G. Certificates of Insurance and Endorsements shall have clearly typed thereon the City’s name and title of the Contract Documents. Written notice of cancellation, non-renewal, or reduction in coverage of any policy shall be mailed to the City at the address listed at the top of this Document 00 52 00, 30 days in advance of the effective date of the cancellation, non-renewal, or reduction in coverage. Design/Builder shall maintain insurance in full force and effect during entire period of performance of this Agreement, and such additional periods as required in this Document 00 52 00. At the time of making an application for extension of the Time for Completion, and during all periods exceeding the Time for 307 Exterior Improvements Project CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 DECEMBER 02, 2025 City of Dublin & Plant Construction Company, L.P. AGREEMENT 00 52 00 - 17 Completion resulting from any cause, Design/Builder shall submit evidence that insurance policies will be in effect during the requested additional period of time. Upon the City’s request, Design/Builder shall submit to the City, within 10 days, copies of the actual insurance policies or renewals or replacements. H. Insurance Primary. All limits and coverage is required of the Design/Builder in this Document 00 52 00 shall be primary over any insurance or self-insurance program carried by the City and the additional insureds. I. Joint ventures. If the Design/Builder is a joint venture involving two or more entities, each independent entity will satisfy the limits and coverage is specified in this Document 00 52 00 or the joint venture will be named insured under each policy specified. J. Waiver of Right to Recovery Including Subrogation. Design/Builder hereby waives all its rights of recovery and shall require all insurance policies in any way related to the Work secured and maintained by the Design/Builder to include clauses stating each insurer will waive all rights of recovery, under subrogation or otherwise, against the City and all tiers of contractors or consultants engaged directly by the City. Design/Builder will require all tiers of subcontractors, vendors and suppliers, by appropriate written agreements, to provide similar waivers each in favor of all parties enumerated in this paragraph. K. Cooperation. Design/Builder shall fully cooperate, participate, and comply with all reasonable requirements and recommendations of the insurers and insurance brokers issuing or arranging for issuance of the required policies, in all areas of safety, insurance program administration, claim reporting and investigating, and audit procedures. L. Quotes for Project Specific Coverages and Self-insured Retentions. Design/Builder shall obtain quotes for the Project specific Commercial General Liability, Pollution Legal Liability and umbrella/excess coverages to be procured for the Project on an open book basis, and with self-insured retention amounts requested by the City. Design/Builder shall also cooperate with the City in obtaining quotes for such policies through brokers jointly suggested by Design/Builder in the City. None of the insurance required of this Document 00 52 00 shall be subject to any self-insured retention without the City’s written approval, and the City shall select the self-insured retention amounts of the Project specific Commercial General Liability, Pollution Legal Liability and umbrella/excess coverages to be procured for the Project after reviewing quotes for these coverages. Pricing of insurance shall be net-of-cost of such insurance procured hereunder, less value (if any) in Design/Builder’s bid for self-insurance or reduced bonding costs resulting from placement of such insurance. M. If injury occurs to any employee of Design/Builder, subcontractor, or sub- subcontractor for which the employee, or the employee’s dependents in the event 308 Exterior Improvements Project CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 DECEMBER 02, 2025 City of Dublin & Plant Construction Company, L.P. AGREEMENT 00 52 00 - 18 of the employee’s death, is entitled to compensation from the City under provisions of the Worker’s Compensation Insurance and Safety Act, as amended, or for which compensation of any kind is claimed from the City, the City may retain out of sums due Design/Builder under the Contract Documents, an amount sufficient to cover such compensation, as fixed by the Act, as amended, until such compensation is paid, or until it is determined that no compensation is due. If the City is compelled to pay compensation, the City may, in its discretion, either deduct and retain from the Contract Price the amount so paid, or require Design/Builder to reimburse the City. N. Nothing in this Document 00 52 00 shall be construed as limiting in any way the extent to which Design/Builder or any subcontractor may be held responsible for payment damages resulting from their operations. Design/Builder’s obligations to procure insurance are separate and independent of, and shall not limit Design/Builder’s contractual indemnity and defense obligations. The City does not represent that coverages and limits required in this contract will necessarily be adequate to protect the Design/Builder. O. Except for Worker’s Compensation coverages, Design/Builder shall by appropriate written agreements flow-down the additional insured coverage, certificate, endorsement, waiver of subrogation, and all other requirements of this Document 00 52 00 to all tiers of subcontractors for all insurance required of such subcontractors by Design/Builder for the work. P. Design/Builder shall pay all insurance premiums including any charges for required waivers of subrogation or the endorsement of additional insureds. If Design/Builder fails to maintain insurance, the City may take out comparable insurance, and deduct and retain amount of premium from any sums due Design/Builder under the Contract Documents. If the aggregate limits on any Design/Builder’s insurance policy are no longer available, Design/Builder must notify the City and immediately, at Design/Builder’s expense, purchase replacement coverage to meet the insurance requirements as specified in this Document 00 52 00. Alternatively, the Design/Builder’s failure to maintain the required insurance shall be grounds for a termination for default in accordance with the Contract Documents. END OF DOCUMENT 309 CITY OF DUBLIN DEPARTMENT OF PUBLIC WORKS CALIFORNIA PROJECT NO. GI0125, GI0223, GI0423 Exterior Improvements Project 100 CIVIC PLAZA, DUBLIN, CA 94568 Attachments to Construction Agreement for Progressive Design-Build Services Between the City of Dublin and Plant Construction Company, L.P. December 2, 2025 Attachment 3 310 City of Dublin Exterior Repairs 100 Civic Plaza Dublin, California Quotation #1 Revision #2 Guaranteed Maximum Price Quote Project No. 2025050 November 20, 2025 TABLE OF CONTENTS: 1.Quotation Narrative ...................................................... 2 2.Quotation Cost Breakdown −Summary .................................................................. 18 −Detail ........................................................................ 19 3. Construction Schedule .................................................. 35 SUBMITTED TO: Michael Boitnott City of Dublin 100 Civic Plaza Dublin, California 94568 Michael.Boitnott@dublin.ca.gov SUBMITTED BY: Phillip Aguilar Plant Construction Company, L.P. 300 Newhall Street San Francisco, California 94124 phillipa@plantco.com 311 PLANT CONSTRUCTION COMPANY, L.P. City of Dublin Ext Repairs GMP Quotation #1 Rev 2 | 11.20.2025 1 Quotation Narrative INTRODUCTION This is a repair cost estimate for the exterior envelopes of 13 buildings at 6 sites for the City of Dublin in Dublin, California. The project encompasses exterior improvements at the Civic Center (and accessory buildings), Dublin Library, Senior Center, Fire stations 16, 17 and 18, Dublin Wave Water Park, Heritage Museum (and accessory buildings), Old Saint Raymond Church, Kolb House, Sunday School Barn, and Little Kolb House Restroom buildings. The scope includes non-structural demolition and reconstruction of the Clock Tower’s exterior envelope, incorporating a continuous waterproof membrane along with ventilation and electrical upgrades. Additional envelope repairs across the sites involve roofing replacement, including 2” rigid insulation for energy code compliance, flashing and gutter repairs, sealant and backer rod replacement at stone veneers, metal panels, and coping stones, repointing of CMU veneer, minor stucco repairs, exterior painting, refurbishment and barrier sealing of existing storefronts systems and glazing, installing new storefront systems to enhance thermal performance, fiber cement siding replacement and installing new vapor barrier. For historic buildings, the scope includes asbestos removal and lead paint scraping and encapsulating, new roofing and adding new period-correct gutters, trenching rain leaders to existing storm drains, window and siding repairs, painting, and repairs to wood decks, walkways, ramps, and stairs. Civic Center $4,863,395.00 Library $961,400.00 Clock Tower $1,531,699.00 Senior Center $921,320.00 Fire Station 16 $632,824.00 Fire Station 17 $88,689.00 Fire Station 18 $88,689.00 The Wave $1,218,233.00 Heritage Museum & School Building $1,055,182.00 Old St. Raymond Church $723,512.00 Kolb House $512,920.00 Sunday School Barn $185,340.00 Kolb House Restrooms $95,673.00 Guaranteed Maximum Price Quote: $12,878,876.00 / 2 312 PLANT CONSTRUCTION COMPANY, L.P. City of Dublin Ext Repairs GMP Quotation #1 Rev 2 | 11.20.2025 BASIS FOR ESTIMATE This estimate is based on the following documents: −Exhibit A – Scope of Services – Compensation schedule & Reimbursable Expenses. −Dublin Civic Center – Condition Assessment Report. −RFQ Document for City of Dublin Exterior Improvements Project. Dated March 12, 2025. −Site tours with City of Dublin representative, water proofing consultant, architectural team and glazing, roofing, painting, and building envelop subcontractors. −GMP Exterior Improvements Architectural Progress Set. Dated September 12, 2025. Prepared by ARG/SGH. −Field Reports from site investigations and water testing provided by SGH. ALLOWANCES These allowances are included for items where there is currently insufficient information available. When sufficient information is made available, the actual cost will be substituted for each allowance by work order or change order. Allowance amounts are assumed to represent Contractor's cost. Senior Center. / 3 313 PLANT CONSTRUCTION COMPANY, L.P. City of Dublin Ext Repairs GMP Quotation #1 Rev 2 | 11.20.2025 21.Misc, repairs per moisture scan at Fire Station 16.$20,000 22.Waterproofing repairs associated with telecom at Fire Station 16.$5,000 23.Structural design allowance for telecom at Fire Station 16.$5,000 24.Siding repairs for The Wave Aquatic Center.$12,000 25.Rough carpentry repairs at Heritage Museum Bell Tower.$15,000 26.Rough carpentry repairs at Old St. Raymond Church Bell Tower.$15,000 27.Substructure termite repairs at Old St. Raymond South Elevation.$7,500 28.Flashing caps at wood projections at Kolb House.$5,000 29.Building Permit.$118,081 NOTES AND CLARIFICATIONS 1.Design Services of 10%, Lump Sum for General Requirements, Lump Sum for General Conditions, Design and Estimating Contingency of 4%, Construction Contingency of 5%, Building Permit Allowance of 1%, GC Liability Insurance of 1.6%, 0.5 % for Builder’s Risk and a Contractor’s fee of 5%. Includes required Bond. 2.Construction is expected to begin in January 2026 and be completed by October 2026. 3.This GMP Quotation is in advance of basis of design document and scope drawings and is based on progress drawings in development, field investigations and reports from SGH, meetings, and site walks. 4.Hazardous material testing has been accounted for in the Phase 1 Budget. 5.GC’s and GR’s are calculated and distributed throughout the 13 buildings in the project scope. 6.Repairs and/or replacement of any materials shall be ‘like-kind’ unless otherwise noted on the drawings. 7.Allowances for Heritage site repairs are based on quantified areas as indicated on the drawings. 8.The costs for General Conditions and General Requirements have been pro-rated between buildings (items B01 through B13 as represented in our summary) for accounting purposes only. As scope is finalized, we shall adjust the pro-rations as necessary. INCLUSIONS Civic Center Glazing: 07-60-00 Flashing & Sheet Metal 1.Furnish and install flashing at perimeter parapets. 2.Furnish and install flashing at copings above gutters. / 4 314 PLANT CONSTRUCTION COMPANY, L.P. City of Dublin Ext Repairs GMP Quotation #1 Rev 2 | 11.20.2025 08-40-00 Entries, Storefront, and Curtain Wall 1.New Storefront Systems – Install (12) new thermally broken storefront units with Low E IGU glass on the Southeast and West elevations with new aluminum custom painted sill flashing. 2.Refurbish Storefront Systems – Remove all bottom row existing glass, clean and reseal corners, replace fasteners as needed, reinstall existing glazing with new gaskets, barrier seal upper transom glazing, remove and reinstall backer rod and perimeter sealant, install new aluminum custom painted sill flashing above CMU openings. 3.Courtyard Storefront Systems – Remove all bottom row existing glass, clean and reseal corners, replace fasteners as needed, install new aluminum custom painted sill flashing. 12-20-00 Window Treatments 1.Furnish and install manual Mechoshades at perimeter windows. 2.Interior scaffold for procurement of work. 3. 20 & 14 gauge angle at specified locations. 4.Remove and replace ceiling tiles at locations. 5.Shorten soffits and miscellaneous patching at specified locations. 6. New caulking, backer rod and paint locations. 90-01-00 Allowances 1.Third party inspections for water testing at necessary locations. 2.Dublin Arts Center – overtime premium for work performed outside of normal working hours. Painting/Sealing: 01-50-00 Temporary Construction 1.Finish protection at roof above sloped glazing. 2.Finish protection at interior carpets where storefront work will occur. 3.Finish protection at exterior landscape. 4.Lift rental. 5.Portable restrooms and washing stations. 6.Temporary fencing. 07-11-50 Waterproofing 1. Finish protection as required. 2.Remove 100% of stone mortar joints, clean up the interior of the joints, install backer rod and sealant at joints. 3.CMU repairs including pressure washing, removal and replacement of 20% of mortar joints with color matched Type “N” mortar, remove 100% vertical expansion joints, and backer rod and seal, install 2 “wet-on-wet” coats of approved siloxane sealer. 4.Remove and reinstall metal panels to access flashing over sloped storefront. 5. Remove and replace 100% caulking at metal panels in place at courtyard. 6.Testing and mockups - allowance. 09-91-00 Painting 1.Clean, spot prime, and paint second story balcony stucco surfaces. 2.Clean, spot prime, and paint hollow metal doors. 3.Clean, spot prime, and paint metal parapet caps. / 5 315 PLANT CONSTRUCTION COMPANY, L.P. City of Dublin Ext Repairs GMP Quotation #1 Rev 2 | 11.20.2025 4.Clean, spot prime, and paint handrails and bollards. 5.Clean, spot prime and paint light fixtures (poles and bollard lights). 6.Clean, spot prime and paint flag poles. 7. Clean, spot prime and paint steel trellis. 10-14-00 Signage 1. Signage removal and reinstallation to allow for other scopes of work. 2.Civic Center Emblem/Seal restoration for (2) exterior locations – allowance. 32-88-00 Landscape and Irrigation 1.Landscaping, trimming, and repairs – allowance. Roofing/Gutters: 07-50-50 Roofing 1.Gutter replacement with new stainless steel gutters. 2.New PVC roofing at bike storage (approximately 461 sf). 3.New PVC roofing at maintenance and storage area (approximately 997 sf). 4.New PVC roofing at evidence storage (approximately 494 sf). 5.Gutter repair, membrane and downspout connections – allowance. 6.Install sloped plywood gutter substrate – allowance. 26-50-00 Lighting 1. Remove and reinstall existing exterior jellyfish light strips at coping. 2.Reinstall new raceways to each fixture including j-boxes and rewiring. Library Painting/Sealing: 09-91-00 Painting 1.Painting at hollow metal doors, frames, stucco, trim, columns, steel canopy, and downspouts. Repair: 01-50-00 Temporary Construction 1.Finish protection at TPO roofing. 2.Finish protection at rotunda entry. 3.Finish protection at exterior landscaping. 4.Debris Boxes. 5.Weather protection. 6.Temporary fencing. 01-54-23 Scaffolding 1.Stair tower for roof/gutter access. 07-11-50 Waterproofing 1.Remove and replace 100% existing mortar joints at stone wainscotting, replace with sealant or grout. 2.Stone veneer repointing - allowance. 3.Stone coping sealant replacement, approximately 4,880 LF. / 6 316 PLANT CONSTRUCTION COMPANY, L.P. City of Dublin Ext Repairs GMP Quotation #1 Rev 2 | 11.20.2025 4.Remove existing vertical joints, new backer rod and sealant joints at stucco, approximately 660 LF. 10-14-00 Signage 1. Signage removal and reinstallation - allowance. Roofing/Gutters: 07-50-50 Roofing 1.Gutter repair - allowance. 2.Gutter replacement with new stainless-steel gutters. 3.Remove and reinstall stone coping. 4.Install sloped plywood gutter substrate. 07-60-00 Flashing & Sheet Metal 1.Replace ridge fasteners with new gasketed fasteners at standing seam roofs. Clock Tower Repair: 01-50-00 Temporary Construction 1.Finish protection at landscaping and sidewalks. 2.Temporary fencing. 3.Debris boxes. 01-54-23 Scaffolding 1.Scaffolding for procurement of work. 04-01-10 Masonry Cleaning and Restoration 1. Removal and disposal of existing stone veneer. 2.Furnish and install new stone. 3.Remove existing gypsum board at existing stone veneer. 4. Mockups. 06-10-00 Rough Carpentry 1.Repair or reinforce light gauge framing, including additional backing required for new exterior envelope (assume 30%). 2.New ventilation openings framing (assume 6 total openings). 3.Furnish and install new densglass sheathing (approximately 3600 SF). 07-11-50 Waterproofing 1. New vapor barrier at substrate (approximately 3600 sf). 07-42-10 Exterior Wall Surfaces 1.Removal and disposal of all existing metal panels 2.Furnish and install new panels in-kind. / 7 317 PLANT CONSTRUCTION COMPANY, L.P. City of Dublin Ext Repairs GMP Quotation #1 Rev 2 | 11.20.2025 08-30-00 Special Doors 1.Remove existing access hatch and install new - allowance. 26-00-50 Electrical Systems 1.Remove and replace (e) service lights, provide new power and control wires. 2.Provide and install new clock system and lighting – include clock controller and clock hands. 32-30-00 Site Improvements 1.Landscape repairs and sprinkler system repair/replacement. 2. Sawcutting of Clock Tower hardscape. 3.Demo and off haul of existing hardscape (approximately 290 sf) 4.Demo and off haul of existing sidewalk (approximately 545 sf). 5.In-kind replacement of hardscape and sidewalk removed as required for clock tower work. 6.New embedded tile at concrete slab - allowance. 7.Regrade area around tower (approximately 835 SF). 90-01-00 Allowances 1.Structural design services – allowance. Senior Center Painting/Sealing: 09-91-00 Painting 1. Painting hollow metal doors, frames, stucco, eves, trim, and bollards. Repair: 01-50-00 Temporary Construction 1. Finish protection at exterior fascia repairs. 2. Finish roof protection at clerestory window. 3.Interior finish protection at raised clerestory window. 4.Debris box. 5.Weather protection. 6.Lift rental. 7.Portable restrooms and wash stations. 8.Temporary fencing. 9.Stair tower with ramp to roof center area. 04-01-10 Masonry Cleaning and Restoration 1.Remove stone at entry window for inspection of framing and substrate. 2.Remove and replace stone cladding at entry and NW corner – allowance. Roofing/Gutters: 06-10-00 Rough Carpentry 1.Repair dry rot at mechanical well walls (assume 10%, 4x8 plywood sheets). 2. Additional dry rot repairs at northwest elevation fascia. / 8 318 PLANT CONSTRUCTION COMPANY, L.P. City of Dublin Ext Repairs GMP Quotation #1 Rev 2 | 11.20.2025 07-50-50 Roofing 1.Remove, offhaul and replace TPO roofing system with new modified bitumen built- up roofing assembly. 2.Roof drain opening repairs. 3.Allowance for roof plywood repairs (remove and replace) at flat roofs (assume 10%, 4x8 plywood sheets). 08-30-00 Special Doors 1.Replace (2) access doors on mechanical screen walls. 2.Replace (2) roof hatch with thermally insulated hatches, raise roof hatch to establish 8” minimum flashing height. 08-50-00 Windows 1.Salvage and reinstall (6) existing clerestory windows, install flashing in clerestory openings and reinstall windows. Install backer rod and sealant around window perimeter. 08-60-00 Skylights 1. Raise skylight curbs, extend interior finishes. 2. Salvage and reinstall skylight. 23-00-50 HVAC 1.Removal of (3) refrigerator compressors and curbs. Fire Station 16 Painting/Sealing: 09-91-00 Painting 1.Paint hollow metal doors and frames, coiling door jamb, lintel, stucco, bollards, and trim. Repair: 01-50-00 Temporary Construction 1.Portable restrooms and wash stations. 08-50-00 Windows 1.Remove and replace perimeter sealant at all (22) clearstory windows. 2.Install new backer rod and sealant. 23-00-50 HVAC 1.Remove existing HVAC equipment, piping, controls, and ductwork and provide new. 2.Design drawings for permitting. 3. Testing, adjusting, and balancing. 4.Electrical disconnect/reconnect. 5. Crane mobilization for removal and reinstallation (assume 2 mobilizations) Roofing/Gutters: 06-10-00 Rough Carpentry 1.Anchorage for telecom equipment at roof – allowance. / 9 319 PLANT CONSTRUCTION COMPANY, L.P. City of Dublin Ext Repairs GMP Quotation #1 Rev 2 | 11.20.2025 07-50-50 Roofing 1.New silicone coating over existing roof. 2.Moisture testing of existing roof prior to new coating. 3.Roof repairs and patching per moisture test and scanning. 4.Safe-off, remove, and reinstall solar panels only for roofing scope. Existing stanchions, conduit, and inverter to remain. 5.Replacement of solar panels – allowance 6.Repairs and patching of roof per moisture and scanning – allowance. 7.Waterproofing repairs associated with telecom equipment scope – allowance. 8.Design allowance for structural roof anchorage and waterproofing assemblies for telecom equipment – allowance. Fire Station 17 Painting/Sealing: 01-50-00 Temporary Construction 1.Portable restrooms and wash stations. 09-91-00 Painting 1.Paint at hollow metal doors, frames, stucco, bollards, and trim. Fire Station 18 Painting/Sealing: 01-50-00 Temporary Construction 1.Portable restrooms and wash stations 09-91-00 Painting 1.Paint at hollow metal doors, frames, stucco, bollards, and trim. The Wave – Aquatic Center Painting/Sealing: 09-91-00 Painting 1.Paint at hm doors, frames, stucco, soffits, trim columns, structural steel, wood siding, downspouts, and exteriors. 2. New caulk joints at siding transitions to substrates. Repair 01-50-00 Temporary Construction 1.Finish protection at TPO roofing. 2.Finish protection at exterior hardscape. 3.Portable restrooms and wash stations. 4.Temporary fencing. 06-10-00 Rough Carpentry 1. Fascia repairs at locker rental structure. 2. Repairs to wood curved fascia of main Wave building. / 10 320 PLANT CONSTRUCTION COMPANY, L.P. City of Dublin Ext Repairs GMP Quotation #1 Rev 2 | 11.20.2025 3. Metal fascia repairs at pool storage building. 06-40-13 Exterior Architectural Work 1.Remove and dispose of existing fiber cement siding and building paper at locations where breakage is greater than 20% (approximately 10,700 SF). 2. Furnish and install vapor barrier (approximately 10,700 SF). 3. Furnish and install (N) cementitious siding (assume Hardie Cedar Mill). Siding repairs at areas with less than 20% breakage- allowance. 10-14-00 Signage 1.Signage removal and reinstallation of (2) signs at main building South elevation where painting and siding replacement will occur. 26-00-50 Electrical Systems 1.Remove and reinstall existing exterior fixtures for siding repairs and painting (approximately 40 light fixtures). Heritage Museum & School Building Hazardous Materials: 02-50-00 Hazardous Materials Remediation 1.Hazardous material remediation for lead paint at the Museum and School building. 2.Hazardous material remediation for lead paint at (3) accessory buildings. 3.Air monitoring. 4.Hazardous Material training/certifications. Painting/Sealing: 09-91-00 Painting 1.Painting at doors, frames, windows, shutters, stucco, wood siding, soffits, trims, columns, railings, stairs, and wood decks. 2.Heritage Museum Barn painting. 3.Heritage Museum Shed painting. Repair: 01-50-00 Temporary Construction 1.Finish protection at exterior landscape. 2.Finish protection at front entry stair. 3.Debris box. 4.Portable restrooms and wash stations. 5.Temporary fencing. 6.Lift rental. 06-10-00 Rough Carpentry 1.Repair damaged wood siding as noted in the architectural drawings. 2.Repair front entry stair as noted in the architectural drawings. 3.Repair front entry landing as noted in the architectural drawings. 4.Repairs at back stair treads, risers, and landing as noted in the architectural drawings. / 11 321 PLANT CONSTRUCTION COMPANY, L.P. City of Dublin Ext Repairs GMP Quotation #1 Rev 2 | 11.20.2025 5.Repair at front stair treads, risers, and landing (approx. 40 lf) as noted in the architectural drawings. 6.Repairs at ceiling boards at front stairs (approx. 30 sf) as noted in the architectural drawings. 7.Repair fascia board as noted in the architectural drawings. 8.Repairs at corner boards as noted in the architectural drawings. 9.Repairs at front wood columns as noted in the architectural drawings. 10.Soffit repairs (approx. 10%) as noted in the architectural drawings. 11.Step flashing at bell tower. 12.Additional allowance for bell tower repairs as necessary. 13. Removal and reinstallation of foundation metal vents and metal grills at windows. 14.Heritage Museum Barn wood siding repairs. 15.Heritage Museum Barn repairs at corner boards. 16.Heritage Museum Barn fascia repairs. 17.Heritage Museum Barn sheathing and plywood repairs. 18.Heritage Museum Barn repairs at sliding door. 19. Site staffing for Heritage Site. 08-50-00 Windows 1.(12) Single hung wood window repairs including protection, epoxy repairs and operation repairs. 2.Screen restoration. 3.Apply WoodEpox consolidating agent as needed. Roofing/Gutters: 07-50-50 Roofing 1.Remove and replace asphalt shingle roofing at Museum and School building. 2.Gutter and downspout replacement in-kind. No trenching. 3.New asphalt shingle roofing at storage building. 4.New asphalt shingle roofing at barn building. Old St. Raymond’s Church Hazardous Materials: 02-50-00 Hazardous Material Remediation 1.Hazardous Material Remediation includes removal of asbestos roofing at bell tower roof and lead paint abatement to include scaping and capturing loose paint and disposal. 2.Air monitoring (required). Painting/Sealing: 09-91-00 Painting 1.Painting at doors, frames, windows, shutters, stucco, wood siding, soffits, trim, columns, railings, stairs, and wood decks. / 12 322 PLANT CONSTRUCTION COMPANY, L.P. City of Dublin Ext Repairs GMP Quotation #1 Rev 2 | 11.20.2025 Repair: 01-50-00 Temporary Construction 1.Finish protection at exterior landscaping. 2.Weather protection. 3.Lift rental. 4.Temporary fencing. 01-54-23 Scaffolding 1.Scaffolding for church tower access. 06-10-00 Rough Carpentry 1.Repairs to roof sheathing sheets as required (assume 10%). 2.Repairs at wooden eaves and soffits as noted in the architectural drawings. 3.Replace wood fascia boards (assume 75%) as noted in the architectural drawings. 4.Replace (3) wood board steps and risers at back stairs as noted in the architectural drawings. 5.Repair wood siding as noted in the architectural drawings. 6.Replace and repair corner boards at specified locations as noted in the architectural drawings. 7.Repair front stairs as noted in the architectural drawings. 8.Step flashing at bell tower and lower roof as noted in the architectural drawings. 9.Repair woodpecker damage at west elevation as noted in the architectural drawings. 10.Additional allowance for bell tower repairs. 11.Remove siding at the south elevation to inspect for termite damage (approximately 300 SF). 12.Remove 3/8” plywood and install new at south elevation (approximately 300 SF) 13.Substructure termite repairs at south elevation - allowance. 08-50-00 Windows 1.(8) Window repairs, shutters, and repairs at front elevation window. 2.Miscellaneous epoxy repairs. Roofing/Gutters 07-50-50 Roofing 1.Remove and replace asphalt shingle roofing. 2.New PVC low slope roofing at Bell Tower. Kolb House Hazardous Materials: 02-50-00 Hazardous Material Remediation 1.Hazardous Material Remediation includes lead paint abatement to include scraping and capturing loose paint and disposal. 2.Air monitoring (required). / 13 323 PLANT CONSTRUCTION COMPANY, L.P. City of Dublin Ext Repairs GMP Quotation #1 Rev 2 | 11.20.2025 Painting/Sealing: 09-91-00 Painting 1.Painting at doors, frames, windows, shutters, stucco, wood siding, soffits, trim, columns, railings, stairs, and wood decks. Repair: 01-50-00 Temporary Construction 1.Finish protection at exterior landscaping. 2.Weather protection. 3.Lift rental. 4.Temporary fencing. 04-01-10 Masonry Cleaning and Restoration 1. Brick repointing. 06-10-00 Rough Carpentry 1.Repairs to wood columns and brackets as noted in the architectural drawings. 2.Repairs at corner board specified locations as noted in the architectural drawings. 3.Repairs at fascia boards as noted in the architectural drawings. 4.Repairs at wood foundation vents as noted in the architectural drawings. 5.Replace treads and risers at south stairs as noted in the architectural drawings. 6.Replace treads and risers at front entry stairs as noted in the architectural drawings. 7.Replace/repair front decking as noted in the architectural drawings. 8. Siding repairs as noted in the architectural drawings. 08-50-00 Windows 1.Wood single hung window restorations (13) windows. 2.Wood casement window restorations (11) windows. Roofing/Gutters: 07-60-50 Flashing & Sheet Metal 1.Furnish and install new GSM Gutters and downspouts and strip-in waterproofing. 2.Allowance for new flashing caps at wood projections where necessary. 32-30-00 Site Improvements 1.Trenching and connection of downspout lines to storm drain and in-kind landscape repairs. Sunday School Barn Repair: 01-50-00 Temporary Construction 1.Lift rental. 2.Temporary fencing. 06-10-00 Rough Carpentry 1.Repairs at treads. 2.Exterior siding repairs at West elevation. / 14 324 PLANT CONSTRUCTION COMPANY, L.P. City of Dublin Ext Repairs GMP Quotation #1 Rev 2 | 11.2.20.025 Roofing/Gutters: 07-60-00 Flashing & Sheet Metal 1.Furnish and install new GSM Gutters and downspouts and strip-in waterproofing. 32-30-00 Site Improvements 1.Trenching and connection of downspout lines to storm drain and in-kind landscape repairs. Small Kolb House (Kolb House Restrooms) Hazardous Materials: 02-50-00 Hazardous Material Remediation 1.Hazardous Material Remediation includes lead paint abatement to include scraping and capturing loose paint and disposal. 2.Air monitoring (required). 09-91-00 Painting 1.Painting at doors, frames, windows, shutters, stucco, wood siding, soffits, trim, columns, railings, stairs, and wood decks. Repair: 01-50-00 Temporary Construction 1.Temporary fencing. 06-10-00 Rough Carpentry 1.Repair stairs and landing as noted in the architectural drawings. 2.Replace/repair corner boards as noted in the architectural drawings. 3.Repairs at wooden stair deck as noted in the architectural drawings. 4. Siding repairs at exterior as noted in the architectural drawings. 08-50-00 Windows 1.Removal and replacement of veneer panels and substrate at exterior wood double door. 2.Window repairs at (1) wood double-hung window. EXCLUSIONS 1.Tariff impacts. 2. Evaluate existing standing seam roofs at all locations. 3.Alterations to the existing building core spaces. 4.Accessibility modifications including existing bathrooms, elevators, exiting, doors, door hardware, etc. 5.Tenant work. 6.Arborist and landscaping consultant. 7. Relocation of any existing below grade utilities or building systems. 8.Completion of any work on an overtime basis unless the necessity for accelerating the schedule is the contractor’s responsibility. / 15 325 PLANT CONSTRUCTION COMPANY, L.P. City of Dublin Ext Repairs GMP Quotation #1 Rev 2 | 11.20.2025 9.Architectural, engineering or other consultants’ fees unless otherwise noted above. 10.Mechanical design fees. 11.Electrical design fees. 12.Cost of insurance over the Plant Construction Company, L.P. standard insurance. 13.Project specific insurance. 14. Builder’s Risk, earthquake and flood . This is a Guaranteed Maximum Price Quotation and is based on the performance of the work at this time. If you wish us to proceed, please sign and return one copy of this quotation. Upon receipt, we will issue a work order. Cc: Naomi Miroglio, ARG Alice Valania, ARG Matthew Worster, SGH Greg Bonderud, PCCLP Chris Rivielle, PCCLP Kelly Stockton, PCCLP Jeff VanDeWyngaerde, PCCLP PLANT CONSTRUCTION COMPANY, L.P. By _______________________________________________ Phillip Aguilar, As Agent / 16 326 2 Quotation Cost Breakdown − Summary − Detail / 17 327 Plant Construction Company, L.P.2025050 City of Dublin Exterior Repairs Backup Estimate Phase 2 Project # 2025050 Quotation #1 - GMP description quantity unit cost total Grand Total Amount B01 Civic Center 3,042,103 4,863,395B01 Civic Center B02 Library 601,365 961,400B02 Library B03 Clock Tower 958,093 1,531,699B03 Clock Tower B04 Senior Center 576,295 921,320B04 Senior Center B05 Fire Station 16 395,838 632,824B05 Fire Station 16 B06 Fire Station 17 55,476 88,689B06 Fire Station 17 B07 Fire Station 18 55,476 88,689B07 Fire Station 18 B08 Wave 762,017 1,218,233B08 Wave B09 Heritage Museum & School Building 660,027 1,055,182B09 Heritage Museum & School Building B10 Old St Raymond Church 452,564 723,512B10 Old St Raymond Church B11 Kolb House 320,837 512,920B11 Kolb House B12 Sunday School Barn 115,932 185,340B12 Sunday School Barn B13 Kolb House Restrooms 59,844 95,673B13 Kolb House Restrooms description rate amount grand total Raw Cost of Work 8,055,869 8,055,869 Design Services 10.000 %805,587 General Requirements 564,732 General Conditions 1,387,071 Design & Estimating Contingency 4.000 %432,530 Construction Contingency 5.000 %562,289 Building Permit Allowance 1.000 %118,081 GC Liability Insurance 1.600 %206,062 Builders Risk Insurance 0.500 %64,394 Contractor's Fee 5.000 %609,831 Gen.Contractor's Bond 72,430 Total 12,878,876 / 18 328 Plant Construction Company, L.P.2025050 City of Dublin Exterior Repairs Backup Estimate Phase 2 Project # 2025050 Quotation #1 - GMP description quantity unit cost total B01 Civic CenterB01 Civic Center Glazing Glazing 07-60-00 Flashing and Sheet Metal07-60-00 Flashing and Sheet Metal Furnish and install flashing at perimeter parapets 1 bid 95,174.00 95,174 Furnish and install flashing at copings above gutters 1 bid 83,536.00 83,536 Flashing and Sheet Metal 178,710 08-40-00 Entrances, Storefronts, and Curtain Walls08-40-00 Entrances, Storefronts, and Curtain Walls Storefront Systems - Install new and refurbish existing systems per discussions with City.1 bid 1,347,600.00 1,347,600 Entrances, Storefronts, and Curtain Walls 1,347,600 12-20-00 Window Treatments12-20-00 Window Treatments Furnish and install manual Mechoshades at perimeter windows 1 bid 23,742.00 23,742 Interior scaffold for procurement of work 1 bid 1,800.00 1,800 20 gauge angle 250 lf 60.00 15,000 14 gauge angle 250 lf 70.00 17,500 Remove and replace ceiling tile at locations 1 bid 14,979.00 14,979 Shorten soffits and miscellaneous patching 1 bid 11,000.00 11,000 New caulking, backer rod and paint at locations 1 bid 7,000.00 7,000 Window Treatments 91,021 90-01-00 Allowances90-01-00 Allowances Third-party inspections for water testing 1 allw 35,000.00 35,000 Dublin Arts Center - overtime premium 1 allw 35,000.00 35,000 Allowances 70,000 Glazing 1,687,331 Painting/Sealing Painting/Sealing 01-50-00 Temporary Construction01-50-00 Temporary Construction Finish protection at roof above sloped glazing 1,000 sf 10.94 10,944 Finish protection at interior carpet where storefront repairs occur.1,000 sf 6.43 6,432 Finish protection at exterior landscaping 800 sf 3.96 3,168 Finish protection at roof above sloped glazing - arts center 800 sf 7.14 5,712 Finish protection at interior carpet - arts center 800 sf 7.14 5,712 Gradeall lift rental 8 mon 2,423.00 19,384 Portable restrooms + wash stations 1 bid 2,926.00 2,926 Temporary fencing (includes privacy screen and weights)1 bid 2,946.00 2,946 Temporary Construction 57,224 07-11-50 Waterproofing07-11-50 Waterproofing Mobilization, protection as required 1 bid 23,680.00 23,680 Remove 100% of stone mortar joints, clean up interior of joints, install backer rod and sealant joints 1 bid 347,750.00 347,750 Pressure wash, R&R CMU, 20% of mortar joints, 100% of expansion joints, backer rod and sealant. 1 bid 110,100.00 110,100 Remove 100% of stone parapet caps sealant joints 1 bid 88,160.00 88,160 Remove and reinstall metal panels to access flashing over sloped storefront.1 bid 140,000.00 140,000 Remove and replace caulking at panels in place at courtyard 1 bid 60,000.00 60,000 Testing and mock ups 1 allw 55,520.00 55,520 / 19 329 Plant Construction Company, L.P.2025050 City of Dublin Exterior Repairs Backup Estimate Phase 2 Project # 2025050 Quotation #1 - GMP description quantity unit cost total Waterproofing 825,210 09-91-00 Painting09-91-00 Painting Clean, spot prime and paint the second story balcony, hollow metal doors 1 bid 11,500.00 11,500 Clean, spot prime and paint metal parapet cap 1 bid 10,460.00 10,460 Clean, spot prime and paint handrails and bollards 1 bid 4,200.00 4,200 Clean, spot prime and paint light fixtures (poles and bollard lights)1 bid 6,100.00 6,100 Clean, spot prime and paint flag poles 1 bid 5,200.00 5,200 Clean, spot prime and paint steel trellis 1 bid 29,000.00 29,000 Painting 66,460 10-14-00 Signage10-14-00 Signage Signage removal and reinstallation 1 bid 3,916.00 3,916 Civic Center Emblem/Seal restoration (2 ea) - allowance 2 loc 2,500.00 5,000 Signage 8,916 32-88-00 Landscaping and Irrigation32-88-00 Landscaping and Irrigation Landscaping, triming and repairs - allowance 1 allw 15,000.00 15,000 Landscaping and Irrigation 15,000 Painting/Sealing 972,810 Roofing/Gutters Roofing/Gutters 07-50-50 Roofing07-50-50 Roofing Gutter replacement with new stainless steel gutters.1 bid 54,242.00 54,242 New PVC roofing at bike storage (approximately 461 sf)1 bid 14,403.00 14,403 New PVC roofing at maintenance and storage area (approximately 997 sf)1 bid 28,164.00 28,164 New PVC roofing at evidence storage (approximately 494 sf)1 bid 15,841.00 15,841 Gutter repair, membrane and downspout connections - allowance 1 allw 50,000.00 50,000 Install sloped plywood gutter substrate - allowance 1 allw 100,000.00 100,000 Roofing 262,650 26-50-00 Lighting26-50-00 Lighting Remove existing roof line LED lights at roof stone cap and reinstall 1 bid 91,655.00 91,655 Reinstall new raceways to each fixture including j-boxes and rewiring 1 bid 27,657.00 27,657 Lighting 119,312 Roofing/Gutters 381,962 B01 Civic Center 3,042,103 B02 LibraryB02 Library Painting/Sealing Painting/Sealing 09-91-00 Painting09-91-00 Painting Paint at hm doors, frames, stucco, trim, columns, steel canopy, and downspouts 1 bid 65,000.00 65,000 Painting 65,000 Painting/Sealing 65,000 Repair Repair / 20 330 Plant Construction Company, L.P.2025050 City of Dublin Exterior Repairs Backup Estimate Phase 2 Project # 2025050 Quotation #1 - GMP description quantity unit cost total 01-50-00 Temporary Construction01-50-00 Temporary Construction Finish protection at TPO roofing 1,600 sf 4.02 6,432 Finish protection at rotunda entry 1,000 sf 6.01 6,012 Finish protection at exterior landscaping 2,000 sf 4.58 9,168 Debris box 1 ea 1,500.00 1,500 Weather protection 1 allw 10,000.00 10,000 Temporary fencing (includes weights)1 bid 662.00 662 Temporary Construction 33,774 01-54-23 Scaffolding01-54-23 Scaffolding Scaffold stair tower for roof access (includes 1st 30 days)1 bid 8,178.00 8,178 Stair tower for roof/gutter access monthly rental 2 mon 448.00 896 Scaffolding 9,074 07-11-50 Waterproofing07-11-50 Waterproofing Remove and replace 100% of (E) mortar joints at stone wainscotting and replace with sealant or grout. 1 bid 10,255.00 10,255 Stone veneer repointing - allowance 1 allw 5,000.00 5,000 Stone coping sealant replacement (assumes 4880 lf)1 bid 89,460.00 89,460 Remove (E) vertical joints at stucco, install new backer rod and sealant joints (assumes 660 lf) 1 bid 11,180.00 11,180 Waterproofing 115,895 10-14-00 Signage10-14-00 Signage Signage removal and reinstallation 1 allw 5,068.00 5,068 Signage 5,068 Repair 163,811 Roofing/Gutters Roofing/Gutters 07-50-50 Roofing07-50-50 Roofing Gutter repair allowance 1 allw 25,000.00 25,000 Gutter replacement with new stainless steel gutters.1 bid 92,674.00 92,674 Remove and reinstall stone coping 1 bid 152,895.00 152,895 Install sloped plywood gutter substrate 1 bid 98,740.00 98,740 Roofing 369,309 07-60-00 Flashing and Sheet Metal07-60-00 Flashing and Sheet Metal Replace ridge fasteners with new gasketed fasteners at standing seam roofs 1 bid 3,245.00 3,245 Flashing and Sheet Metal 3,245 Roofing/Gutters 372,554 B02 Library 601,365 B03 Clock TowerB03 Clock Tower Repair Repair 01-50-00 Temporary Construction01-50-00 Temporary Construction Finish protection at landscaping and sidewalk 320 sf 5.40 1,728 Temporary fencing (includes privacy screen and weights)1 bid 2,051.00 2,051 / 21 331 Plant Construction Company, L.P.2025050 City of Dublin Exterior Repairs Backup Estimate Phase 2 Project # 2025050 Quotation #1 - GMP description quantity unit cost total 01-50-00 Temporary Construction01-50-00 Temporary Construction Debris boxes 3 ea 1,500.00 4,500 Temporary Construction 8,279 01-54-23 Scaffolding01-54-23 Scaffolding Scaffolding bid (includes 1st 30 days)1 bid 23,555.00 23,555 Scaffolding monthly rental 1 mon 800.00 800 Scaffolding 24,355 04-01-10 Masonry Cleaning and Restoration04-01-10 Masonry Cleaning and Restoration Remove and dispose of existing stone veneer 1 bid 39,675.00 39,675 New stone installation 1 bid 165,000.00 165,000 Remove existing gyp board at stone veneer 2,400 sf 8.46 20,299 Furnishing new stone 1 bid 129,620.00 129,620 Mock ups 1 bid 10,530.00 10,530 Masonry Cleaning and Restoration 365,124 06-10-00 Rough Carpentry06-10-00 Rough Carpentry Repair or reinforce light gauge framing, including additional framing required for new ext. envelope (assume 30%) 1 loc 69,480.00 69,480 New ventilation openings framing (assume 6 openings)4 loc 1,071.00 4,284 New densglass sheathing (approximately (3600 sf)75 ea 511.20 38,340 Rough Carpentry 112,104 07-11-50 Waterproofing07-11-50 Waterproofing Install new vapor barrier at substrate (approx 3600 sf)1 bid 18,400.00 18,400 Waterproofing 18,400 07-42-10 Exterior Wall Surfaces07-42-10 Exterior Wall Surfaces Removal and disposal of all metal panels 60 ea 639.10 38,346 Furnish and install new metal panels in-kind.1 bid 98,720.00 98,720 Exterior Wall Surfaces 137,066 08-30-00 Special Doors08-30-00 Special Doors Remove existing access hatch and install new - allowance 1 allw 7,500.00 7,500 Special Doors 7,500 26-00-50 Electrical Systems26-00-50 Electrical Systems Remove and replace (E) service lights, provide new power and control wires 1 bid 82,110.00 82,110 Provide and install new clock system and lighting - include clock controller and clock hands 1 bid 52,555.00 52,555 Electrical Systems 134,665 32-30-00 Site Improvements32-30-00 Site Improvements Landscape repairs and sprinkler system repair/replacement 1 bid 22,500.00 22,500 Sawcutting of tower hardscape 1 bid 4,500.00 4,500 Demo and offhaul for existing hardscape - 290sf 1 bid 5,500.00 5,500 Demo and offhaul for existing sidewalk - 545sf 1 bid 6,800.00 6,800 Fine grading around tower as required - 835sf 1 bid 5,500.00 5,500 In-kind replacement of concrete hardscape and sidewalk removed as required 1 bid 50,800.00 50,800 / 22 332 Plant Construction Company, L.P.2025050 City of Dublin Exterior Repairs Backup Estimate Phase 2 Project # 2025050 Quotation #1 - GMP description quantity unit cost total 32-30-00 Site Improvements32-30-00 Site Improvements New embeded tile at concrete slab (material only)1 allw 10,000.00 10,000 Site Improvements 105,600 90-01-00 Allowances90-01-00 Allowances Structural design services - allowance 1 allw 45,000.00 45,000 Allowances 45,000 Repair 958,093 B03 Clock Tower 958,093 B04 Senior CenterB04 Senior Center Painting/Sealing Painting/Sealing 09-91-00 Painting09-91-00 Painting Paint at hm doors, frames, stucco, eves, trim and bollards 1 bid 65,000.00 65,000 Painting 65,000 Painting/Sealing 65,000 Repair Repair 01-50-00 Temporary Construction01-50-00 Temporary Construction Finish protection at exterior fascia repairs 1,280 sf 8.55 10,944 Finish roof protection at interior clerestory window 400 sf 7.14 2,856 Interior finish protection at raised clerestory window 160 sf 17.10 2,736 Debris box 1 ea 1,500.00 1,500 Weather protection 1 bid 20,000.00 20,000 Gradeall lift rental 2 mon 2,500.00 5,000 Portable restrooms + wash stations 1 bid 826.10 826 Temporary fencing (includes weights)1 bid 996.00 996 Stairtower with ramp to roof center area (includes 1st 30 days)1 bid 20,695.00 20,695 Stairtower monthly rental 1 mon 760.00 760 Temporary Construction 66,313 04-01-10 Masonry Cleaning and Restoration04-01-10 Masonry Cleaning and Restoration Remove stone at entry window for inspection of framing and substrate 1 bid 1,825.00 1,825 Remove and replace loose stone cladding at entry and NW corner - allowance 1 allw 18,230.00 18,230 Masonry Cleaning and Restoration 20,055 Repair 86,368 Roofing/Gutters Roofing/Gutters 06-10-00 Rough Carpentry06-10-00 Rough Carpentry Repair dry rot at mechanical well walls (assume 10%, 4x8 plywood sheets)360 sf 22.30 8,028 Additional dry rot repairs at fascia at Northwest elevation 1 loc 7,893.00 7,893 Rough Carpentry 15,921 07-50-50 Roofing07-50-50 Roofing Remove, offhaul and replace TPO roofing system with new modified bitumem built-up roofing - no insulation 1 bid 308,690.00 308,690 / 23 333 Plant Construction Company, L.P.2025050 City of Dublin Exterior Repairs Backup Estimate Phase 2 Project # 2025050 Quotation #1 - GMP description quantity unit cost total 07-50-50 Roofing07-50-50 Roofing Repair roof drain openings 12 ea 650.00 7,800 Roof plywood repairs (remove and replace) at flat roofs (assumes 10%, 4x8 plywood sheets) - allowance 16 ea 1,000.00 16,000 Roofing 332,490 08-30-00 Special Doors08-30-00 Special Doors Replace (2) access doors on mechanical screen walls 2 ea 4,506.00 9,012 Replace (2) roof hatch with thermally insulated hatches, raise roof hatch to establish 8" min flashing height 2 ea 6,762.00 13,524 Special Doors 22,536 08-50-00 Windows08-50-00 Windows Salvage and reinstall (E) clerestory windows, install backer rod and perimeter sealant 6 loc 1,100.00 6,600 Windows 6,600 08-60-00 Skylights08-60-00 Skylights Raise skylight curbs, extend interior finishes 1 loc 28,330.00 28,330 Salvage and reinstall skylight 1 loc 12,600.00 12,600 Skylights 40,930 23-00-50 HVAC23-00-50 HVAC Remove (3) refrigerator compressor and curbs 3 ea 2,150.00 6,450 HVAC 6,450 Roofing/Gutters 424,927 B04 Senior Center 576,295 B05 Fire Station 16B05 Fire Station 16 Painting/Sealing Painting/Sealing 09-91-00 Painting09-91-00 Painting Exterior paint at hollow metal doors and frames, coiling door jambs, lintels, stucco, bollards and trim 1 bid 36,000.00 36,000 Painting 36,000 Painting/Sealing 36,000 Repair Repair 01-50-00 Temporary Construction01-50-00 Temporary Construction Portable restrooms + wash stations 1 bid 826.00 826 Temporary Construction 826 08-50-00 Windows08-50-00 Windows Remove and replace perimeter sealant at (22) clerestory windows, install new backer rod and sealant 1 bid 12,600.00 12,600 Windows 12,600 23-00-50 HVAC23-00-50 HVAC Remove existing HVAC equipment and provide new HVAC 1 bid 130,130.00 130,130 / 24 334 Plant Construction Company, L.P.2025050 City of Dublin Exterior Repairs Backup Estimate Phase 2 Project # 2025050 Quotation #1 - GMP description quantity unit cost total 23-00-50 HVAC23-00-50 HVAC Design drawings for permitting 1 allw 6,250.00 6,250 Testing, adjusting, and balancing 1 bid 4,600.00 4,600 Electrical disconnect/reconnect 1 bid 5,400.00 5,400 Crane mobilization for removal and installation of new HVAC (assume 2 mobilizations)2 ea 10,000.00 20,000 HVAC 166,380 Repair 179,806 Roofing/Gutters Roofing/Gutters 06-10-00 Rough Carpentry06-10-00 Rough Carpentry Anchorage for telecom equipment at roof - allowance 1 allw 15,000.00 15,000 Rough Carpentry 15,000 07-50-50 Roofing07-50-50 Roofing New silicone coating over existing roof 1 bid 57,636.00 57,636 Safe-off, remove, and reinstall solar panels for roofing scope (conduit and inverter to remain) 1 bid 54,896.00 54,896 Replacement of solar panels (if required)1 allw 7,500.00 7,500 Moisture testing and scanning of existing roof prior to new coating 1 allw 15,000.00 15,000 Miscellaenous repairs and patching of roof per moisture test and scanning 1 allw 20,000.00 20,000 Waterproofing repairs associated with telecom equipment scope 1 allw 5,000.00 5,000 Design allowance for structural roof anchorage and waterproofing assemblies for telecom equipment 1 allw 5,000.00 5,000 Roofing 165,032 Roofing/Gutters 180,032 B05 Fire Station 16 395,838 B06 Fire Station 17B06 Fire Station 17 Painting/Sealing Painting/Sealing 01-50-00 Temporary Construction01-50-00 Temporary Construction Portable restrooms + wash stations 1 bid 476.00 476 Temporary Construction 476 09-91-00 Painting09-91-00 Painting Paint at hollow metal doors, frames, stucco, bollards, and trim 1 bid 55,000.00 55,000 Painting 55,000 Painting/Sealing 55,476 B06 Fire Station 17 55,476 B07 Fire Station 18B07 Fire Station 18 Painting/Sealing Painting/Sealing 01-50-00 Temporary Construction01-50-00 Temporary Construction Portable restrooms + wash stations 1 bid 476.00 476 Temporary Construction 476 / 25 335 Plant Construction Company, L.P.2025050 City of Dublin Exterior Repairs Backup Estimate Phase 2 Project # 2025050 Quotation #1 - GMP description quantity unit cost total 09-91-00 Painting09-91-00 Painting Paint at hollow metal doors, frames, stucco, bollards, and trim 1 bid 55,000.00 55,000 Painting 55,000 Painting/Sealing 55,476 B07 Fire Station 18 55,476 B08 WaveB08 Wave Painting/Sealing Painting/Sealing 09-91-00 Painting09-91-00 Painting Paint at hm doors, frames, stucco, soffits, trim columns, structural steel, wood siding, downspouts, exteriors 1 bid 116,400.00 116,400 Caulk joints at siding transitions 1 bid 6,000.00 6,000 Painting 122,400 Painting/Sealing 122,400 Repair Repair 01-50-00 Temporary Construction01-50-00 Temporary Construction Finish protection at TPO roofing 1,280 sf 7.16 9,167 Finish protection at exterior hardscape 1,600 sf 4.70 7,512 Portable restrooms + wash stations 1 bid 1,176.00 1,176 Temporary fencing (includes weights)1 bid 996.00 996 Temporary Construction 18,851 06-10-00 Rough Carpentry06-10-00 Rough Carpentry Fascia repairs at locker rental 40 lf 122.10 4,884 Repairs to wood curved fascia of main Wave building 40 lf 617.50 24,700 Pool storage building repairs at metal fascia 1 bid 26,911.00 26,911 Rough Carpentry 56,495 06-40-13 Exterior Architectural Woodwork06-40-13 Exterior Architectural Woodwork Remove and replace fiber cement siding, remove building paper, install vapor barrier (approx 10,700 sf) 1 bid 491,774.00 491,774 Siding repairs at area with less than 20% breakage 1 allw 12,000.00 12,000 Exterior Architectural Woodwork 503,774 10-14-00 Signage10-14-00 Signage Signage removal and reinstallation of (2) signs at main building South elevation where siding repairs occur. 1 bid 7,597.00 7,597 Signage 7,597 26-00-50 Electrical Systems26-00-50 Electrical Systems Remove, salvage and reinstall (40) existing exterior fixtures for siding repairs 1 bid 52,900.00 52,900 Electrical Systems 52,900 Repair 639,617 / 26 336 Plant Construction Company, L.P.2025050 City of Dublin Exterior Repairs Backup Estimate Phase 2 Project # 2025050 Quotation #1 - GMP description quantity unit cost total B08 Wave 762,017 B09 Heritage Museum & School BuildingB09 Heritage Museum & School Building HAZMAT HAZMAT 02-50-00 Hazardous Materials Remediation02-50-00 Hazardous Materials Remediation Hazardous materials remediation - Museum/School building - lead paint 1 bid 34,000.00 34,000 Hazardous materials remediation for (3) accessory buildings - lead paint 1 bid 10,389.00 10,389 Air Monitoring Services for Heritage Museum (required)1 loc 1,375.00 1,375 Hazmat training/certification for work at Heritage site 2 ea 2,500.00 5,000 Hazardous Materials Remediation 50,764 HAZMAT 50,764 Painting/Sealing Painting/Sealing 09-91-00 Painting09-91-00 Painting Paint at doors, frames, windows, shutters, stucco, wood siding, soffits, trim, columns, railings, stairs, wood decks 1 bid 70,080.00 70,080 Heritage Museum - Barn Painting 1 bid 6,000.00 6,000 Heritage Museum - Shed Painting 1 bid 6,000.00 6,000 Painting 82,080 Painting/Sealing 82,080 Repair Repair 01-50-00 Temporary Construction01-50-00 Temporary Construction Finish protection at exterior landscape 1,500 sf 3.00 4,506 Finish protection at front entry stair 80 lf 10.05 804 Debris box 1 ea 1,500.00 1,500 Portable restrooms + wash stations 1 bid 2,226.00 2,226 Temporary fencing for laydown area, Museum and Accessory Buildings (includes privacy screen weights) 1 bid 3,831.00 3,831 Gradeall lift rental 6 wk 1,100.00 6,600 Temporary Construction 19,467 06-10-00 Rough Carpentry06-10-00 Rough Carpentry Repair damaged wood siding as noted in architectural drawings 96 lf 501.25 48,120 Repair front entry stair as noted in architectural drawings 1 loc 6,762.00 6,762 Repair front entry landing as noted in architectural drawings 40 lf 63.90 2,556 Rebuild back stairs, treads, risers and landing as noted in architectural drawings 1 loc 7,893.00 7,893 Repair front stair treads, risers, and landing as noted in architectural drawings (approx 40 lf) 3 loc 3,734.00 11,202 Repair ceiling boards at front stair ceiling as noted in architectural drawings (approx 30 sf)1 loc 3,156.00 3,156 Repair fascia boards as noted in architectural drawings (approx 10%)30 lf 202.40 6,072 Replace / repair corner boards as noted in architectural drawings 12 ea 657.00 7,884 Repair front wood column top & bottom and add epoxy wood filler as noted in architectural drawings 1 loc 3,834.00 3,834 Repair soffit as noted in architectural drawings 33 lf 307.56 10,149 Step flashing at bell tower 70 lf 139.63 9,774 Repair bell tower - allowance 1 allw 15,000.00 15,000 Remove and reinstall foundation metal vents 22 ea 288.82 6,354 / 27 337 Plant Construction Company, L.P.2025050 City of Dublin Exterior Repairs Backup Estimate Phase 2 Project # 2025050 Quotation #1 - GMP description quantity unit cost total 06-10-00 Rough Carpentry06-10-00 Rough Carpentry Remove and reinstall metal grills @ clearstory windows 7 ea 655.28 4,587 Heritage Museum Barn - repair wood siding 134 sf 58.90 7,893 Heritage Museum Barn - Repair/replace corner boards 80 lf 53.55 4,284 Heritage Museum Barn - Repair fascia boards 64 lf 64.59 4,134 Heritage Museum Barn - Overlay skip sheathing and 1/2" plywood 900 sf 7.01 6,312 Heritage Museum Barn - Remove repair rolling door, remove and replace 3 bottom siding boards 1 ea 4,887.00 4,887 Carpenter Foreman (entire Heritage Site)15 wks 6,440.00 96,600 Laborer (entire Heritage Site)15 wks 4,660.00 69,900 Rough Carpentry 337,353 08-50-00 Windows08-50-00 Windows Single hung wood window repairs - include protection, epoxy repairs, and operation repairs. 12 ea 1,500.00 18,000 Screen restoration 1 bid 15,000.00 15,000 Windows 33,000 Repair 389,820 Roofing/Gutters Roofing/Gutters 07-50-50 Roofing07-50-50 Roofing Remove and replace asphalt shingle roofing and gutter replacement in-kind 1 bid 119,763.00 119,763 Heritage Museum Storage Building - remove and replace shingle roofing 1 bid 8,800.00 8,800 Heritage Museum Barn Building - remove and replace shingle roofing 1 bid 8,800.00 8,800 Roofing 137,363 Roofing/Gutters 137,363 B09 Heritage Museum & School Building 660,027 B10 Old St Raymond ChurchB10 Old St Raymond Church HAZMAT HAZMAT 02-50-00 Hazardous Materials Remediation02-50-00 Hazardous Materials Remediation Hazardous Material Remediation - asbestos 1 bid 2,545.00 2,545 Hazardous Material Remediation - lead paint 1 bid 46,600.00 46,600 Air Monitoring Services for Old St. Raymond's Church (required)1 loc 1,375.00 1,375 Hazardous Materials Remediation 50,520 HAZMAT 50,520 Painting/Sealing Painting/Sealing 09-91-00 Painting09-91-00 Painting Paint at doors, frames, windows, shutters, stucco, wood siding, soffits, trim, columns, railings, stairs, wood decks 1 bid 78,805.00 78,805 Painting 78,805 Painting/Sealing 78,805 Repair Repair / 28 338 Plant Construction Company, L.P.2025050 City of Dublin Exterior Repairs Backup Estimate Phase 2 Project # 2025050 Quotation #1 - GMP description quantity unit cost total 01-50-00 Temporary Construction01-50-00 Temporary Construction Finish protection at exterior landscaping 1,750 sf 0.90 1,579 Weather protection 4 wk 850.00 3,400 Gradeall lift rental 6 wk 1,100.00 6,600 Temporary fencing (includes weights)1 bid 1,794.00 1,794 Temporary Construction 13,373 01-54-23 Scaffolding01-54-23 Scaffolding Scaffolding bid (includes 1st 30 days)1 bid 29,140.00 29,140 Scaffolding monthly rental 5 mon 1,600.00 8,000 Scaffolding 37,140 06-10-00 Rough Carpentry06-10-00 Rough Carpentry Repair to roof sheathing sheets (assume 10%)7 ea 1,041.86 7,293 Repairs at wooden eaves and soffits as noted in architectural drawings 70 lf 209.44 14,661 Replace wood fascia boards (assume 75%) as noted in architectural drawings 60 lf 140.30 8,418 Replace three wood board steps and risers at back stairs as noted in architectural drawings 12 lf 225.50 2,706 Repair wood siding as noted in architectural drawings 4 loc 3,382.50 13,530 Replace and repair corner boards at specified locations as noted in architectural drawings 180 lf 64.60 11,628 Repair front stairs as noted in architectural drawings 24 lf 162.75 3,906 Step flashing @ bell tower cut siding as noted in architectural drawings 80 lf 137.18 10,974 Step flashing @ lower roof cut siding as noted in architectural drawings 72 lf 150.33 10,824 Repair woodpecker damage at west elevation as noted in architectural drawings 1 loc 5,262.00 5,262 Repairs at bell tower - allowance 1 allw 15,000.00 15,000 Remove and replace termite damaged siding at south elevation (approx 300 sf)1,000 lf 21.03 21,030 Remove 3/8" plywood sheets and install new at south elevation (approx 300 sf)12 ea 626.50 7,518 Substructure termite repairs at south elevation 1 allw 7,500.00 7,500 Rough Carpentry 140,250 08-50-00 Windows08-50-00 Windows Repair and restore historic windows and gothic style window at front elevation 1 bid 13,500.00 13,500 Windows 13,500 Repair 204,262 Roofing/Gutters Roofing/Gutters 07-50-50 Roofing07-50-50 Roofing Remove and replace asphalt shingle roofing 1 bid 109,544.00 109,544 New PVC low slope roofing at Bell Tower 1 bid 9,433.00 9,433 Roofing 118,977 Roofing/Gutters 118,977 B10 Old St Raymond Church 452,564 B11 Kolb HouseB11 Kolb House HAZMAT HAZMAT 02-50-00 Hazardous Materials Remediation02-50-00 Hazardous Materials Remediation Hazardous materials remediation - lead paint 1 bid 59,124.00 59,124 / 29 339 Plant Construction Company, L.P.2025050 City of Dublin Exterior Repairs Backup Estimate Phase 2 Project # 2025050 Quotation #1 - GMP description quantity unit cost total 02-50-00 Hazardous Materials Remediation02-50-00 Hazardous Materials Remediation Air Monitoring Services for Kolb House (required)1 loc 1,375.00 1,375 Hazardous Materials Remediation 60,499 HAZMAT 60,499 Painting/Sealing Painting/Sealing 09-91-00 Painting09-91-00 Painting Paint at doors, frames, windows, shutters, stucco, wood siding, soffits, trim, columns, railings, stairs, wood decks 1 bid 49,400.00 49,400 Painting 49,400 Painting/Sealing 49,400 Repair Repair 01-50-00 Temporary Construction01-50-00 Temporary Construction Finish protection at exterior landscaping 1,600 sf 0.99 1,578 Weather protection 4 wk 850.00 3,400 Gradeall lift rental 6 wk 1,100.00 6,600 Temporary fencing (includes weights)1 bid 1,317.00 1,317 Temporary Construction 12,895 04-01-10 Masonry Cleaning and Restoration04-01-10 Masonry Cleaning and Restoration Brick repointing 500 lf 10.50 5,250 Masonry Cleaning and Restoration 5,250 06-10-00 Rough Carpentry06-10-00 Rough Carpentry Repairs to wood columns and brackets as noted in architectural drawings 3 loc 814.50 2,444 Repairs at corner board specified locations as noted in architectural drawings 140 lf 26.83 3,756 Repairs at fascia boards as noted in architectural drawings 128 lf 69.89 8,946 Repairs at wood foundation vents as noted in architectural drawings 10 loc 240.60 2,406 Replace treads and risers a south stairs as noted in architectural drawings 12 lf 225.50 2,706 Replace treads and risers a front entry stairs as noted in architectural drawings 24 lf 131.50 3,156 Replace/repair front decking as noted in architectural drawings 220 lf 26.97 5,934 Siding repairs as noted in architectural drawings 426 sf 62.96 26,821 Rough Carpentry 56,168 08-50-00 Windows08-50-00 Windows Single hung window restoration 13 ea 1,500.00 19,500 Casement window restoration 11 ea 1,950.00 21,450 Windows 40,950 Repair 115,263 Roofing/Gutters Roofing/Gutters 07-60-00 Flashing and Sheet Metal07-60-00 Flashing and Sheet Metal Furnish and install new GSM gutters and downspouts and strip-in waterproofing 1 bid 17,800.00 17,800 Provide flashing caps at wood projections as necessary - allowance 1 allw 5,000.00 5,000 Flashing and Sheet Metal 22,800 / 30 340 Plant Construction Company, L.P.2025050 City of Dublin Exterior Repairs Backup Estimate Phase 2 Project # 2025050 Quotation #1 - GMP description quantity unit cost total 32-30-00 Site Improvements32-30-00 Site Improvements Trenching, connection to storm drain, and in-kind landscape repairs 1 bid 72,875.00 72,875 Site Improvements 72,875 Roofing/Gutters 95,675 B11 Kolb House 320,837 B12 Sunday School BarnB12 Sunday School Barn Repair Repair 01-50-00 Temporary Construction01-50-00 Temporary Construction Gradeall lift rental 6 wk 1,100.00 6,600 Temporary fencing (includes weights)1 bid 561.00 561 Temporary Construction 7,161 06-10-00 Rough Carpentry06-10-00 Rough Carpentry Repair treads 6 ea 902.00 5,412 Siding repairs at West Elevation 2,200 lf 19.35 42,559 Rough Carpentry 47,971 Repair 55,132 Roofing/Gutters Roofing/Gutters 07-60-00 Flashing and Sheet Metal07-60-00 Flashing and Sheet Metal Furnish and install new GSM gutters and downspouts and strip-in waterproofing 1 bid 17,800.00 17,800 Flashing and Sheet Metal 17,800 32-30-00 Site Improvements32-30-00 Site Improvements Trenching, connection to storm drain and landscape repairs 1 bid 43,000.00 43,000 Site Improvements 43,000 Roofing/Gutters 60,800 B12 Sunday School Barn 115,932 B13 Kolb House RestroomsB13 Kolb House Restrooms HAZMAT HAZMAT 02-50-00 Hazardous Materials Remediation02-50-00 Hazardous Materials Remediation Hazardous materials remediation - lead paint 1 bid 16,400.00 16,400 Air Monitoring Services for Kolb House Restrooms (required)1 loc 1,375.00 1,375 Hazardous Materials Remediation 17,775 HAZMAT 17,775 Painting/Sealing Painting/Sealing 09-91-00 Painting09-91-00 Painting Paint at doors, frames, windows, shutters, stucco, wood siding, soffits, trim, columns, railings, stairs, wood decks 1 bid 11,000.00 11,000 / 31 341 Plant Construction Company, L.P.2025050 City of Dublin Exterior Repairs Backup Estimate Phase 2 Project # 2025050 Quotation #1 - GMP description quantity unit cost total Painting 11,000 Painting/Sealing 11,000 Repair Repair 01-50-00 Temporary Construction01-50-00 Temporary Construction Temporary fencing (includes weights)1 bid 561.00 561 Temporary Construction 561 06-10-00 Rough Carpentry06-10-00 Rough Carpentry Repair stairs and landing as noted in architectural drawings 1 loc 3,306.00 3,306 Replace/repair corner boards as noted in architectural drawings 6 loc 501.00 3,006 Repair wooden stair/deck as noted in architectural drawings 1 loc 2,631.00 2,631 Siding repairs as noted in architectural drawings 1,200 sf 9.71 11,656 Rough Carpentry 20,599 08-50-00 Windows08-50-00 Windows Remove and replace veneer panels and substrate at (1) exterior wood double door 12 ea 552.90 6,635 Window repairs at (1) double hung window 1 loc 3,275.00 3,275 Windows 9,910 Repair 31,069 B13 Kolb House Restrooms 59,844 / 32 342 Plant Construction Company, L.P.2025050 City of Dublin Exterior Repairs Backup Estimate Phase 2 Project # 2025050 Quotation #1 - GMP description rate amount grand total Raw Cost of Work 8,055,869 8,055,869 Design Services 10.000 %805,587 General Requirements 564,732 General Conditions 1,387,071 Design & Estimating Contingency 4.000 %432,530 Construction Contingency 5.000 %562,289 Building Permit Allowance 1.000 %118,081 GC Liability Insurance 1.600 %206,062 Builders Risk Insurance 0.500 %64,394 Contractor's Fee 5.000 %609,831 Gen.Contractor's Bond 72,430 Total 12,878,876 / 33 343 3 Construction Schedule / 34 344 ID Task Name Duration Start Finish 1 PRECONSTRUCTION PHASE SERVICES 289 days Thu 3/13/25 Wed 5/6/26 2 Service Solicitation 41 days Thu 3/13/25 Thu 5/8/25 3 RFQ documents available 1 day Thu 3/13/25 Thu 3/13/25 4 Madatory Pre-SOQ Conference 1 day Thu 3/20/25 Thu 3/20/25 5 SOQ Questionnaire Submission due 0 days Mon 3/31/25 Mon 3/31/25 6 Issue Final Addendems 1-2 0 days Thu 4/3/25 Thu 4/3/25 7 Proposers submit supplemental materials 0 days Thu 4/3/25 Thu 4/3/25 8 SOQ Due to City 0 days Tue 4/8/25 Tue 4/8/25 9 Short list Notification 0 days Fri 4/11/25 Fri 4/11/25 10 Presentation/Interviews (TBD)6 days Fri 4/11/25 Fri 4/18/25 11 Select DBE & Submit Required Documents (Ins, Bond,etc…)12 days Mon 4/21/25 Tue 5/6/25 12 Council Award/NTP for Phase 1 Services 0 days Wed 5/7/25 Wed 5/7/25 13 Team Kick-off meeting 1 day Thu 5/8/25 Thu 5/8/25 14 Preconstruction Contract Execution 6 days Wed 5/7/25 Wed 5/14/25 15 Phase 1: Program Validation & Development 199 days Thu 5/15/25 Wed 3/4/26 16 Prejob Surveys/Field Investigations/Exploratory Demo/Haz Mat testing 1 day Thu 5/15/25 Thu 5/15/25 17 Develop & Prepare iGMP (ROM)0.2 wks Wed 5/28/25 Wed 5/28/25 18 Haz Mat Testing / Report Complete 0.2 wks Thu 7/3/25 Thu 7/3/25 19 Prepare 100% Reports, Specifications, Scope Drawings, Integrate BOD Narative, Civic Center Mockups 0.2 wks Wed 5/21/25 Wed 5/21/25 20 Draft progress iGMP for internal review 1 day Mon 6/23/25 Mon 6/23/25 21 Draft iGMP internal review 0 days Fri 7/11/25 Fri 7/11/25 22 Cost Estimate/Validation/Final Sub bidding 1 day Mon 9/8/25 Mon 9/8/25 23 Submit iGMP for Buildings Excluding Civic Center 1 day Thu 9/4/25 Thu 9/4/25 24 Preliminary Pricing Review 1 day Thu 9/4/25 Thu 9/4/25 25 Civic Center - Mockups and Water Testing Budget 1 day Fri 8/29/25 Fri 8/29/25 26 Civic Center - Mockup and Water Testing Approval 1 day Mon 9/15/25 Mon 9/15/25 27 Submit iGMP Revision 2 1 day Thu 9/18/25 Thu 9/18/25 28 iGMP Revision 2 Review 5 days Fri 9/19/25 Thu 9/25/25 29 Civic Center - Storefront Mockup 1 day Mon 10/13/25 Mon 10/13/25 30 Civic Center - Façade Mockup 2 days Tue 10/14/25 Wed 10/15/25 31 Civic Center - Water Testing 2 days Wed 10/29/25 Thu 10/30/25 32 Civic Center - Interior finish repairs 7 days Fri 10/31/25 Mon 11/10/25 33 SGH - Civic Center Water Testing Report 11 days Thu 11/6/25 Thu 11/20/25 34 GMP Drawing Set Complete 12 wks Wed 12/3/25 Wed 3/4/26 35 Submit GMP 0 days Tue 10/28/25 Tue 10/28/25 36 Council Meeting 0 days Tue 12/2/25 Tue 12/2/25 37 NTP Issued 1 day Fri 12/5/25 Fri 12/5/25 38 Contract Review, Execution 10 days Wed 12/3/25 Tue 12/16/25 39 Issue NTP & Sub Contracts 10 days Wed 12/17/25 Mon 1/5/26 40 Prepare Long lead Submittal for Early Release 2 wks Wed 12/17/25 Mon 1/5/26 41 Issuance of PO's for Early Release Material & Submittals 2 wks Wed 12/17/25 Mon 1/5/26 42 Phasing Plans/Logistics/Site Specific Safety Plan/Mock-ups 10 days Wed 12/17/25 Mon 1/5/26 43 Permitting 71 days Thu 1/8/26 Mon 4/20/26 44 Complete Permit CD's and Trade Permits for submission 71 days Thu 1/8/26 Mon 4/20/26 45 Early Work & Material Procurement 70 days Tue 1/6/26 Wed 4/15/26 46 Storefronts/Glazing 14 wks Tue 1/6/26 Wed 4/15/26 47 Roofing Materials 8 wks Tue 1/6/26 Wed 3/4/26 48 Permits 95 days Wed 12/17/25 Wed 5/6/26 49 Trade Permits 5 days Wed 12/17/25 Tue 12/23/25 50 Historic Permit Review - Heritage Park Buildings 5 days Tue 4/21/26 Mon 4/27/26 51 Submit & Review Building Permits Issuance 12 days Tue 4/21/26 Wed 5/6/26 52 Construction Documents 98 days Mon 12/8/25 Thu 4/30/26 53 Civic Center 40 days Mon 12/8/25 Fri 2/6/26 54 Library 40 days Mon 2/9/26 Mon 4/6/26 55 Clock Tower 50 days Mon 12/8/25 Mon 2/23/26 56 Senior Center 40 days Tue 2/24/26 Mon 4/20/26 57 Firestations 17 + 18 20 days Tue 2/24/26 Mon 3/23/26 58 Wave 30 days Fri 1/9/26 Mon 2/23/26 59 Heritage Site 20 days Mon 12/8/25 Thu 1/8/26 60 Submit & Review Building Permits Issuance/Roofing Permits 8 days Tue 4/21/26 Thu 4/30/26 61 CONSTRUCTION PHASE 171 days Mon 1/5/26 Tue 9/8/26 62 Site Mobilization 3 days Tue 1/6/26 Thu 1/8/26 63 Air monitor hook up 1 day Fri 1/9/26 Fri 1/9/26 64 Kolb House 101 days Mon 1/5/26 Thu 5/28/26 65 Vertical 92 days Mon 1/5/26 Thu 5/14/26 66 Lead abatement 5 days Fri 1/9/26 Thu 1/15/26 67 Siding soft Demo 2 days Mon 1/5/26 Tue 1/6/26 68 Fill and prep siding 3 days Wed 1/7/26 Fri 1/9/26 69 Repair windows 2 days Mon 1/12/26 Tue 1/13/26 70 Door repairs 2 days Mon 1/12/26 Tue 1/13/26 71 Repair screens 2 days Wed 1/14/26 Thu 1/15/26 72 Repair window casing 2 days Fri 1/16/26 Tue 1/20/26 73 Corner boards repair / replace 2 days Thu 5/7/26 Fri 5/8/26 74 Foundation vents repair/replace 4 days Mon 5/11/26 Thu 5/14/26 75 Dryrot repairs 2 days Mon 1/12/26 Tue 1/13/26 76 Eave repair 86 days Fri 1/16/26 Tue 5/19/26 77 Lead abatement 2 days Fri 1/16/26 Tue 1/20/26 78 Soffit repairs 2 days Mon 5/11/26 Tue 5/12/26 79 Prep and cut facia boards 1 day Wed 5/13/26 Wed 5/13/26 80 Install sasm and facia 1 day Thu 5/14/26 Thu 5/14/26 RFQ documents available Madatory Pre-SOQ Conference 3/31 4/3 4/3 4/8 4/11 Presentation/Interviews (TBD) Select DBE & Submit Required Documents (Ins, Bond,etc…) 5/7 Team Kick-off meeting Preconstruction Contract Execution Prejob Surveys/Field Investigations/Exploratory Demo/Haz Mat testing Develop & Prepare iGMP (ROM) Haz Mat Testing / Report Complete Prepare 100% Reports, Specifications, Scope Drawings, Integrate BOD Narative, Civic Center Mockups Draft progress iGMP for internal review 7/11 Cost Estimate/Validation/Final Sub bidding Submit iGMP for Buildings Excluding Civic Center Preliminary Pricing Review Civic Center - Mockups and Water Testing Budget Civic Center - Mockup and Water Testing Approval Submit iGMP Revision 2 iGMP Revision 2 Review Civic Center - Storefront Mockup Civic Center - Façade Mockup Civic Center - Water Testing Civic Center - Interior finish repairs SGH - Civic Center Water Testing Report GMP Drawing Set Complete 10/28 12/2 NTP Issued Contract Review, Execution Prepare Long lead Submittal for Early Release Issuance of PO's for Early Release Material & SubmittalsIssuance of PO's for Early Release Material & Submittals Phasing Plans/Logistics/Site Specific Safety Plan/Mock-ups Complete Permit CD's and Trade Permits for submission Storefronts/Glazing Roofing Materials Trade Permits Historic Permit Review - Heritage Park Buildings Submit & Review Building Permits Issuance Civic Center Library Clock Tower Senior Center Firestations 17 + 18 Wave Heritage Site Submit & Review Building Permits Issuance/Roofing Permits Site MobilizationSite Mobilization Air monitor hook up Lead abatement Siding soft Demo Fill and prep siding Repair windows Door repairs Repair screens Repair window casing Corner boards repair / replace Foundation vents repair/replace Dryrot repairs Lead abatement Soffit repairs Prep and cut facia boards Install sasm and facia 3/9 3/16 3/23 3/30 4/6 4/13 4/20 4/27 5/4 5/11 5/18 5/25 6/1 6/8 6/15 6/22 6/29 7/6 7/13 7/20 7/27 8/3 8/10 8/17 8/24 8/31 9/7 9/14 9/21 9/28 10/510/1210/1910/2611/2 11/911/1611/2311/3012/712/1412/2112/28 1/4 1/11 1/18 1/25 2/1 2/8 2/15 2/22 3/1 3/8 3/15 3/22 3/29 4/5 4/12 4/19 4/26 5/3 5/10 5/17 5/24 5/31 6/7 6/14 6/21 6/28 7/5 7/12 7/19 7/26 8/2 8/9 8/16 8/23 8/30 9/6 9/13 9/209/27 10/410/1110/1810/2511/1 11/811/1511/22 Mar '25 Apr '25 May '25 Jun '25 Jul '25 Aug '25 Sep '25 Oct '25 Nov '25 Dec '25 Jan '26 Feb '26 Mar '26 Apr '26 May '26 Jun '26 Jul '26 Aug '26 Sep '26 Oct '26 Nov '26 Wed 11/19/25 PCCLP 2025050 City Of Dublin Exterior Improvements GMP Project Schedule Page 1 Phase 2 Schedule 11-19-25 GMP / 35 34 5 ID Task Name Duration Start Finish 81 Install gutters 1 day Fri 5/15/26 Fri 5/15/26 82 Add down spouts 1 day Fri 5/15/26 Fri 5/15/26 83 Dryrot repairs 2 days Mon 5/18/26 Tue 5/19/26 84 Column and bracket repairs 86 days Wed 1/21/26 Thu 5/21/26 85 Lead abatement 2 days Wed 1/21/26 Thu 1/22/26 86 Demo 2 days Fri 5/15/26 Mon 5/18/26 87 Install hardware 1 day Tue 5/19/26 Tue 5/19/26 88 Install/putback 1 day Wed 5/20/26 Wed 5/20/26 89 Inspection QC 1 day Thu 5/21/26 Thu 5/21/26 90 Flat work 85 days Fri 1/23/26 Fri 5/22/26 91 Lead abatement 2 days Fri 1/23/26 Mon 1/26/26 92 Demo deck pieces 1 day Thu 5/21/26 Thu 5/21/26 93 Relocate pieces to new location for install 1 day Fri 5/22/26 Fri 5/22/26 94 Install sasm 1 day Tue 1/27/26 Tue 1/27/26 95 Install Decking 2 days Tue 1/27/26 Wed 1/28/26 96 Install nosing 1 day Thu 1/29/26 Thu 1/29/26 97 Install tread striping 1 day Thu 1/29/26 Thu 1/29/26 98 Landscape 15 days Wed 1/28/26 Wed 2/18/26 99 Remove and relocate plants 2 days Wed 1/28/26 Thu 1/29/26 100 Survey 1 day Fri 1/30/26 Fri 1/30/26 101 Trench for gutter connection 2 days Fri 1/30/26 Mon 2/2/26 102 run piping 2 days Tue 2/3/26 Wed 2/4/26 103 Make connections to stormdrain 1 day Thu 2/5/26 Thu 2/5/26 104 Inspect connection 1 day Fri 2/6/26 Fri 2/6/26 105 Back fill trench 3 days Mon 2/9/26 Wed 2/11/26 106 Replant in kind 4 days Thu 2/12/26 Wed 2/18/26 107 Paint 88 days Mon 1/12/26 Fri 5/15/26 108 Exterior siding 2 days Thu 5/7/26 Fri 5/8/26 109 Prime 1 day Thu 5/7/26 Thu 5/7/26 110 Final coat 1 day Fri 5/8/26 Fri 5/8/26 111 Porch ceiling 2 days Thu 5/14/26 Fri 5/15/26 112 Prime 1 day Thu 5/14/26 Thu 5/14/26 113 Final coat 1 day Fri 5/15/26 Fri 5/15/26 114 Porch floor 2 days Tue 1/27/26 Wed 1/28/26 115 Prime 1 day Tue 1/27/26 Tue 1/27/26 116 Final coat 1 day Wed 1/28/26 Wed 1/28/26 117 Handrail metal 2 days Thu 1/29/26 Fri 1/30/26 118 Prime 1 day Thu 1/29/26 Thu 1/29/26 119 Final coat 1 day Fri 1/30/26 Fri 1/30/26 120 Paint doors 2 days Mon 1/12/26 Tue 1/13/26 121 Prep 1 day Mon 1/12/26 Mon 1/12/26 122 Final coat 1 day Tue 1/13/26 Tue 1/13/26 123 Punch 4 days Fri 5/22/26 Thu 5/28/26 124 Pre punch 1 day Fri 5/22/26 Fri 5/22/26 125 Post punch 1 day Tue 5/26/26 Tue 5/26/26 126 Corrections 2 days Wed 5/27/26 Thu 5/28/26 127 Little Kolb House / restrooms 28 days Tue 1/27/26 Fri 3/6/26 128 Vertical 19 days Tue 1/27/26 Mon 2/23/26 129 Lead abatement 5 days Tue 1/27/26 Mon 2/2/26 130 Siding soft Demo 2 days Tue 2/3/26 Wed 2/4/26 131 Fill and repair siding 2 days Thu 2/5/26 Fri 2/6/26 132 Repair window / door casings 3 days Mon 2/9/26 Wed 2/11/26 133 Repair windows 3 days Thu 2/12/26 Tue 2/17/26 134 Repair barn door / panels 2 days Wed 2/18/26 Thu 2/19/26 135 Corner boards repair/replace 2 days Fri 2/20/26 Mon 2/23/26 136 Flat work 5 days Tue 2/24/26 Mon 3/2/26 137 Demo deck pieces 3 days Tue 2/24/26 Thu 2/26/26 138 Repair deck 3 days Tue 2/24/26 Thu 2/26/26 139 Demo stair/ landing pieces 2 days Fri 2/27/26 Mon 3/2/26 140 Repair deck 2 days Fri 2/27/26 Mon 3/2/26 141 Punch 4 days Tue 3/3/26 Fri 3/6/26 142 Pre punch 1 day Tue 3/3/26 Tue 3/3/26 143 Punch walk 1 day Wed 3/4/26 Wed 3/4/26 144 Corrections 2 days Thu 3/5/26 Fri 3/6/26 145 Sunday School Barn 31 days Tue 2/3/26 Wed 3/18/26 146 Vertical 1 day Tue 2/3/26 Tue 2/3/26 147 Lead abatement 1 day Tue 2/3/26 Tue 2/3/26 148 Siding (west elevation)1 day Tue 3/3/26 Tue 3/3/26 149 Dryrot repairs 1 day Wed 3/4/26 Wed 3/4/26 150 Stair repairs 1 day Thu 3/5/26 Thu 3/5/26 151 Tread repairs 1 day Thu 3/5/26 Thu 3/5/26 152 Gutters 2 days Wed 3/4/26 Thu 3/5/26 153 Install new Gsm 1 day Wed 3/4/26 Wed 3/4/26 154 Install downspouts 1 day Thu 3/5/26 Thu 3/5/26 155 Landscape 6 days Thu 3/5/26 Thu 3/12/26 156 Trench 2 days Thu 3/5/26 Fri 3/6/26 157 Connect to storm drain 1 day Mon 3/9/26 Mon 3/9/26 158 inspections 1 day Tue 3/10/26 Tue 3/10/26 159 Back fill 1 day Wed 3/11/26 Wed 3/11/26 160 Replant 1 day Thu 3/12/26 Thu 3/12/26 161 Punch 4 days Fri 3/13/26 Wed 3/18/26 162 Pre punch 1 day Fri 3/13/26 Fri 3/13/26 Install gutters Add down spouts Dryrot repairs Lead abatement Demo Install hardware Install/putback Inspection QC Lead abatement Demo deck pieces Relocate pieces to new location for install Install sasm Install Decking Install nosing Install tread striping Remove and relocate plants Survey Trench for gutter connection run piping Make connections to stormdrain Inspect connection Back fill trench Replant in kind Prime Final coat Prime Final coat Prime Final coat Prime Final coat Prep Final coat Pre punch Post punch Corrections Lead abatement Siding soft Demo Fill and repair siding Repair window / door casings Repair windows Repair barn door / panels Corner boards repair/replace Repair deck Repair deck Pre punch Punch walk Corrections Lead abatement Siding (west elevation) Dryrot repairs Tread repairs Install new Gsm Install downspouts Trench Connect to storm drain inspections Back fill Replant Pre punch 3/9 3/16 3/23 3/30 4/6 4/13 4/20 4/27 5/4 5/11 5/18 5/25 6/1 6/8 6/15 6/22 6/29 7/6 7/13 7/20 7/27 8/3 8/10 8/17 8/24 8/31 9/7 9/14 9/21 9/28 10/510/1210/1910/2611/2 11/911/1611/2311/3012/712/1412/2112/28 1/4 1/11 1/18 1/25 2/1 2/8 2/15 2/22 3/1 3/8 3/15 3/22 3/29 4/5 4/12 4/19 4/26 5/3 5/10 5/17 5/24 5/31 6/7 6/14 6/21 6/28 7/5 7/12 7/19 7/26 8/2 8/9 8/16 8/23 8/30 9/6 9/13 9/209/27 10/410/1110/1810/2511/1 11/811/1511/22 Mar '25 Apr '25 May '25 Jun '25 Jul '25 Aug '25 Sep '25 Oct '25 Nov '25 Dec '25 Jan '26 Feb '26 Mar '26 Apr '26 May '26 Jun '26 Jul '26 Aug '26 Sep '26 Oct '26 Nov '26 Wed 11/19/25 PCCLP 2025050 City Of Dublin Exterior Improvements GMP Project Schedule Page 2 Phase 2 Schedule 11-19-25 GMP / 36 34 6 ID Task Name Duration Start Finish 163 Post punch 1 day Mon 3/16/26 Mon 3/16/26 164 Corrections 2 days Tue 3/17/26 Wed 3/18/26 165 Barn Accessory Building 32 days Wed 2/4/26 Fri 3/20/26 166 Vertical 28 days Wed 2/4/26 Mon 3/16/26 167 Lead abatement 5 days Wed 2/4/26 Tue 2/10/26 168 Siding soft Demo 2 days Fri 3/6/26 Mon 3/9/26 169 Fill and repair siding 3 days Tue 3/10/26 Thu 3/12/26 170 Repair east door 1 day Fri 3/13/26 Fri 3/13/26 171 Corner boards repair/replace 1 day Mon 3/16/26 Mon 3/16/26 172 Roofing 4 days Tue 3/17/26 Fri 3/20/26 173 Demo 2 days Tue 3/17/26 Wed 3/18/26 174 Install 2 days Thu 3/19/26 Fri 3/20/26 175 Punch 4 days Tue 3/17/26 Fri 3/20/26 176 Pre punch 1 day Tue 3/17/26 Tue 3/17/26 177 Punch walk 1 day Wed 3/18/26 Wed 3/18/26 178 Corrections 2 days Thu 3/19/26 Fri 3/20/26 179 Old ST. Raymond Church 44 days Mon 3/23/26 Thu 5/21/26 180 Scaffold install 1 day Mon 3/23/26 Mon 3/23/26 181 Vertical 20 days Tue 3/24/26 Mon 4/20/26 182 Lead abatement 5 days Tue 3/24/26 Mon 3/30/26 183 Siding soft Demo 2 days Tue 3/31/26 Wed 4/1/26 184 Fill and prep siding 2 days Thu 4/2/26 Fri 4/3/26 185 Dryrot repairs 2 days Mon 4/6/26 Tue 4/7/26 186 Repair windows 3 days Wed 4/8/26 Fri 4/10/26 187 Shutter repairs 3 days Mon 4/13/26 Wed 4/15/26 188 Repair screens 3 days Thu 4/16/26 Mon 4/20/26 189 Repair window casing 2 days Thu 4/16/26 Fri 4/17/26 190 Corner boards repair/replace 2 days Thu 4/16/26 Fri 4/17/26 191 Roofing 25 days Tue 3/24/26 Mon 4/27/26 192 Scaffold at bell tower install 1 day Tue 3/24/26 Tue 3/24/26 193 Demo roof to sheeting (high and low)3 days Wed 3/25/26 Fri 3/27/26 194 Remove siding for flashing connections at high roof 2 days Mon 3/30/26 Tue 3/31/26 195 Dry rot sheeting high roof 3 days Wed 4/1/26 Fri 4/3/26 196 Step flashing bell tower high roof 1 day Wed 4/1/26 Wed 4/1/26 197 Remove siding for flashing connections at low roof 1 day Wed 4/1/26 Wed 4/1/26 198 Dry rot sheeting low roof 5 days Thu 4/2/26 Wed 4/8/26 199 Step flashing connections low roof 1 day Thu 4/9/26 Thu 4/9/26 200 Inspection QC 1 day Fri 4/10/26 Fri 4/10/26 201 Install siding @ at base High/Low connections 1 day Mon 4/13/26 Mon 4/13/26 202 Reroof Bell tower 3 days Tue 4/14/26 Thu 4/16/26 203 Reroof flat roof 3 days Fri 4/17/26 Tue 4/21/26 204 Reroof low roof 3 days Wed 4/22/26 Fri 4/24/26 205 Inspection QC 1 day Mon 4/27/26 Mon 4/27/26 206 Inspect and soft demo eaves 22 days Tue 3/31/26 Wed 4/29/26 207 Lead abatement 2 days Tue 3/31/26 Wed 4/1/26 208 Dryrot repairs 2 days Mon 4/20/26 Tue 4/21/26 209 wood eaves / soffit 2 days Wed 4/22/26 Thu 4/23/26 210 Prep and cut facia boards 1 day Fri 4/24/26 Fri 4/24/26 211 Install sasm and facia 2 days Mon 4/27/26 Tue 4/28/26 212 Inspection QC 1 day Wed 4/29/26 Wed 4/29/26 213 Electrical 1 day Thu 4/2/26 Thu 4/2/26 214 Electrical Work 1 day Thu 4/2/26 Thu 4/2/26 215 Flat work 12 days Wed 4/29/26 Thu 5/14/26 216 Demo deck pieces and foundation vents 2 days Wed 4/29/26 Thu 4/30/26 217 Sasm 1 day Fri 5/1/26 Fri 5/1/26 218 Install new and re-used decking 2 days Mon 5/4/26 Tue 5/5/26 219 install noising at threads 1 day Wed 5/6/26 Wed 5/6/26 220 Inspection QC 1 day Thu 5/7/26 Thu 5/7/26 221 Paint 5 days Fri 5/8/26 Thu 5/14/26 222 Exterior siding 2 days Fri 5/8/26 Mon 5/11/26 223 Prime 1 day Fri 5/8/26 Fri 5/8/26 224 Final coat 1 day Mon 5/11/26 Mon 5/11/26 225 Metal handrails 2 days Mon 5/11/26 Tue 5/12/26 226 Prime 1 day Mon 5/11/26 Mon 5/11/26 227 Final coat 1 day Tue 5/12/26 Tue 5/12/26 228 Fiberglass doors 2 days Mon 5/11/26 Tue 5/12/26 229 Prime 1 day Mon 5/11/26 Mon 5/11/26 230 Final coat 1 day Tue 5/12/26 Tue 5/12/26 231 Metal window security 2 days Mon 5/11/26 Tue 5/12/26 232 Prime 1 day Mon 5/11/26 Mon 5/11/26 233 Final coat 1 day Tue 5/12/26 Tue 5/12/26 234 Handicap ramp 2 days Tue 5/12/26 Wed 5/13/26 235 Prime 1 day Tue 5/12/26 Tue 5/12/26 236 Final coat 1 day Wed 5/13/26 Wed 5/13/26 237 Paint doors 2 days Wed 5/13/26 Thu 5/14/26 238 Prep 1 day Wed 5/13/26 Wed 5/13/26 239 First and final 1 day Thu 5/14/26 Thu 5/14/26 240 Punch 4 days Fri 5/15/26 Wed 5/20/26 241 Pre punch 1 day Fri 5/15/26 Fri 5/15/26 242 Punch walk 1 day Mon 5/18/26 Mon 5/18/26 243 Corrections 2 days Tue 5/19/26 Wed 5/20/26 244 Scaffold removal 1 day Thu 5/21/26 Thu 5/21/26 Post punch Corrections Lead abatement Siding soft Demo Fill and repair siding Repair east door Corner boards repair/replace Demo Install Pre punch Punch walk Corrections Scaffold install Lead abatement Siding soft Demo Fill and prep siding Dryrot repairs Repair windows Shutter repairs Repair screens Repair window casing Corner boards repair/replace Scaffold at bell tower install Demo roof to sheeting (high and low) Remove siding for flashing connections at high roof Dry rot sheeting high roof Step flashing bell tower high roof Remove siding for flashing connections at low roof Dry rot sheeting low roof Step flashing connections low roof Inspection QC Install siding @ at base High/Low connections Reroof Bell tower Reroof flat roof Reroof low roof Inspection QC Lead abatement Dryrot repairs wood eaves / soffit Prep and cut facia boards Install sasm and facia Inspection QC Electrical Work Demo deck pieces and foundation vents Sasm Install new and re-used decking install noising at threads Inspection QC Prime Final coat Prime Final coat Prime Final coat Prime Final coat Prime Final coat Prep First and final Pre punch Punch walk Corrections Scaffold removal 3/9 3/16 3/23 3/30 4/6 4/13 4/20 4/27 5/4 5/11 5/18 5/25 6/1 6/8 6/15 6/22 6/29 7/6 7/13 7/20 7/27 8/3 8/10 8/17 8/24 8/31 9/7 9/14 9/21 9/28 10/510/1210/1910/2611/2 11/911/1611/2311/3012/712/1412/2112/28 1/4 1/11 1/18 1/25 2/1 2/8 2/15 2/22 3/1 3/8 3/15 3/22 3/29 4/5 4/12 4/19 4/26 5/3 5/10 5/17 5/24 5/31 6/7 6/14 6/21 6/28 7/5 7/12 7/19 7/26 8/2 8/9 8/16 8/23 8/30 9/6 9/13 9/209/27 10/410/1110/1810/2511/1 11/811/1511/22 Mar '25 Apr '25 May '25 Jun '25 Jul '25 Aug '25 Sep '25 Oct '25 Nov '25 Dec '25 Jan '26 Feb '26 Mar '26 Apr '26 May '26 Jun '26 Jul '26 Aug '26 Sep '26 Oct '26 Nov '26 Wed 11/19/25 PCCLP 2025050 City Of Dublin Exterior Improvements GMP Project Schedule Page 3 Phase 2 Schedule 11-19-25 GMP / 37 34 7 ID Task Name Duration Start Finish 245 Heritage Museum 33 days Fri 5/22/26 Thu 7/9/26 246 Scaffold install 2 days Fri 5/22/26 Tue 5/26/26 247 Roofing 6 days Wed 5/27/26 Wed 6/3/26 248 Demo Existing Roofing 1 day Wed 5/27/26 Wed 5/27/26 249 Dryrot Repair 4 days Thu 5/28/26 Tue 6/2/26 250 Install Waterproofing 2 days Thu 5/28/26 Fri 5/29/26 251 Install Shingles 2 days Mon 6/1/26 Tue 6/2/26 252 Roof Inspection 1 day Wed 6/3/26 Wed 6/3/26 253 Vertical 15 days Wed 5/27/26 Tue 6/16/26 254 Lead abatement 5 days Wed 5/27/26 Tue 6/2/26 255 Siding soft Demo 2 days Wed 6/3/26 Thu 6/4/26 256 Fill and prep siding 2 days Fri 6/5/26 Mon 6/8/26 257 Repair windows 3 days Tue 6/9/26 Thu 6/11/26 258 Repair screens 3 days Tue 6/9/26 Thu 6/11/26 259 Metal grills 3 days Tue 6/9/26 Thu 6/11/26 260 Corner boards repair / replace 2 days Fri 6/12/26 Mon 6/15/26 261 Foundation vents repair/replace 2 days Fri 6/12/26 Mon 6/15/26 262 Dryrot repairs 3 days Fri 6/12/26 Tue 6/16/26 263 Front entry 10 days Wed 6/3/26 Tue 6/16/26 264 Lead abatement 2 days Wed 6/3/26 Thu 6/4/26 265 Repair ceiling boards 1 day Tue 6/16/26 Tue 6/16/26 266 Stair / landing 3 days Wed 6/17/26 Fri 6/19/26 267 Treads and risers 2 days Wed 6/17/26 Thu 6/18/26 268 Landing 1 day Fri 6/19/26 Fri 6/19/26 269 Back stairs 3 days Mon 6/22/26 Wed 6/24/26 270 Treads and risers 2 days Mon 6/22/26 Tue 6/23/26 271 Landing 1 day Wed 6/24/26 Wed 6/24/26 272 Column repairs 17 days Fri 6/5/26 Mon 6/29/26 273 Lead abatement 1 day Fri 6/5/26 Fri 6/5/26 274 Demo 1 day Thu 6/25/26 Thu 6/25/26 275 Repair upper 1 day Fri 6/26/26 Fri 6/26/26 276 Repair lower 1 day Mon 6/29/26 Mon 6/29/26 277 Eave repair 20 days Mon 6/8/26 Mon 7/6/26 278 Lead abatement 2 days Mon 6/8/26 Tue 6/9/26 279 Soffit repairs 2 days Tue 6/30/26 Wed 7/1/26 280 Prep and cut facia boards 2 days Thu 7/2/26 Mon 7/6/26 281 Install sasm and facia 1 day Thu 7/2/26 Thu 7/2/26 282 Install gutters 1 day Mon 7/6/26 Mon 7/6/26 283 Add down spouts 1 day Mon 7/6/26 Mon 7/6/26 284 Dryrot repairs 2 days Tue 6/30/26 Wed 7/1/26 285 Bell tower 21 days Wed 6/10/26 Thu 7/9/26 286 Lead abatement 2 days Wed 6/10/26 Thu 6/11/26 287 Demo siding pieces 1 day Mon 7/6/26 Mon 7/6/26 288 Repairs / dryrot repairs 2 days Tue 7/7/26 Wed 7/8/26 289 Install sasm 1 day Thu 7/9/26 Thu 7/9/26 290 Flashing install 1 day Thu 7/9/26 Thu 7/9/26 291 Install siding 1 day Thu 7/9/26 Thu 7/9/26 292 Paint 19 days Tue 6/9/26 Mon 7/6/26 293 Exterior siding 4 days Fri 6/12/26 Wed 6/17/26 294 Prime 1 day Fri 6/12/26 Fri 6/12/26 295 Final coat 1 day Wed 6/17/26 Wed 6/17/26 296 Porch / entry 2 days Tue 6/16/26 Wed 6/17/26 297 Prime 1 day Tue 6/16/26 Tue 6/16/26 298 Final coat 1 day Wed 6/17/26 Wed 6/17/26 299 Handicap ramp 2 days Tue 6/16/26 Wed 6/17/26 300 Prime 1 day Tue 6/16/26 Tue 6/16/26 301 Final coat 1 day Wed 6/17/26 Wed 6/17/26 302 Gutters 2 days Thu 7/2/26 Mon 7/6/26 303 Prime 1 day Thu 7/2/26 Thu 7/2/26 304 Final coat 1 day Mon 7/6/26 Mon 7/6/26 305 Doors 2 days Tue 6/9/26 Wed 6/10/26 306 Prime 1 day Tue 6/9/26 Tue 6/9/26 307 Final coat 1 day Wed 6/10/26 Wed 6/10/26 308 Punch 4 days Thu 6/11/26 Tue 6/16/26 309 Pre punch 1 day Thu 6/11/26 Thu 6/11/26 310 Post punch 1 day Fri 6/12/26 Fri 6/12/26 311 Corrections 2 days Mon 6/15/26 Tue 6/16/26 312 Remove scaffolding 1 day Wed 6/17/26 Wed 6/17/26 313 Storage Accessory Building 13 days Thu 6/4/26 Mon 6/22/26 314 Roofing 4 days Thu 6/4/26 Tue 6/9/26 315 Demo 2 days Thu 6/4/26 Fri 6/5/26 316 Install 2 days Mon 6/8/26 Tue 6/9/26 317 Paint 4 days Thu 6/11/26 Tue 6/16/26 318 Siding 2 days Thu 6/11/26 Fri 6/12/26 319 Decking 1 day Mon 6/15/26 Mon 6/15/26 320 Handrails 1 day Tue 6/16/26 Tue 6/16/26 321 Punch 4 days Wed 6/17/26 Mon 6/22/26 322 Pre punch 1 day Wed 6/17/26 Wed 6/17/26 323 Punch walk 1 day Thu 6/18/26 Thu 6/18/26 324 Corrections 2 days Fri 6/19/26 Mon 6/22/26 325 Small Accessory Building 9 days Wed 6/17/26 Mon 6/29/26 326 Paint 5 days Wed 6/17/26 Tue 6/23/26 Scaffold install Demo Existing Roofing Dryrot Repair Install Waterproofing Install Shingles Roof Inspection Lead abatement Siding soft Demo Fill and prep siding Repair windows Repair screens Metal grills Corner boards repair / replace Foundation vents repair/replace Dryrot repairs Lead abatement Repair ceiling boards Treads and risers Landing Treads and risers Landing Lead abatement Demo Repair upper Repair lower Lead abatement Soffit repairs Prep and cut facia boards Install sasm and facia Install gutters Add down spouts Dryrot repairs Lead abatement Demo siding pieces Repairs / dryrot repairs Install sasm Flashing install Install siding Prime Final coat Prime Final coat Prime Final coat Prime Final coat Prime Final coat Pre punch Post punch Corrections Remove scaffolding Demo Install Siding Decking Handrails Pre punch Punch walk Corrections 3/9 3/16 3/23 3/30 4/6 4/13 4/20 4/27 5/4 5/11 5/18 5/25 6/1 6/8 6/15 6/22 6/29 7/6 7/13 7/20 7/27 8/3 8/10 8/17 8/24 8/31 9/7 9/14 9/21 9/28 10/510/1210/1910/2611/2 11/911/1611/2311/3012/712/1412/2112/28 1/4 1/11 1/18 1/25 2/1 2/8 2/15 2/22 3/1 3/8 3/15 3/22 3/29 4/5 4/12 4/19 4/26 5/3 5/10 5/17 5/24 5/31 6/7 6/14 6/21 6/28 7/5 7/12 7/19 7/26 8/2 8/9 8/16 8/23 8/30 9/6 9/13 9/209/27 10/410/1110/1810/2511/1 11/811/1511/22 Mar '25 Apr '25 May '25 Jun '25 Jul '25 Aug '25 Sep '25 Oct '25 Nov '25 Dec '25 Jan '26 Feb '26 Mar '26 Apr '26 May '26 Jun '26 Jul '26 Aug '26 Sep '26 Oct '26 Nov '26 Wed 11/19/25 PCCLP 2025050 City Of Dublin Exterior Improvements GMP Project Schedule Page 4 Phase 2 Schedule 11-19-25 GMP / 38 34 8 ID Task Name Duration Start Finish 327 Prep 2 days Wed 6/17/26 Thu 6/18/26 328 Body 2 days Fri 6/19/26 Mon 6/22/26 329 Trim 1 day Tue 6/23/26 Tue 6/23/26 330 Punch 4 days Wed 6/24/26 Mon 6/29/26 331 Pre punch 1 day Wed 6/24/26 Wed 6/24/26 332 Punch walk 1 day Thu 6/25/26 Thu 6/25/26 333 Corrections 2 days Fri 6/26/26 Mon 6/29/26 334 Wave 53 days Fri 1/9/26 Thu 3/26/26 335 Electrical 53 days Fri 1/9/26 Thu 3/26/26 336 Safe off lights at all working locations 5 days Fri 1/9/26 Thu 1/15/26 337 Reinstall lighting 5 days Fri 3/20/26 Thu 3/26/26 338 Siding 49 days Fri 1/9/26 Fri 3/20/26 339 19 locations 49 days Fri 1/9/26 Fri 3/20/26 340 Inspect for repairs 3 days Fri 1/16/26 Wed 1/21/26 341 Demo fiber panel 5 days Fri 1/9/26 Thu 1/15/26 342 Replace vapor barrier 4 days Fri 1/16/26 Thu 1/22/26 343 Install new panels 40 days Fri 1/23/26 Fri 3/20/26 344 Facia repairs 14 days Fri 1/9/26 Thu 1/29/26 345 Seven locations 14 days Fri 1/9/26 Thu 1/29/26 346 Inspect for repairs 3 days Fri 1/9/26 Tue 1/13/26 347 Demo dryrot 5 days Wed 1/14/26 Wed 1/21/26 348 Replace facia board 14 days Fri 1/9/26 Thu 1/29/26 349 Soffit repairs 16 days Fri 1/9/26 Mon 2/2/26 350 Demo 15 days Fri 1/9/26 Fri 1/30/26 351 Demo face boards 4 days Fri 1/9/26 Wed 1/14/26 352 Interior side of mech. Screens 11 days Thu 1/15/26 Fri 1/30/26 353 Install 16 days Fri 1/9/26 Mon 2/2/26 354 Mech. Screens 8 days Fri 1/9/26 Wed 1/21/26 355 New face boards 8 days Thu 1/22/26 Mon 2/2/26 356 Painting 47 days Fri 1/9/26 Wed 3/18/26 357 Roof, Facia and Soffit 47 days Fri 1/9/26 Wed 3/18/26 358 Detail stucco 10 days Fri 1/9/26 Fri 1/23/26 359 Paint 32 days Mon 2/2/26 Wed 3/18/26 360 Punch 3 days Thu 3/19/26 Mon 3/23/26 361 Pre punch 1 day Thu 3/19/26 Thu 3/19/26 362 Post punch 1 day Fri 3/20/26 Fri 3/20/26 363 Corrections 1 day Mon 3/23/26 Mon 3/23/26 364 Wave Project Complete 0 days Thu 4/30/26 Thu 4/30/26 365 Civic Center / City Hall 153 days Fri 1/9/26 Mon 8/17/26 366 Metal panels upper level, remove and reinstall (detail 6 B01-A2.0)28 days Fri 1/9/26 Thu 2/19/26 367 Metal Panel for Detail 6 28 days Fri 1/9/26 Thu 2/19/26 368 Remove panels 3 days Fri 1/9/26 Tue 1/13/26 369 Clean and prep 1 day Fri 2/6/26 Fri 2/6/26 370 Reinstall panles 1 day Fri 2/6/26 Fri 2/6/26 371 Water test 5 days Mon 2/9/26 Fri 2/13/26 372 Pre punch 1 day Tue 2/17/26 Tue 2/17/26 373 Corrections 2 days Wed 2/18/26 Thu 2/19/26 374 Storefront slopped refurbished courtyard glazing (detail 6 b01-A2.0)21 days Mon 1/12/26 Tue 2/10/26 375 Detail 6 21 days Mon 1/12/26 Tue 2/10/26 376 Lower glazing 9 days Mon 1/12/26 Fri 1/23/26 377 Upper glazing 8 days Mon 1/26/26 Wed 2/4/26 378 Water test 1 day Thu 2/5/26 Thu 2/5/26 379 Pre punch 1 day Fri 2/6/26 Fri 2/6/26 380 Corrections 2 days Mon 2/9/26 Tue 2/10/26 381 Metal panels upper level, remove and reinstall (detail 5 Bo1-A2.1)45 days Wed 1/14/26 Thu 3/19/26 382 Metal Panel for Detail 5 45 days Wed 1/14/26 Thu 3/19/26 383 Remove panels 3 days Wed 1/14/26 Fri 1/16/26 384 Clean and prep 1 day Mon 3/16/26 Mon 3/16/26 385 Reinstall panles 1 day Mon 3/16/26 Mon 3/16/26 386 Water test 1 day Tue 3/17/26 Tue 3/17/26 387 Pre punch 1 day Tue 3/17/26 Tue 3/17/26 388 Corrections 2 days Wed 3/18/26 Thu 3/19/26 389 Storefront verticall refurbished courtyard glazing (detail 5 b01-A2.1)37 days Tue 1/27/26 Thu 3/19/26 390 Detail 5 37 days Tue 1/27/26 Thu 3/19/26 391 Lower glazing 17 days Tue 1/27/26 Thu 2/19/26 392 Upper glazing 16 days Fri 2/20/26 Fri 3/13/26 393 Water test 1 day Mon 3/16/26 Mon 3/16/26 394 Pre punch 1 day Tue 3/17/26 Tue 3/17/26 395 Corrections 2 days Wed 3/18/26 Thu 3/19/26 396 Metal panels upper level, remove and reinstall (detail 3 and 5 Bo1-A2.2)65 days Wed 1/14/26 Thu 4/16/26 397 Metal Panel for Detail 3 & 5 65 days Wed 1/14/26 Thu 4/16/26 398 Remove panels 3 days Wed 1/14/26 Fri 1/16/26 399 Clean and prep 1 day Mon 4/13/26 Mon 4/13/26 400 Reinstall panles 1 day Mon 4/13/26 Mon 4/13/26 401 Water test 1 day Tue 4/14/26 Tue 4/14/26 402 Pre punch 1 day Tue 4/14/26 Tue 4/14/26 403 Corrections 2 days Wed 4/15/26 Thu 4/16/26 404 Storefront refurbished punched openings (detail 3 and 5 B01-A2.2)24 days Mon 3/16/26 Thu 4/16/26 405 Detail 3 & 5 24 days Mon 3/16/26 Thu 4/16/26 406 Lower glazing 10 days Mon 3/16/26 Fri 3/27/26 407 Upper glazing 10 days Mon 3/30/26 Fri 4/10/26 408 Water test 1 day Mon 4/13/26 Mon 4/13/26 Prep Body Trim Pre punch Punch walk Corrections Safe off lights at all working locations Reinstall lighting Inspect for repairs Demo fiber panel Replace vapor barrier Install new panels Inspect for repairs Demo dryrot Replace facia board Demo face boards Interior side of mech. Screens Mech. Screens New face boards Detail stucco Paint Pre punch Post punch Corrections 4/30 Remove panelsRemove panels Clean and prep Reinstall panles Water test Pre punch Corrections Lower glazingLower glazing Upper glazingUpper glazing Water test Pre punch Corrections Remove panels Clean and prep Reinstall panlesReinstall panles Water test Pre punchPre punch CorrectionsCorrections Lower glazingLower glazing Upper glazingUpper glazing Water test Pre punch Corrections Remove panels Clean and prep Reinstall panles Water test Pre punch Corrections Lower glazing Upper glazing Water test 3/9 3/16 3/23 3/30 4/6 4/13 4/20 4/27 5/4 5/11 5/18 5/25 6/1 6/8 6/15 6/22 6/29 7/6 7/13 7/20 7/27 8/3 8/10 8/17 8/24 8/31 9/7 9/14 9/21 9/28 10/510/1210/1910/2611/2 11/911/1611/2311/3012/712/1412/2112/28 1/4 1/11 1/18 1/25 2/1 2/8 2/15 2/22 3/1 3/8 3/15 3/22 3/29 4/5 4/12 4/19 4/26 5/3 5/10 5/17 5/24 5/31 6/7 6/14 6/21 6/28 7/5 7/12 7/19 7/26 8/2 8/9 8/16 8/23 8/30 9/6 9/13 9/209/27 10/410/1110/1810/2511/1 11/811/1511/22 Mar '25 Apr '25 May '25 Jun '25 Jul '25 Aug '25 Sep '25 Oct '25 Nov '25 Dec '25 Jan '26 Feb '26 Mar '26 Apr '26 May '26 Jun '26 Jul '26 Aug '26 Sep '26 Oct '26 Nov '26 Wed 11/19/25 PCCLP 2025050 City Of Dublin Exterior Improvements GMP Project Schedule Page 5 Phase 2 Schedule 11-19-25 GMP / 39 34 9 ID Task Name Duration Start Finish 409 Pre punch 1 day Tue 4/14/26 Tue 4/14/26 410 Corrections 2 days Wed 4/15/26 Thu 4/16/26 411 Storefront new punched openings (detail 1 and 2 B01-A2.0)28 days Mon 4/13/26 Wed 5/20/26 412 Detail 1 & 2 28 days Mon 4/13/26 Wed 5/20/26 418 DAC Complete 0 days Fri 5/29/26 Fri 5/29/26 419 Storefront refurbished punched openings (detail 1, 2, 3 and 4 B01-A2.1)42 days Fri 5/15/26 Wed 7/15/26 420 Detail 1, 2, 3 & 4 42 days Fri 5/15/26 Wed 7/15/26 421 Lower glazing 19 days Fri 5/15/26 Thu 6/11/26 422 Upper glazing 19 days Fri 6/12/26 Thu 7/9/26 423 Water test 1 day Fri 7/10/26 Fri 7/10/26 424 Pre punch 1 day Mon 7/13/26 Mon 7/13/26 425 Corrections 2 days Tue 7/14/26 Wed 7/15/26 426 Stonework 153 days Fri 1/9/26 Mon 8/17/26 427 Parapet caps 10 days Fri 3/20/26 Thu 4/2/26 428 Remove seal 5 days Fri 3/20/26 Thu 3/26/26 429 reseal 5 days Fri 3/27/26 Thu 4/2/26 430 Cmu 10 days Fri 4/3/26 Thu 4/16/26 431 Repoint loints 10 days Fri 4/3/26 Thu 4/16/26 432 Stone veneer 30 days Fri 4/17/26 Fri 5/29/26 433 Remove all joints 15 days Fri 4/17/26 Thu 5/7/26 434 Install backing 3 days Fri 5/8/26 Tue 5/12/26 435 New mortar 12 days Wed 5/13/26 Fri 5/29/26 436 inspection QC 1 day Mon 6/1/26 Mon 6/1/26 437 Metal parapet cap 11 days Tue 6/2/26 Tue 6/16/26 438 Cap at stone coping 10 days Tue 6/2/26 Mon 6/15/26 439 inspection QC 1 day Tue 6/16/26 Tue 6/16/26 440 Gutters 11 days Wed 6/17/26 Wed 7/1/26 441 Remove GSM gutters 2 days Wed 6/17/26 Thu 6/18/26 442 Clean and coat 4 days Fri 6/19/26 Wed 6/24/26 443 Install SS gutters 4 days Thu 6/25/26 Tue 6/30/26 444 inspection QC 1 day Wed 7/1/26 Wed 7/1/26 445 Paint 17 days Thu 7/2/26 Mon 7/27/26 446 Stucco area 6 days Thu 7/2/26 Fri 7/10/26 447 Hallow metal doors and jambs 4 days Mon 7/13/26 Thu 7/16/26 448 Metal GSM caps 6 days Fri 7/17/26 Fri 7/24/26 449 inspection QC 1 day Mon 7/27/26 Mon 7/27/26 450 Sinage 5 days Tue 7/28/26 Mon 8/3/26 451 Remove existing signage 2 days Tue 7/28/26 Wed 7/29/26 452 Reinstall 2 days Thu 7/30/26 Fri 7/31/26 453 inspection QC 1 day Mon 8/3/26 Mon 8/3/26 454 Landscape repairs 10 days Tue 8/4/26 Mon 8/17/26 455 Place Holder1 2 days Tue 8/4/26 Wed 8/5/26 456 Place Holder 2 4 days Thu 8/6/26 Tue 8/11/26 457 Place Holder 3 4 days Wed 8/12/26 Mon 8/17/26 458 Finish protection as needed 10 days Fri 1/9/26 Fri 1/23/26 459 Place Holder for Storefront 2 days Fri 1/9/26 Mon 1/12/26 460 Place Holder for Storefront 4 days Tue 1/13/26 Fri 1/16/26 461 Place Holder for Storefront 4 days Tue 1/20/26 Fri 1/23/26 462 Final 1 day Tue 8/4/26 Tue 8/4/26 463 City Inspection 1 day Tue 8/4/26 Tue 8/4/26 464 Punch 5 days Wed 8/5/26 Tue 8/11/26 465 Pre punch 1 day Wed 8/5/26 Wed 8/5/26 466 Post punch 1 day Thu 8/6/26 Thu 8/6/26 467 Corrections 3 days Fri 8/7/26 Tue 8/11/26 468 Library 66 days Tue 3/24/26 Wed 6/24/26 469 Scaffold install 5 days Tue 3/24/26 Mon 3/30/26 470 Standing seam metal roof 5 days Tue 3/31/26 Mon 4/6/26 471 Replace ridge fastners 5 days Tue 3/31/26 Mon 4/6/26 472 New gutter option 35 days Wed 4/29/26 Wed 6/17/26 473 Remove existing gutters 5 days Wed 4/29/26 Tue 5/5/26 474 Install plywood shims 5 days Wed 5/6/26 Tue 5/12/26 475 Reset stone coping 5 days Wed 5/13/26 Tue 5/19/26 476 Replace seal @stone coping 5 days Wed 5/20/26 Wed 5/27/26 477 Install new sealant for coping 5 days Thu 5/28/26 Wed 6/3/26 478 Instal WP Membrane 5 days Thu 6/4/26 Wed 6/10/26 479 Install new SS gutter 5 days Thu 6/11/26 Wed 6/17/26 480 Existing gutter repair option 40 days Wed 4/29/26 Wed 6/24/26 481 Permanently attach gutters 8 days Wed 4/29/26 Fri 5/8/26 482 Coat gutters 8 days Mon 5/11/26 Wed 5/20/26 483 Remove sealant @ stone coping 8 days Thu 5/21/26 Tue 6/2/26 484 Replace sealant @stone coping 8 days Wed 6/3/26 Fri 6/12/26 485 Inspections 5 days Thu 6/18/26 Wed 6/24/26 486 Inspection QC 2 days Thu 6/18/26 Fri 6/19/26 487 Water test 2 days Mon 6/22/26 Tue 6/23/26 488 Punch 1 day Wed 6/24/26 Wed 6/24/26 489 Sloping metal roof 25 days Wed 4/29/26 Wed 6/3/26 490 New gutter option 25 days Wed 4/29/26 Wed 6/3/26 491 Remove existing gutters 4 days Wed 4/29/26 Mon 5/4/26 492 Install plywood shims 3 days Tue 5/5/26 Thu 5/7/26 493 Reset stone coping 4 days Fri 5/8/26 Wed 5/13/26 494 Replace seal @stone coping 4 days Thu 5/14/26 Tue 5/19/26 495 Install new sealant for coping 4 days Wed 5/20/26 Tue 5/26/26 Pre punch Corrections 5/29 Lower glazing Upper glazing Water test Pre punch Corrections Remove sealRemove seal resealreseal Repoint lointsRepoint loints Remove all jointsRemove all joints Install backingInstall backing New mortarNew mortar inspection QCinspection QC Cap at stone copingCap at stone coping inspection QCinspection QC Remove GSM guttersRemove GSM gutters Clean and coat Clean and coat Install SS gutters Install SS gutters inspection QCinspection QC Stucco areaStucco area Hallow metal doors and jambsHallow metal doors and jambs Metal GSM capsMetal GSM caps inspection QCinspection QC Remove existing signageRemove existing signage Reinstall Reinstall inspection QCinspection QC Place Holder1 Place Holder 2 Place Holder 3 Place Holder for Storefront Place Holder for Storefront Place Holder for Storefront City InspectionCity Inspection Pre punchPre punch Post punchPost punch CorrectionsCorrections Scaffold install Replace ridge fastners Remove existing gutters Install plywood shims Reset stone coping Replace seal @stone coping Install new sealant for coping Instal WP Membrane Install new SS gutter Permanently attach gutters Coat gutters Remove sealant @ stone coping Replace sealant @stone coping Inspection QC Water test Punch Remove existing gutters Install plywood shims Reset stone coping Replace seal @stone coping Install new sealant for coping 3/9 3/16 3/23 3/30 4/6 4/13 4/20 4/27 5/4 5/11 5/18 5/25 6/1 6/8 6/15 6/22 6/29 7/6 7/13 7/20 7/27 8/3 8/10 8/17 8/24 8/31 9/7 9/14 9/21 9/28 10/510/1210/1910/2611/2 11/911/1611/2311/3012/712/1412/2112/28 1/4 1/11 1/18 1/25 2/1 2/8 2/15 2/22 3/1 3/8 3/15 3/22 3/29 4/5 4/12 4/19 4/26 5/3 5/10 5/17 5/24 5/31 6/7 6/14 6/21 6/28 7/5 7/12 7/19 7/26 8/2 8/9 8/16 8/23 8/30 9/6 9/13 9/209/27 10/410/1110/1810/2511/1 11/811/1511/22 Mar '25 Apr '25 May '25 Jun '25 Jul '25 Aug '25 Sep '25 Oct '25 Nov '25 Dec '25 Jan '26 Feb '26 Mar '26 Apr '26 May '26 Jun '26 Jul '26 Aug '26 Sep '26 Oct '26 Nov '26 Wed 11/19/25 PCCLP 2025050 City Of Dublin Exterior Improvements GMP Project Schedule Page 6 Phase 2 Schedule 11-19-25 GMP / 40 35 0 ID Task Name Duration Start Finish 496 Instal WP Membrane 3 days Wed 5/27/26 Fri 5/29/26 497 Install new SS gutter 3 days Mon 6/1/26 Wed 6/3/26 498 Existing gutter repair option 14 days Wed 4/29/26 Mon 5/18/26 499 Permanently attach gutters 3 days Wed 4/29/26 Fri 5/1/26 500 Coat gutters 3 days Mon 5/4/26 Wed 5/6/26 501 Remove sealant @ stone coping 4 days Thu 5/7/26 Tue 5/12/26 502 Replace sealant @stone coping 4 days Wed 5/13/26 Mon 5/18/26 503 Inspections 2 days Tue 5/19/26 Wed 5/20/26 504 Inspection QC 1 day Tue 5/19/26 Tue 5/19/26 505 Water test 1 day Wed 5/20/26 Wed 5/20/26 506 Stonework 5 days Tue 3/31/26 Mon 4/6/26 507 Stone veneer (spot repair allowance)5 days Tue 3/31/26 Mon 4/6/26 508 Wainscot 10 days Tue 4/7/26 Mon 4/20/26 509 Remove joints 5 days Tue 4/7/26 Mon 4/13/26 510 Replace joints 5 days Tue 4/14/26 Mon 4/20/26 511 Stucco 10 days Tue 4/21/26 Mon 5/4/26 512 Remove vertical joints 5 days Tue 4/21/26 Mon 4/27/26 513 Replcae vertical joints 5 days Tue 4/28/26 Mon 5/4/26 514 Paint 28 days Tue 3/31/26 Thu 5/7/26 515 B02-A2.0 (detail 1 and 3)11 days Tue 3/31/26 Tue 4/14/26 516 Repair stucco 6 days Tue 3/31/26 Tue 4/7/26 517 Paint 5 days Wed 4/8/26 Tue 4/14/26 518 B02-A2.1 (detail 1, 2, 3 and 4)17 days Wed 4/15/26 Thu 5/7/26 519 Repair stucco 9 days Wed 4/15/26 Mon 4/27/26 520 Paint 8 days Tue 4/28/26 Thu 5/7/26 521 Sinage 11 days Fri 5/8/26 Fri 5/22/26 522 Remove existing signage 5 days Fri 5/8/26 Thu 5/14/26 523 Reinstall 5 days Fri 5/15/26 Thu 5/21/26 524 inspection QC 1 day Fri 5/22/26 Fri 5/22/26 525 Punch 4 days Tue 5/26/26 Fri 5/29/26 526 Pre punch 1 day Tue 5/26/26 Tue 5/26/26 527 Post punch 1 day Wed 5/27/26 Wed 5/27/26 528 Corrections 2 days Thu 5/28/26 Fri 5/29/26 529 Remove scaffolding 5 days Mon 6/1/26 Fri 6/5/26 530 Senior Center 39 days Tue 3/31/26 Fri 5/22/26 531 Scaffold and ramp install 1 day Tue 3/31/26 Tue 3/31/26 532 Refrigerator compressors 2 days Wed 4/1/26 Thu 4/2/26 533 Safe off electrical 1 day Wed 4/1/26 Wed 4/1/26 534 Remove three compressors 1 day Thu 4/2/26 Thu 4/2/26 535 Roofing six sections (B04-A1.1)17 days Fri 4/3/26 Mon 4/27/26 536 Line 1-6, G-P 7 days Fri 4/3/26 Mon 4/13/26 537 Demo section one to substrate 2 days Fri 4/3/26 Mon 4/6/26 538 Replace dryrot plywood (low slope)2 days Tue 4/7/26 Wed 4/8/26 539 <New Task>3 days Tue 4/7/26 Thu 4/9/26 540 <New Task>3 days Thu 4/9/26 Mon 4/13/26 541 Line 12-15.2, N-S.5 7 days Tue 4/7/26 Wed 4/15/26 542 Demo section one to substrate 2 days Tue 4/7/26 Wed 4/8/26 543 Replace dryrot plywood (low slope)2 days Thu 4/9/26 Fri 4/10/26 544 Placeholder 1 3 days Mon 4/13/26 Wed 4/15/26 545 Placeholder 2 3 days Mon 4/13/26 Wed 4/15/26 546 Line 15-21.5, AA-FF 7 days Thu 4/9/26 Fri 4/17/26 547 Demo section one to substrate 2 days Thu 4/9/26 Fri 4/10/26 548 Replace dryrot plywood (low slope)2 days Mon 4/13/26 Tue 4/14/26 549 Placeholder 3 3 days Wed 4/15/26 Fri 4/17/26 550 Placeholder 4 3 days Wed 4/15/26 Fri 4/17/26 551 Line 12-17.5, G-K 7 days Mon 4/13/26 Tue 4/21/26 552 Demo section one to substrate 2 days Mon 4/13/26 Tue 4/14/26 553 Replace dryrot plywood (low slope)2 days Wed 4/15/26 Thu 4/16/26 554 <New Task>3 days Fri 4/17/26 Tue 4/21/26 555 <New Task>3 days Fri 4/17/26 Tue 4/21/26 556 Line 18.5-21, E-F.7 7 days Wed 4/15/26 Thu 4/23/26 557 Demo section one to substrate 2 days Wed 4/15/26 Thu 4/16/26 558 Replace dryrot plywood (low slope)2 days Fri 4/17/26 Mon 4/20/26 559 <New Task>3 days Tue 4/21/26 Thu 4/23/26 560 <New Task>3 days Tue 4/21/26 Thu 4/23/26 561 Line 10-17, C-F.3 7 days Fri 4/17/26 Mon 4/27/26 562 Demo section one to substrate 2 days Fri 4/17/26 Mon 4/20/26 563 Replace dryrot plywood (low slope)2 days Tue 4/21/26 Wed 4/22/26 564 Placeholder 5 3 days Thu 4/23/26 Mon 4/27/26 565 Placeholder 6 3 days Thu 4/23/26 Mon 4/27/26 566 Framing 9 days Tue 4/28/26 Fri 5/8/26 567 Remove (6) clearstory windows 1 day Tue 4/28/26 Tue 4/28/26 568 Reframe openings to new height of roof 2 days Wed 4/29/26 Thu 4/30/26 569 Install flashing 1 day Wed 4/29/26 Wed 4/29/26 570 Inspection 1 day Thu 4/30/26 Thu 4/30/26 571 Reinstall (6) clearstory windows 1 day Fri 5/1/26 Fri 5/1/26 572 Repair finishes around clearstory windows 2 days Mon 5/4/26 Tue 5/5/26 573 Interior 1 day Mon 5/4/26 Mon 5/4/26 574 Exterior 1 day Tue 5/5/26 Tue 5/5/26 575 Seal clearstory windows 1 day Tue 5/5/26 Tue 5/5/26 576 Remove hollow metal doors (2)1 day Wed 5/6/26 Wed 5/6/26 577 Install new hollow metal doors 1 day Thu 5/7/26 Thu 5/7/26 Instal WP Membrane Install new SS gutter Permanently attach gutters Coat gutters Remove sealant @ stone coping Replace sealant @stone coping Inspection QC Water test Stone veneer (spot repair allowance) Remove joints Replace joints Remove vertical joints Replcae vertical joints Repair stucco Paint Repair stucco Paint Remove existing signage Reinstall inspection QC Pre punch Post punch Corrections Remove scaffolding Scaffold and ramp install Safe off electrical Remove three compressors Demo section one to substrate Replace dryrot plywood (low slope) <New Task> <New Task> Demo section one to substrate Replace dryrot plywood (low slope) Placeholder 1 Placeholder 2 Demo section one to substrate Replace dryrot plywood (low slope) Placeholder 3 Placeholder 4 Demo section one to substrate Replace dryrot plywood (low slope) <New Task> <New Task> Demo section one to substrate Replace dryrot plywood (low slope) <New Task> <New Task> Demo section one to substrate Replace dryrot plywood (low slope) Placeholder 5 Placeholder 6 Remove (6) clearstory windows Install flashing Inspection Reinstall (6) clearstory windows Interior Seal clearstory windows Remove hollow metal doors (2) Install new hollow metal doors 3/9 3/16 3/23 3/30 4/6 4/13 4/20 4/27 5/4 5/11 5/18 5/25 6/1 6/8 6/15 6/22 6/29 7/6 7/13 7/20 7/27 8/3 8/10 8/17 8/24 8/31 9/7 9/14 9/21 9/28 10/510/1210/1910/2611/2 11/911/1611/2311/3012/712/1412/2112/28 1/4 1/11 1/18 1/25 2/1 2/8 2/15 2/22 3/1 3/8 3/15 3/22 3/29 4/5 4/12 4/19 4/26 5/3 5/10 5/17 5/24 5/31 6/7 6/14 6/21 6/28 7/5 7/12 7/19 7/26 8/2 8/9 8/16 8/23 8/30 9/6 9/13 9/209/27 10/410/1110/1810/2511/1 11/811/1511/22 Mar '25 Apr '25 May '25 Jun '25 Jul '25 Aug '25 Sep '25 Oct '25 Nov '25 Dec '25 Jan '26 Feb '26 Mar '26 Apr '26 May '26 Jun '26 Jul '26 Aug '26 Sep '26 Oct '26 Nov '26 Wed 11/19/25 PCCLP 2025050 City Of Dublin Exterior Improvements GMP Project Schedule Page 7 Phase 2 Schedule 11-19-25 GMP / 41 35 1 ID Task Name Duration Start Finish 578 Repair dryrot at NW corner of multipurpose room 1 day Fri 5/8/26 Fri 5/8/26 579 Stone veneer allowance 1 day Mon 5/11/26 Mon 5/11/26 580 Tile veneer at entry 1 day Mon 5/11/26 Mon 5/11/26 581 Tile veneer at multipurpose room 1 day Tue 5/12/26 Tue 5/12/26 582 Paint 4 days Wed 5/13/26 Mon 5/18/26 583 Stucco repairs 1 day Wed 5/13/26 Wed 5/13/26 584 Body 1 day Thu 5/14/26 Thu 5/14/26 585 Doors, windows and trim 1 day Fri 5/15/26 Fri 5/15/26 586 Bollards 1 day Mon 5/18/26 Mon 5/18/26 587 Punch 3 days Tue 5/19/26 Thu 5/21/26 588 Pre punch 1 day Tue 5/19/26 Tue 5/19/26 589 Post punch 1 day Wed 5/20/26 Wed 5/20/26 590 Corrections 1 day Thu 5/21/26 Thu 5/21/26 591 Remove scaffolding 1 day Fri 5/22/26 Fri 5/22/26 592 Clock Tower 23 days Mon 6/8/26 Thu 7/9/26 593 Scaffold assembly and fencing 3 days Mon 6/8/26 Wed 6/10/26 596 Electrical systems 8 days Thu 6/11/26 Mon 6/22/26 605 Demolition 15 days Mon 6/8/26 Fri 6/26/26 609 Stone veneer 5 days Wed 6/10/26 Tue 6/16/26 613 Reframe 2 days Mon 6/8/26 Tue 6/9/26 616 Metal panels 4 days Mon 6/8/26 Thu 6/11/26 619 Access panel and Ventilation 7 days Fri 6/12/26 Mon 6/22/26 622 Paint 5 days Mon 6/8/26 Fri 6/12/26 625 Civil 10 days Mon 6/8/26 Fri 6/19/26 630 Landscape 4 days Mon 6/22/26 Thu 6/25/26 633 Punch 4 days Fri 6/26/26 Wed 7/1/26 637 Scaffold and fencing 5 days Thu 7/2/26 Thu 7/9/26 640 Fire Station 16 38 days Tue 5/26/26 Fri 7/17/26 641 Mechanical 16 days Tue 5/26/26 Tue 6/16/26 642 Safe off 1 day Tue 5/26/26 Tue 5/26/26 643 Remove hvac units 2 days Wed 5/27/26 Thu 5/28/26 644 Reinstall hvac units 2 days Fri 6/12/26 Mon 6/15/26 645 Reconnect to power 1 day Tue 6/16/26 Tue 6/16/26 646 Test hvac units 1 day Tue 6/16/26 Tue 6/16/26 647 Solar 17 days Wed 5/27/26 Thu 6/18/26 648 Safe off to panels 1 day Wed 5/27/26 Wed 5/27/26 649 Remove panels 2 days Thu 5/28/26 Fri 5/29/26 650 Remove panel racks 3 days Mon 6/1/26 Wed 6/3/26 651 Extend stansions 3 days Thu 6/4/26 Mon 6/8/26 652 Install panels 2 days Tue 6/16/26 Wed 6/17/26 653 Clean panels 1 day Thu 6/18/26 Thu 6/18/26 654 Repower panels 1 day Fri 6/12/26 Fri 6/12/26 655 Test panels 1 day Mon 6/15/26 Mon 6/15/26 656 Roofing 10 days Fri 5/29/26 Thu 6/11/26 657 Placeholder 7 3 days Fri 5/29/26 Tue 6/2/26 658 Placeholder 8 3 days Wed 6/3/26 Fri 6/5/26 659 Placeholder 9 2 days Mon 6/8/26 Tue 6/9/26 660 Placeholder 10 2 days Wed 6/10/26 Thu 6/11/26 661 Clearstory windows (22)24 days Fri 6/12/26 Thu 7/16/26 662 Finish protection interior 3 days Fri 6/12/26 Tue 6/16/26 663 Remove windows 11 days Wed 6/17/26 Wed 7/1/26 664 Reframe openings 10 days Thu 7/2/26 Thu 7/16/26 665 WP sasm and flash onpenings 24 days Fri 6/12/26 Thu 7/16/26 666 Reinstall windows 22 days Fri 6/12/26 Tue 7/14/26 667 Reseal around window 5 days Fri 6/12/26 Thu 6/18/26 668 Exterior trim repairs 5 days Fri 6/19/26 Thu 6/25/26 669 Interior trim repairs 5 days Fri 6/26/26 Thu 7/2/26 670 Paint 6 days Mon 7/6/26 Mon 7/13/26 671 Stucco repairs 2 days Mon 7/6/26 Tue 7/7/26 672 Body 2 days Wed 7/8/26 Thu 7/9/26 673 Doors, windows and trim 2 days Fri 7/10/26 Mon 7/13/26 674 Bollards 2 days Fri 7/10/26 Mon 7/13/26 675 Roof access lader 1 day Fri 7/10/26 Fri 7/10/26 676 Garage opening frames 1 day Fri 7/10/26 Fri 7/10/26 677 Window steel plates 2 days Fri 7/10/26 Mon 7/13/26 678 Painted/coated GSM flashing 2 days Fri 7/10/26 Mon 7/13/26 679 Punch 4 days Tue 7/14/26 Fri 7/17/26 680 Pre punch 1 day Tue 7/14/26 Tue 7/14/26 681 Post punch 1 day Wed 7/15/26 Wed 7/15/26 682 Corrections 2 days Thu 7/16/26 Fri 7/17/26 683 Fire Station 17 34 days Mon 6/8/26 Fri 7/24/26 684 Paint 34 days Mon 6/8/26 Fri 7/24/26 685 Patch stucco 5 days Mon 7/20/26 Fri 7/24/26 686 Elastomeric paint 5 days Mon 6/8/26 Fri 6/12/26 687 Punch 4 days Mon 6/15/26 Thu 6/18/26 688 Pre punch 1 day Mon 6/15/26 Mon 6/15/26 689 Post punch 1 day Tue 6/16/26 Tue 6/16/26 690 Corrections 2 days Wed 6/17/26 Thu 6/18/26 691 Fire Staion 18 14 days Wed 6/17/26 Tue 7/7/26 692 Paint 5 days Wed 6/17/26 Tue 6/23/26 693 Patch stucco 5 days Wed 6/17/26 Tue 6/23/26 694 Elastomeric paint 5 days Wed 6/24/26 Tue 6/30/26 Repair dryrot at NW corner of multipurpose room Tile veneer at entry Tile veneer at multipurpose room Stucco repairs Body Doors, windows and trim Bollards Pre punch Post punch Corrections Remove scaffolding Safe off Remove hvac units Reinstall hvac units Reconnect to power Test hvac units Safe off to panels Remove panels Remove panel racks Extend stansions Install panels Clean panels Repower panels Test panels Placeholder 7 Placeholder 8 Placeholder 9 Placeholder 10 Finish protection interior Remove windows Reframe openings WP sasm and flash onpenings Reinstall windows Reseal around window Exterior trim repairs Interior trim repairs Stucco repairs Body Doors, windows and trim Bollards Roof access lader Garage opening frames Window steel plates Painted/coated GSM flashing Pre punch Post punch Corrections Patch stucco Elastomeric paint Pre punch Post punch Corrections Patch stucco Elastomeric paint 3/9 3/16 3/23 3/30 4/6 4/13 4/20 4/27 5/4 5/11 5/18 5/25 6/1 6/8 6/15 6/22 6/29 7/6 7/13 7/20 7/27 8/3 8/10 8/17 8/24 8/31 9/7 9/14 9/21 9/28 10/510/1210/1910/2611/2 11/911/1611/2311/3012/712/1412/2112/28 1/4 1/11 1/18 1/25 2/1 2/8 2/15 2/22 3/1 3/8 3/15 3/22 3/29 4/5 4/12 4/19 4/26 5/3 5/10 5/17 5/24 5/31 6/7 6/14 6/21 6/28 7/5 7/12 7/19 7/26 8/2 8/9 8/16 8/23 8/30 9/6 9/13 9/209/27 10/410/1110/1810/2511/1 11/811/1511/22 Mar '25 Apr '25 May '25 Jun '25 Jul '25 Aug '25 Sep '25 Oct '25 Nov '25 Dec '25 Jan '26 Feb '26 Mar '26 Apr '26 May '26 Jun '26 Jul '26 Aug '26 Sep '26 Oct '26 Nov '26 Wed 11/19/25 PCCLP 2025050 City Of Dublin Exterior Improvements GMP Project Schedule Page 8 Phase 2 Schedule 11-19-25 GMP / 42 35 2 ID Task Name Duration Start Finish 695 Punch 4 days Wed 7/1/26 Tue 7/7/26 696 Pre punch 1 day Wed 7/1/26 Wed 7/1/26 697 Post punch 1 day Thu 7/2/26 Thu 7/2/26 698 Corrections 2 days Mon 7/6/26 Tue 7/7/26 699 Rain Delays 18 days Wed 8/12/26 Tue 9/8/26 700 Substantial Completion 0 days Tue 9/8/26 Tue 9/8/26 701 PROJECT CLOSE-OUT 20 days Wed 9/9/26 Tue 10/6/26 702 Project Close-out 20 days Wed 9/9/26 Tue 10/6/26 703 704 Target Completion 08/24/2026 Pre punch Post punch Corrections Rain Delays Rain Delays 9/8 Project Close-outProject Close-out 3/9 3/16 3/23 3/30 4/6 4/13 4/20 4/27 5/4 5/11 5/18 5/25 6/1 6/8 6/15 6/22 6/29 7/6 7/13 7/20 7/27 8/3 8/10 8/17 8/24 8/31 9/7 9/14 9/21 9/28 10/510/1210/1910/2611/2 11/911/1611/2311/3012/712/1412/2112/28 1/4 1/11 1/18 1/25 2/1 2/8 2/15 2/22 3/1 3/8 3/15 3/22 3/29 4/5 4/12 4/19 4/26 5/3 5/10 5/17 5/24 5/31 6/7 6/14 6/21 6/28 7/5 7/12 7/19 7/26 8/2 8/9 8/16 8/23 8/30 9/6 9/13 9/209/27 10/410/1110/1810/2511/1 11/811/1511/22 Mar '25 Apr '25 May '25 Jun '25 Jul '25 Aug '25 Sep '25 Oct '25 Nov '25 Dec '25 Jan '26 Feb '26 Mar '26 Apr '26 May '26 Jun '26 Jul '26 Aug '26 Sep '26 Oct '26 Nov '26 Wed 11/19/25 PCCLP 2025050 City Of Dublin Exterior Improvements GMP Project Schedule Page 9 Phase 2 Schedule 11-19-25 GMP / 43 35 3 CITY OF DUBLIN DEPARTMENT OF PUBLIC WORKS CALIFORNIA PROJECT NO. GI0125, GI0223, GI0423 Exterior Improvements Project 100 CIVIC PLAZA, DUBLIN, CA 94568 PROJECT MANUAL December 2, 2025 354 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 TABLE OF CONTENTS 00 0110 - 1 SECTION 00 01 10 TABLE OF CONTENTS Section 00 01 01 Project Title Page Section 00 01 10 Table of Contents DIVISION 0 - CONTRACTING REQUIREMENTS Section 00 01 15 List of Drawings Section 00 25 10 Certificate Relating to Faithful Performance, Payment Bonds Section 00 25 15 Bidders Checklist to Accompany Bid Package Section 00 25 50 Bidder Qualification Section 00 40 00 Bid Form Section 00 41 10 Bond Accompanying Bid Section 00 42 10 Declaration of Contractor’s License Status Section 00 43 00 Subcontractors List Section 00 43 50 Principals Interested in This Bid Section 00 48 10 Non-Collusion Affidavit Section 00 51 00 Notice of Award Section 00 52 00 Agreement Section 00 53 00 Executed Community Workforce Agreement Section 00 54 00 Ethical Standards for Contractors Section 00 55 00 Notice to Proceed Section 00 61 00 Faithful Performance Bond Section 00 62 00 Payment Bond Section 00 62 50 Maintenance Bond Section 00 63 00 Guaranty Section 00 65 00 Agreement and Release of Any and All Claims Section 00 65 40 Worker’s Compensation Insurance Certificate Section 00 65 45 Community Workforce Agreement (CWA) Addendum A – Agreement to be Bound Section 00 66 00 Substitution Request Form Section 00 67 00 Escrow Bid Documents Section 00 68 00 Escrow Agreement for Security Deposits in Lieu of Retention Section 00 72 00 General Conditions Section 00 82 20 Insurance END OF SECTION 355 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 LIST OF DRAWINGS 00 0115 - 1 SECTION 00 01 15 LIST OF DRAWINGS GENERAL G1.0 COVER SHEET G1.1 ABBREVIATIONS, GENERAL NOTES, PROJECT DATA, SYMBOLS ARCHITECTURAL B01-A1.0 B01-A1.1 B01-A1.2 SITE PLAN CITY HALL – FIRST FLOOR CITY HALL – SECOND FLOOR B01-A1.3 CITY HALL – ROOF PLAN B01-A1.4 ARTS CENTER – FIRST FLOOR B01-A1.5 ARTS CENTER – SECOND FLOOR B01-A1.6 ARTS CENTER – ROOF PLAN B01-A2.0 ARTS CENTER – ELEVATIONS B01-A2.1 CITY HALL – ELEVATIONS B01-A2.2 B01-A2.3 CITY HALL – ELEVATIONS CITY HALL – ELEVATIONS B01-A2.4 B01-A3.0 OUT BLDGS – PLANS AND ELEVATIONS WINDOW / STOREFRONT SCHEDULE B02-A1.0 B02-A1.1 B02-A1.2 B02-A2.0 B02-A2.1 B02-A3.1 B02-A9.0 B02-A9.1 LIBRARY – SITE PLAN LIBRARY – ROOF PLAN LIBRARY – ROOF PLAN LIBRARY – ELEVATIONS LIBRARY – ELEVATIONS LIBRARY – SECTIONS LIBRARY – DETAILS (SGH) LIBRARY – DETAILS (SGH) B03-A1.0 B03-A2.0 B03-A2.1 B03-A8.0 B03-A8.1 B03-A8.2 B03-A8.3 B03-A8.4 CLOCK TOWER – SITE PLAN CLOCK TOWER – ELEVATIONS CLOCK TOWER – SECTIONS CLOCK TOWER – DETAILS CLOCK TOWER – DETAILS CLOCK TOWER – DETAILS CLOCK TOWER – DETAILS CLOCK TOWER – DETAILS B04-A1.0 B04-A1.1 B04-A2.0 B04-A8.0 SENIOR CENTER – SITE PLAN SENIOR CENTER – ROOF PLAN SENIOR CENTER – ELEVATIONS SENIOR CENTER – DETAILS B05-A1.0 B05-A1.1 B05-A2.0 B05-A8.0 FIRE STATION 16 – SITE PLAN FIRE STATION 16 – ROOF PLAN FIRE STATION 16 – ELEVATIONS FIRE STATION 16 – DETAILS B06-A1.0 B06-A2.0 FIRE STATION 17 – SITE PLAN FIRE STATION 17 – ELEVATIONS 356 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 LIST OF DRAWINGS 00 0115 - 2 B07-A1.0 B07-A2.0 FIRE STATION 18 – SITE PLAN FIRE STATION 18 – ELEVATIONS B08-A1.0 B08-A1.1 B08-A2.0 B08-A2.1 B08-A2.2 B08-A2.3 B08-A2.4 B08-A8.0 B08-A8.1 B08-A8.2 WAVE – SITE PLAN WAVE – ROOF PLAN WAVE – ELEVATIONS WAVE – ELEVATIONS WAVE POOL STORAGE – ROOF AND ELEVATIONS WAVE CONCESSION – ROOF PLAN & ELEVATIONS WAVE LOCKER – ROOF PLAN & ELEVATIONS WAVE – DETAILS STUCCO & FIBER CEMENT BOARD WAVE – DETAILS STEEL & FIBER CEMENT BOARD WAVE – DETAILS PAINTED SGM & WOOD B09-12-A0.0 B09-12-A1.0 B09-A1.0 B09-A1.1 B09-A1.4 B09-A1.11 B09-A2.0 B09-A2.1 B09-A6.0 B09-A8.0 B09-A8.1 B09-B1.0 HERITAGE SITE – OVERALL SITE PLAN HERITAGE SITE – SITE UTILITIES PLAN HERITAGE MUSEUM – SITE PLAN HERITAGE MUSEUM – PLAN HERITAGE MUSEUM – WOOD DECKING AND STAIRS HERITAGE MUSEUM – ROOF PLAN HERITAGE MUSEUM – ELEVATIONS HERITAGE MUSEUM – ELEVATIONS HERITAGE MUSEUM – WINDOW AND DOOR SCHEDULE HERITAGE MUSEUM – DETAILS HERITAGE MUSEUM – STAIR DETAILS HERITAGE MUSEUM – ACCESSORY BUILDINGS PLANS AND DETAILS B10-A1.0 B10-A1.1 B10-A1.2 B10-A2.0 B10-A8.0 B10-A8.1 OLD ST. RAYMOND CHURCH – SITE PLAN OLD ST. RAYMOND CHURCH – ROOF PLAN OLD ST. RAYMOND CHURCH – PLAN OLD ST. RAYMOND CHURCH – ELEVATIONS OLD ST. RAYMOND CHURCH – DETAILS OLD ST. RAYMOND CHURCH – REROOF DETAILS B11-A1.0 B11-A1.1 B11-A1.2 B11-A2.0 B11-A3.0 B11-A8.0 KOLB HOUSE – SITE PLAN KOLB HOUSE – ROOF PLAN KOLB HOUSE – FLOOR PLAN KOLB HOUSE – ELEVATIONS KOLB HOUSE – WINDOW AND DOOR SCHEDULE KOLB HOUSE – DETAILS B12-A1.0 B12-A1.1 B12-A8.0 B12-B2.0 B12-B2.1 SUNDAY SCHOOL BARN – SITE PLAN SUNDAY SCHOOL BARN – ROOF PLAN SUNDAY SCHOOL BARN - DETAILS PUBLIC RESTROOM DETAILS AND IMAGES – FLOOR PLAN PUBLIC RESTROOM – WINDOWS AND DOORS END OF SECTION 357 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 CERT RELATING TO FAITHFUL PERF, PAYMENT BONDS 00 2510 - 1 Section 00 25 10 CERTIFICATE RELATING TO FAITHFUL PERFORMANCE, PAYMENT BONDS I, THE UNDERSIGNED, HEREBY CERTIFY that I can obtain the followings Bonds as required by these contract documents and will provide executed copies of these bonds on the City furnished forms with the award package if awarded to:  Section 00 61 00 - Faithful Performance Bond  Section 00 62 00 - Payment/Labor and Materials Bond Should I not be able to produce the required Bonds, for just cause, the Proposer will forfeit the Bid Bond submitted with this proposal. I declare under penalty of perjury that the foregoing is true and correct and executed on this _______ day of ________________, 20 at Dublin, California. By: Official Title On behalf of: Contractor END OF SECTION 358 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 CERT RELATING TO FAITHFUL PERF, PAYMENT BONDS 00 2510 - 2 This page intentionally left blank 359 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 BIDDERS CHECKLIST TO ACCOMPANY BID PACKAGE 00 2515 - 1 Section 00 25 15 BIDDERS CHECKLIST TO ACCOMPANY BID PACKAGE NOT USED END OF SECTION 360 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 BIDDERS CHECKLIST TO ACCOMPANY BID PACKAGE 00 2515 - 2 This page intentionally left blank 361 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 BIDDER QUALIFICATION 00 2550 - 1 SECTION 00 25 50 BIDDER QUALIFICATION NOT USED END OF SECTION 362 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 BID FORM 00 4000 - 1 SECTION 00 40 00 BID FORM NOT USED END OF SECTION 363 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 BID FORM 00 4000 - 2 This page intentionally left blank 364 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 BOND ACCOMPANYING BID 00 4110 - 1 SECTION 00 41 10 BOND ACCOMPANYING BID NOT USED END OF SECTION 365 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 DECLARATION OF CONTRACTOR’S LICENSE STATUS 00 4210 - 1 SECTION 00 42 10 DECLARATION OF CONTRACTOR’S LICENSE STATUS 1 I, _______________________________, declare under penalty of perjury under the laws of the State of California that the following is true and correct: 1. The State Contractor’s license number for the signatory Design Builder is: _____________. 2. The license expiration date is: ____________________________________________. 3. Department of Industrial Relations Registration No. ___________________________. Executed on __________________, 20_________, at _______________________, California. ______________________________________________________ Design Builder’s Firm Name – Print or Type ______________________________________________________ Signatory’s Name – Print or Type ______________________________________________________ Signature ______________________________________________________ Capacity in Contracting Firm – Print or Type END OF SECTION 1 California Business & Professions Code 366 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 DECLARATION OF CONTRACTOR’S LICENSE STATUS 00 4210 - 2 This page intentionally left blank 367 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 SUBCONTRACTORS LIST 00 4300 - 1 SECTION 00 43 00 SUBCONTRACTORS LIST Pursuant to the requirements of the Subletting and Subcontracting Fair Practices, Act, California Public Contract Code Section 4100 and following, listed below are the name, business location, and the portion (type or trade) of the Project work to be subcontracted to each subcontractor that will perform a portion of the Project work (including special fabrication and installation of a portion of the work) valued in excess of one half of one percent of the total bid price. If the Project work includes construction of streets or highways, listed below are the name, business location, and the portion (type or trade) of the Project Work to be subcontracted to each subcontractor that will perform a portion of the Project work (including special fabrication and installation of a portion of the work) valued in excess of one-half of one percent of the total Project bid price, or ten thousand dollars, whichever is greater. Also listed below are the proposed subcontract dollar amount and current California Contractor’s License Number(s) for each proposed subcontractor. Bids that fail to include complete proposed subcontractor information pursuant to this form and Public Contract Code Section 4100 and following may be deemed non-responsive. Pursuant to California Public Contract Code Section 4106, For any portion of the Project work with a value of more than one half of one percent of the total bid price for which no subcontractor is listed, or for which more than one subcontractor is listed, the bidder certifies by submission of its bid that the bidder is qualified to perform that portion of the Project work and that the bidder will perform that portion of the Project work with its own forces. The penalties listed in California Public Contract Code Section 4111 will apply to any substitution of another subcontractor for a subcontractor listed below except as permitted by the City pursuant to Section 4107 and following of the California Public Contract Code. Design Builder must fill out all columns, for each listed subcontractor. Name of Subcontractor and Location of Mill or Shop Description of Work, Reference to Contract Items Subcontractor’s License No. Percent of Total Work Department of Industrial Relations Registration No 368 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 SUBCONTRACTORS LIST 00 4300 - 2 Name of Subcontractor and Location of Mill or Shop Description of Work, Reference to Contract Items Subcontractor’s License No. Percent of Total Work Department of Industrial Relations Registration No 369 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 SUBCONTRACTORS LIST 00 4300 - 3 Name of Subcontractor and Location of Mill or Shop Description of Work, Reference to Contract Items Subcontractor’s License No. Percent of Total Work Department of Industrial Relations Registration No (Design Builder to attach additional sheets if necessary) END OF SECTION 370 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 SUBCONTRACTORS LIST 00 4300 - 4 This page intentionally left blank 371 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 PRICIPALS INTERESTED IN THIS BID 00 4350 - 1 SECTION 00 43 50 PRINCIPALS INTERESTED IN THIS BID NOT USED END OF SECTION 372 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 PRICIPALS INTERESTED IN THIS BID 00 4350 - 2 This page intentionally left blank 373 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 NON-COLUSION AFFIDAVIT 00 4810 - 1 SECTION 00 48 10 NON-COLLUSION AFFIDAVIT (To be executed by Design Builder and submitted with Bid) STATE OF CALIFORNIA ) ss. COUNTY OF _________________________ ) , being first duly sworn, deposes and says that he or she is of the party making the foregoing proposal that pursuant to Title 23 United States Code Section 112 and Public Contract Code 7106 the Design Builder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Design Builder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Design Builder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the Design Builder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Design Builder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Design Builder is cautioned that making false certification may subject the certifier to criminal prosecution. IF A SOLE OWNER OR SOLE DESIGN BUILDER, SIGN HERE: 1) Name under which business is conducted: ___________________________________________ 2) Signature: _____________________________________________________________________ 3) Place of business (Address): _____________________________________________________________________________ Street Number, Street Name, City, State, Zip Code 4) Telephone Number: _____________________________________________________________ IF A PARTNERSHIP, SIGN HERE: 1) Name under which business is conducted: ___________________________________________ 374 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 NON-COLUSION AFFIDAVIT 00 4810 - 2 2) Signature: ____________________________________________________________________ 3) Place of business (Address): _____________________________________________________________________________ Street Number, Street Name, City, State, Zip Code 4) Telephone Number: ______________ IF A CORPORATION, SIGN HERE: 1) Name under which business is conducted: ___________________________________________ 2) Signature, with official title of officer authorized to sign for the Corporation: ____________________________________________________________________________________ (Impress Corporate Seal Here) 3) Incorporated under the laws of the State of ___________________________________________ City and State __________________________________________________________________ 4) Place of Business _______________________________________________________________ (Street and Number) City and State __________________________________________________________________ 5) Telephone Number: _____________________________________________________________ MY/OUR STATE CONTRACTOR'S LICENSE, NO: ____________________, Expires: _______________ CLASSIFICATION NO: _________________________________________________________________ THIS PROPOSAL MUST BE NOTARIZED BELOW SUBSCRIBED AND SWORN TO BEFORE ME, THIS_________ DAY OF _______________, 20_______ 375 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 NON-COLUSION AFFIDAVIT 00 4810 - 3 ____________________________________________________________________________________ (NOTARIAL SEAL) Notary Public in and for the County of State of END OF SECTION 376 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 NON-COLUSION AFFIDAVIT 00 4810 - 4 This page intentionally left blank 377 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 NOTICE OF AWARD 00 5100 - 1 SECTION 00 51 00 NOTICE OF AWARD (Sample) Date: TO: ATTN: ADDRESS: PROJECT: Exterior Improvements Project The Contract Price of your contract is ___________________dollars, ($0.00). Three copies of each of the proposed Contract Documents listed below accompany this Notice of Award. Three sets of the conformed Drawings and Specifications may be delivered separately or otherwise made available to you soon. You must comply with the following conditions by 5:00 p.m. on the 14th day following this Notice of Award: 1. You must deliver to the City two fully executed counterparts of Section 00 52 00, “Agreement.” 2. You must deliver to the City Section 00 61 00, “Faithful Performance Bond,” and Section 00 62 00, “Payment Bond,” executed by you and your surety. 3. You must deliver to City the insurance certificates required under Section 00 82 20, “Insurance.” 4. You must deliver to the City Section 00 63 00, “Guaranty,” executed by you. 6. You must deliver to City the Schedule of Values as specified in Section 01 20 00, “Measurement and Payment.” 7. You must deliver to the City Section 00 65 45 CWA – Addendum A – Agreement to be Bound, executed by all the Subcontractors (one form for each Subcontractor). Failure to comply with these conditions within the time specified will entitle City to consider your proposal abandoned, to annul this Notice of Award, and to declare any Security forfeited. Within fourteen (14) calendar days after you comply with these conditions, the City will return to you one fully signed counterpart of the Agreement. The City of Dublin A Municipal Corporation _____________________________________ Michael Boitnott Capital Improvement Program Manager END OF SECTION 378 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 NOTICE OF AWARD 00 5100 - 2 This page intentionally left blank 379 Exterior Improvements Project CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 DECEMBER 02, 2025 City of Dublin & Plant Construction Company, L.P. AGREEMENT 00 52 00 - 1 DOCUMENT 005200 AGREEMENT CITY OF DUBLIN City Hall, 100 Civic Plaza Dublin, California 94568 CONSTRUCTION AGREEMENT FOR PROGRESSIVE DESIGN BUILD SERVICES FOR THE Exterior Improvements Project (EIP) THIS AGREEMENT FOR PROGRESSIVE DESIGN BUILD SERVICES, made this December 2, 2025 (this “Agreement”), by and between Plant Construction Company, L.P. , a California Limited Partnership whose place of business is at 300 Newhall St San Francisco, CA 94124 hereinafter referred to as Design Builder, and the CITY OF DUBLIN, a political subdivision of the State of California, hereinafter referred to as “City”: In consideration of the mutual covenants hereinafter set forth, Design Builder and City agree as follows: 1. WORK. Design Builder shall, in a good and workmanlike manner and in accordance with the highest professional standards, provide, furnish, perform and complete all necessary planning, architectural, engineering, all other design services of any type, procurement, permitting and support services, construction, landscaping, clean-up, all other construction services of any type, and shall provide and furnish all necessary supplies, materials and equipment (except those to be provided by City, if any) and all necessary supervision, labor, and services required for the complete engineering, design, procurement, quality assurance, construction and all necessary installation, start-up and testing required for a complete, operational, and fully functional Project, as further described in Documents 011110 (Summary of Work) and Design Builder’s Proposal. The all-inclusive obligations of the Design Builder set forth in this Section 1 (Work) are referred to in this Agreement as the “Work”. The Design-Builder’s obligation to deliver a complete, operational and fully functional Project is coextensive with the Design Builder’s obligations set forth in the Contract Documents. Except with regard to any material to be provided and/or installed by City, the Design Builder shall fully commission and turn over a complete, operational, and fully functional Project to City. Without limiting the generality of this Agreement, the Design Builder shall provide the following work and services: 1.1 Design Builder has previously prepared complete designs and engineering, in the design phase contract and shall prepare working drawings, shop drawings and generate drawings and/or engineering analysis setting forth in detail the specifications and requirements for the purchasing and procurement of the services, materials and equipment and for the construction of the complete, operational, and fully functional Project, and shall furnish the services of all necessary supervisors, engineers, designers, draftsmen, and other personnel necessary for the preparation of those drawings and specifications required for the Work, including the pertinent information for power, natural gas, water supply, and any other utilities, as required. 1.2 Design Builder shall provide, install and complete as Specified and pay for all labor, materials and equipment, tools, supplies, construction equipment and machinery, construction, start-up and testing, utilities, transportation, and other facilities and services (including any temporary materials, equipment, supplies and facilities) necessary for the 380 Exterior Improvements Project CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 DECEMBER 02, 2025 City of Dublin & Plant Construction Company, L.P. AGREEMENT 00 52 00 - 2 proper execution and completion of the complete, operational, and fully functional Project, including where necessary the permanent interconnection, or reconnection for electricity, natural gas, water supply, and any other utilities and demonstration of fully satisfactory operation of all systems and equipment. 1.3 Design Builder shall supervise and direct the Work, and shall furnish the services of all supervisors, forepersons, skilled and unskilled labor, and all other personnel necessary to design and construct the complete, operational, and fully functional Project. Design Builder shall provide, manage and organize such personnel as necessary to complete the Work in accordance with all requirements of the Contract Documents. 1.4 Design Builder shall obtain all governmental and private approvals, licenses, and permits required to complete the Work; provided, however, the Design Builder is not required to pay any charges associated with any permits except for reinspection charges or for encroachment permits for work performed in public right of ways. Design Builder is responsible for the cost of all other items related to the Work. Design Builder shall design and construct a complete, operational, and fully functional Project in full compliance with all applicable laws, codes and standards (both public and private), including but not limited to, the standards included and warranties expressed in the Contract Documents and manufacturers’ recommendations pertaining to individual items of equipment or systems. 2. CITY’S PROJECT MANAGER AND REPRESENTATIVES. 2.1 City may delegate all or part of its rights, responsibilities and duties under this Agreement to a City Project Manager or other representative. City shall inform the Design Builder in writing of any such delegation and the extent of its representative’s authority. 2.2 All notices or demands to City under the Contract Documents shall be to City’s Capital Improvements Program Manager at: Mr. Michael Boitnott Capital Improvement Program Manager 100 Civic Plaza Dublin, CA 94568 Telephone: (925) 833-6630 Email: michael.boitnott@dublin.ca.gov or to such other person(s) and address(es) as City shall provide to Design Builder. 3. CONTRACT TIME AND LIQUIDATED DAMAGES. 3.1 Design Builder shall complete the Work within the schedule set forth in this Section 3, and beginning with the date in the Notice to Proceed that specifies the commencement of the Contract Time, and Document 007200 (General Conditions). City reserves the right to modify or alter the date the Work is to commence at any time. 3.2 Design Builder shall obtain all required regulatory agency approvals related to the Project. Design Builder accepts all time-related risks and all cost-related risks relating to those approvals 3.3 Design Builder acknowledges that time is of the essence with respect to the Completion of the Work and the performance of this Agreement and that the City will be damaged by 381 Exterior Improvements Project CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 DECEMBER 02, 2025 City of Dublin & Plant Construction Company, L.P. AGREEMENT 00 52 00 - 3 any delay in completing any of the major phases of the Project listed in paragraphs 3.3.1, 3.3.2, and 3.3.3 below. Therefore, Design Builder accepts the following Completion obligations: 3.3.1 Design-Builder shall achieve Substantial Completion no later than 246 calendar days after the commencement date set forth in the Notice to Proceed, and Final Completion of the Project no later than 30 calendar days after the date by which Design-Builder achieves Substantial Completion (“Contract Time”). 3.3.2 Following the issuance by the permitting agency of a permit allowing the Design Builder to commence construction for the Project, the Design Builder shall update the Project Master Schedule in accordance with Document 013216 (Schedules and Reports). The City is under no obligation to accept an updated Project Master Schedule that shows Design-Builder achieving Substantial Completion past 246 calendar days after the commencement date established by the Notice to Proceed. 3.3.3 In addition to achieving Completion, Design Builder shall fully cooperate with the City so that the City may obtain all necessary Regulatory Agency approvals required to operate the Project. 3.4 To facilitate Design Builder performing its Completion obligations as described in Section 3.3 above, Design Builder acknowledges and accepts that the Regulatory Agency’s review of incremental construction permit applications may take up to eight (8) weeks from the date the permit application is submitted to the Regulatory Agency. The Design Builder’s Project Master Schedule, Design Schedule and Construction Schedule shall reflect durations for permit reviews and work sequencing. If the Design-Builder fails to provide the Regulatory Agency with all documents necessary for the Regulatory Agency to review an incremental construction permit application within the time period stated above, (a) the project Completion Time shall not be extended, (b) the Contract Sum shall not be adjusted, and (c) the Design-Builder shall accelerate the recovery of time to the critical path of the Project without compensation. City will manage its own decision- making process to timely review and approve Construction Documents within Design Builder’s planned durations, and will make its reasonable best efforts to facilitate the Regulatory Agency’s timely review of construction permit applications within Design Builder’s planned durations. 3.5 Liquidated Damages and Schedule Incentives. The City and Design Builder recognize that time is of the essence in this Agreement and that the City may suffer financial loss in the form of additional contract administration expenses (including project management and consultants’ expenses) and delay and loss of public use if the Work is not completed within the time specified in Section 3.3 above, plus any extensions thereof allowed in accordance with the Contract Documents. Design Builder and City agree that because of the nature of the Project, it would be impractical or extremely difficult to fix the amount of actual damages incurred by City because of a delay in completion of the Work. Accordingly, City and Design Builder agree that Design Builder shall pay City the following liquidated damages measures that apply separately and cumulatively: 3.5.1 If Design Builder fails to achieve Substantial Completion of the Project and/or final Completion of the Project within the times specified in paragraph 3.3 above in accordance with the Contract Documents, 382 Exterior Improvements Project CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 DECEMBER 02, 2025 City of Dublin & Plant Construction Company, L.P. AGREEMENT 00 52 00 - 4 Design Builder shall pay City as liquidated damages and not as a penalty, the following sums of money per day for each calendar day the actual time of Design Builder’s performance exceeds the authorized Contract Time for construction of the Project: 3.5.1.1 Design-Builder shall pay City $2,000 per calendar day as liquidated damages for every day by which Substantial Completion exceeds 246 calendar days from and after the starting date as established by the Notice to Proceed. 3.5.1.2 If Design-Builder fails to achieve final Completion of the Project within 30 calendar days after the date by which Design-Builder achieves Substantial Completion, then Design-Builder shall pay City $2,500 per calendar day as liquidated damages for every day by which final Completion of any portion of the Project exceeds this time period. 3.6 Liquidated damages for delay shall cover and be in lieu of the actual damages suffered by City as a result of delay. Liquidated damages are intended to compensate City for damages it incurs as a result of delay, but do not cover the cost of completion of the Work or any other damages not arising from delay. These liquidated damages shall be the City’s sole remedy for recovery of damages due to delay in the Work, provided that this provision shall not limit any right or remedy of City in the event of any other default of Design Builder other than failing to complete the Work within the Contract Time. 3.7 Subject to the liquidated damages measures in the Contract Documents, neither Design Builder or City shall have any liability for consequential damages arising out of the completion of the Work under the Contract Documents, except to the extent that such consequential damages arise from personal injury, property damage, economic loss or defective work and are covered by any insurance maintained by City, Design Builder, or any Subcontractor, Supplier, design professional or any other party involved on the Project. 4. CONTRACT SUM. 4.1 City shall pay the Design Builder Twelve Million Eight Hundred Seventy Eight Thousand Eight Hundred Seventy Six Dollars and no cents $12,878,876.00 (the “Guaranteed Maximum Price Contract Sum”) for completion of the Work in strict accordance with the Contract Documents, as it may be adjusted pursuant to this Article 4 (Contract Sum). 4.2 The Contract Sum is all inclusive and includes all costs and expenses of the Work, including profit, markups, overhead and allowances; all federal, state, and local taxes on materials and equipment, and labor furnished by Design Builder, its subcontractors, subconsultants, architects, engineers, and vendors or otherwise arising out of Design Builder’s performance of the Work, including any increases in any such taxes during the term of this Agreement; and any duties, fees, and royalties imposed with respect to any materials and equipment, labor or services, except as otherwise provided in paragraph 13.7 of Document 007200 (General Conditions). The taxes covered hereby include (but are not limited to) occupational, sales, use, excise, unemployment, FICA, and income taxes, customs, duties, and any and all other taxes on any item or service that is part of the Work, whether such taxes are normally included in the price of such item or service or are normally stated separately. Notwithstanding the foregoing, each party shall bear such state or local inventory, real property, personal property or fixtures taxes as may be properly assessed against it by applicable taxing authorities. 383 Exterior Improvements Project CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 DECEMBER 02, 2025 City of Dublin & Plant Construction Company, L.P. AGREEMENT 00 52 00 - 5 5. DESIGN BUILDER’S REPRESENTATIONS AND WARRANTIES. In order to induce City to enter into this Agreement, Design Builder represents and warrants to City the following: 5.1 Design Builder has visited the Sites, and made a non-destructive inspection of the Sites, and has examined the nature and extent of the Work, Sites, locality, actual conditions, as built conditions, labor availability and all local conditions and federal, state and local laws and regulations that in any manner may affect cost, progress, performance or furnishing of Work or which relate to any aspect of the design and the means, methods, techniques, sequences or procedures of construction to be employed by Design Builder and safety precautions and programs incident thereto. 5.2 Design Builder has examined all reports of exploration and tests of subsurface conditions where necessary, and as built drawings, drawings or reports, available for design and construction purposes, of physical conditions that have been provided by the City, including those which are identified by preconstruction survey and/or in Documents 003120 (Hazardous Materials Surveys) or 003130 (Geotechnical Data and Existing Conditions), or which may be apparent at the Site and accepts the criteria set forth in these documents and Document 007200 (General Conditions) to the extent of the information contained in these documents upon which the Design Builder is entitled to rely. 5.3 Design Builder has conducted in the previous design phase contract or will obtain any additional examinations, investigations, explorations, tests, reports and studies, including but not limited to geotechnical investigations upon which the design will be based, that pertain to the surface and subsurface conditions, as-built conditions, Underground Facilities and all other physical conditions at or contiguous to the Sites that Design Builder considers necessary for the performance or furnishing of Work for the Contract Sum, within the Contract Time and in accordance with the terms and conditions of the Contract Documents. 5.4 Design Builder has correlated its knowledge and the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. 5.5 Design Builder has given City prompt written notice of all conflicts, errors, ambiguities, or discrepancies that it discovered prior to executing and delivering this Agreement in or among the Contract Documents and as-built drawings and actual conditions and the written resolution thereof through Addenda issued by City or otherwise is acceptable to Design Builder. 5.6 Design Builder is duly organized, validly existing, and in good standing under the laws of the jurisdiction of its incorporation or organization and is duly qualified to conduct business in the State of California. 5.7 The execution, delivery and performance of this Agreement, the other Contract Documents and the Work to be performed herein (a) have been duly authorized by all necessary corporate or other organizational action, and (b) does not violate or create a default under any instrument, agreement, order or decree binding on Design Builder. 5.8 Design Builder will use the pre-qualified Subcontractors, who were listed in the Design Builder’s Proposal. Consistent with Public Contract Code sections 4100 et seq., Design Builder shall not substitute a different Subcontractor or supplier in place of any of those listed in Design Builder’s Proposal, including in its response to City’s Request for Qualifications, nor shall any Subcontractor assign or transfer, subcontract, or permit the 384 Exterior Improvements Project CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 DECEMBER 02, 2025 City of Dublin & Plant Construction Company, L.P. AGREEMENT 00 52 00 - 6 same to be performed by any other Subcontractor without City's prior written approval. Design Builder shall provide City with a complete and updated list of Subcontractors as they become known on the project and shall comply with the requirements of Public Contract Code section 22166 in awarding subcontracts. Subcontractor Name and Address Scope of Work Contractors’ License Number DIR Registration Number Lawson Roofing 1495 Tennessee Street, San Francisco, CA 94107 Roofing 339053 1000006451 Pullman SST, Inc 6400 Goodyear Road, Benicia, CA 94150 Siding and Building Envelope 866480 1000003194 AAC Glass, Inc. 31044 San Antonio Street, Hayward, CA 94544 Windows and Storefronts 1034201 1000063338 Giampolini & CO 1482 67th Street, Emeryville, CA 94608 Painting 322282 1000017973 5.9 Design Builder shall assign to the Project the key personnel listed in Design Builder’s Proposal, together with those listed below in this Section 5.9, and make them available to work on the Project as a first priority during the term of this Agreement. Should any approved key personnel terminate employment or otherwise become unavailable during the term of this Agreement, Design Builder shall obtain City’s prior written consent to any replacement. Any proposed replacement shall possess qualifications and experience equal or superior to the key personnel being replaced. Design Builder’s Key Personnel: 5.10 All Work performed by Design Builder is subject to the Community Workforce Agreement to be entered into among Design Builder, City, the Project Subcontractors and other required signatories thereto (the “CWA”). Prior to City’s approval of this Agreement, Design Builder shall execute and deliver the CWA to the City. Before allowing any Subcontractor to perform any work on the Project, Design Builder shall have the Subcontractor execute the CWA and submit the signature page to City. 5.11 The Design Builder acknowledges that in conformance with the Contract Documents, any changes or extra work must be authorized in writing by the City prior to the Design Builder performing said work. Design Builder further acknowledges that it is solely responsible for obtaining written authorization from the City and that it shall not be compensated for any additional work performed without said written authorization. Oral authorization shall not be sufficient to bind the City absent specific written authorization. 6. CONTRACT DOCUMENTS. 6.1 The following documents, including all changes, addenda and modifications thereto comprise the entire agreement between City and Design Builder concerning the Work (collectively, the “Contract Documents”) 385 Exterior Improvements Project CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 DECEMBER 02, 2025 City of Dublin & Plant Construction Company, L.P. AGREEMENT 00 52 00 - 7 6.1.1 Design Builder’s Prequalification Questionnaire submitted in response to City’s Request for Qualifications (proprietary information, not for public use) 6.1.2 Exhibit 01 - Design Builder’s GMP Proposal dated November 20, 2025 6.1.3 Notice of Award 6.1.4 Agreement 6.1.5 Notice to Proceed 6.1.6 Construction Performance Bond 6.1.7 Construction Labor and Material Payment Bond 6.1.8 Agreement and Release of Any and All Claims 6.1.9 Project Guaranty 6.1.10 Change Order 6.1.11 General Conditions 6.1.12 Insurance 6.1.13 Community Workforce Agreement 6.1.14 Project Manual (Division 00) 6.1.15 100% Project Technical Specifications (Division 01 thru 32), dated xx/xx/202X by ARG 6.1.16 100% Construction Drawings, dated xx/xx/202X by ARG 6.2 The intent of the Contract Documents is to include all necessary criteria to establish the process, scope and quality for completion of the Work by Design Builder. The Contract Documents are complementary and what is required by one shall be as binding as if required by all. Performance by the Design Builder shall be required to the extent consistent with, and reasonably inferable from, the Contract Documents. 6.3 Any conflict between or among Contract Documents shall be resolved pursuant to paragraph 5.8 (Order of Precedence) of Document 007200 (General Conditions). 6.4 Construction Documents produced by the Design Builder that set forth the obligations of the Design Builder or its Subcontractor are an instrument for fulfilling the requirements of this Agreement as defined by the Contract Documents as defined in this Article 6 (Contract Documents), and do not replace them. See 007200 5.8.8. 6.5 There are no Contract Documents other than those listed above in Section 6.1 of this Agreement. The Contract Documents may only be amended, modified, or supplemented as is provided for in Document 007200 (General Conditions). 7. INSURANCE 7.1 Design Builder agrees to have and maintain the insurance coverages and polices set forth in Exhibit A to this Agreement, “Insurance Requirements,” which is incorporated by this reference. All policies, endorsements, certificates, and/or binders shall be subject to approval by the City as to form and content. These requirements are subject to amendment or waiver only if approved in writing by the City. A lapse in any required insurance coverage during this agreement shall constitute a material breach of this Agreement. The cost of such insurance shall be included in the Design Builder’s bid. 7.2 Design Builder agrees to maintain in force at all times during the performance of the Scope of Work under this Agreement, workers’ compensation insurance as required by law. 7.3 Design Builder agrees to include with all subcontractors in their subcontract the same requirements and provisions of this Agreement including the indemnity and insurance requirements to the extent they apply to the scope of the subcontractor’s work. 386 Exterior Improvements Project CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 DECEMBER 02, 2025 City of Dublin & Plant Construction Company, L.P. AGREEMENT 00 52 00 - 8 Subcontractors hired by the Design Builder agree to be bound to Design Builder and City in the same manner and to the same extent as Design Builder is bound to City under this Agreement and any other applicable contract documents. Subcontractors further agree to include these same provisions with any sub-subcontractor. A copy of the Indemnity and Insurance provisions in this Agreement will be furnished to the subcontractor upon request. Design Builder shall require all subcontractors to provide a valid certificate of insurance and the required endorsements included in the Agreement prior to commencement of any work and will provide proof of compliance to the City. 7.4 The policy or policies required by this Agreement shall be issued by an insurer admitted in the State of California. 7.5 Design Builder agrees that if it does not keep the aforesaid insurance in full force and effect, City may terminate this Agreement. 7.6 At all times during the term of this Agreement, Design Builder shall maintain on file with the City a certificate or certificates of the required insurance as set forth in the Exhibit A, “Insurance Requirements,” showing that the required insurance policies are in effect in the required amounts. 7.7 It is requirement under this Agreement that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits shall be available to the additional insured. Furthermore, the requirements for coverage for coverage and limits shall be (1) the minimum coverage and limits of coverage and the limits specified in this Agreement; or (2) the broader coverage and maximum limits of coverage of an insurance policy or proceeds available to the named Insured; whichever is greater. 8. INDEMNIFICATION. 8.1 To the fullest extent permitted by law Design Builder agrees to defend (with legal counsel selected by the City), including the cost to defend, indemnify and hold harmless the City, its elected and appointed officials, officers, attorneys, agents, employees, consultants, and volunteers, and each of them from and against any and all claims, damages, losses and expenses, including attorney’s fees, and from any and all suits, actions or claims filed or brought by and all person or persons arising out of the performance of the work described herein, caused in whole or in part by any negligent act or omission of the Design Builder, any subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, except where caused by the active negligence, sole negligence, or willful misconduct of the City. 8.2 General. This obligation to indemnify and defend City as set forth herein is binding on the successors, assigns, or heirs of Design Builder and shall survive the termination of this Agreement or this section. By execution of this Agreement, Design Builder acknowledges and agrees that it has read and understands the provisions hereof and that this section is a material element of consideration. The parties agree that if any part of this Indemnification is found to conflict with applicable laws, such part shall be unenforceable only insofar as it conflicts with said laws, and that this indemnification shall be judicially interpreted and rewritten to provide the broadest possible indemnification legally allowed and shall be legally binding upon Design Builder. 8.3 Survival. Design Builder and any subcontractor’s responsibility for such defense and indemnity obligations shall survive the termination or completion of this Agreement for the full period of time allowed by law. 387 Exterior Improvements Project CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 DECEMBER 02, 2025 City of Dublin & Plant Construction Company, L.P. AGREEMENT 00 52 00 - 9 8.4 No Limitation by Insurance Obligations. The defense and indemnification obligations of this Agreement are undertaken in addition to, and shall not in any way be limited by, the insurance obligations contained in this Agreement 8.5 Scope. This section shall in no event be construed to require indemnification by Design Builder to a greater extent than permitted under the public policy of the State of California. Design Builder will take all responsibility for the Work, and will bear all losses and damages directly or indirectly resulting to the Design Builder, any subcontractors engaged in performance of the Work, the City, its officials, officers, employees, agents, and volunteers, and to third parties on account of the performance or character of the Work, unforeseen difficulties, accidents, or occurrences of other causes predicated on active or passive negligence of the Design Builder or of any subcontractor engaged in performance of the Work. The Design Builder assumes all liability for any accident or accidents resulting to any person or property as a result of inadequate protective devices for the prevention of accidents in connection with the performance of the Work. The Design Builder will indemnify, defend, and hold harmless the City and its officials, officers, employees, and, volunteers from such liability. The Design Builder will indemnify, defend and hold harmless the City, the City’s officials, officers, employees and volunteers for all liability on account of any patent rights, copyrights, trade names or other intellectual property rights that may apply to the Design Builder’s performance of the Work. The Design Builder will pay all royalties or other charges as a result of intellectual property rights that may apply to methods, types of construction, processes, materials, or equipment used in the performance of the Work, and will furnish written assurance satisfactory to the City that any such charges have been paid. 9. MISCELLANEOUS 9.1 Capitalized terms used in this Agreement and not defined here have the meaning given in Document 007200 (General Conditions), and if not defined therein, as defined in Section 014200 (References and Definitions), and if not defined therein, as defined in the Contract Documents. 9.2 It is understood and agreed that in no instance is any person signing this Agreement for or on behalf of City or acting as an employee or representative of City liable pursuant to this Agreement or upon any warranty of authority, or otherwise, and it is further understood and agreed that liability of City is limited and confined to such liability as authorized or imposed by the Contract Documents or applicable law. 9.3 Design Builder shall not assign any portion of the Contract Documents, but may subcontract portions of the Work only in compliance with the subcontractor listing requirements of Public Contracting Code section 4100 et seq. 9.4 The Contract Sum includes all design, management, overhead, profit, allowances (if any), and other costs of the Project necessary to complete the Work. 9.5 In entering into a public contract or a subcontract to supply goods, services or materials pursuant to a public contract, the Design Builder or subcontractor irrevocably offers and agrees to assign to the awarding body all rights, title and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. § 15) and under the Cartwright Act, (Chapter 2 (commencing with California Business and Professions Code section 16700) of Part 2 of Division 7 of the), arising from purchases of goods, services or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the City renders final payment to the Design Builder, without further acknowledgment by the parties. 388 Exterior Improvements Project CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 DECEMBER 02, 2025 City of Dublin & Plant Construction Company, L.P. AGREEMENT 00 52 00 - 10 9.6 Pursuant to Labor Code section 1773, the Director of the California State Department of Industrial Relations has ascertained the general prevailing rates of per diem wages and for holiday and overtime work in the locality in which the Project is to be performed for each craft, classification, or type of worker needed to execute the this Agreement and the Work, and copies of such rates are in the Contract Documents and on file at City’s office, and are hereby incorporated herein by this reference, and shall be made available to any interested party on request. Pursuant to Labor Code section 1861, Design Builder shall execute and file with City a certification that it is aware of the provisions of Labor Code section 3700 which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that Code, and Design Builder shall comply with such provisions before commencing the performance of the Work of the Contract Documents. 9.7 Should any part, term or provision of this Agreement or any of the Contract Documents, or any document required herein or therein to be executed or delivered, be declared invalid, void or unenforceable, all remaining parts, terms and provisions shall remain in full force and effect and shall in no way be invalidated, impaired or affected thereby. If the provisions of any law causing such invalidity, illegality or unenforceability may be waived, they are hereby waived to the end that this Agreement and the Contract Documents may be deemed valid and binding agreements, enforceable in accordance with their terms to the greatest extent permitted by applicable law. In the event any provision not otherwise included in the Contract Documents is required to be included by any applicable law, that provision is deemed included herein by this reference (or, if such provision is required to be included in any particular portion of the Contract Documents, that provision is deemed included in that portion). 9.8 This Agreement shall be deemed to have been entered into in the City of Dublin and shall be governed in all respects by California law (excluding conflicts of laws). 9.9 Design Builder accepts the claims procedures established by Article 12 (Claims by Design Builder) of Document 007200 (General Conditions) and agrees that the provisions of Article 12 (Claims by Design Builder) constitute a claims procedure by agreement under Government Code Section 930.2, and Government Code sections 930 through 930.6. Design Builder shall bear all costs incurred in the preparation and submission of a Claim. 9.10 City shall have the right to timely and fully review and approve all phases of Design Builder’s design including, but not limited to, drawings, specifications, shop drawings, samples and submittals, prior to submittal for any permit approval or deferred approval, as specified in the Contract Documents within the review durations published in the Design Builder’s approved schedule, or in the absence of an approved schedule, within the review durations published in the Milestone Schedule of Section 011216 (Work Sequence). Such review, approval and other action shall not relieve Design Builder of its responsibility for a complete design complying with the requirements of the Contract Documents; but rather, such review and approval shall be in furtherance of City’s monitoring and accepting the design as developed and issued by the Design Builder, consistent with these Contract Documents. Design Builder’s responsibility to design and construct the Project in conformance with the Contract Documents is absolute. CONTRACTORS ARE REQUIRED BY LAW TO BE LICENSED AND REGULATED BY THE CONTRACTORS’ STATE LICENSE BOARD WHICH HAS JURISDICTION TO INVESTIGATE COMPLAINTS AGAINST CONTRACTORS IF A COMPLAINT REGARDING A PATENT ACT OR OMISSION IS FILED WITHIN FOUR YEARS OF THE DATE OF THE ALLEGED VIOLATION. A COMPLAINT REGARDING A LATENT ACT OR OMISSION PERTAINING TO STRUCTURAL DEFECTS MUST BE FILED WITHIN 10 YEARS OF THE DATE OF THE ALLEGED VIOLATION. 389 Exterior Improvements Project CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 DECEMBER 02, 2025 City of Dublin & Plant Construction Company, L.P. AGREEMENT 00 52 00 - 11 ANY QUESTIONS CONCERNING A CONTRACTOR MAY BE REFERRED TO THE REGISTRAR, CONTRACTORS’ STATE LICENSE BOARD, P.O. BOX 26000, SACRAMENTO, CALIFORNIA 95826. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day first mentioned above. Executed on _______________________, __________, by CITY OF DUBLIN PLANT CONSTRUCTION COMPANY, L.P. Colleen Tribby, City Manager Chris Rivielle, President 1000575696 Attest: Consultant’s DIR Registration Number Marsha Moore, City Clerk 199832800016 Consultant’s Business Entity Number Design Builder: For corporations and limited liability companies, the Agreement must be signed by two officers. The first signature must be that of the chairman of the board, president or vice-president; the second signature must be that of the secretary, assistant secretary, chief financial officer or assistant treasurer. (Civ. Code, Sec. 1190 and Corps. Code, Sec. 313.) The acknowledgment below must be signed by a Notary Public. 390 Exterior Improvements Project CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 DECEMBER 02, 2025 City of Dublin & Plant Construction Company, L.P. AGREEMENT 00 52 00 - 12 ACKNOWLEDGMENT State of California ) ) City of _____________________ ) On _________________________, before me, ______________________________________, Notary Public, personally appeared ___________________________________________________ (insert name(s) and title(s) of the officer(s) signing on behalf of the Consultant), who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS MY HAND AND OFFICIAL SEAL ___________________________________ (Notary’s Seal) Signature END OF DOCUMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. 391 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 SECTION 00 53 00 COMMUNITY WORKFORCE AGREEMENT Between THE CITY OF DUBLIN and THE BUILDING AND CONSTRUCTION TRADES COUNCIL OF ALAMEDA COUNTY AND ITS AFFILIATED LOCAL UNIONS EFFECTIVE as of December 7, 2021 392 CITY OF DUBLIN COMMUNITY WORKFORCE AGREEMENT Between THE CITY OF DUBLIN and THE BUILDING AND CONSTRUCTION TRADES COUNCIL OF ALAMEDA COUNTY AND ITS AFFILIATED LOCAL UNIONS EFFECTIVE as of December 7, 2021 DocuSign Envelope ID: EE3B5204-E840-4CD2-A96A-13519F6DA077 393 INTRODUCTION/FINDINGS This Community Workforce Agreement (the “Agreement”) is entered into this 7th day of December, 2021 (“the Effective Date”), by and between the City of Dublin (hereinafter the “City”), together with contractors and subcontractors of all tiers, who shall become signatory to this Agreement by signing the “Agreement to be Bound” (Addendum A) (hereinafter the “Contractor(s)/Employer(s)”), and the Building and Construction Trades Council of Alameda County (hereinafter the “Council”) and its affiliated local Unions that have executed this Agreement (referred to collectively herein as the “Union(s)”). PURPOSE The purpose of this Agreement is to promote the efficiency of construction operations for the City of Dublin through the use of skilled labor resulting in quality construction outcomes, to provide for the peaceful settlement of labor disputes and grievances without strikes or lockouts, thereby promoting the public interest in assuring the timely and economical completion of the Project(s) hereinafter defined and covered by this Agreement, and to increase training and employment opportunities in the construction trades through local hire, apprenticeship and pre - apprenticeship, and community partnership programs for residents of the Local Area hereinafter defined. RECITALS WHEREAS, the timely and successful completion of the City’s construction projects is of the utmost importance to meet the needs of the City and avoid increased costs resulting from delays in construction; and WHEREAS, large numbers of workers of various skills will be required in the performance of construction work on Projects and will be represented by the Unions who are signatory to this Agreement and employed by the Contractors and subcontractors who are also signatory to this Agreement; and WHEREAS, the use of skilled labor on construction work increases the safety of construction projects as well as the quality of completed work; and WHEREAS, the interests of the general public, the City, the Unions, and the Contractors/Employers would be best served if the construction work proceeded in an orderly manner without disruption because of strikes, sympathy strikes, work stoppages, picketing, lockouts, slowdowns or other interferences with work; and WHEREAS, the Contractors/Employers and the Unions desire to mutually establish and stabilize wages, hours and working conditions for the workers employed on the Projects and to encourage close cooperation among the Contractors/Employers and the Unions so that a satisfactory, continuous and harmonious relationship will exist among the parties to the Agreement; and WHEREAS, the Contractor/Employers and the Union(s) and the City of Dublin wish to ensure labor peace at the jobsite devoid of any disruption that could jeopardize the schedule and timeliness of the construction process, where both contractors that are signatory to collective bargaining agreements and contractors that are not signatory to collective bargaining agreements are supervising employees; and, WHEREAS, this Agreement is not intended to replace, interfere with, abrogate, diminish or modify existing local or national collective bargaining agreements in effect during the duration of the Project, insofar as a legally binding agreement exists between the Contractors/Employers and the Unions, except to the extent that the provisions of this Agreement are inconsistent with said collective bargaining agreements, in which event the provisions of this Agreement shall prevail; and DocuSign Envelope ID: EE3B5204-E840-4CD2-A96A-13519F6DA077 394 City of Dublin, CA December 2021 Community Workforce Agreement Page 3 of 26 WHEREAS, the City places high priority upon the development of comprehensive programs for the recruitment, training and employment of local area residents and military veterans, and recognizes the ability of local pre-apprenticeship and apprenticeship programs to provide meaningful and sustainable career pathways in the construction industry; and WHEREAS, SB 922, codified as Public Contract Code Section 2500 et seq., authorizes public entities to use, enter into, or require contractors to enter into, project labor agreements for construction projects, provided the agreement includes specified taxpayer protection provisions, which requirements have been incorporated into this Agreement; and WHEREAS, the contract(s) for construction work on the Projects will be awarde d in accordance with the applicable provisions of the California State Public Contract Code and all state, local and federal laws; and WHEREAS, the City of Dublin has the absolute right to select the lowest responsive and responsible bidder for the award of the construction contracts; and WHEREAS, the parties to this Agreement pledge their full good faith and trust to work toward the mutually satisfactory completion of the Projects. AGREEMENT NOW, THEREFORE, IT IS AGREED AMONG THE PARTIES HERETO, AS FOLLOWS: 1 DEFINITIONS 1.1 “Agreement” means this Community Workforce Agreement. 1.2 “Agreement to be Bound” means the agreement (attached hereto as Addendum A) that shall be executed by each and every Contractor/Employer as a condition of working on the Project. 1.3 “City” means the City of Dublin. 1.4 “Completion” means that point at which there is Final Acceptance and the City has filed a Notice of Completion. For purposes of this definition, "Final Acceptance" means that point in time at which the City has determined upon final inspection that the work has been completed in all respects and all required contract documents, contract drawings, warranties, certificates, manuals and data have been submitted and training completed in accordance with the contract documents and the City has executed a written acceptance of the work. 1.5 “Construction Contract” means all of the contract(s) (including design-bid, design-build, lease- leaseback or other contracts under which construction of a Project is done) for construction of any Project as that term is hereinafter defined. 1.6 “Contractor(s)/Employer(s)” or “Contractor(s)” or “Employer(s)” means any individual, firm, partnership or corporation (including a prime contractor, general contractor, construction manager, design-build entity, lease-leaseback entity, or equivalent), or combination thereof, including joint ventures, and their successors and assigns, that is an independent business enterprise and enters into a contract with the City with respect to the construction of any part of the Project, under contract terms and conditions that are approved by the City, and all contractors and subcontractors of any tier. DocuSign Envelope ID: EE3B5204-E840-4CD2-A96A-13519F6DA077 395 City of Dublin, CA December 2021 Community Workforce Agreement Page 4 of 26 1.7 “Core Worker” is a person that a Contractor/Employer can demonstrate meets the all the following qualifications: he or she (a) appeared on the Contractor/Employer's active payroll for at least ninety (90) of the last one hundred and eighty (180) working days prior to award of a Construction Contract; (b) possesses of all licenses and certifications required by applicable state and federal law for the work being performed; (c) has the ability to safely perform the basic functions of the applicable trade as required by law; and(d) has worked at least one thousand (1,000) hours in the applicable craft or trade. 1.8 “Council” means the Building and Construction Trades Council of Alameda County. 1.9 “Effective Date” means December 7, 2021. 1.10 “Final Acceptance” means that point in time at which the City has finally determined that the work pursuant to a Construction Contract has been completed. 1.11 “Local Area” means all of Alameda County and the portions of Contra Costa County that are within a 15-mile radius of City limits (which includes but is not limited to all or portions of the cities and unincorporated communities of Alamo, Danville, San Ramon, Walnut Creek, Lafayette, Orinda, and Moraga). 1.12 “Local Resident” means a person permanently residing in the Local Area, as demonstrated by proof of residency that is not a post office box. 1.13 “Master Agreement” means the Master Collective Bargaining Agreement of each craft Union signatory hereto. 1.14 “New Apprentice” means a Local Resident who is being sponsored into or has been enrolled in a state-approved apprenticeship training program administered by a Joint Apprenticeship Training Committee for less than two years. 1.15 “Operative Date” means the date that is 90 calendar days following the Effective Date. However, should the City issue any bid documents, requests for proposals, or other equivalent solicitations for a project(s) that satisfies the definition in Section 1.17 between the Effective Date and the Operative Date, this Agreement and all of its provisions shall apply to said project(s). 1.16 “Operative Term” means the period of time that begins on the Operative Date and continues until the end of the Term. 1.17 “Project” means all City projects where the engineer’s estimate of the total cost of the project, or the cumulative bid amount(s) submitted by the contractor(s) awarded Construction Contracts for the Project, meets or exceeds one million dollars ($1,000,000). All Construction Contracts required to complete an integrated Project shall be considered in determining whether this threshold is met. The City and the Council may mutually agree in writing to add additional projects or components to be covered by this Agreement. The term “Project” applies to each and all projects as defined in this section, whether used in the singular or plural herein. Projects shall not be divided or split into separate contracts for the purpose of evading coverage under this Agreement. DocuSign Envelope ID: EE3B5204-E840-4CD2-A96A-13519F6DA077 396 City of Dublin, CA December 2021 Community Workforce Agreement Page 5 of 26 1.18 “Project Manager” means the person(s) or entity(ies) designated by the City to oversee the Projects and the implementation of this Agreement. 1.19 “Schedule A” has the same meaning as Master Agreement. 1.20 “Sole Operator” means a licensed contractor with no employees and exempted by the Contractor’s State License Board from the requirement to carry worker’s compensation insurance, pursuant to California Business and Professions Code section 7125. 1.21 “Term” means the period of time consisting of the “Operative Term” and any “Extended Term(s)” as those phrases are defined in Section 18.2. 1.22 “Union” or “Unions” means the Building and Construction Trades Council of Alameda County and its affiliated Unions signatory to this Agreement, acting on their own behalf and on behalf of their respective affiliates and member organizations whose names are subscribed hereto and who have through their officers executed this Agreement.. 1.23 “Veteran” means a person who served in the United States military, naval, or air service, and who was discharged or released therefrom under conditions other than dishonorable, which is the same meaning set out in 38 U.S.C. § 101(2). 2 SCOPE OF AGREEMENT 2.1 Parties: This Agreement applies to and is limited to all Contractors/Employers performing Construction Contracts on the Project (including subcontractors at any tier), and their successors and assigns, the City, the Council, and the Unions. 2.2 Applicability: During the Operative Term, this Agreement governs all Construction Contracts awarded on a Project as defined. This Agreement shall no longer apply after Completion, except when the City directs a Contractor to engage in repairs, warranty work, modifications, or punch list work under a Construction Contract, when a Contractor performs work under a change order for a Construction Contract, and when start-up, calibration, commissioning, performance testing, repair, maintenance, and operational revisions to systems and/or subsystems for the Project are performed pursuant to a Construction Contract. 2.3 Covered Work: This Agreement covers, without limitation, site preparation, surveying, construction, alteration, demolition, installation, improvement, remediation, retrofit, painting or repair of buildings, structures and other works, and related activities for the Project, that is within the craft jurisdiction of one of the Unions and that is directly or indirectly part of a Project, including, without limitation to the following examples, geotechnical and exploratory drilling, soils and materials testing and inspection, temporary and permanent HVAC, landscaping and temporary fencing, pipelines (including those in linear corridors built to serve the Project), pumps, pump stations, start up, installation of modular furniture, and final clean up. On-site work includes work done for the Project in temporary yards, dedicated sites, or areas adjacent to the Project, and at any on-site or off-site batch plant constructed to supply materials to the Project. DocuSign Envelope ID: EE3B5204-E840-4CD2-A96A-13519F6DA077 397 City of Dublin, CA December 2021 Community Workforce Agreement Page 6 of 26 2.3.1 This Agreement covers all on-site fabrication work over which the City, Contractor(s)/Employer(s) or subcontractor(s) possess the right of control (including work done for the Project in any temporary yard or area established for the Project). This Agreement also covers any off-site work, including fabrication for the Project defined herein, that is traditionally performed by the Unions and is directly or indirectly part of the Project, provided such work is covered by a Master Agreement or local addenda to a national agreement of the applicable Union(s). 2.3.2 The furnishing of supplies, equipment or materials that are stockpiled for later use shall in no case be considered subcontracting. However, construction trucking work, such as the hauling and delivery of ready-mix, asphalt, aggregate, sand, soil or other fill or similar material that is directly incorporated into the construction process, as well as the off- hauling of soil, sand, gravel, rocks, concrete, asphalt, excavation material, construction debris and excess fill, material and/or mud, shall be covered by the terms and conditions of this Agreement. Contractor(s)/Employer(s), including brokers, of persons providing construction trucking work shall provide certified payroll records to the City within ten (10) days of written request or as required by the bid specifications. 2.3.3 The on-site installation or application of all items shall be performed by the craft having jurisdiction over such work as set forth under the provisions of this Agreement; provided, however, that the installation of specialty items which may be furnished by the Contractor shall be performed by construction persons employed under this Agreement who may be directed by other personnel in a supervisory role; further, provided, however, in circumstances requiring special knowledge of the particular item(s), work may be performed by construction persons of a manufacturer or vendor where necessary to protect a manufacturer’s warranty provided the manufacturer or vendor can demonstrate, by an enumeration of specific tasks, that the work cannot be performed by construction persons employed under this Agreement. 2.3.4 Work covered by this Agreement within the following craft jurisdictions shall be performed under the terms of various National Agreements as follows: the National Agreement of Elevator Constructors, the National Transient Lodge (NTL) Articles of Agreement, the National Stack/Chimney Agreement, the National Cooling Tower Agreement, and any instrument calibration work and loop checking shall be performed under the terms of the UA/IBEW Joint National Agreement for Instrument and Control Systems Technicians, with the exception that Articles 4, 13, and 14 of this Agreement shall apply to such work. 2.4 Exclusions: The following shall be excluded from the scope of this Agreement. 2.4.1 Construction Contracts awarded by entities other than the City. 2.4.2 The current or anticipated operation, maintenance, repair, access to or use of any of the City’s buildings or facilities, except in those circumstances where the Project satisfies the requirements set forth in Section 1.17 (“Projects”). 2.4.3 Work performed by the City’s own employees as permitted by the Public Contract Code. DocuSign Envelope ID: EE3B5204-E840-4CD2-A96A-13519F6DA077 398 City of Dublin, CA December 2021 Community Workforce Agreement Page 7 of 26 2.4.4 Contractor/Employer’s non-construction craft employees such as executives, managerial employees, engineering employees, design employees, supervisors above the level of general foreman (unless covered by a Master Agreement), and office, clerical, and administrative personnel that are not performing construction work on the project. 2.4.5 Any non-Project work performed on, near or leading to the site of work covered by this Agreement that is undertaken by state, county, or other governmental bodies or their contractors; or by public or private utilities or their contractors. Work performed by public or private utilities including all electrical utility, voice-data-video, and security installation work ahead of and up to the electrical service entry connection or the main point of entry into the building shall be excluded. All electrical utility, voice-data-video, and security installation work performed after the electrical utility service entrance or the main point of entry shall be Covered Work. Additionally, all contracted work performed ahead of the service entrance connection and main point of entry that is inside the property line and provides for access to the building via a conduit or series of conduits shall be Covered Work. 2.4.6 Off-site maintenance of leased equipment and on-site supervision of such work. 2.4.7 Construction Contracts issued during a Locally Declared Emergency, pursuant to Dublin Municipal Code Chapter 2.44, which are associated with emergency response and recovery activities and are subject to FEMA Procurement and Contracting Requirements. 2.4.8 Construction Contracts substantially funded by any federal, state, local or other public agency that prohibits the application of this Agreement; however, with respect to such work, the City agrees to make a reasonable effort to defend the application of this Agreement, including by making a written request to the funding source. Notwithstanding the foregoing, should only a specific provision of the Agreement be prohibited by the funding source, then, upon mutual agreement by the Council, the City shall modify the requirements of this Agreement accordingly to allow this Agreement to remain in place and to advance the purposes of this Agreement to the maximum extent feasible. 2.5 Award of Contracts: It is understood and agreed that the City has the right to select any qualified bidder for the award of Construction Contracts under this Agreement, pursuant to Public Contract Code Section 2500 et. seq. The bidder need only be willing, ready, and able to execute the Agreement to be Bound. This Agreement shall be included in all bid documents, requests for proposals, or other equivalent Project solicitations, which shall indicate that entering into this Agreement is a condition of the award of a Construction Contract(s) for the Project. A copy of all invitations to bid shall be provided to the Council at the time of issuance. In the event that a Construction Contract extends beyond the Operative Term or any Extended Term, the terms of this Agreement incorporated therein shall survive until Completion, notwithstanding anything to the contrary in this Agreement. 2.6 Termination, Suspension and/or Delay of Work: It is understood and agreed that the City, at its sole option, may change, terminate, delay and/or suspend any and all portions of the covered work at any time; however, if such a Construction Contract or portion of a Construction Contract is later reauthorized, this Agreement shall apply. Furthermore, the City may prohibit some or all work on certain days or during certain hours of the day to comply with applicable codes, laws or DocuSign Envelope ID: EE3B5204-E840-4CD2-A96A-13519F6DA077 399 City of Dublin, CA December 2021 Community Workforce Agreement Page 8 of 26 regulations, permits or to accommodate the ongoing operations of the City’s facilities and/or to mitigate the effect of the ongoing Project’s work on the businesses and residents in the neighborhood of the Project sites; and/or require such other operational or schedule changes that may be deemed necessary, in its sole judgment, to effectively maintain the primary purpose of the City’s facilities and to remain a good neighbor to the residents and businesses in the area of the Projects. In order to permit the Contractors and Unions to make appropriate scheduling plans, the City will provide the affected Contractor and Union(s) with reasonable notice of any changes it requires pursuant to this section. 3 EFFECT OF AGREEMENT 3.1 By executing this Agreement, the Council, the Unions and the City agree to be bound by each and all of the provisions of the Agreement. 3.2 By accepting the award of work under a Construction Contract for the Project, whether as a Contractor or subcontractor thereunder, all Contractors/Employers agree to be bound by each and every provision of this Agreement and agree to evidence their acceptance prior to the commencement of work by executing the Agreement to be Bound in the form attached hereto as Addendum A. 3.3 At the time that any Contractor/Employer enters into a subcontract with any subcontractor providing for the performance of work under a Construction Contract, the Contractor/Employer shall provide a copy of this Agreement to said subcontractor and shall require the subcontractor, as a condition of accepting the award of a construction subcontract, to agree in writing, by executing the Agreement to be Bound, to be bound by each and every provision of this Agreement prior to the commencement of work. The obligations of a Contractor may not be evaded by subcontracting. If the subcontractor refuses to execute the Agreement to be Bound, then such subcontractor shall not be awarded a Construction Contract on the Project. 3.4 The provisions of this Agreement, including the Schedule As incorporated herein by reference, shall apply to the work covered by this Agreement, notwithstanding the provisions of any other local, area and/or national agreements which may conflict with or differ from the terms of this Agreement. To the extent a provision of this Agreement conflicts with a Schedule A, the provision of this Agreement shall prevail. Where a provision of a Schedule A does not conflict with this Agreement, the provision of the Schedule A shall apply. 3.5 This Agreement shall only be binding on the signatory parties hereto, and their successors and assigns, and shall not apply to the parents, affiliates, subsidiaries, or other ventures of any such party. Each Contractor shall alone be liable and responsible for its own individual acts and conduct and for any breach or alleged breach of this Agreement, except as otherwise provided by law or the applicable Master Agreement. Any dispute between the Union(s) and the Contractor(s) with respect to compliance with this Agreement shall not affect the rights, liabilities, obligations and duties between the Union(s) and other Contractor(s) party to this Agreement. 3.6 The Contractor(s) has the primary obligation for performance of all conditions of this Agreement. This obligation cannot be relieved, evaded or diminished by subcontracting. Should the Contractor(s) elect to subcontract, the Contractor(s) shall continue to have such primary obligation. DocuSign Envelope ID: EE3B5204-E840-4CD2-A96A-13519F6DA077 400 City of Dublin, CA December 2021 Community Workforce Agreement Page 9 of 26 3.7 It is mutually agreed by the parties that any liability by a Union signatory to this Agreement shall be several and not joint. Any alleged breach of this Agreement by a Union shall not affect the rights, liabilities, obligations and duties between the Contractor(s) and the other Union(s) party to this Agreement. 3.8 The Unions agree that this agreement does not have the effect of creating any joint employment status between or among the City and/or any contractor or subcontractor. 4 WORK STOPPAGES, STRIKES, SYMPATHY STRIKES AND LOCKOUTS 4.1 The Council, the Unions, the City, and the Contractor(s)/Employer(s) covered by this Agreement agree that for the duration of the Project: 4.1.1 There shall be no strikes, sympathy strikes, work stoppages, picketing, handbilling or otherwise advising the public that a labor dispute exists, refusal to work, walk-off, sit down, stand-in, wobble, boycott, or slowdowns of any kind, for any reason, by the Unions or employees employed on the Project, at the job site of the Project or any other facility of the City because of a dispute on the Project. Disputes arising between the Unions and Contractor(s)/ Employer(s) on other City projects are not governed by the terms of the Agreement or this Article, except that the Unions or construction persons employed on the Projects may not participate in any strikes, sympathy strikes, work stoppages, picketing, hand billing, slowdowns, or otherwise advising the public that a labor dispute exists at a Project jobsite because of a dispute between Unions and Contractor(s) on any other project. 4.1.2 There shall be no lockout of any kind by a Contractor/Employer of workers employed on the Project. 4.1.3 As indicated in Section 4.1.1, there shall be no strike, sympathy strike, picketing, handbilling or otherwise advising the public that a labor dispute exists, refusal to work, walk-off, sit-down, stand-in, wobble, boycott, or slowdowns of any kind as a result of the expiration of any local, regional or other applicable labor agreement having application at the Projects and/or failure of the parties to that agreement to reach a new contract. If a Master Agreement expires before the Contractor/Employer completes the performance of work under a Construction Contract and the Union or Contractor/Employer gives notice of a demand for a new or modified Master Agreement, the Union agrees that it will not strike or withhold labor from the Contractor(s) on work covered by this Agreement and the Union and the Contractor/Employer agree that the expired Master Agreement will continue in full force and effect for work covered under this Agreement until a new or modified Master Agreement is reached. If the Union(s) and Contractor(s) agree to an interim agreement that will apply until a new Master Agreement is reached, the employees shall work under the terms of the interim agreement until a new or modified Master Agreement is reached between the Union(s) and Contractors(s). If the new or modified Master Agreement provides that any terms of the Master Agreement shall be retroactive, the Contractor/ Employer agrees to comply with any retroactive terms of the new or modified Master Agreement that are applicable to any employee(s) on the Project DocuSign Envelope ID: EE3B5204-E840-4CD2-A96A-13519F6DA077 401 City of Dublin, CA December 2021 Community Workforce Agreement Page 10 of 26 during the interim, with retroactive payment due within seven (7) calendar days of the effective date of the new or modified Master Agreement. 4.1.4 In consideration of the foregoing, the Contractor(s) shall not incite, encourage, or participate in any lockout or cause to be locked out any employee covered under the provisions of this Agreement. The term “lockout” does not refer to the discharge, termination or layoff of employees by the Contractor(s) for any reasons in the exercise of its rights as set forth in any provision of this Agreement, nor does “lockout” include the City’s decision to terminate or suspend work on the site or any portion thereof for any reason. 4.1.5 In the case of nonpayment of wages or trust fund contributions on the Project, the Union shall give the City and the Contractor/Employer three (3) business days’ notice when nonpayment of trust fund contributions has occurred, and one (1) business day’s notice when nonpayment of wages has occurred or when paychecks being tendered to a financial institution normally recognized to honor such paychecks will not honor such paycheck, of the intent to withhold labor from the Contractor/Employers’ or their subcontractor's workforce, during which time the Contractor/Employer may correct the default. In this instance, a Union's withholding of labor (but not picketing) from a Contractor/Employer who has failed to pay its fringe benefit contributions or failed to meet its weekly payroll shall not be considered a violation of this Article. 4.1.6 Notification: If the City or any Contractor contends that any Union has violated this Article, it will so notify, in writing, the Senior Executive of the Council and the Senior Executive of the Union, setting forth the facts alleged to violate the Article, prior to instituting the expedited arbitration procedure set forth below. The Council will immediately use its best efforts to cause the cessation of any violation of this Article. The leadership of the Union will immediately inform the workers of their obligations under this Article. 4.2 Expedited Arbitration: Any party to this Agreement shall institute the following procedure, prior to initiating any other action at law or equity, when a breach of this Article is alleged to have occurred. 4.2.1 A party invoking this procedure shall notify Robert Hirsch, as the permanent arbitrator, or Barry Winograd, as the alternate arbitrator, under this procedure. In the event the permanent arbitrator is unavailable at any time, the alternate will be contacted. If neither is available, the parties shall select the arbitrator from the list in Section 13.4. Notice to the arbitrator shall be by the most expeditious means available, with notice by email and telephone to the City, the involved Contractor, and the party alleged to be in violation, and to the Council and involved local Union if a Union is alleged to be in violation. 4.2.2 Upon receipt of said notice, the City will contact the permanent arbitrator named above, or the alternate if the permanent arbitrator is not available, who will attempt to convene a hearing within twenty-four (24) hours if it is contended that the violation still exists. 4.2.3 The arbitrator shall notify the parties by email and telephone of the place and time for the hearing. Said hearing shall be completed in one session, which, with appropriate DocuSign Envelope ID: EE3B5204-E840-4CD2-A96A-13519F6DA077 402 City of Dublin, CA December 2021 Community Workforce Agreement Page 11 of 26 recesses at the arbitrator's discretion, shall not exceed twenty-four (24) hours unless otherwise agreed upon by all parties. A failure of any party to attend said hearings shall not delay the hearing of evidence or the issuance of an award by the arbitrator. 4.2.4 The sole issue at the hearing shall be whether or not a violation of Section 4.1 of the Agreement has occurred. The arbitrator shall have no authority to consider any matter of justification, explanation or mitigation of such violation or to award damages, which issue is reserved for court proceedings, if any. The award shall be issued in writing within three (3) hours after the close of the hearing, and may be issued without a written opinion. If any party desires a written opinion, one shall be issued within fifteen (15) calendar days, but the parties shall not delay compliance with or enforcement of the award due to the issuance of a written opinion. The arbitrator may order cessation of the violation of this Article, and the arbitrator’s award shall be served on all parties by hand or registered mail upon issuance. 4.2.5 Liquidated Damages: If the Arbitrator determines that a violation of Section 4.1 has occurred, the breaching party shall, within eight (8) hours of the issuance of the decision take all steps necessary to immediately cease such activities and return to work. If the breaching party involved does not cease such activities by the beginning of the next regularly scheduled shift following the expiration of the eight (8) hour period after the arbitrator’s issuance of the decisions, then the breaching party shall pay the sum of ten thousand dollars ($10,000) as liquidated damages to the City per shift until the breach is remedied. The arbitrator shall retail jurisdiction for the sole purpose of determining compliance with this obligation and determining the amount of liquidated damages, if any; but such retention shall not prevent the moving party from seeking judicial enforcement of the initial decision. 4.2.6 The arbitrator’s award may be enforced by any court of competent jurisdiction upon the filing of this Agreement and all other relevant documents referred to above in the following manner. The party filing such enforcement proceedings shall give written notice to the other party. In a proceeding to obtain a temporary order enforcing the arbitrator's award as issued under this Article, all parties waive the right to a hearing and agree that such proceeding may be ex parte. However, such agreement does not waive any party's right to seek or participate in a hearing for a final order of enforcement. Any court order enforcing the arbitrator's award shall be served on all parties by hand or delivered by certified mail. 4.2.7 Any rights created by statute or law governing arbitration proceedings inconsistent with the above procedure, or which interfere with compliance with the above procedure, are waived by the parties. 4.2.8 The fees and expenses of the arbitrator shall be divided equally between the party instituting the arbitration proceedings provided in this Article and the party alleged to be in breach of its obligation under this Article. 4.2.9 Should either the permanent or the alternate arbitrator identified above no longer work as a labor arbitrator, the City and the Council shall mutually agree to a replacement. DocuSign Envelope ID: EE3B5204-E840-4CD2-A96A-13519F6DA077 403 City of Dublin, CA December 2021 Community Workforce Agreement Page 12 of 26 5 PRE-JOB CONFERENCES 5.1 Timing: The Project Manager shall convene and conduct, at a physical or virtual location and time agreeable to the Council, a pre-job conference with the Unions and the representatives of all involved Contractors/Employers, who shall be prepared to announce craft assignments and discuss in detail the scope of work and the other issues set forth below, at least ten (10) working days prior to the commencement of any Project work, or the commencement of any Project work under a subsequently awarded Construction Contract. 5.2 The pre-job conference shall be attended by a representative of each participating Contractor and each affected Union, and the Council and City or their designee may attend at their discretion. 5.3 The pre-job conference shall include but not be limited to the following subjects: 5.3.1 A listing of each Contractor’s scope of work 5.3.2 The craft assignments; 5.3.3 The estimated number of craft workers required to perform the work 5.3.4 Transportation arrangements; 5.3.5 The estimated start and completion dates of the work; and 5.3.6 Discussion of pre-fabricated materials. 5.4 Joint Administrative Committee: In order to ensure the terms of this Agreement are being fulfilled and concerns pertaining to the operation of this Agreement are addressed, the City and the Council shall establish a Joint Administrative Committee comprised of an equal number of representatives from the City and the Council. The Joint Administrative Committee shall meet on a periodic basis during the term of construction, at least annually, to assess the implementation of this Agreement, review the progress of Projects, and facilitate harmonious relations between the parties. Both the City and the Council shall have the right to call a meeting of the Joint Administrative Committee. 6 NO DISCRIMINATION 6.1 The Contractors and the Unions agree to not engage in any form of discrimination on the ground or because of race, color, creed, national origin, ancestry, age, sex, sexual orientation, gender identity, disability or any other basis made illegal by federal, state, and local law against any person, or applicant for employment on the Projects. 7 UNION REPRESENTATION 7.1 The Contractor(s)/Employer(s) recognize the Unions as the sole bargaining representative of all craft employees performing Covered Work under this Agreement, and all such employees must be represented by a Union for the duration of their employment on the Project. 7.2 The Contractor(s)/Employer(s) shall make and transmit all deductions for Union dues, fees, and assessments that have been authorized by employees in writing in accordance with the applicable Master Agreement. This Agreement does not require any employee of a non-Union contractor to join a Union or to pay dues or fees to a Union as a condition of working on the Project; however, nothing in this Article is intended to supersede the independent requirements of DocuSign Envelope ID: EE3B5204-E840-4CD2-A96A-13519F6DA077 404 City of Dublin, CA December 2021 Community Workforce Agreement Page 13 of 26 the applicable Master Agreements as to Contractors/Employers signatory to such Master Agreements and as to employees of those Contractors/Employers who are performing Covered Work. 7.3 Authorized representatives of the Unions shall have access to the Project whenever work covered by this Agreement is being, has been, or will be performed on the Project. 8 REFERRAL AND CORE WORKERS 8.1 Contractor(s)/Employer(s) performing construction work on the Project shall, in filling craft job requirements, utilize and be bound by the registration facilities and referral systems established or authorized by the Unions signatory hereto. The Unions shall operate the Job Referral System in a non-discriminatory manner and in full compliance with all federal, state, and local laws and regulations, including those that require equal employment opportunities and prohibit discrimination 8.2 The Contractor(s)/Employer(s), including those that are not signatory to a Master Agreement, shall have the right to reject any applicant referred by the Union(s), to the extent permitted under the terms of the applicable Master Agreement. 8.3 Sole Operators. A Sole Operator self-performing work on a covered Project shall execute an Agreement to be Bound, attend the pre-job conference and identify themselves as a Sole Operator, but shall not be required to request dispatch from the union hall with jurisdiction over the Sole Operator’s work. However, if the Sole Operator hires any additional employees on a covered Project, the Sole Operator will be treated as a Core Worker and any subsequent employee(s) will be dispatched from the hiring hall. Before hiring an employee(s) on the Project, the Sole Operator must request permission from the JAC through the Coordinator and provide evidence of compliance with CLSB and Workers Compensation requirements.. 8.4 Core Workers 8.4.1 A Contractor may request by name, and the local Union shall honor, referral of Core Workers. The Union will first refer to such Contractor one (1) worker from the applicable hiring hall, and then will refer one (1) of the Contractor’s Core Workers. This alternating procedure shall repeat until such Contractor/Employer has hired a maximum of five (5) Core Workers. Thereafter, all additional employees shall be hired exclusively from the applicable hiring hall out-of-work list. For the duration of the Contractor’s work, this ratio shall be maintained and when the Contractor's workforce is reduced, employees shall be reduced in reverse order and in the same ratio of Core Workers to hiring hall referrals as was applied in the initial hiring. This Section applies only to employers not signatory to a Master Agreement and is not intended to limit the transfer provisions of the Master Agreement of any trade. As part of this process, and in order to facilitate contract administration procedures and the appropriate fringe benefit fund coverage, all Contractors shall require their Core Workers to register with the appropriate Union hiring hall and be dispatched to the Project prior to starting work. 8.4.2 Upon request by any Party to this Agreement, including the applicable Union, the Contractor employing any Core Worker shall provide satisfactory proof (i.e., payroll DocuSign Envelope ID: EE3B5204-E840-4CD2-A96A-13519F6DA077 405 City of Dublin, CA December 2021 Community Workforce Agreement Page 14 of 26 records, quarterly tax records, or similar documentation) evidencing the worker’s qualification as a Core Worker to the City and the Council. 8.4.3 Prior to each Contractor performing any Covered Work on a Project, such Contractor or subcontractor shall provide a list of its Core Workers to the City and the Council. Failure of such a Contractor to do so will result in that Contractor being prohibited from using any Core Workers on that Construction Contract. 8.5 Contractor(s)/Employer(s) shall have the unqualified right to select and hire directly all supervisors above the level of general foreman they consider necessary and desirable, without such persons being referred by the Union(s), unless such craft construction employee is covered by a Master Agreement. 8.6 In the event that referral facilities maintained by the Union(s) are unable to fill the requisition of a Contractor/Employer for employees within a forty-eight (48) hour period (Saturdays, Sundays and Holidays excluded) after such requisition is made by the Contractor/Employer, the Contractor/Employer shall be free to obtain the worker(s) from any source. A Contractor/Employer who hires any worker(s) pursuant to this section shall immediately provide the appropriate Union with the name and address of such worker(s) and shall immediately direct such worker(s) to the appropriate Union hiring hall to be referred for work on the Project. 9 WAGES AND BENEFITS 9.1 The Contractors/Employers agree to pay contributions to the vacation, pension and/or other deferred compensation plan, apprenticeship, worker protection and assistance, and health benefit funds established by the applicable Master Agreement(s) for each hour worked on the Project, in the amounts designated in the applicable Master Agreement(s). 9.2 By signing this Agreement, the Contractors/Employers adopt and agree to be bound by the written terms of the legally established Trust Agreements described in Section 9.1, which may from time to time be amended, specifying the detailed basis upon which payments are to be made into, and benefits paid out of, such Trust Funds. The Contractors/Employers authorize the parties to such local Trust Agreements to appoint trustees and successor trustees to administer the Trust Funds and hereby ratify and accept the trustees so appointed as if they were appointed by the Contractors/Employers. The Contractors/Employers agree to execute a separate subscription agreement(s) when such Trust Fund(s) requires such document(s). 9.3 Wages, Hours, Terms and Conditions of Employment: The wages, hours and other terms and conditions of employment on the Project shall be governed by the Master Agreement of the respective craft, to the extent such Master Agreement is not inconsistent with this Agreement. Where a subject is covered by the Master Agreement and not covered by this Agreement, the Master Agreement will prevail. When a subject is covered by both the Master Agreement and this Agreement, to the extent there is any inconsistency, this Agreement will prevail. 9.4 Holidays: Holidays shall be as set forth in the applicable Master Agreement. 9.5 Work on Fire Sprinkler Systems: All inspections on a Fire Sprinkler System shall be performed by an ASSE 15000 certified Sprinkler Fitter who is registered with the Office of the California State Fire DocuSign Envelope ID: EE3B5204-E840-4CD2-A96A-13519F6DA077 406 City of Dublin, CA December 2021 Community Workforce Agreement Page 15 of 26 Marshall. All testing and/or maintenance performed on any Fire Sprinkler System shall be performed by an individual who has graduated from a state-approved apprenticeship program. All apprentices working on fire protection systems shall be registered with a state-approved apprenticeship program. 10 LOCAL HIRE, APPRENTICES, AND WORKFORCE DEVELOPMENT 10.1 Local Hire: It is in the interest of the parties to this Agreement to facilitate employment of Local Area residents and to use resources in the Local Area in construction of the Project. It is the objective of the parties that not less than twenty percent (20%) of all hours worked on the Project will be worked by residents of the Local Area. The Unions will exert their utmost efforts to recruit sufficient numbers of craft persons that are Local Residents to fulfill the referral requirements of the Contractor(s)/Employer(s). To the greatest extent allowed by law, and to the greatest extent consistent with the Unions’ hiring hall provisions, and as long as they possess the requisite skills and qualifications, the Unions shall refer Local Residents, including journeymen and apprentices, for Project work covered by this Agreement. 10.2 Apprenticeship and Workforce Development: 10.2.1 Recognizing the need to develop adequate numbers of competent workers in the construction industry, including on public works projects, the Contractors/Employers shall employ apprentices from a California state-approved Joint Apprenticeship Training Program in their respective crafts to perform such work as is within their capabilities and that is customarily performed by the craft in which they are indentured. Notwithstanding the foregoing, Contractor may employ an apprentice that is enrolled in a California state- approved apprenticeship program other than a Joint Apprenticeship Training Program provided that (i) the apprentice is a Local Resident, (ii) the Contractor previously requested a Local Resident apprentice from the applicable Joint Apprenticeship Training Committee and one was not provided, and (iii) the apprentice counts toward the maximum number of Core Workers allowed to the Contractor on the Project under Section 8.4.1. 10.2.2 Apprentice ratios will be in compliance with the provisions of the California Labor Code and the applicable state prevailing wage determination. 10.2.3 Consistent with the Master Agreements, there shall be no restriction on the utilization of apprentices in performing the work of their craft provided they are properly indentured and supervised. 10.2.4 Consistent with the requirements of California Labor Code §§ 1776, 1777.5 and 1777.6, Contractor(s)/Employer(s) shall hire one (1) New Apprentice for the first one million ($1,000,000) dollars as determined by the engineer’s estimate. Thereafter, Contractor(s) will be required to hire one (1) New Apprentice for every five million dollars ($5,000,000) determined by the engineer’s esimtate. The New Apprentice(s) must work a minimum of 10% of the total craft’s work hours. The intent of this provision is to utilize New Apprentices to the fullest extent permissible by state law and the Master Agreements. 10.2.5 The Contractor may deploy the apprentice to work on another concurrent project in order to meet the minimum hours, and those hours will be counted towards the total hours of the DocuSign Envelope ID: EE3B5204-E840-4CD2-A96A-13519F6DA077 407 City of Dublin, CA December 2021 Community Workforce Agreement Page 16 of 26 craft on the City of Dublin project. Certified Payroll must reflect the hours worked. The Contractor must fully document efforts to hire a New Apprentice, through the following steps: 1) requesting New Apprentices through the Union dispatch procedure, 2) contacting a minimum of three (3) MC3-certified or Union pre-apprenticeship training programs for the applicable craft or trade for referral of Local Residents. 10.2.6 There can be no more than one (1) entry-level New Apprentice for each craft, provided said crafts have apprenticeship openings and the general contractor will be able to include New Apprentices hired by their subcontractor to meet this requirement. The Unions will agree to cooperate with the Contractor(s) in furnishing apprentices as requested and the hiring of the apprentices will be in accordance with the Apprenticeship provisions listed in the Master Agreements and/or the Union agreements with the Division of Apprenticeship Standards, and the apprentices shall be properly supervised and paid in accordance with provisions contained within the Master Agreements. The Unions and Contractor(s)/Employer(s) shall cooperate with local pre-apprenticeship programs to ensure Local Residents have the opportunity to apply for and enter into the apprenticeship programs. 10.2.7 Failure of Contractors and their subcontractors to maintain qualified apprentices on the job will be subject to corrective action and, if not corrected, monetary penalties, as determined by the Grievance Committee as identified in Article 13. 10.2.8 Enforcement, Compliance & Reporting: Contractors will be required to submit Certified Weekly Payrolls to the City along with monthly workforce utilization reports documenting the Contractor’s compliance with the requirements described in this Article 10. At a minimum the monthly reports must include 1) data on Local Residents work hour utilization on a craft by craft basis, 2) number of New Apprentices hired and the hours they have worked, 3) documentation showing any requests made to the Union dispatchers for Local Residents and the Union’s response to the request. Enforcement of this article shall be according to the Grievance and Arbitration procedure outlined in Article 13. 10.3 Community Workforce Partnerships. The parties recognize the need to build within the Tri-Valley Region a pipeline to careers in the construction industry. Such effort would serve the parties’ mutual goals of providing career opportunities and of developing adequate numbers of competent workers in the construction industry. In furtherance of these goals, the parties agree to work together in good faith, and in partnership with the Construction Trades Workforce Initiative (CTWI), and in conjunction with other interested Tri-Valley community-based organizations, to identify and develop an initiative or multiple initiatives to connect residents of the Tri-Valley Region with careers in the Building and Construction Trades, with a particular focus on providing opportunities to disadvantaged individuals. 10.4 Helmets to Hardhats. 10.4.1 The Contractors/Employers and Unions recognize a desire to facilitate the entry into the building and construction trades of veterans who are interested in careers in the building and construction industry. The Contractors/Employers and Unions agree to utilize the services of the Center for Military Recruitment, Assessment and Veterans Employment (hereinafter “Center”) and the Center's “Helmets to Hardhats” program to serve as a resource for preliminary orientation, assessment of construction aptitude, referral to DocuSign Envelope ID: EE3B5204-E840-4CD2-A96A-13519F6DA077 408 City of Dublin, CA December 2021 Community Workforce Agreement Page 17 of 26 apprenticeship programs or hiring halls, counseling and mentoring, support network, employment opportunities and other needs as identified by the parties. 10.4.2 The Unions and Contractors/Employers agree to coordinate with the Center to participate in an integrated database of veterans interested in working on the Project and of apprenticeship and employment opportunities for the Project. To the extent permitted by law, the Unions will give credit to such veterans for bona fide, provable past experience. 11 COMPLIANCE 11.1 It shall be the responsibility of the Contractor(s)/Employer(s) and Unions, and not the City, to investigate and monitor compliance with the provisions of Article 9 of this Agreement. Nothing in this Agreement shall be construed to interfere with or supers ede the usual and customary legal remedies available to the Unions and/or employee benefit Trust Funds to collect delinquent wages or Trust Fund contributions from Contractors/Employers on the Project. Because the Project is a public work subject to the Ca lifornia Labor Code, the City or its designee shall comply with its obligations thereunder as well as this Agreement. 12 JOINT ADMINISTRATIVE COMMITTEE 12.1 There is hereby established a four (4) person Joint Administrative Committee (“JAC”). The JAC shall be comprised of two (2) representatives selected by the City and two (2) representatives selected by the Council. The City and the Council shall designate alternates who may serve in the absence of the designated representatives for any purpose. The JAC shall m eet quarterly, or at the request of any Party to the Agreement, including Contractor(s)/Employer(s), to review the implementation of the Agreement, review progress of the Projects, and resolve concerns or issues relating to the administration of the Agreem ent; however, the JAC may not change, amend, add to or detract from any of the provisions of the Agreement. The Project Manager shall convene and facilitate the quarterly meetings and any other meetings as requested. 12.2 The City and Council representatives shall report on Project progress and provide ongoing workforce projections to facilitate efficient construction and compliance with the Local Hire goal. 12.3 The JAC shall convene in an effort to resolve any grievance filed pursuant to Article 13 by unanimous vote, with such resolutions to be final and binding on all signatories to the Agreement. The failure of any party to attend said hearing shall not delay the hearing or issuance of an award by the JAC, and in the absence of any party to the grievance, the h earing may proceed ex parte. If the JAC is unable to resolve the grievance, the grievance may be referred in accordance with Step 3 of Article 13 . 13 GRIEVANCE ARBITRATION PROCEDURE 13.1 Project Labor Disputes: All disputes involving the application or interpre tation of a Master Agreement to which a Contractor/Employer and a Union are parties shall be resolved pursuant to the resolution procedures of the Master Agreement. All disputes relating to the interpretation or application of this Agreement, other than di sputes under Article 4 and Article 14, shall be subject to resolution by the grievance arbitration procedures set forth in this Article. 13.2 Employee Discipline: All disputes involving the discipline and/or discharge of an employee working on the Project sh all be resolved through the grievance and arbitration provisions DocuSign Envelope ID: EE3B5204-E840-4CD2-A96A-13519F6DA077 409 City of Dublin, CA December 2021 Community Workforce Agreement Page 18 of 26 contained in the Master Agreement for the craft of the affected employee. No employee working on the Project shall be disciplined or discharged without just cause. 13.3 No grievance shall be recognized unless the grieving party (Union or District Council on its own behalf, or on behalf of an employee whom it represents, or a Contractor/Employer on its own behalf) provides notice in writing to the party with whom it has a dispute within five (5) bu siness days after becoming aware of the dispute but in no event more than thirty (30) business days after it reasonably should have become aware of the event giving rise to the dispute. Time limits may be extended by mutual agreement of the parties. 13.4 Grievances shall be settled according to the following procedures: Step 1: Within five (5) business days after the receipt of the written notice of the grievance, the representative of the involved Union or District Council, or his/her designee, and the representative of the involved Contractor/Employer, shall confer and attempt to resolve the grievance. Step 2: If the grievance is not resolved at Step 1, within five (5) business days of the Step 1 meeting or the conclusion of efforts to resolve the grievan ce at Step 1, the alleged grievance may be referred in writing by either involved party to the Business Manager(s) of the affected Union(s) involved and the Labor Relations Manager of the Contractor/Employer, or the Contractor/Employer’s designated represe ntative, for discussion and resolution. This time limit may be extended by mutual consent of both parties. Regardless of which party has initiated the grievance, the Union shall notify its International Union representative prior to the Step 2 meeting, and the International Union representative shall advise if it intends to participate in the Step 2 meeting. The Project Manager and the Council shall have the right to participate in any efforts to resolve the dispute at Step 2. Step 3: If the grievance is not resolved at Step 2, either party may request the dispute be submitted to arbitration within five (5) business days of the Step 2 meeting or the conclusion of efforts to resolve the grievance at Step 2. This time limit may be exten ded by mutual consent of both parties. Within five (5) business days after referral of a dispute to arbitration, the representatives shall notify the permanent arb itrator designated in Article 4 , or if not available, the alternate arbitrator designated in Article 4, for final and binding arbitration. If the permanent arbitrator or the alternate is not available, an arbitrator shall be selected by the alternate striking method from the list of three (3) below. The order of striking names from the list of arb itrators shall be determined by a coin toss, the winner of which shall decide whether they wish to strike first or second. 1. William Riker 2. Carol Vendrillo 3. Morris Davis 13.5 The decision of the arbitrator shall be final and binding on all parties. The arbitrator shall have no authority to change, amend, add to or detract from any of the provisions of the Agreement. The expense of the arbitrator shall be borne equally by both p arties. The arbitrator shall arrange for a hearing on the earliest available date from the date of his/her selection. A decision shall DocuSign Envelope ID: EE3B5204-E840-4CD2-A96A-13519F6DA077 410 City of Dublin, CA December 2021 Community Workforce Agreement Page 19 of 26 be given to the parties within five (5) calendar days after completion of the hearing unless such time is extended by mut ual agreement. A written opinion may be requested by a party from the presiding arbitrator. 13.6 The time limits specified at any step of the grievance procedure may be extended by mutual agreement of the parties. However, failure to process a grievance, or fa ilure to respond in writing within the time limits provided above, without an agreed upon extension of time, shall be deemed a waiver of such grievance without prejudice, or without precedent to the processing and/or resolution of like or similar grievance s or disputes. 13.7 In order to encourage the resolution of disputes and grievances at Steps 1 and 2 of this grievance procedure, the parties agree that such settlements shall not be precedent setting. 13.8 Retention: At the time a grievance is submitted under th is Agreement or any Master Agreement, the Union(s) may request that the City withhold and retain an amount from what is due and owing to the Contractor(s) against whom the grievance is filed, or its higher -tier Contractor, sufficient to cover the damages a lleged in the grievance, should the Union(s) prevail. The amount shall be retained by the City until such time as the underlying grievance giving rise to the retention is withdrawn, settled, or otherwise resolved, and the retained amount shall be paid to whomever the parties to the grievance shall decide, or to whomever an arbitrator shall so order. 13.9 Should any of the arbitrators list ed in this Article or Article 4 no longer work as a labor arbitrator, the City and the Council shall mutually agree to a repl acement. 14 WORK ASSIGNMENTS AND JURISDICTIONAL DISPUTES 14.1 The assignment of Covered Work will be solely the responsibility of the Contractor(s)/Employer(s) performing the work involved; and such work assignments will be in accordance with the Plan for the Settlement of the Jurisdictional Disputes in the Construction Industry (the “Plan”) or any successor Plan. 14.2 All jurisdictional disputes on this Project between or among the building and construction trades Unions and the Contractor(s)/Employer(s) shall be settled and adjusted according to the present Plan established by the Building and Construction Trades Department or any other plan or method of procedure that may be adopted in the future by the Building and Construction Trades Department. Decisions rende red shall be final, binding and conclusive on the Contractor(s)/Employer(s) and Unions parties to this Agreement. 14.3 If a dispute arising under this Article involves the Northern California Carpenters Regional Council or any of its subordinate bodies, an arb itrator shall be chosen by the procedures specified in Article V, Section 5 of the Plan from a list composed of John Kagel, Thomas Angelo, Robert Hirsch and Thomas Pagan, and the arbitrator’s hearing on the dispute shall be held at the offices of the Calif ornia State Building and Construction Trades Council in Sacramento, California within fourteen (14) calendar days of the selection of the arbitrator. All other procedures shall be as specified in the Plan. 14.4 All jurisdictional disputes shall be resolved wi thout the occurrence of any strike, work stoppage, or slow-down of any nature, and the Employer’s assignment shall be adhered to until the dispute is resolved. Individual employees violating this section shall be subject to immediate discharge. DocuSign Envelope ID: EE3B5204-E840-4CD2-A96A-13519F6DA077 411 City of Dublin, CA December 2021 Community Workforce Agreement Page 20 of 26 14.5 Each Employer will conduct a pre -job conference with the Council prior to commencing work. The City and the Project Manager will be advised in advance of all such conferences and may participate if they wish. Pre -job conferences for different Employers may be held together. 15 MANAGEMENT RIGHTS 15.1 Consistent with the Master Agreements, the Contractor(s)/Employer(s) shall retain full and exclusive authority for the management of their operations, including the right to direct their work force in their sole discretion. No rules, customs or practices shall be permitted or observed which limit or restrict production, or limit or restrict the working efforts of employees, except that all lawful manning provisions in the Master Agreement shall be recognized. 16 DRUG AND ALCOHOL TESTING 16.1 The use, sale, transfer, purchase and/or possession of a controlled substance, alcohol and/or firearms at any time during the work day is prohibited. In addition, the use and/or sale of tobacco or vaping products on City property is prohibited. 16.2 Drug and alcohol testing shall be conducted in accordance with the substance abuse prevention policies set forth in the applicable Schedule A. 17 SAVINGS CLAUSE 17.1 If any article, provision, clause, sentence or word of this Agreement is determined to be illegal or void as being in contravention of any applicable law, by a court of competent jurisdiction, the remainder of the Agreement shall remain in full force and effect. The parties further agree that if any article, provision, clause, sentence or word of the Agreement is determined to be illegal or void, by a court of competent jurisdiction, the parties shall substitute, by mutual agreement, in its place and stead, an article, provision, clause, sentence or word that will meet the objections to its validity and will be in accordance with its original intent. 17.2 In the event a decision of a court of competent jurisdiction materially alters the terms of this Agreement such that the intent of the parties is defeated, then the entire Agreement shall be null and void. 17.3 If a court of competent jurisdiction determines that all or part of the Agreement is invalid and/or enjoins the City from complying with all or part of the Agreement’s provisions, and the City accordingly determines that compliance with this Agreement will not be required in order to perform work under a Construction Contract, the Unions will no longer be bound by the provisions of Article 4. 18 TERM 18.1 This Agreement shall be included in all bid documents, requests for proposals, or other equivalent Project solicitations, which shall indicate that entering into this Agreement is a condition of the award of a Construction Contract(s) for the Project. DocuSign Envelope ID: EE3B5204-E840-4CD2-A96A-13519F6DA077 412 City of Dublin, CA December 2021 Community Workforce Agreement Page 21 of 26 18.2 The Operative Term shall be a period of five (5) years. Prior to the five (5) year anniversary of the Operative Date of this Agreement, the City and the Council shall meet to discuss proposed changes to the Agreement and/or whether to extend the agreement for an additional period or periods of time (an “Extended Term(s)”). 19 MISCELLANEOUS PROVISIONS 19.1 The section headings contained in this Agreement are inserted for convenience only and shall not affect in any way the meaning or interpretation of this Agreement. All defined terms used in this Agreement shall be deemed to refer to the singular and/or plural, in each instance as the context and/or particular facts may require. 19.2 This Agreement may be executed in counterparts, such that original signatures may appear on separate pages and when bound together all necessary signatures shall constitute an original. Faxed or emailed PDF signature pages transmitted to other parties to this Agreement shall be deemed the equivalent of original signatures. The Parties agree that the Agreement may be executed using electronic signatures so long as they are valid and enforceable under California law. 19.3 Each of the persons signing this Agreement represents and warrants that such person has been duly authorized to sign this Agreement on behalf of the party indicated, and each of the parties signing this Agreement warrants and represents that such party is legally authorized and entitled to enter into this Agreement. 19.4 The parties acknowledge that this is a negotiated agreement, that they have had the opportunity to have this Agreement reviewed by their respective legal counsel, and that the terms and conditions of this Agreement are not to be construed against any party on the basis of such party's draftsmanship thereof. 19.5 All defined terms used in this Agreement shall be deemed to refer to the singular and/or plural, in each instance as the context and/or particular facts may require. [SIGNATURES TO FOLLOW] DocuSign Envelope ID: EE3B5204-E840-4CD2-A96A-13519F6DA077 413 City of Dublin, CA December 2021 Community Workforce Agreement Page 22 of 26 CITY: COUNCIL: CITY OF DUBLIN, a California Municipal Building and Construction Trades Council of Corporation Alameda County , AFL-CIO By: ______________________________ By: ___________________________________ Linda Smith, City Manager Andreas Cluver, Secretary-Treasurer Date: ______________________________ Date: ___________________________________ Attest: By: ______________________________ Marsha Moore, City Clerk Approved as to Form: By: ______________________________ John Bakker, City Attorney DocuSign Envelope ID: EE3B5204-E840-4CD2-A96A-13519F6DA077 2/16/20223/4/2022 414 City of Dublin, CA December 2021 Community Workforce Agreement Page 23 of 26 SIGNATORY UNIONS Asbestos Workers, Local 16 _____________________________________ Boilermakers, Local 549 ______________________________________ Bricklayers and Allied Craftworkers, Local 3 _____________________________________ Northern California Carpenters Regional Council (on behalf of Carpenters, Local 713, Carpenters, Local 2236, Lathers, Local 68L, Millwrights, Local 102, and Pile Drivers, Local 34) ______________________________________ Cement Masons, Local 300 _____________________________________ Plasterers, Local 66 ______________________________________ Electrical Workers, Local 595 _____________________________________ Elevator Constructors, Local 8 ______________________________________ International Union of Painters and Allied Trades, District Council No. 16 (on behalf of Auto & Marine Painters, Local 1176, Carpet & Linoleum Layers, Local 12, Glaziers, Architectural Metal & Glassworkers, Local 169, Painters & Tapers, Local 3) _____________________________________ Ironworkers, Local 378 ______________________________________ Laborers, Local 67 _____________________________________ Laborers, Local 304 ______________________________________ Operating Engineers, Local 3 _____________________________________ Roofers and Waterproofers, Local 81 ______________________________________ DocuSign Envelope ID: EE3B5204-E840-4CD2-A96A-13519F6DA077 415 City of Dublin, CA December 2021 Community Workforce Agreement Page 24 of 26 Sheet Metal Workers, Local 104 ______________________________________ Sprinkler Fitters, Local 483 ______________________________________ Teamsters, Local 853 _____________________________________ United Association of Steamfitters, Pipefitters, Plumbers and Gasfitters, Local 342 ______________________________________ United Association, Underground Utility & Landscape, Local 355 _____________________________________ DocuSign Envelope ID: EE3B5204-E840-4CD2-A96A-13519F6DA077 416 City of Dublin, CA December 2021 Community Workforce Agreement Page 25 of 26 ADDENDUM A AGREEMENT TO BE BOUND [Date] [Addressee] [Address] Re: Community Workforce Agreement for the City of Dublin Agreement to be Bound Dear ________________: The undersigned confirms that it agrees to be a party to and bound by the Community Workforce Agreement for the City of Dublin (“Agreement”), as such Agreement may, from time to time, be amended by the parties or interpreted pursuant to its terms. By executing this Agreement to be Bound, the undersigned subscribes to, adopts and agrees to be bound by the written terms of the legally established trust fund documents as set forth in Section 9.1 of the Agreement, as they may from time to time be amended, specifying the detailed basis upon which contributions are to be made into, and benefits made out of, such trust funds, and ratifies and accepts the trustees appointed by the parties to such trust funds. The undersigned agrees to execute a separate subscription agreement(s) for such trust funds when such trust fund(s) require(s) such document(s). The obligation to be a party to and bound by the Agreement shall extend to all work covered by the Agreement undertaken by the undersigned, and the undersigned shall require all of its subcontractors, of whatever tier, to become similarly bound for all their work within the scope of the Agreement by signing an identical Agreement to be Bound. This Agreement to Be Bound shall survive the end of the Term of the Agreement, as specified in Section 2.5 of the Agreement. This letter shall constitute a subscription agreement, to the extent of the terms of the letter. CONTRACTOR/SUBCONTRACTOR:____________________________________________ California Contractor State License No. or Motor Carrier (CA) Permit No.: ________________ Name of Authorized Person (print): ________________________________________________ Signature of Authorized Person: ___________________________________________________ Title of Authorized Person: ______________________________________________________ Telephone Number of Authorized Person:___________________________________________ Address of Authorized Person:____________________________________________________ State Public Works Registration Number: __________________________________________ DocuSign Envelope ID: EE3B5204-E840-4CD2-A96A-13519F6DA077 417 City of Dublin, CA December 2021 Community Workforce Agreement Page 26 of 26 ADDENDUM B SIDE LETTER REGARDING AMADOR VALLEY INDUSTRIES Pursuant to this Side Letter, the Community Workforce Agreement does not apply to off-hauling of construction debris contained in a debris box by the City of Dublin’s solid waste franchisee, Amador Valley Industries, LCC, provided that such hauling is performed by a member of Teamsters Local 70. Any other off-hauling is covered by the Community Workforce Agreement if covered under Section 2.3.2. therein. This Side Letter shall not apply to any other franchisee of the City. 150439\1221412 DocuSign Envelope ID: EE3B5204-E840-4CD2-A96A-13519F6DA077 418 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 ETHICAL STANDARDS FOR CONTRACTORS 00 5400 - 1 SECTION 00 54 00 ETHICAL STANDARDS FOR CONTRACTORS 1. Design Builders shall submit a signed and notarized copy of the affidavit that follows on the next page. 2. City may, at its sole discretion, terminate any contract with Design Builder if any of the following occurs: A. If Design Builder1 does any of the following: i. Is convicted2 of operating a business in violation of any Federal, State or local law or regulation; ii. Is convicted of a crime punishable as a felony involving dishonesty;3 iii. Is convicted of an offense involving dishonesty or is convicted of fraud or a criminal offense in connection with: (1) obtaining; (2) attempting to obtain; or (3) performing a public contract or subcontract; iv. Is convicted of any offense which indicates a lack of business integrity or business honesty which seriously and directly affects the present responsibility of a City contractor or subcontractor; or v. Made (or makes) any false statement(s) or representation(s) with respect to the contract; or B. If fraudulent, criminal, or other seriously improper conduct of any officer, director, shareholder, partner, employee, or other individual associated with Design Builder can be imputed to Design Builder when the conduct occurred in connection with the individual’s performance of duties for or on behalf of Design Builder, with Design Builder’s knowledge, approval or acquiescence, Design Builder’s acceptance of the benefits derived from the conduct shall be evidence of such knowledge, approval, or acquiescence. 3. City may also terminate any contract with Design Builder if any one or more of the following occurs: A. If Design Builder becomes “insolvent”, 4 B. If City determines that Design Builder no longer has the financial capability or business experience including, without limitation, loss of personnel deemed essential by City to perform successfully the terms of, or operate under, any contract with City; or C. If City determines that Design Builder fails to submit information or submits false information. 4. In the event a prospective Design Builder is ruled ineligible (debarred) to participate in a contract award process, or a contract is terminated pursuant to these provisions, Design Builder may appeal City’s action to the Dublin City Council by filing a written request with the City Clerk within ten (10) calendar days of the notice given by City. The matter will be heard within thirty (30) days of the filing 1 For purposes of this document, the term “Design Builder” (whether a person or a legal entity) means any of the following: an owner or co-owner of a sole proprietorship; a person who controls or who has the power to control a business entity; a general partner of a partnership; a principal in a joint venture; or a person who owns more than ten percent (10%) of the outstanding stock of a corporation and who is active in the day to day operations of that corporation. 2 For purposes of this document, the terms “convicted” or “conviction” mean a judgment or conviction of a criminal offense by any court of competent jurisdiction, whether entered upon a verdict or a plea, and includes a conviction entered upon a plea of nolo contendere within the past five (5) years. 3 For purposes of this document, the term “dishonesty” includes, without limitation, embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, failure to pay tax obligations, receiving stolen property, collusion or conspiracy. 4 For purposes of this document, Design Builder is “insolvent” if it is unable to pay its debts as they become due, transfers assets in fraud of creditors, makes an assignment for the benefit of creditors, files a petition under any section or chapter of the federal Bankruptcy Code (11 U.S.C.), as amended, or under any similar law or statute of the United States or any state thereof, is adjudged bankrupt or insolvent in proceedings under such laws, or a receiver or trustee is appointed for all or substantially all of Design Builder’s assets. 419 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 ETHICAL STANDARDS FOR CONTRACTORS 00 5400 - 2 of the appeal request with the City Clerk. Design Builder shall have the burden of proof on the appeal. Design Builder shall have the opportunity to present evidence, both oral and written. AFFIDAVIT OF COMPLIANCE WITH ETHICAL STANDARDS (To be executed by Design Builder and submitted with Bid] I, , being first duly sworn, depose and say to City of Dublin (“City”) that: 1. I am [insert title or capacity] of [insert entity name] (“Design Builder”). 2. I hereby state that I have read and understood the foregoing Section 00 54 00, “Ethical Standards for Contractors.” I have examined appropriate business records, and I have made inquiry of those individuals potentially included within the definition of “Design Builder” contained in Section 00 54 00. I have authority to make these representations on my own behalf and on behalf of the legal entity herein identified. 3. Neither (a) Design Builder nor (b) any individual(s) belonging to a category identified in footnote no. 1 of Section 00 54 00 has been convicted of any one or more of the crimes identified in Section 00 54 00 within the past five (5) years. 4. Notwithstanding award of any contract by Agency or performance thereunder, the City shall have all rights and remedies described in Section 00 54 00. The above assertions are true and correct and are made under penalty of perjury under the laws of the State of California. Name of Firm Signature Title Note: Written evidence of the authority of the person executing this affidavit on behalf of a corporation, partnership, joint venture, or any other legal entity, other than a sole proprietorship, shall be attached. Subscribed and sworn to this day of , 20 . NOTARY PUBLIC END OF SECTION 420 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 NOTICE TO PROCEED 00 5500 - 1 SECTION 00 55 00 NOTICE TO PROCEED – Phase ___ (Sample) Date: _____________________ TO: _______________________________________ ADDRESS: _______________________________________ _______________________________________ PROJECT: Exterior Improvements Project Project No. GI0125, GI0223, GI0423 – Phase ___ You are notified that the Contract Time under the above contract will commence to run on _____________________. By that date, you are to start performing your obligations under the Contract Documents. In accordance with Item 3 of Section 00 52 00 Agreement, the date of final completion is _____________________. Before you may start any Work at the site, you must: (conditions if applicable) Submit the Preliminary Project Schedule _________________________________________________________________________ CITY OF DUBLIN, A Municipal Corporation By : Title: END OF SECTION 421 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 NOTICE TO PROCEED 00 5500 - 2 This page intentionally left blank 422 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 FAITHFUL PERFORMANCE BOND 00 6100 - 1 SECTION 00 61 00 FAITHFUL PERFORMANCE BOND Bond No. (NOTE: Design Builder must use this form, use of any other bond form may render a bid non-responsive) KNOW ALL MEN BY THESE PRESENTS: WHEREAS the City Council of the City of Dublin has awarded to _____________________ ____________________________________ (designated as the “PRINCIPAL”) a contract for the Project Name, which contract and all of the contract documents as defined therein (designated as the “Contract”) are hereby made a part hereof; and WHEREAS, said PRINCIPAL is required under the terms of the Contract to furnish a bond for the faithful performance of the Contract; NOW, THEREFORE, WE, the PRINCIPAL and ___________________________________ ___________________ as surety (designated as “SURETY”), an admitted surety insurer authorized to do business in the State of California, are held and firmly bound unto the City (designated as “OBLIGEE”), in the penal sum of ________________________________________________dollars ($__________________), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, and administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that, if the above bound PRINCIPAL, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the Contract and any alteration thereof made as therein provided, on his or their part to be kept and performed at the time and in the manner therein specified and in all respects according to their true intent and meaning, and shall defend, indemnify and save harmless the OBLIGEE, it’s officials, officers, employees, volunteers and agents, as therein stipulated, then this obligation shall become null and void, otherwise it shall be and remain in full force and virtue. And the said SURETY, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or to the specifications or the plans accompanying the same or to any other part of the contract documents, as defined therein, shall in any way affect said SURETY’s obligation on this bond, and the SURETY does hereby waive notice of any such change, extension of time, alteration or addition. And the said SURETY, for value received, hereby stipulates and agrees that upon termination of the Contract for cause, the OBLIGEE reserves the right to refuse tender of the PRINCIPAL by the SURETY to complete the Contract work. 423 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 FAITHFUL PERFORMANCE BOND 00 6100 - 2 IN WITNESS WHEREOF, the above-bound parties have executed this instrument under their several seals this__________________ day of ______________________________________, _______, the name and corporate seals of each corporate party being hereto affixed and these presents duly signed by their undersigned representatives, pursuant to authority of their governing bodies. (Corporate Seal) PRINCIPAL ________________________________ By _________________________________________ (Acknowledgment) Title ______________________________________ (Corporate Seal) SURETY____________________________________ By ______________________________________ (Attorneys-in-fact) (Acknowledgment) Title ______________________________________ (NOTE TO SURETY COMPANY: A certified copy of unrevoked resolution of authority for the attorney-in- fact must be submitted with and attached to the executed bond.) END OF SECTION 424 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 PAYMENT BOND 00 6200 - 1 SECTION 00 62 00 PAYMENT BOND Bond No. (NOTE: Design Builder must use this form, use of any other bond form may render a bid non-responsive) KNOW ALL MEN BY THESE PRESENTS: WHEREAS the City Council of the City of Dublin has awarded to _____________________ _________________________________ (designated as the “PRINCIPAL”) a contract for the Project Name, which contract and all of the contract documents as defined therein (designated as the “Contract”) are hereby made a part hereof; and WHEREAS, pursuant to California Civil Code Section 9550, the PRINCIPAL is required, before entering upon the performance of the Contract, to file a payment bond with and have such bond approved by the officer or public entity by whom the Contract is awarded; and WHEREAS, pursuant to California Civil Code Section 9554, such payment bond must be in a sum not less than one hundred percent (100%) of the total amount payable by the terms of the Contract, and must satisfy the other requirements specified in that section; and WHEREAS, the PRINCIPAL is required in accordance with the Contract to furnish a payment bond in connection with the Contract to secure payment of claims of laborers, mechanics and material men employed on work under the Contract in accordance with applicable law; NOW, THEREFORE, THESE PRESENTS WITNESSETH: That the PRINCIPAL and the undersigned __________________________________________ __________________, as surety (designated as “SURETY”), an admitted surety insurer authorized to do business in the State of California are held and firmly bound unto all laborers, material men, and all other persons named in California Civil Code Section 9100 in the sum of _________________________________________ Dollars ($___________________), lawful money of the United States, being a sum not less than one hundred percent of the total amount payable by the terms of the Contract, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, or assigns, jointly and severally, by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the PRINCIPAL or any of the PRINCIPAL’s subcontractors, or the heirs, executors, administrators, successors, or assigns of any, all, or either of them, shall fail to pay any persons named in California Civil Code Section 9100, or fail to pay for any labor, materials, provisions, provender, or other supplies used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or fail to pay amounts due under the Unemployment Insurance Code with respect to such work or labor, or fail to pay for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the PRINCIPAL or any subcontractors of the PRINCIPAL pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work or labor, that the SURETY will pay for the same in an amount not exceeding the amount herein above set forth, and also, in case suit is brought upon this bond, will pay a reasonable attorney’s fee to be awarded and fixed by the Court; otherwise this obligation shall be void. 425 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 PAYMENT BOND 00 6200 - 2 It is hereby expressly stipulated and agreed by the said Surety, for value received, that this bond shall inure to the benefit of any and all of the persons named in Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this bond. It is hereby further expressly stipulated and agreed by the said Surety, for value received, that no change, extension of time, alteration or addition to the terms of the Contract or the specifications or drawings accompanying the same or to any other part of the contract documents, as defined therein, shall in any manner affect the obligations of the SURETY on this bond, and SURETY does hereby waive notice of any such change, extension, alteration, or addition. IN WITNESS WHEREOF, the above-bound parties have executed this instrument under their several seals this_________________ day of ______________________________________, _____, the name and corporate seals of each corporate party being hereto affixed and these presents duly signed by their undersigned representatives, pursuant to authority of their governing bodies. (Corporate Seal) PRINCIPAL __________________________________ By _________________________________________ (Acknowledgment) Title ______________________________________ (Corporate Seal) SURETY_____________________________________ By ______________________________________ (Attorneys-in-fact) (Acknowledgment) Title ______________________________________ (NOTE TO SURETY COMPANY: A certified copy of unrevoked resolution of authority for the attorney-in- fact must be submitted with and attached to the executed bond.) END OF SECTION 426 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 MAINTENANCE BOND 00 6250 - 1 SECTION 00 62 50 MAINTENANCE BOND Bond No. (NOTE: Design Builder must use this form) KNOW ALL MEN BY THESE PRESENTS: WHEREAS the City Council of the City of Dublin has awarded to _____________________ _________________________________ (designated as the “PRINCIPAL”) a contract for the Project Name, which contract and all of the contract documents as defined therein (designated as the “Contract”) are hereby made a part hereof; and WHEREAS, the PRINCIPAL is required under the terms of the Contract to furnish a bond for the correction of any defects due to defective materials or workmanship in the work performed under the Contract. NOW, THEREFORE, we the PRINCIPAL and the undersigned _______________________ __________________________, as surety (designated as “SURETY”), an admitted surety insurer authorized to do business in the State of California, are held and firmly bound unto the City of Dublin, (designated as the “OBLIGEE”), in the penal sum of _____________________ ___________________________ Dollars ($__________), lawful money of the United States , being a sum not less than ten percent (10%) of the final Contract price, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that if, during a maintenance period of one (1) year from the date of acceptance by the OBLIGEE of the contracted work, the PRINCIPAL upon receiving written notice of a need for repairs which are directly attributable to defective materials or workmanship, shall diligently take the necessary steps to correct said defects within seven (7) days from the date of said notice, then this obligation shall be null and void; otherwise it shall remain in full force and effect. If any action shall be brought by the OBLIGEE upon this bond, a reasonable attorney’s fee, to be fixed by the Court, shall be and become a part of OBLIGEE’s judgment in any such action. No right of action shall accrue on this bond to, or for the use of, any person or corporation other than the OBLIGEE named herein or the heirs, executors, administrator or successor of the OBLIGEE. 427 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 MAINTENANCE BOND 00 6250 - 2 IN WITNESS WHEREOF, the above bound parties have executed this instrument under their seals this ____________day of ____________, the name and corporate seals of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. (Corporate Seal) PRINCIPAL ________________________________ By _________________________________________ (Acknowledgment) Title ____________________________________ (Corporate Seal) SURETY____________________________________ By ____________________________________ (Attorneys-in-fact) (Acknowledgment) Title ____________________________________ (NOTE TO SURETY COMPANY: A certified copy of unrevoked resolution of authority for the attorney-in- fact must be submitted with and attached to the executed bond.) END OF SECTION 428 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GUARANTY 00 6300 - 1 SECTION 00 63 00 GUARANTY TO THE CITY OF DUBLIN, for the Exterior Improvements Project, Project No GI0125, GI0223, GI0423, in Dublin, California. The undersigned guarantees all construction performed on this project and also guarantees all material and equipment incorporated therein. Design Builder hereby grants to City for a period of one (1) year following the date of acceptance of the Work by the Dublin City Council, or such longer period specified in the Contract Documents, its unconditional warranty of the quality and adequacy of all of the Work including, without limitation, all labor, materials and equipment provided by Design Builder and its Subcontractors of all tiers in connection with the Work. Neither final payment nor use or occupancy of the Work performed by the Design Builder shall constitute an acceptance of work not done in accordance with this Guaranty or relieve Design Builder of liability with respect to any express warranties or responsibilities for faulty materials or workmanship. Design Builder shall remedy any defects in the Work and pay for any damage resulting there from which shall appear within one (1) year, or longer if specified, from the date of acceptance as described above. Should any of the materials or equipment prove defective or should the Work as a whole prove defective, due to faulty workmanship, material furnished or methods or installation, or should the Work or any part thereof fail to operate properly as originally intended and in accordance with the Contract Documents due to any of the above causes within one (1) year after date of Dublin City Council acceptance, or such longer period specified in the Contract Documents, Design Builder shall: (1) reimburse City, upon demand, for its expenses incurred in restoring said Work to the condition contemplated in the Contract Documents, including the cost of any such equipment or materials replaced and the cost of removing and replacing any other work necessary to make such replacement or repairs, or (2) upon demand by City, replace any such material and to immediately repair said Work completely without cost to City so that said Work will function successfully as originally contemplated. Inspection of the work shall not relieve Design Builder of any of its obligations under the Contract Documents. Even though equipment, materials, or work required to be provided under the Contract Documents have been inspected, accepted, and estimated for payment, Design Builder shall, at its own expense, replace or repair any such equipment, material, or work found to be defective or otherwise not to comply with the requirements of the Contract Documents up to the end of the guaranty period. City shall have the unqualified option to make any needed replacement or repairs itself or to have such replacements or repairs done by Design Builder. In the event City elects to have said work performed by Design Builder, Design Builder shall make such repairs within a reasonable period of time after the receipt of demand from City; provided, however, that in no event shall such period exceed twenty-five (25) calendar days. All definition of terms used in this Agreement shall have the meanings set forth in the Contract Documents, including, without means of limitation, Section 01 42 00, “References and Definitions.” The foregoing Guaranty is in addition to any other warranties by Design Builder contained in the Contract Documents, and not in lieu of, any and all other liability imposed on Design Builder under the Contract Documents and by law with respect to Design Builder’s duties, obligations, and performance under the Contract Documents. In the event of any conflict or inconsistency between the terms of this Guaranty and any warranty or obligation of the Design Builder under the Contract Documents or by law, such inconsistency or conflict shall be resolved in favor of the higher level of obligation of the Design Builder. 429 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GUARANTY 00 6300 - 2 DESIGN BUILDER: ___________________________________________ Corporate Seal: Name of Firm ___________________________________________ Signature Date ___________________________________________ Title END OF SECTION 430 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 AGREEMENT AND RELEASE OF ANY AND ALL CLAIMS 00 6500 - 1 SECTION 00 65 00 AGREEMENT AND RELEASE OF ANY AND ALL CLAIMS THIS AGREEMENT is made this day of ________, 20___, by and between (Name) ____________________________________, (“Design Builder”), whose place of business is located at (Address) _____________________________________________________________________________ and City of Dublin, a public body corporate and politic (“City”), acting under and by virtue of the authority vested in the City by the laws of the State of California. RECITALS 1. City and Design Builder entered into Contract for: EXTERIOR IMPROVEMENTS PROEJCT, Project No. GI0125, GI0223, GI0423 2. The Work under the foregoing Contract has been completed. Now, therefore, it is mutually agreed between City and Design Builder as follows: AGREEMENT 1. Design Builder will not be assessed liquidated damages except as detailed below: Original Contract Sum $ ___________________________________ Modified Contract Sum $ ___________________________________ Payment to Date $ ___________________________________ Liquidated Damages $ ___________________________________ Payment Due Design Builder $ ___________________________________ 2. Subject to the provisions of this Agreement and Release, City shall forthwith pay to Design Builder the sum of ________________________________________________________ Dollars and Cents ($________________) under the above Contract, less any amounts withheld under the Contract or represented by any Notice to Withhold Funds on file with City as of the date of such payment. 3. Design Builder acknowledges and hereby agrees that there are no unresolved or outstanding claims in dispute against City arising from the above Contract, except for the claims described in Paragraph 4. It is the intention of the parties in executing this Agreement and Release that this Agreement and Release shall be effective as a full, final and general release of all claims, demands, actions, causes of action, obligations, costs, expenses, damages, losses and liabilities of Design Builder against City, all its respective agents, employees, inspectors, assignees and transferees except for the Disputed Claims set forth in Paragraph 4. Nothing in this Agreement and Release shall limit or modify Design Builder’s continuing obligations described in Paragraph 6, below. 3. The following claims are disputed (hereinafter, the “Disputed Claims”) and are specifically excluded from the operation of this Agreement and Release: Claim No. Date Submitted Description of Claim Amount of Claim [Insert information, including attachment if necessary] 431 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 AGREEMENT AND RELEASE OF ANY AND ALL CLAIMS 00 6500 - 2 5. Consistent with California Public Contract Code Section 7100, Design Builder hereby agrees that, in consideration of the payment of the undisputed contract amount, Design Builder hereby waives and releases and forever discharges City, all its agents, employees, inspectors, assignees, consultants and transferees from any right to a mechanic’s lien, stop notice, or any right against a labor and material bond on the job and any and all liability, claims, demands, actions or causes of action of whatever kind or nature arising out of or in any way concerned with the work under Contract. 6. Guarantees and warranties for the Work, and any other continuing obligation of Design Builder, shall remain in full force and effect as specified in the Contract Documents. 7. Design Builder shall immediately defend, indemnify and hold harmless City, all its respective agents, employees, inspectors, assignees and transferees from any and all claims, demands, actions, causes of action, obligations, costs, expenses, damages, losses and liabilities that may be asserted against them by any of Design Builder’s suppliers and/or subDesign Builders of any tier and/or any suppliers to them for any and all labor, materials, supplies and equipment used, or contemplated to be used in the performance of Contract, except for the Disputed Claims set forth in Paragraph 4, above. 8. Design Builder hereby waives the provisions of California Civil Code Section 1542 which provides as follows: A general release does not extend to claims, which the creditor does not know or suspect to exist in his favor at the time of executing the release, which if known by him, must have materially affected his settlement with the debtor. 9. The provisions of this Agreement and Release are contractual in nature and not mere recitals and shall be considered independent and severable, and if any such provision or any part thereof shall be at any time held invalid in whole or in part under any federal, state, county, municipal or other law, ruling or regulations, then such provision, or part thereof shall remain in force and effect only to the extent permitted by law, and the remaining provisions of this Agreement and Release shall also remain in full force and effect, and shall be enforceable. 10. Design Builder represents and warrants that it is the true and lawful owner of all claims and other matters released pursuant to this Agreement and Release, and that it has full right, title and authority to enter into this instrument. Each party represents and warrants that it has been represented by counsel of its own choosing in connection with this Agreement and Release. 11. All rights of City shall survive completion of the Work or termination of Contract, and execution of this Agreement and Release. 432 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 AGREEMENT AND RELEASE OF ANY AND ALL CLAIMS 00 6500 - 3 IN WITNESS WHEREOF the parties have executed this Agreement in the day and year first above written. DESIGN BUILDER: __________________________________________ (Name of Firm) _____________________________________________________ Signature _____________________________________________________ Title (If Corporation: Chairman, President or Vice President) _____________________________________________________ Signature _____________________________________________________ Title (If Corporation: Secretary, Assistant Secretary, Chief Financial Officer or Assistant Treasurer) CITY OF DUBLIN _____________________________________________________ Colleen Tribby, City Manager ATTEST: _____________________________________________________ Marsha Moore, City Clerk APPROVED AS TO FORM: _____________________________________________________ City Attorney END OF SECTION 433 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 AGREEMENT AND RELEASE OF ANY AND ALL CLAIMS 00 6500 - 4 This page intentionally left blank 434 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 WORKER’S COMPENSATION INSURANCE CERTIFICATE 00 6540 - 1 SECTION 00 65 40 WORKER’S COMPENSATION INSURANCE CERTIFICATE The undersigned insurance company hereby certifies to the City of Dublin, California, that it is an admitted Worker's Compensation Insurer and that it has issued a policy of Worker's Compensation Insurance bearing policy number to . Said policy is a valid policy of Worker's Compensation Insurance issued in a form approved by the California Insurance Commissioner and is now in full force and effect. The full deposit on said policy has been paid. The expiration date of said policy is the _________ day of , 20 . The undersigned Design Builder will give said City of Dublin at least thirty (30) calendar days advance notice of the cancellation of said policy. Dated: _______________________________________ INSURANCE COMPANY Address: _______________________________________ AUTHORIZED REPRESENTATIVE (Signature) ________________________________________ AUTHORIZED REPRESENTATIVE (Type Name) Design Builder Authorized Signature (Sign) I declare under penalty of perjury that the foregoing is true and correct. Executed at Dublin, California, on the day of , 20 . _________________________________________ AUTHORIZED REPRESENTATIVE (Signature) _________________________________________ AUTHORIZED REPRESENTATIVE (Type Name) NOTE Workers' compensation coverage must be continuous. Failure to maintain workers' compensation insurance coverage will result in the license being suspended. Any work performed while the license is suspended is considered to be unlicensed and disciplinary action can be taken against you. Failing to have workers' compensation coverage is a criminal offense. Section 3700.5 of the California Labor Code makes it a misdemeanor punishable by either a fine of not less than $10,000 or imprisonment in the county jail for up to one year, or both. 435 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 WORKER’S COMPENSATION INSURANCE CERTIFICATE 00 6540 - 2 END OF SECTION This page intentionally left blank 436 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 Community Workforce Agreement (CWA) – ADDENDUM – AGREEMENT TO BE BOUND 00 6545 - 1 SECTION 00 65 45 COMMUNITY WORKFORCE AGREEMENT (CWA) ADDENDUM A – AGREEMENT TO BE BOUND Date: To: Michael Boitnott, CIP Manager City of Dublin 100 Civic Center Plaza Dublin, CA 94568 CC: Building and Construction Trades Council of Alameda County 7750 Pardee Lane, Ste. 100 Oakland, CA 94621 Re: Community Workforce Agreement for the City of Dublin Agreement to be Bound Dear Mr. Boitnott The undersigned confirms that it agrees to be a party to and bound by the Community Workforce Agreement for the City of Dublin (“Agreement”), as such Agreement may, from time to time, be amended by the parties or interpreted pursuant to its terms. By executing this Agreement to be Bound, the undersigned subscribes to, adopts and agrees to be bound by the written terms of the legally established trust fund documents as set forth in Section 9.1 of the Agreement, as they may from time to time be amended, specifying the detailed basis upon which contributions are to be made into, and benefits made out of, such trust funds, and ratifies and accepts the trustees appointed by the parties to such trust funds. The undersigned agrees to execute a separate subscription agreement(s) for such trust funds when such trust fund(s) require(s) such document(s). The obligation to be a party to and bound by the Agreement shall extend to all work covered by the Agreement undertaken by the undersigned, and the undersigned shall require all of its subcontractors, of whatever tier, to become similarly bound for all their work within the scope of the Agreement by signing an identical Agreement to be Bound. This Agreement to Be Bound shall survive the end of the Term of the Agreement, as specified in Section 2.5 of the Agreement. This letter shall constitute a subscription agreement, to the extent of the terms of the letter. DESIGN BUILDER/SUBCONTRACTOR: California Contractor State License No. or Motor Carrier (CA) Permit No.: 437 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 Community Workforce Agreement (CWA) – ADDENDUM – AGREEMENT TO BE BOUND 00 6545 - 2 Name of Authorized Person (print): Signature of Authorized Person: Title of Authorized Person: Telephone Number of Authorized Person: Address of Authorized Person: State Public Works Registration Number: END OF SECTION 438 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 SUBSTITUTION REQUEST FORM 00 6600 - 1 SECTION 00 66 00 SUBSTITUTION REQUEST FORM (Submit one form for each separate item or unit.) TO: PROJECT: DESIGN BUILDER: SUBCONTRACTOR/SUPPLIER: DRAWING SHEET REFERENCE/DETAIL NO: The undersigned Design Builder submits for consideration the following equipment or material instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: For products specified by reference standard: Select any product meeting that standard. For products specified by naming one or more products or manufacturer: 1. Select products of any named manufacturer meeting specifications. 2. For any product or manufacturer that is not specifically named, submit information required herein and in Section 01 60 30, “Product Substitution Procedures.” Design Builder incorporates by reference the representations and warranties set forth in Section 01 77 80. Attach manufacturer’s literature, including complete technical data and laboratory test results, if applicable. Explain why proposed substitution is a true equivalent to specified item. Include complete information on changes to Drawings and Specification that the proposed substitution will require for its proper installation. Fill in the blanks below: 1. Does the substitution affect dimensions shown on Drawings? ________________________________________________________________________ 2. What effect does the substitution have on other contractors, trades, or suppliers? ________________________________________________________________________ ________________________________________________________________________ 439 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 SUBSTITUTION REQUEST FORM 00 6600 - 2 1. What are the differences between the proposed substitution and the specified item? If proposed substitution has a color or pattern, provide a color board showing proposed substitution in relation to the other adjacent colors and patterns. ________________________________________________________________________ 2. Manufacturers’ guarantees and warranties of the proposed and specified items are: Same Different (If different, explain. Attached additional sheet if necessary.) ________________________________________________________________________ ________________________________________________________________________ 5. What effect does the substitution have on maintenance requirements? ________________________________________________________________________ ________________________________________________________________________ 6. Is there an additional cost or credit to the Owner for the proposed substitution? ___________________________________________________________________________ ___________________________________________________________________________ The undersigned Design Builder certifies that the function, appearance, and quality of the proposed substitution are equivalent or superior to those of the specified item and will not require redesign or modification to the design intent of the project. Submitted by: __________________________________ Firm __________________________________ Name __________________________________ Signature __________________________________ Address __________________________________ __________________________________ __________________________________ Telephone: _________________________ Date: _____________________________ For Use by CITY: _____ Accepted _____Accepted as Noted _____ Not Accepted ____Rec’d Too Late By: _________________________________ Date: _______________________________ Remarks: __________________________________ __________________________________ __________________________________ __________________________________ __________________________________ END OF SECTION 440 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 ESCROWED DOCUMENTS 00 6700 - 1 SECTION 00 67 00 ESCROW BID DOCUMENTS NOT USED END OF SECTION 441 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 ESCROWED DOCUMENTS 00 6700 - 2 This page intentionally left blank 442 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION 00 6900 - 1 SECTION 00 69 00 ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION Pursuant to Public Contract Code Section 22300, for monies earned by the Design Builder and withheld by the City of Dublin to ensure the performance of the contract, the Design Builder may, at its option, choose to substitute securities meeting the requirements of Public Contract Code Section 22300. In the event that the Design Builder wishes to choose this option, the Design Builder shall enter into an escrow agreement with City, and the escrow agent, to be approved by the Engineer, in the form of the agreement included in these specifications. The costs of such escrow shall be paid by the Design Builder plus a City processing fee of one-hundred dollars ($100.00) per billing transaction for an escrow request handling charge. The securities to be deposited in the escrow account shall be equivalent, in fair market value, to the amount to be withheld as performance retention. The securities shall be held in accordance with the provisions of Public Contract Code Section 22300, and the escrow agreement. Securities eligible for investment under this section shall include those listed in Section 16430 of the Government Code, bank or savings and loan certificates of deposit, interest-bearing demand deposit accounts, standby letters of credit, or any other security mutually agreed to by the Design Builder and the public agency. The Design Builder shall be the beneficial owner of any securities substituted for moneys withheld and shall receive any interest thereon. The Design Builder shall have the obligation of ensuring that such securities deposited are sufficient so as to maintain, in total fair market value, an amount equal to the cash amount of the sums to be withheld under the Contract. If, upon written notice from the City of Dublin's Director of Finance, or from the appropriate escrow agent, indicating that the fair market value of the securities has dropped below the dollar amount of monies to be withheld by the City to ensure performance, Design Builder shall, within five (5) days of the date of such notice, post additional securities as necessary to ensure that the total fair market value of all such securities held by the City, or in escrow, is equivalent to the amount of money to be withheld by the City under the Contract. 443 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION 00 6900 - 2 ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Dublin, whose address is 100 Civic Plaza Dublin, California, 94568, hereinafter called "City", ____________________, whose address is ________________________________________, hereinafter called "Design Builder", and ____________________, whose address is ________________________________________, hereinafter called “Escrow Agent” For consideration hereinafter set forth, the City, Design Builder, and Escrow Agent agree as follows: 1. Pursuant to Section 22300 of the Public Contract Code of the State of California, Design Builder has the option to deposit securities with Escrow Agent as a substitute for retention earnings required to be withheld by City pursuant to the Construction Contract entered into between the City and Design Builder for the project entitled Project Name in the amount of _______________ ___________________ dated ___________________________ (hereinafter referred to as the "Contract'). Alternatively, on written request of the Design Builder, the City shall make payments of the retention earnings directly to the Escrow Agent. When Design Builder deposits the securities as substitute for Contract earnings, the Escrow Agent shall notify the City within ten (10) days of the deposit. The market value of the securities at the time of the substitution shall be at least equal to the cash amount then required to be withheld as retention under the terms of the Contract between the City and Design Builder. Securities shall be held in the name of _________________________ and shall designate the Design Builder as the beneficial owner. 2. The City shall make progress payments to the Design Builder for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. The City charges a processing fee for the escrow request is a one-hundred-dollar ($100.00) handling charge per billing transaction, which will be deducted from the amount deposited into escrow. 4. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Design Builder until such time as the escrow created under this contract is terminated. The Design Builder may direct the investments of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the escrow agent directly. 5. Design Builder shall be responsible for paying all fees for the expenses incurred by Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Design Builder and Escrow Agent. 6. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of the Design Builder and shall be subject to withdrawal by Design Builder at any time and from time to time without notice to the City. 7. Design Builder shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Design Builder. 8. The City shall have a right to draw upon the securities in the event of default by the Design Builder. Upon seven day's written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 9. Upon receipt of written notification from the City certifying that the Contract is final and complete, and that the Design Builder has complied with all requirements and procedures applicable to the Contract, Escrow Agent shall release to Design Builder all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all monies and securities on deposit and payments of fees and charges. 444 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION 00 6900 - 3 10. Escrow Agent shall rely on the written notifications from the City and the Design Builder pursuant to Sections (4) to (6) inclusive, of this agreement and the City and Design Builder shall hold Escrow Agent harmless from Escrow Agent's release and disbursement of the securities and interest as set forth above. 11. The names of the persons who are authorized to give written notice or to receive written notice on behalf of the City and on behalf of Design Builder in connection with the foregoing, and exemplars of their respective signatures, are as follows: On behalf of City: On Behalf of Design Builder: ___________________________________ __________________________________ Title: ______________________________ Title:______________________________ Name: _____________________________ Name:_____________________________ On behalf of Escrow Agent: ___________________________________ ___________________________________ Title ___________________________________ Name ___________________________________ Signature ___________________________________ Address At the time the Escrow Account is opened, the City and Design Builder shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. City: Design Builder: _______________________________ _______________________________ Title Title _______________________________ _______________________________ Name Name _______________________________ _______________________________ Signature Signature _______________________________ _______________________________ Address Address END OF SECTION 445 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION 00 6900 - 4 This page intentionally left blank 446 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GENERAL CONDITIONS 00 7200 - 1 SECTION 00 72 00 GENERAL CONDITIONS TABLE OF CONTENTS PART 1. GENERAL A. DOCUMENTS B. EXERCISE OF CONTRACT RESPONSIBILITIES C. DEFINED TERMS 2. BIDDING A. INVESTIGATION PRIOR TO BIDDING B. SUBCONTRACTORS 3. CONTRACT AWARD AND COMMENCEMENT OF THE WORK A. AWARD OF CONTRACT B. COMMENCEMENT OF WORK C. WORKING HOURS 4. BONDS AND INSURANCE A. BONDS B. INSURANCE 5. DRAWINGS AND SPECIFICATIONS A. INTENT B. DRAWING DETAILS C. INTERPRETATION OF DRAWINGS AND SPECIFICATIONS D. STANDARDS TO APPLY WHERE SPECIFICATIONS ARE NOT FURNISHED E. DEVIATIONS FROM SPECIFICATIONS AND DRAWINGS F. PRECEDENCE OF DOCUMENTS G. OWNERSHIP AND USE OF DRAWINGS, SPECIFICATIONS AND CONTRACT DOCUMENTS 6. CONSTRUCTION BY CITY OR BY SEPARATE CONTRACTORS A. CITY’S RIGHT TO PERFORM CONSTRUCTION AND TO AWARD SEPARATE CONTRACTS B. MUTUAL RESPONSIBILITY C. CITY AUTHORITY OVER COORDINATION 7. CITY AUTHORITY A. CITY’S REPRESENTATIVES B. MEANS AND METHODS OF CONSTRUCTION 8. CONTROL OF THE WORK A. SUPERVISION OF WORK BY DESIGN BUILDER B. OBSERVATION OF WORK BY CITY C. ACCESS TO WORK SITE D. EXISTING UTILITIES 9. WARRANTY, GUARANTY AND INSPECTION OF WORK A. WARRANTY AND GUARANTY B. INSPECTION OF WORK C. CORRECTION OF DEFECTIVE WORK D. ACCEPTANCE AND CORRECTION OF DEFECTIVE WORK BY CITY E. RIGHTS UPON INSPECTION OR CORRECTION F. SAMPLES AND TESTS OF MATERIALS AND WORK G. PROOF OF COMPLIANCE OF CONTRACT PROVISIONS H. ACCEPTANCE 10. DESIGN BUILDER’S ORGANIZATION AND EQUIPMENT A. DESIGN BUILDER’S LEGAL ADDRESS B. DESIGN BUILDER’S OFFICE AT THE WORK SITE C. PROFICIENCY IN ENGLISH 447 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GENERAL CONDITIONS 00 7200 - 2 D. DESIGN BUILDER’S AND SUBCONTRACTORS’ EMPLOYEES E. DESIGN BUILDER TO SUPPLY SUFFICIENT WORKERS AND MATERIALS F. DESIGN BUILDER’S USE OF THE SITE G. DESIGN BUILDER SHALL LIST TRADES WORKING 11. PROSECUTION AND PROGRESS OF THE WORK A. COST DATA 12. CLAIMS BY DESIGN BUILDER A. GENERAL B. PROCEDURE C. CLAIM FORMAT D. EXCLUSIVE REMEDY E. CLAIM RESOLUTION 13. LEGAL AND MISCELLANEOUS A. LAWS AND REGULATIONS B. PERMITS AND TAXES C. RESPONSIBILITY OF DESIGN BUILDER AND INDEMNIFICATION D. NOTICE OF CONCEALED OR UNKNOWN CONDITIONS E. NOTICE OF HAZARDOUS WASTE OR MATERIALS CONDITIONS F. SUSPENSION OF WORK G. TERMINATION OF CONTRACT FOR CAUSE H. TERMINATION OF CONTRACT FOR CONVENIENCE I. CONTINGENT ASSIGNMENT OF SUBCONTRACTS J. REMEDIES K. PATENTS L. LIMIT OF LIABILITY M. SEVERABILITY 14. MODIFICATIONS OF CONTRACT DOCUMENTS A. ALTERATIONS, MODIFICATIONS AND FORCE ACCOUNT WORK B. ENTIRE AGREEMENT C. EFFECT OF WAIVERS 15. TIME ALLOWANCES A. TIME ALLOWANCES FOR PERFORMANCE OF CONTRACT DOCUMENTS B. CHANGE OF CONTRACT TIMES C. NOTICE OF DELAY D. NO DAMAGES FOR DESIGN BUILDER CAUSED DELAY E. LIQUIDATED DAMAGES 16. WORKING CONDITIONS AND PREVAILING WAGES A. USE OF SITE/SANITARY RULES B. PROTECTION OF WORK, PERSONS AND PROPERTY C. RESPONSIBILITY FOR SAFETY AND HEALTH D. EMERGENCIES E. USE OF ROADWAYS AND WALKWAYS F. NONDISCRIMINATION G. PREVAILING WAGES H. ENVIRONMENTAL CONTROLS I. TRENCH SAFETY PLAN 448 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GENERAL CONDITIONS 00 7200 - 3 PART 1. GENERAL A. DOCUMENTS 1. Contract Documents are complementary; what is called for by one is as binding as if called for by all. Contract Documents shall not be construed to create a contractual relationship of any kind between (1) Architect and Design Builder; (2) City and/or its representatives and a subcontractor, sub-sub-contractor or supplier of any Project labor, materials or equipment; or (3) between any persons or entities other than City and Design Builder. City shall be deemed to be an intended third-party beneficiary of each agreement referenced in clause (2) above, and each such agreement shall so provide. Design Builder is fully responsible for Design Builder’s own acts and omissions. Design Builder is responsible for all acts and omissions of its subcontractors, suppliers and other persons and organizations performing or furnishing any of the Work, labor, materials or equipment under a direct or indirect contract with Design Builder. B. EXERCISE OF CONTRACT RESPONSIBILITIES 1. In exercising its responsibilities and authorities under Contract Documents, City does not assume any duties or responsibilities to any subcontractor or supplier and does not assume any duty of care to Design Builder, Design Builder’s subcontractors or suppliers. C. DEFINED TERMS 1. All definitions of terms used and not otherwise defined in these General Conditions are set forth in Specifications Section 01 42 00, “References and Definitions.” PART 2. BIDDING A. INVESTIGATION PRIOR TO BIDDING 1. Bidder has visited the Site and has examined thoroughly and understood the nature and extent of the Contract Documents, Work, Site, locality, actual conditions, as-built conditions of the Site, and all local conditions, and federal, state and local laws and regulations that in any manner may affect cost, progress, performance or furnishing of Work or which relate to any aspect of the means, methods, techniques, sequences or procedures of construction to be employed by Design Builder and safety precautions and programs incident thereto. 2. Under Contract Documents, Design Builder is charged with all information and knowledge that a reasonable bidder would ascertain from having performed the required work, investigations, research and analysis. Bid prices must include entire cost of all work incidental to completion of the contract, as that term is defined in Part 5 of this Section 00 72 00. B. SUBCONTRACTORS 1. No subcontractor will be recognized as such by the City, and all persons engaged by the Design Builder in work of furnishing labor, materials, and equipment or any one or more of them, will be considered as employees of the Design Builder, except regarding insurance as provided elsewhere herein. 2. The Design Builder shall not substitute any person or subcontractor in place of the subcontractor designated in the original bid; nor shall he permit any such subcontract to be assigned or transferred or allow it to be performed by anyone other than the original subcontractor listed in the bid; nor shall he sublet or subcontract any portion of the work in excess of one-half of one (1/2 of 1) percent of the Design Builder's total bid which was not listed in the original bid, except as provided hereafter. 3. The City may consent to the substitution of another subcontractor when the subcontractor named in the bid, after having a reasonable opportunity to do so, fails or refuses to execute a written contract, based upon these contract documents and the terms of the named subcontractor's bid is presented to him by the Design Builder or fails to perform the work, goes out of business or loses contracting license. 4. The City may permit subletting or subcontracting of any portion of the work excess of one-half of one (1/2 of 1 percent) of the Design Builder's total bid when no subcontractor was designated in the original bid, in cases of public emergency or necessity, after a finding reduced to writing 449 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GENERAL CONDITIONS 00 7200 - 4 by the Engineer, setting forth facts constituting the emergency or necessity and evidenced by resolution of the Council. 5. The subcontract shall contain a reference to the agreement between the City and the principal Design Builder and the terms of that agreement and all parts thereof shall be made a part of such subcontract insofar as applicable to the work covered thereby. All work or material furnished by a subcontractor shall be guaranteed by the Design Builder and the City will hold the Design Builder responsible therefore. 6. In accordance with Section 6109 of the Public Contract Code, a public entity, as defined in Section 1100, may not permit a Design Builder or subcontractor who is ineligible to bid or work on, or be awarded, a public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code to bid on, be awarded, or perform work as a subcontractor on, a public works project. 7. Any contract on a public works project entered into between a Design Builder and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract, and any public money that may have been paid to a debarred subcontractor by a Design Builder on the project shall be returned to the awarding body. The Design Builder shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the project. 8. The Design Builder shall provide the City within 5 business days complete and unredacted copies of subcontracts when requested. 9. Subcontract agreements must preserve and protect the rights of City under Contract Documents so that subcontracting will not prejudice such rights. To the extent of the work to be performed by a subcontractor, Design Builder must require the subcontractor’s written agreement (1) to be bound to the terms of Contract Documents and (2) to assume vis-à-vis Design Builder all the obligations and responsibilities that Design Builder assumes toward City under Contract Documents. Design Builder must provide for the assignment of all rights any subcontractor may have against any manufacturer, supplier, or distributor for breach of warranties and guarantees relating to the work performed by the subcontractor under Contract Documents. PART 3. CONTRACT AWARD AND COMMENCEMENT OF THE WORK A. AWARD OF CONTRACT 1. Apparent Low Bidder must execute and submit the following documents to City by 5 p.m. of the twenty-first (21st) calendar day following the NOTICE OF AWARD. Apparent Low Bidder’s failure to submit these documents properly and timely entitles City to reject the Bid as non- responsive, foreclose on bid security, and proceed to the next low, responsible, responsive bidder. a. Section 00 52 00, “Agreement,” executed by Bidder. Submit two (2) copies, each bearing an original signature. b. Section 00 61 00, “Faithful Performance Bond” and Section 00 62 00, “Payment Bond,” executed by Bidder and surety. c. The Guaranty in the form set forth in Section 00 63 00, “Guaranty.” d. Documentary information received or generated by Bidder in preparation of Bid prices for its Bid, as set forth in Section 00 67 00, “Escrow Bid Documents.” e. Insurance Certificates and Endorsements required by Section 00 82 20, “Insurance.” f. Schedule of Values as specified in Section 01 20 00, “Measurement and Payment.” 2. City shall have the right to communicate directly with Apparent Low Bidder’s proposed performance and labor and material payment bond surety, to confirm the performance bond. City may elect in its sole discretion to extend the time to receive faithful performance and labor and material bonds. B. COMMENCEMENT OF WORK 1. The Contract Time will commence to toll on the thirtieth (30th) day after the issuance of the Notice of Award, or, if a Notice to Proceed indicating otherwise is given, on the day indicated 450 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GENERAL CONDITIONS 00 7200 - 5 in the Notice to Proceed. City may give a Notice to Proceed at any time within thirty (30) days after the Notice of Award. Design Builder shall not perform any Work at the Site prior to the issuance of a written Notice to Proceed. C. WORKING HOURS 1. Regular working hours shall be between the hours of 8:00 a. m. to 5:00 p. m., Monday through Friday, except: New Year’s Day, MLK Jr’s Birthday, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Veterans’ Day, Thanksgiving Day, and the Friday after Thanksgiving, Christmas Eve Day, Christmas Day and New Year Eve, and other legal holidays. If January 1st, July 4th, November 11th, December 24th December 25th or December 31st falls on a Sunday, the Monday following is a holiday. If January 1st, July 4th, November 11th, December 24th, December 25th, or December 31st falls on a Saturday, the preceding Friday is a holiday. Alameda County Fire Administration normal working hours are 6:00 a.m. to 5:30 p.m., Monday through Friday. Design Builder may be allowed to work from 7:00 a.m. to 7:00 p.m., including weekends but excluding all legal holidays, if approved in writing by the Engineer. 2. The Design Builder shall be required to perform certain operations such as demolition, temporary and permanent utility cross-overs, etc. during non-working hours. 3. The Design Builder shall give a minimum of three (3) work days’ notice to the City Engineer for any work scheduled outside of the regular work hours. The Design Builder is responsible to schedule and coordinate its work accordingly to allow for inspections by the City Engineer or its designee as required by these specifications. 4. The Design Builder may be required to reimburse the City for any wages or expenses incurred, including City’s mark-up for inspections by Engineer during non-regular work hours. PART 4. BONDS AND INSURANCE A. BONDS 1. Within twenty-one (21) calendar days following Notice of Award of Contract, Design Builder shall file with City the following bonds: a. Corporate surety bond, in the form of Section 00 61 00, “Faithful Performance Bond,” in the sum equal to 100% of the total contract price, to guarantee faithful performance of Contract Documents; and b. Corporate surety bond, in the form of Section 00 62 00, “Payment Bond,” in the sum equal to 100% of the total contract price, to guarantee payment of wages for services engaged and of bills contracted for materials, supplies, and equipment used in performance of the Work. 2. Sureties must be satisfactory to City. Corporate sureties on these bonds and on bonds accompanying Bids must be duly licensed to do business in the State of California and must have an A.M. Best Company financial rating of A:VII or better. B. INSURANCE 1. Provisions of Section 00 82 20, “Insurance,” shall apply. PART 5. DRAWINGS AND SPECIFICATIONS A. INTENT 1. Drawings and Specifications are intended to describe a functionally complete and operable Project, suitable for its intended use an essential facility to be occupied police services and all parts thereof) to be constructed in accordance with the requirements of Contract Documents at a level above industry standard. Design Builder shall perform any work, and furnish any materials or equipment, that may reasonably be inferred from the requirements of Contract Documents or from prevailing custom or trade usage as being required to produce this intended result. Design Builder shall interpret words or phrases used to describe Work, materials or equipment, that have well-known technical or construction industry or trade meaning in accordance with that meaning. Drawings’ intent specifically includes the intent to depict construction that complies with all applicable laws, codes and standards, including City of 451 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GENERAL CONDITIONS 00 7200 - 6 Dublin Building Codes. Design Builder is required to perform all work necessary under the Building Permit and pass the Building Department Final Inspection for both the site and buildings. 2. As part of the “Work,” Design Builder shall provide all labor, materials, equipment, machinery, tools, facilities, services, loading, hauling, employee training and testing, hoisting facilities, shop drawings, storage, testing, security, transportation, disposal, the securing of all necessary or required field dimensions, the cutting or patching of existing materials, notices, permits, documents, reports, agreements and any other items required or necessary to timely and fully complete Work described and the results intended by Contract Documents and, in particular, Drawings and Specifications. Divisions and Sections of Specifications and the identification on any Drawings shall not control Design Builder in dividing Work among Subcontractors or suppliers or delineating the work to be performed by any specific trade. 3. Design Builder shall perform reasonably implied parts of Work as “incidental work” although absent from Drawings and Specifications. Incidental work includes any work not shown on Drawings or described in Specifications that is necessary or normally or customarily required as a part of the Work shown on Drawings or described in Specifications. Incidental work includes any work necessary or required to make each installation satisfactory, legally operable, functional, and consistent with the intent of Drawings and Specifications or the requirements of Contract Documents including required tasks to be performed under Division 1 of Specifications. Design Builder shall perform incidental work without extra cost to City. Incidental work shall be treated as if fully described in Specifications and shown on Drawings, and the expense of incidental work shall be included in price bid and Contract Sum. B. DRAWING DETAILS 1. A typical or representative detail on drawings shall constitute the standard for workmanship and material throughout corresponding parts of Work. Where necessary, and where reasonably inferable from drawings, Design Builder shall adapt such representative detail for application to such corresponding parts of Work. The details of such adaptation shall be subject to prior approval by Architect. Repetitive features shown in outline on drawings shall be in exact accordance with corresponding features completely shown. C. INTERPRETATION OF DRAWINGS AND SPECIFICATIONS 1. Before undertaking each part of Work, Design Builder shall carefully study and compare Contract Documents and check and verify pertinent figures shown in Contract Documents and all applicable field measurements. Design Builder shall be responsible for any errors that might have been avoided by such comparison. Figures shown on Drawings shall be followed; Design Builder shall not scale drawings for measurements. Design Builder shall promptly report to City, in writing, any conflict, error, ambiguity or discrepancy that Design Builder may discover. Design Builder shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. D. STANDARDS TO APPLY WHERE SPECIFICATIONS ARE NOT FURNISHED 1. The following general specifications shall apply wherever in the Specifications, or in any directions given by City in accordance with or supplementing Specifications, it is provided that Design Builder shall furnish materials or manufactured articles or shall do work for which no detailed specifications are shown. Materials or manufactured articles shall be of the best grade, in quality and workmanship, obtainable in the market from firms of established good reputation. If not ordinarily carried in stock, the materials or manufactured articles shall conform to a level above industry standards for first-class materials or articles of the kind required, with due consideration of the use to which they are to be put. Work shall conform to the usual standards and or codes, such as those cited in Section 01 42 00, “References and Definitions,” for first- class work of the kind required. Design Builder shall specify in writing to City the materials to be used or work to be performed under this paragraph ten (10) business days prior to furnishing such materials or performing such work. Unless otherwise noted all products shall be handled, stored and installed in conformance to the manufacturer’s recommendations. E. DEVIATION FROM SPECIFICATIONS AND DRAWINGS 452 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GENERAL CONDITIONS 00 7200 - 7 1. Design Builder must perform work in accord with Drawings and Specifications. Design Builder may deviate from Drawings or the dimensions given in the Drawings, or may deviate from the Specifications, only upon City’s written approval of the proposed deviation. 2. City may order that locations, lines and grades for Work vary from those shown on Drawings. Changes may be made in locations, lines or grades for Work under any item of Contract Documents. No payment in addition to unit price fixed in Contract Documents for Work under respective items will be allowed on account of variations from Drawings in unit price items. In lump sum contracts, or where there are no unit price items covering work affected by variations of locations, lines or grades, all changes in Contract Documents will be made as set forth in Part 14 of this Section 00 72 00 and Section 01 26 00, “Modification Procedures.” F. PRECEDENCE OF DOCUMENTS 1. In the case of discrepancy or ambiguity in Contract Documents, the following order of precedence shall prevail: (1) Executed Change Orders; (2) Addenda in inverse chronological order, and in the same order as specific portions they are modifying; (3) Section 00 52 00 Agreement, and terms and conditions referenced therein; (4) Section 00 72 00 General Conditions; (5) Division 1 Specifications; (6) Project Specification Divisions 2 through 33; (7) Project Drawings; (8) City Standard Details; (9) Other referenced standards or specifications. 2. When there is any conflict between a bill or list of materials shown in Contract Documents and the actual quantities required to complete Work required by Contract Documents, the actual quantities shall take precedence. G. OWNERSHIP AND USE OF DRAWINGS, SPECIFICATIONS AND CONTRACT DOCUMENTS 1. Drawings, Specifications and other Contract Documents were prepared for use for Work of Contract Documents only. No part of Contract Documents shall be used for any other construction or for any other purpose except with the written consent of City. Any unauthorized use of Contract Documents is prohibited and at the sole liability of the user. PART 6. CONSTRUCTION BY CITY OR BY SEPARATE CONTRACTORS A. CITY’S RIGHT TO PERFORM CONSTRUCTION AND TO AWARD SEPARATE CONTRACTS 1. City may perform with its own forces, construction or operations related to the Project. City may also award separate contracts in connection with other portions of the Project or other construction or operations, on the site or areas contiguous to the Site, under conditions similar to these Contract Documents, or may have utility owners perform other work. B. MUTUAL RESPONSIBILITY 1. Design Builder shall afford all other contractors, utility owners and City (if City is performing work with its own forces), proper and safe access to the Site, and reasonable opportunity for the installation and storage of their materials. Design Builder shall ensure that the execution of its Work properly connects and coordinates with others’ work and shall cooperate with them to facilitate the progress of the Work. 2. Design Builder shall coordinate its Work with the work of other separate contractors, City, and utility owners. Design Builder shall hold coordination meetings with other contractors, City and its representatives, and utility owners as required by the Section 01 31 15, “Project Meetings.” 3. Unless otherwise provided in Contract Documents, Design Builder shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. Design Builder shall not endanger any work of other separate contractors, City or utility owners by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of City and the others whose work will be affected. 4. To the extent that any part of Design Builder’s Work is to interface with work performed or installed by other contractors or utility owners, Design Builder shall inspect and measure the in-place work. Design Builder shall promptly report to City, in writing, with a copy to Architect, any defect in in-place work that will impede or increase the cost of Design Builder’s interface unless corrected. City will require Design Builder responsible for the defective work to make 453 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GENERAL CONDITIONS 00 7200 - 8 corrections so as to conform to its contract requirements, or, if the defect is the result of an error or omission in Contract Documents, issue a Change Order. If Design Builder fails to measure, inspect and/or report to City in writing defects that are reasonably discoverable, Design Builder shall bear all costs of accomplishing the interface acceptable to City. This provision shall be included in any and all other contracts or subcontracts for Work to be performed where such a conflict could exist. C. CITY AUTHORITY OVER COORDINATION 1. City shall have authority over coordination of the activities of multiple contractors in cases where City performs work with its own forces or contracts with others for the performance of other work on the Project, or utilities perform work on the Site. City may at any time and in its sole discretion, designate a person or entity other than City to have authority over the coordination of the activities among the various contractors. City’s authority with respect to coordination of the activities of multiple contractors and utility owners shall not relieve Design Builder of its obligation to other contractors and utility owners to coordinate its work with other contractors and utility owners as specified above. Design Builder shall promptly notify City in writing when another contractor on the Project fails to coordinate its work with the Work of Contract Documents. 2. Design Builder shall suspend any part of the Work or carry on the same in such manner if directed by City when such suspension or prosecution is necessary to facilitate the work of other contractors or workers. No damages or claims by Design Builder will be allowed if the suspension or work change is due in whole or in part to Design Builder’s failure to perform its obligation to coordinate its work with other contractors and utility owners. Damages or claims will be allowed only to the extent of fault by City if the suspension or work change is due in whole or in part to another contractor’s failure to coordinate its work with Design Builder, other contractors and utility owners. City reserves the right to back charge Design Builder for any damages or claims incurred by other contractors as a result of Design Builder’s failure to perform its obligations to coordinate with other contractors and utility owners. City may deposit the funds retained with a Court of competent jurisdiction pursuant to applicable interpleader procedures, and Design Builder releases City of further liability for such funds. PART 7. CITY AUTHORITY A. CITY’S REPRESENTATIVES 1. City’s designated authorized representative is the Capital Improvement Program Manager or designee, who shall have authority to act on behalf of City as set forth in Contract Documents. Except as otherwise provided in these Contract Documents, City shall issue all communications to Design Builder through the Capital Improvement Program Manager and Design Builder shall issue all communications to City through the Capital Improvement Program Manager in a written document delivered to City. There shall be no communications between Design Builder and Architect or any other personnel perceived to represent the City without the knowledge of the Capital Improvement Program Manager. Design Builder shall not take direction from any person except the Capital Improvement Program Manager and shall be solely responsible for all consequences of his actions as a result of following directions from persons other than the Capital Improvement Program Manager. B. MEANS AND METHODS OF CONSTRUCTION 1. Subject to those rights specifically reserved in Contract Documents, City shall not supervise, direct, have control over, or be responsible for, Design Builder’s means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incidental thereto, or Design Builder’s failure to comply with laws and regulations applicable to the furnishing or performance of Work. City shall not be responsible for Design Builder’s failure to perform or furnish the Work in accordance with Contract Documents. PART 8. CONTROL OF THE WORK 454 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GENERAL CONDITIONS 00 7200 - 9 A. SUPERVISION OF WORK BY DESIGN BUILDER 1. Design Builder shall supervise, inspect and direct Work competently and efficiently, devoting the attention and applying such personal skills and expertise as may be required and necessary to perform Work in accordance with Contract Documents. Design Builder shall be solely responsible for and have control and charge of construction means, methods, techniques, sequences and procedures, safety precautions and programs in connection with the work. Design Builder shall be responsible to see that the completed Work complies accurately with Contract Documents. 2. Design Builder shall keep on the Site at all times during Work progress a competent resident Superintendent, including all times when subcontractors are performing work and when any material and equipment deliveries are being made. 3. Design Builder’s Superintendent shall not be replaced without City’s express written consent and the replacement Superintendent shall have equal or more qualifying and relevant experience. B. OBSERVATION OF WORK BY CITY 1. Work shall be performed under City’s general observation and administration, (Observation defined as City has the right to inspect, test, verify and review work with no obligation to Design Builder other than reasonably make that public information available to Design Builder. Administration defined as City will verify if payment should be made and make payment as appropriate.). Design Builder shall comply with City’s directions and instructions in accordance with the terms of Contract Documents, but nothing contained in these General Conditions shall be taken to relieve Design Builder of any obligations or liabilities under Contract Documents. City’s failure to review or, upon review, failure to object to any aspect of Work reviewed, shall not be deemed a waiver or approval of any non-conforming aspect of Work. 2. Architect, consultants, and other design professionals will advise and consult with City. C. ACCESS TO WORK 1. During performance of Work, City and its agents, consultants, and employees may at any time enter upon Work, shops where any part of the Work may be in preparation, or factories where any materials for use in Work are being or are to be manufactured, and Design Builder shall provide proper and safe facilities for this purpose, and shall make arrangements with manufacturers to facilitate inspection of their processes and products to such extent as City’s interests may require. Other contractors performing work for City may also enter upon Work for all purposes required by their respective contracts. Subject to the rights reserved in Contract Documents, Design Builder shall have sole care, custody and control of the Site and its work areas. Design Builder to keep and maintain perimeter fences with screening and other security measures. Design Builder may use existing fencing provided that it is left on site where needed by City at the end of construction. D. EXISTING UTILITIES 1. At no additional cost to City, Design Builder must incorporate into the work main or trunkline utilities identified in Contract Documents and other utilities or underground structures known or reasonably discernible and that will remain in service, including minor adjustments to design location or minor relocations of the existing installations. Design Builder must take immediate action to restore any in service installations damaged by Design Builder’s operations. Should City determine that Design Builder has not responded in a timely manner or not diligently pursued completion of the work, City may restore service and deduct the costs of such action by City from the amounts otherwise due under the Contract. 2. Nothing in these General Conditions shall be deemed to require City to indicate the presence of existing service laterals or appurtenances whenever the presence of such utilities on the Site can be inferred from the presence of other visible facilities, such as buildings, new asphalt, meters and junction boxes, on or adjacent to the site of the construction. Design Builder shall immediately secure all available information and notify City and utility, in writing, of its discovery while performing the Work under the Contract Document of any utility facilities not identified in the Drawings and Specifications. 455 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GENERAL CONDITIONS 00 7200 - 10 3. All utilities supporting the City Hall building must remain operational and functioning during City Hall business hours and City Hall meetings and gathering during evening hours, such as Council meetings and Planning Commission meetings. All utility shut-downs must be performed outside all City business hours, and coordinated with the City at least 3 weeks in advance. E. MITIGATING DISRUPTION TO CITY HALL OPERATIONS 1. The City Hall will be in normal operations (business hours) and regularly scheduled after-hours City meetings. City Hall is also open to the Public during the Construction period of this Project. The Design Builder shall schedule certain vibratory or noisy construction operations during non-business hours, to avoid disrupting City Hall operations. 2. The Design Builder shall schedule any utility shutdowns (telecommunications, City fiberoptics, City access control and City network, gas and wet utilities), to non-business hours, to avoid disruption of City Hall operations. 3. The Design Builder shall maintain a “path of travel” for Public access to City Hall, when constructing site work at front of City Hall. 4. The Design Builder shall maintain a “path of travel” for City Building department trailer and Parks building, when constructing site work at front of City Hall. PART 9. WARRANTIES, GUARANTY AND INSPECTION OF WORK A. WARRANTY AND GUARANTY 1. All provisions in Section 00 63 00, “Guaranty,” shall apply. 2. Design Builder further represents and warrants that it is and will be at all times fully qualified and capable of performing every phase of Work and to complete Work in accordance with the terms of Contract Documents. Design Builder warrants that all construction work and construction services shall be performed in accordance with generally accepted professional standards of good and sound construction practices and all requirements of Contract Documents. Design Builder warrants that Work, including but not limited to each item of materials and equipment incorporated therein, shall be new, of suitable grade of its respective kind for its intended use; and free from defects in design, engineering, materials, construction and workmanship. Design Builder warrants that Work shall conform in all respects with all applicable requirements of Federal, State and local laws, applicable construction codes and standards, licenses, and permits, Drawings and Specifications and all descriptions set forth therein, and all other requirements of Contract Documents. 3. Design Builder represents and warrants that he, his employees and subcontractors, and their employees shall at all times have and maintain in good standing any and all certifications and licenses required by applicable federal, state, and other governmental and City requirements applicable to the work. 4. Design Builder represents and warrants that it has studied carefully all requirements of the specifications regarding procedures for demolition, hazardous waste abatement, or safety practices, specified in this contract, and prior to submitting its bid, has either (a) verified to its satisfaction that the specified procedures are adequate and sufficient to achieve the results intended by Contract Documents, or (b) by way of approved “or equal” request or request for clarification and written Addenda, secured changes to the specified procedures sufficient to achieve the results intended by Contract Documents. Design Builder accepts the risk that any specified procedure will result in a completed project in full compliance with the contract requirements 5. Extended Guarantees: Any guaranty exceeding one year provided by the supplier or 456 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GENERAL CONDITIONS 00 7200 - 11 manufacturer of any equipment or materials used in the Project shall be extended for such term. Design Builder expressly agrees to act as co-guarantor of such equipment and materials and shall supply City with all warranty and guarantee documents relative to equipment and materials incorporated in the Project and guaranteed by their suppliers or manufacturers. 6. Environmental and Toxics Warranty: The covenants, warranties and representations contained in this Paragraph 9.A are effective continuously during Design Builder’s work on the Project and following cessation of labor for any reason, including but not limited to, Project completion. Design Builder covenants, warrants and represents to City that: a. To Design Builder’s knowledge after due inquiry, no lead or asbestos-containing materials were installed in the Project or have been discovered in quantities beyond those identified in Appendix C – Hazardous Materials Report at any time during Design Builder’s construction thereof. If any lead or asbestos-containing materials were discovered, Design Builder made immediate written disclosure to City. b. To Design Builder’s knowledge after due inquiry, no electrical transformers, light fixtures with ballasts or other equipment containing PCB’s are or were located on the Project at any time during Design Builder’s construction thereof. c. To Design Builder’s knowledge after due inquiry, no storage tanks for gasoline or any other toxic substance are or were located on the Project at any time during Design Builder’s construction thereof. If any such materials were discovered, Design Builder made immediate written disclosure to City. d. Design Builder’s operations concerning the Project are and were not in violation of any applicable environmental federal, state, or local statute, law or regulation dealing with hazardous materials substances or toxic substances and no notice from any governmental body has been served upon Design Builder claiming any violation of any such law, ordinance, code or regulation, or requiring or calling attention to the need for, any work, repairs, construction, alteration, or installation on or in connection with the Project in order to comply with any such laws, ordinances, codes or regulations, with which Design Builder has not complied. If there are any such notices with which Design Builder has complied, Design Builder shall provide City with copies thereof. B. INSPECTION OF WORK 1. All materials, equipment and workmanship used in Work shall be subject to inspection and testing at all times during construction and/or manufacture in accordance with the terms of Contract Documents. Work and materials, and manufacture and preparation of materials, from beginning of construction until final completion and acceptance of Work, shall be subject to inspection and rejection by City, its agents, or independent contractors retained by City to perform inspection services, or governmental agencies with jurisdictional interests. Design Builder shall provide them proper and safe conditions for such access and advise them of Design Builder’s site safety procedures and program so that they may comply therewith as applicable. Upon request or where specified, City shall be afforded access for inspection at the source of supply, manufacture or assembly of any item of material or equipment, with reasonable accommodations supplied for making such inspections. In the case that testing or inspection fails or does not satisfy plans and specifications, Design Builder shall correct the work to achieve a passing result or has the obligation to provide that work meets the requirement with independent testing and professional verification by an expert in the field, to the satisfaction of City. If the Design Builder fails any re-testing or re-inspections all costs associated with the re-testing or re-inspections will be responsibility of the Design Builder. 2. Design Builder shall give City timely notice of readiness of Work (72 hours) for all required inspections, tests or approvals, and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. 3. If applicable laws or regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested or approved by an employee or other representative of such public body, Design Builder shall assume full responsibility for arranging and obtaining such inspections, tests or approvals, and furnish City with the required certificates of inspection, or approval. City shall pay the cost of initial testing and Design Builder shall pay all costs in 457 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GENERAL CONDITIONS 00 7200 - 12 connection with any follow up or additional testing. Design Builder shall also be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests or approvals required for the acceptance of materials or equipment to be incorporated in the Work, or of materials, mixed designs, or equipment submitted for approval prior to Design Builder’s purchase thereof for incorporation in the Work. 4. If Design Builder covers any Work, or the work of others, prior to any required inspection, test or approval without written approval of City, Design Builder must uncover the Work at City’s request. Design Builder shall bear the expense of uncovering Work and replacing Work. 5. In any case where Design Builder covers Work contrary to City’s request, Design Builder must uncover Work for City’s observation or inspection at City’s request. Design Builder shall bear the cost of uncovering Work. 6. Whenever required by City, Design Builder shall furnish tools, labor and materials necessary to make examination of Work that may be completed or in progress, even to extent of uncovering or taking down portions of finished Work. Should Work be found unsatisfactory, cost of making examination and of reconstruction shall be borne by Design Builder. If Work is found to be satisfactory, City in manner herein prescribed for paying for alterations, modifications and extra work, except as otherwise herein specified will pay for examination. 7. Inspection of the Work by or on behalf of City, or its failure to do so, shall not be deemed a waiver or approval of any non-conforming aspect of the Work. C. CORRECTION OF DEFECTIVE WORK 1. If Design Builder fails to supply sufficient skilled workers, suitable materials or equipment, or to furnish or perform the Work in such a way that the completed Work will conform to Contract Documents, City may order Design Builder to replace any defective Work, or stop any portion of Work to permit City (at Design Builder’s expense) to replace such defective work. These City rights are entirely discretionary on the part of the City and shall not give rise to any duty on the part of City to exercise the rights for the benefit of Design Builder or any other party. 2. City may direct Design Builder to correct any defective Work or remove it from the Site and replace it with Work that is not defective and satisfactorily correct or remove and replace any damage to other Work or the work of others resulting from the correction or removal. Design Builder shall be responsible for any and all claims, costs, losses and damages caused by or resulting from such correction or removal. 3. City’s rights under this paragraph 9.C shall be in addition to any other rights it may have under Contract Documents. Where Design Builder fails to correct defective work City shall have all rights and remedies granted by law. 4. Correction Period: If within one year after the date of Final Acceptance, or such longer period of time as may be prescribed by laws or regulations, or by the terms of Contract Documents, any Work is found to be defective, Design Builder shall promptly, without cost to City and in accordance with City’s written instructions, correct such defective Work. Design Builder shall remove any defective Work rejected by City and replace it with Work that is not defective, and satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If Design Builder fails to promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or the rejected Work removed and replaced. Design Builder shall pay for all claims, costs, losses and damages caused by or resulting from such removal and replacement. Where Design Builder fails to correct defective work, or defects are discovered outside the correction period, City shall have all rights and remedies granted by law. 5. Where defective or rejected Work (and damage to other work resulting therefrom) has been corrected, removed or replaced under this provision after the commencement of the correction period, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. D. ACCEPTANCE AND CORRECTION OF DEFECTIVE WORK BY CITY 458 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GENERAL CONDITIONS 00 7200 - 13 1. City may accept defective Work. Design Builder shall pay all claims, costs, losses and damages attributable to City’s evaluation of and determination to accept such defective Work. If City accepts any defective work prior to final payment, a Change Order will be issued incorporating the necessary revisions in Contract Documents with respect to the Work and the Contract Sum. If the parties are unable to agree to the amount of an appropriate decrease in the Contract Sum, City may deduct from monies due Design Builder, all claims, costs, losses, damages, expenses and liabilities attributable to the defective work. If Design Builder disagrees with City’s calculations, it may make a claim as provided in Part 12 of this Section 00 72 00. If City accepts any defective work after final payment, Design Builder shall pay to City, an appropriate amount as determined by City. 2. City may correct and remedy deficiency if, after seven (7) days written notice to Design Builder, Design Builder fails to correct defective Work or to remove and replace rejected Work in accordance with Paragraph 9.C of these General Conditions; or provide a plan for correction of defective Work acceptable to City; or perform Work in accordance with Contract Documents. In connection with such corrective and remedial action, City may exclude Design Builder from all or part of the Site, take possession of all or part of Work and suspend Design Builder’s work related thereto, take possession of all or part of Design Builder’s tools, appliances, construction equipment and machinery at the Site, and incorporate in Work any materials and equipment stored at the Site or for which City has paid Design Builder but which are stored elsewhere. Design Builder shall allow City, its representatives, agents, employees, and other contractors and Architect’s consultant’s access to the Site to enable City to exercise the rights and remedies under this Paragraph 9.D. Design Builder shall be responsible for all claims, costs, losses, damages, expenses and liabilities incurred or sustained by City in exercising such rights and remedies. E. RIGHTS UPON INSPECTION OR CORRECTION 1. Design Builder shall not be allowed an extension of Contract Times because of any delay in the performance of Work attributable to the exercise by City of its rights and remedies under this Part 9 of these General Conditions. Where City exercises its rights under this Part 9, it retains all other rights it has by law or under Contract Documents, including but not limited to, the right to terminate Design Builder’s right to proceed with the Work under the Contract Documents and/or make a claim or back charge where a Change Order cannot be agreed upon. 2. Inspection shall not relieve Design Builder of its obligation to have furnished material and workmanship in accordance with Contract Documents. Payment for work completed through periodic progress payments or otherwise shall not operate to waive City’s right to require full compliance with Contract Documents and shall in no way be deemed as acceptance of the Work paid therefor. Design Builder’s obligation to complete the Work in accordance with Contract Documents shall be absolute, unless City agrees otherwise in writing. F. SAMPLES AND TESTS OF MATERIALS AND WORK 1. Design Builder shall furnish and prepare samples or test specimens at its expense. G. PROOF OF COMPLIANCE OF CONTRACT PROVISIONS 1. In order that City may determine whether Design Builder has complied or is complying with requirements of Contract Documents not readily enforceable through inspection and tests of Work and materials, Design Builder shall at any time when requested submit to City properly authenticated documents or other satisfactory proofs of compliance with all applicable requirements. H. ACCEPTANCE 1. Inspection by City or its authorized agents or representatives, any order or certificate for the payment of money, any payment, acceptance of the whole or any part of Work by City, any extension of time, any verbal statements on behalf of City or its authorized agents or representatives shall not operate as a waiver or modification of any provisions of Contract Documents, or of any power reserved to City herein or therein or any right to damages provided in Contract Documents. Any waiver of any breach of Contract Documents shall not be held to 459 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GENERAL CONDITIONS 00 7200 - 14 be a waiver of any other subsequent breach. PART 10. DESIGN BUILDER’S ORGANIZATION AND EQUIPMENT A. DESIGN BUILDER’S LEGAL ADDRESS 1. Address, email, and facsimile number given in Design Builder’s Bid are hereby designated as Design Builder’s legal address, email, and facsimile number. Design Builder may change its legal address, email, and facsimile number by notice in writing, delivered to City, which in conspicuous language advises City of a change in legal address, email, or facsimile number. Delivery to Design Builder’s legal address or depositing in any post office or post office box regularly maintained by the United States Postal Service, in a wrapper with postage affixed, directed to Design Builder at legal address, or of any drawings, notice, letter or other communication, shall be deemed legal and sufficient service thereof upon Design Builder. Email or facsimile to Design Builder’s designated email or facsimile number of any letter, memorandum, or other communication on standard or legal sized paper, with proof of facsimile transmission, shall be deemed legal and sufficient service thereof upon Design Builder. B. DESIGN BUILDER’S OFFICE AT THE WORK SITE 1. Design Builder shall maintain an office (temporary facilities) at the Site, which office shall be headquarters of a Design Builder representative authorized to transmit to and receive from City, communications, instructions or Drawings. Communications, instructions or Drawings given to Design Builder’s representative or delivered at the Site office in representative’s absence shall be deemed to have been given to Design Builder. Refer to Section 01 5000 Temporary Facilities and Controls for additional information and requirements. C. PROFICIENCY IN ENGLISH 1. Design Builders, supervisors, forepersons, subcontractors supervisors and forepersons, security guards, safety personnel and employees who have unescorted access to the Site must possess proficiency in the English language in order to read drawings and specifications and to understand, receive and carry out oral and written communications or instructions relating to their job functions, including safety and security requirements. D. DESIGN BUILDER’S AND SUBCONTRACTORS’ EMPLOYEES 1. Design Builder shall employ, and shall permit its Subcontractors to employ, only competent and skillful personnel to do Work. If City notifies Design Builder that any of its employees, or any of its Subcontractors’ employees on Work are incompetent, unfaithful or disorderly, or fails to observe customary standards of conduct, or refuses to carry out provisions of Contract Documents, or uses threatening or abusive language to any person on Work, places graffiti, smokes inside buildings or onsite, plays radios, makes harassment of any kind, or violates sanitary rules, or is otherwise unsatisfactory, and if City requests that such person be discharged from Work, then Design Builder or its Subcontractor shall immediately discharge such person from Work and the discharged person shall not be re-employed on the Work except with consent of City. Such discharge shall not be the basis of any claim for compensation or damages against the City or any of its officers, employees or agents. 2. The Design Builder’s workers shall not make any obscene, discriminatory, or hateful gestures, acts, or statements, including the use of foul language or screaming/yelling at City employees or others; or wear any obscene, discriminatory, or hateful graphics or statements on clothing of any sort. Any violations of the requirements of this Section are grounds for immediate termination of the Contract by the City. 3. The Design Builder may allow food and drink in specific designated areas only. No smoking is allowed on the job site. No drugs or alcohol (other than prescribed medication that does not impair the worker’s ability) are allowed. All workers are to conduct themselves and their operations in a safe and professional manner. E. DESIGN BUILDER TO SUPPLY SUFFICIENT WORKERS AND MATERIALS 1. Unless otherwise required by City under the terms of Contract Documents, Design Builder shall at all times keep on the Site materials and employ qualified workers sufficient to prosecute 460 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GENERAL CONDITIONS 00 7200 - 15 Work at a rate and in a sequence and manner necessary to complete Work within the Contract Times. This obligation shall remain in full force and effect notwithstanding disputes or claims of any type. 2. At any time during progress of Work should Design Builder directly or indirectly (through subcontractors) refuse, neglect, or be unable to supply sufficient materials or employ qualified workers to prosecute the Work as required, City may notify Design Builder to accelerate the Work and/or furnish additional qualified workers or materials as City may consider necessary, at no cost to City. If Design Builder does not comply with the notice within three (3) business days of date of service thereof, City shall have the right (but not a duty)` to provide materials and qualified workers to finish the Work or any affected portion of Work, as City may elect. City shall deduct from monies due or which may thereafter become due under Contract Documents, the sums necessary to meet expenses thereby incurred and paid to persons supplying materials and doing Work. City shall deduct from funds or appropriations set aside for purposes of Contract Documents the amount of such payments and charge them to Design Builder as if paid to Design Builder. Design Builder shall remain liable for resulting delay, including liquidated damages and indemnification of City from claims of others. 3. Exercise by City of the rights conferred upon them in Paragraph 10.E.2 above, is entirely discretionary on the part of City. City shall have no duty or obligation to exercise the rights referred to in Paragraph 10.E.2 of these General Conditions and its failure to exercise such rights shall not be deemed an approval of existing work progress or a waiver or limitation of City’s right to exercise such rights in other concurrent or future similar circumstances. The rights conferred upon City under Paragraph 10.E.2 above are cumulative to City’s other rights under provisions of the Contract Documents. F. DESIGN BUILDER’S USE OF THE SITE 1. Design Builder shall not make any arrangements with any person to permit occupancy or use of any land, structure or building within the limits of the work, for any purpose whatsoever, either with or without compensation, in conflict with any agreement between City and any owner, former owner or tenant of such land, structure or buildings. Design Builder may not occupy City or City-owned property outside the limit of the work as shown on Drawings unless it obtains prior approval from City. G. DESIGN BUILDER SHALL LIST TRADES WORKING 1. Design Builder shall report the trades working on the site and their scheduled activities on a daily basis to the City no later than 9 a.m. of the following morning. PART 11. PROSECUTION AND PROGRESS OF THE WORK A. COST DATA Design Builder shall maintain full and correct information as to the number of workers employed in connection with each subdivision of Work, the classification and rate of pay of each worker in form of certified payrolls. Design Builder shall provide City with monthly summaries of this information. 2. Design Builder shall maintain daily job reports recording all significant activity on the job, including the number of workers on site, work activities, on site equipment, material deliveries, weather conditions, problems encountered and delays. Design Builder shall provide City with copies each day. Design Builder shall take monthly progress photographs of all areas of the Work. Design Builder shall maintain copies of all correspondence with subcontractors and records of meetings with subcontractors. 3. City shall have the right to audit and copy Design Builder’s books and records of any type, nature or description relating to the Project (including but not limited to financial records), and to inspect the Site, including Design Builder’s trailer, or other job site office, and this requirement shall be contained in the subcontracts of subcontractors working on site. By way of example, City shall have the right to inspect and obtain copies of all Contract Documents, planning and design documents, Bid proposal and negotiation documents subject to Section 00 67 00, “Escrow Bid Documents,” cost records and job cost variance reports, design 461 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GENERAL CONDITIONS 00 7200 - 16 modification proposals, value engineering or other cost reduction proposals, revisions made to the original design, job progress reports, photographs, and as-built drawings maintained by Design Builder. City, State Auditor General and any other applicable governmental entity shall have the right to inspect all information and documents maintained under this Paragraph 11.A at any time during the Project and for a period of five years following Substantial Completion. This right of inspection shall not relieve Design Builder of its duties and obligations under Contract Documents. This right of inspection shall be specifically enforceable in a court of law, either independently or in conjunction with enforcement of any other rights in Contract Documents. 4. Design Builder shall maintain in a safe place at the Site one as-built copy of all Drawings, Specifications, Addenda, Contract Modifications, Change Orders, Field Directions, Force Account orders, and written interpretations and clarifications in good order and annotated to show all changes made during construction. These as-built documents, together with all approved samples and a counterpart of all approved shop drawings, shall be maintained and available to City for reference. Upon completion of the Work, Design Builder shall deliver to City a complete set of as-built documentation, including but not limited to, samples, shop drawings, as-built drawings and specifications. 5. The City shall not process any progress payment requests without the timely submittals as specified in these General Conditions, including but not limited to lien releases, certified payrolls, monthly schedule updates, current construction photos, progress project record documents, affidavits and bonds attesting to off-site stored products, if any, and statement under False Claim Act. PART 12. CLAIMS BY DESIGN BUILDER A. GENERAL 1. Contract Interpretation Disputes: Should it appear to Design Builder that Work to be performed or any of the matters relative to Contract Documents are not satisfactorily detailed or explained therein, or should any questions arise as to the meaning or intent of Contract Documents, Design Builder shall give written notice to City. Design Builder shall bear all costs incurred in giving notice. City shall render a determination regarding the issue, and its decision shall be considered final. City shall have the right but not the obligation to affirm or disaffirm the Architect’s interpretation of Drawings or Specifications (if any) and City’s decision to affirm or disaffirm shall be final. If Design Builder disagrees with City’s decision, Design Builder’s sole and exclusive remedy is to file a claim in accordance with this Part 12 of these General Conditions. Design Builder shall diligently prosecute the Disputed Work (as defined below) to Final Completion pending resolution of any claim. 2. A “Claim” means a separate demand by a Design Builder sent by registered mail or certified mail with return receipt requested, for one or more of the following: (A) a time extension, including, without limitation, for relief from damages or penalties for delay assessed by a public entity under a contract for a public works project, (B) payment by the public entity of money or damages arising from work done by, or on behalf of, the Design Builder pursuant to the contract for a public works project and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled, or (C) payment of an amount that is disputed by the City. B. NOTICE OF POTENTIAL CLAIM PROCESS: 1. As a prerequisite to the making of a Claim, the Design Builder shall submit a written Notice of Potential Claim in accordance with the requirements of Section 9-1.04, of the State Standard Specifications. The written Notice of Potential Claim shall be certified with the reference to the California False Claims Act, Government Code Sections 12650-12655, and shall include the following signed certification by the Design Builder: , being the (Print full name) (Must be an officer) 462 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GENERAL CONDITIONS 00 7200 - 17 of , declare under penalty of perjury under the laws of the state of (Company) California, and do personally certify and attest that I have thoroughly reviewed the attached claim for additional compensation and/or extension of time, and know its contents, and said claim is made in good faith; the supporting data is truthful and accurate; that the amount requested accurately reflects the contract adjustment for which the Design Builder believes the owner is liable; and further, that I am familiar with California Penal Code Section 72 and California Government Code 12650-12655, et seq, pertaining to false claims, and further know and understand that submission or certification of a false claim may lead to fines, imprisonment, and/or other severe legal consequences. By: (Name) (Design Builder Signature) 2. The Notice of Potential Claim shall be submitted to the City within five (5) days after Design Builder learns of, or has the necessary information to have knowledge of the event giving rise to a Claim, including a determination by the City that a Change Request is unacceptable, in whole or in part. 3. The Notice shall set forth the reasons for which the Design Builder believes additional compensation or time will or may be due and the nature of all costs involved. The claim shall include accurate detailed documentation of the costs involved and the amount of the potential claim. If accurate cost figures are not available, the Design Builder shall provide an estimate and information as to when accurate figures will be available. 4. The City may respond to the Notice of Potential Claim in writing within 30 days after receipt or may request the submission of additional documentation as required for the Engineer to make a determination of the Design Builders Notice of Potential Claim. 5. If the Design Builder disputes the City’s written response to the Notice of Potential Claim, or if the City fails to respond to the Notice of Potential Claim within the time prescribed, the Design Builder may so notify the City, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the City shall schedule a meet and confer conference within 30 days for settlement of the dispute. C. CLAIMS (Public Contract Code Section 9204): 1. Following the meet and confer conference, if the Notice of Potential Claim or any portion remains in dispute, the Design Builder shall prepare and send to the City one or more Claims as defined in this Part 12. 2. Upon receipt of a Claim pursuant to this section, the City shall conduct a reasonable review of the Claim and, within a period not to exceed 45 days, shall provide the claimant a written statement identifying what portion of the Claim is disputed and what portion is undisputed. Upon receipt of a Claim, the City and the Design Builder may, by mutual agreement, extend the 45-day time period. The claimant shall furnish reasonable documentation to support the claim. 3. If the City needs approval from its governing body to provide the claimant a written statement identifying the disputed portion and the undisputed portion of the Claim, and the governing body does not meet within the 45 days or within the mutually agreed to extension of time following receipt of a Claim sent by registered mail or certified mail, return receipt requested, the City shall have up to three days following the next duly publicly noticed meeting of the governing body after the 45-day period, or extension, expires to provide the claimant a written 463 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GENERAL CONDITIONS 00 7200 - 18 statement identifying the disputed portion and the undisputed portion. Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. If the City fails to issue a written statement within the time periods described in this paragraph or to otherwise meet the time requirements of this paragraph shall result in the Claim being deemed rejected in its entirety. A Claim that is denied by reason of the public entity's failure to have responded to a Claim, or its failure to otherwise meet the time requirements of this section, shall not constitute an adverse finding with regard to the merits of the Claim or the responsibility or qualifications of the claimant. 4. If the claimant disputes the City’s written response, or if the City fails to respond to a Claim issued pursuant to this section within the time prescribed, the claimant may demand in writing an informal conference to meet and confer for settlement of the issues in dispute. Upon receipt of a demand in writing sent by registered mail or certified mail, return receipt requested, the City shall schedule a meet and confer conference within 30 days for settlement of the dispute. 5. Within 10 business days following the conclusion of the meet and confer conference, if the Claim or any portion of the Claim remains in dispute, the City shall provide the claimant a written statement identifying the portion of the Claim that remains in dispute and the portion that is undisputed. Any payment due on an undisputed portion of the Claim shall be processed and made within 60 days after the City issues its written statement. Any disputed portion of the Claim, as identified by the Design Builder in writing, shall be submitted to nonbinding mediation, with the City and the claimant sharing the associated costs equally. The City and claimant shall mutually agree to a mediator within 10 business days after the disputed portion of the Claim has been identified in writing. If the parties cannot agree upon a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate with regard to the disputed portion of the claim. Each party shall bear the fees and costs charged by its respective mediator in connection with the selection of the neutral mediator. If mediation is unsuccessful, the parts of the Claim remaining in dispute shall be subject to applicable procedures outside this section. 6. For purposes of this section, mediation includes any nonbinding process, including, but not limited to, neutral evaluation or a dispute review board, in which an independent third party or board assists the parties in dispute resolution through negotiation or by issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this section. Unless otherwise agreed to by the public entity and the Design Builder in writing, the mediation conducted pursuant to this section shall excuse any further obligation under Section 20104.4 to mediate after litigation has been commenced. This section does not preclude the City from requiring arbitration of disputes under the Public Works Contract Arbitration Program, if mediation under this section does not resolve the parties' dispute. 7. If a subcontractor or a lower tier subcontractor lacks legal standing to assert a Claim against the City because privity of contract does not exist, the Design Builder may present to the City a Claim on behalf of a subcontractor or lower tier subcontractor. A subcontractor may request in writing, either on his or her own behalf or on behalf of a lower tier subcontractor, that the Design Builder present a Claim for work which was performed by the subcontractor or by a lower tier subcontractor on behalf of the subcontractor. The subcontractor requesting that the Claim be presented to the public entity shall furnish reasonable documentation to support the Claim. Within 45 days of receipt of this written request, the Design Builder shall notify the subcontractor in writing as to whether the Design Builder presented the claim to the public entity and, if the original Design Builder did not present the claim, provide the subcontractor with a statement of the reasons for not having done so. 8. Amounts not paid in a timely manner as required by this section shall bear interest at 7 percent per annum. D. CLAIMS (Government Code): 464 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GENERAL CONDITIONS 00 7200 - 19 1. Following completion of the process stated in Section B above, but prior to commencing litigation, if the Claim or any portion of the Claim remains in dispute, the Design Builder shall file a Claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. The claims procedures are either set forth in, or are consistent with, the provisions of Public Contract Code §§ 20104 and 20104.2, do not apply to tort claims, and are not intended nor shall be construed to change the time period for filing tort claims or actions. 2. The provisions of this Part 12 constitute a non-judicial claim settlement procedure that, pursuant to Section 930.2 of the California Government Code, shall constitute a condition precedent to submission of a valid Government Code Claim under the California Government Code. Design Builder shall bear all costs incurred in the preparation, submission and administration of a claim. Any claims presented in accordance with the Government Code must affirmatively indicate Design Builder’s prior compliance with the claims procedure herein and the previous dispositions above of the claims asserted. Pursuant to Government Code Section 930.2, the one-year period in Government Code section 911.2 shall be reduced to 150 days from either accrual of the cause of action, substantial completion or termination of the Contract, whichever occurs first; in all other respects, the Government Code shall apply unchanged. 3. The Design Builder hereby agrees that it shall have no right to additional compensation, and/or additional contract time for any claim that may be based on any act, failure to act, event, thing or occurrence for which no written Notice of Potential Claim as herein required was filed and received by the City within the 15-day time limit specified. 4. In accordance with Section 20104.5 and 20104.6 of the Public Contract Code, the City will make Progress Payments as Specified in the General Conditions for undisputed portions of work except as otherwise provided in the Contract. 5. Failure to submit and administer claims as required in this Contract provision shall waive Design Builder’s right to claim on any specific issues not included in a timely submitted claim. Claim(s) or issue(s) not raised in a timely protest and timely claim submitted under this Contract provision may not be asserted in any subsequent litigation, Government Code Claim, or legal action. 6. The City shall not be deemed to waive any provision under this Contract provision, if at City’s sole discretion, a claim is administered in a manner not in accord with this Contract provision. Waivers or modifications of this Contract provision may only be made a signed change order approved as to form by legal counsel for both City and Design Builder; oral or implied modifications shall be ineffective. E. THIRD-PARTY CLAIMS 1. In accordance with Section 9201 of the Public Contracts Code, the City will provide the Design Builder with notification of receipt of any third-party claims relating to this contract. This City shall be entitled to recover reasonable costs incurred in providing this notification as required by Section 9201. PART 13. LEGAL AND MISCELLANEOUS A. LAWS AND REGULATIONS 1. Design Builder shall keep fully informed of and shall comply with all laws, ordinances, regulations and orders of any properly constituted authority affecting Contract Documents, Work and persons connected with Work, and shall protect and indemnify City and its officers, employees, consultants and agents against any claim or liability, including attorney’s fees, arising from or based on violation of law, ordinance, regulation or order, whether by Design Builder or by Subcontractors, employees or agents. Authorized persons may at any time enter upon any part of Work to ascertain compliance of all applicable laws, ordinances, regulations 465 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GENERAL CONDITIONS 00 7200 - 20 and orders. 2. Whenever Drawings and Specifications require large sizes or higher standards than are required by any applicable law, ordinance, regulation or order, Drawings and Specifications shall govern. Whenever Drawings and Specifications require something, which will violate such laws, ordinances, regulations or orders, then such laws, ordinances, regulations or orders shall govern. B. PERMITS AND TAXES 1. Design Builder shall procure all permits and licenses, pay all charges and fees, and give all notices necessary or incidental for the lawful prosecution of Work, unless otherwise provided herein. City will pay the following applicable City of Dublin building permit fees: Building, Electrical, Plumbing, Mechanical; initial and one re-submittal plan check fee for each listed deferred item; and initial inspection fees. Design Builder shall pay for any additional City of Dublin building permit related fees for plan checking beyond the initial and first re-submittal, and any additional or overtime inspection, except as otherwise provided in Contract Documents. Design Builder shall pay all sales and/or use taxes levied on materials, supplies, or equipment purchased and used on or incorporated into Work, and all other taxes properly assessed against equipment or other property used in connection with Work, without any increase in the Contract Price. Design Builder shall make necessary arrangements with proper authorities having jurisdiction over roads, streets, pipelines, navigable waterways, railroads and other works in advance of operations, even where City may have already obtained permits for the Work. Design Builder shall pay all license fees or other costs associated with any proprietary procedure, method or process. 2. The California Environmental Quality Act (CEQA) (Public Resources Code, Sections 21000 and following), may be applicable to permits, licenses and other authorizations, which the Design Builder must obtain from local agencies in connection with performing the work of the contract. The Design Builder shall comply with the provision of those statutes in obtaining such permits, licenses, and other authorizations, and they shall be obtained in sufficient time to prevent delays in the work. In the event that the City has obtained permits, licenses, or other authorization applicable to the work in conformance with the requirements of CEQA, the Design Builder shall comply with the provisions of these permits, licenses, and other authorizations. A copy of the CEQA document for this project is available at City Hall. C. RESPONSIBILITY OF DESIGN BUILDER AND INDEMNIFICATION 1. City and each of its officers, employees, consultants and agents including, but not limited to, the City Manager, Dublin City Council and each City representative, shall not be liable or accountable in any manner for loss or damage that may happen to any part of the Work; loss or damage to materials or other things used or employed in performing the Work; injury, sickness, disease, or death of any person; or damage to property resulting from any cause whatsoever except their sole negligence, willful misconduct or active negligence, attributable to performance or character of the Work, and Design Builder releases all of the foregoing persons and entities from any and all such claims. 2. To the furthest extent permitted by law (including without limitation California Civil Code Section 2782), Design Builder shall assume defense of, and indemnify, and hold harmless City and each of its officers, employees, consultants and agents, including, but not limited to, City, the City Manager and each City Council member, from claims, suits, actions, losses and liability of every kind, nature and description, including but not limited to attorney’s fees and consultant’s fees, directly or indirectly arising out of, connected with or resulting from performance of the Work, failure to perform the Work, or condition of the Work which is caused in whole or part by any act or omission of Design Builder, Subcontractors, any one directly or indirectly employed by any of them or any one for whose acts any of them may be liable, regardless of whether it is caused in part by the negligence of City or by any person or entity required to be indemnified hereunder. 3. With respect to third party claims against Design Builder, Design Builder waives any and all rights to any type of express or implied indemnity against City and each of its officers, employees, consultants and agents, including, but not limited to, City, the City Manager and 466 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GENERAL CONDITIONS 00 7200 - 21 City Council and each Council member. 4. Approval or purchase of any insurance contracts or policies shall in no way relieve from liability nor limit the liability of Design Builder, its Subcontractors of any tier, or their officers or agents. 5. To the furthest extent permitted by law (including, without limitation, Civil Code Section 2782), the indemnities, releases of liability and limitations of liability, and limitations of remedy expressed throughout Contract Documents shall apply even in the event of breach of contract, negligence (active or passive), fault or strict liability of the party[s] indemnified, released, or limited in liability, and shall survive the termination, rescission, breach, or completion of Contract Documents. If Design Builder fails to perform any of these defense or indemnity obligations, City may in its discretion back charge Design Builder for its costs and damages resulting therefrom and withhold such sums from progress payments or other contract monies which may become due. 6. The indemnities in Contract Documents shall not apply to any indemnified party to the extent of its sole negligence or willful misconduct; nor shall they apply to City to the extent of its active negligence. D. NOTICE OF CONCEALED OR UNKNOWN CONDITIONS 1. Before commencing work of digging trenches or excavation, Design Builder shall review all information available regarding subsurface conditions, Design Builder shall also comply with Government Code Sections 4216 to 4216.9, and in particular Section 4216.2. 2. Design Builder shall contact the regional notification center, “Underground Service Alert” (“USA”), and schedule the work to allow ample time for the center to notify its members and, if necessary, for any member to field locate and mark its facilities. Design Builder is charged with knowledge of all subsurface conditions reflected in USA records or shown on plans. Prior to commencing excavation or trenching work, Design Builder shall provide City with copies of all USA records secured by Design Builder. Design Builder shall advise City of any Drawings and that provided by USA records. 3. If either of the following conditions is encountered at Site, Design Builder shall give written notice to City promptly before conditions are disturbed (except in an emergency as required by Paragraph 16.D of these General Conditions), and in no event later than seven (7) days after first observance of (a) Subsurface or Latent physical conditions which differ materially from those indicated in Contract Documents; (b) Unknown physical conditions of an unusual nature or which differ materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in Contract Documents. 4. In response to Design Builder’s written notice under Paragraph 13.D of these General Conditions, City will investigate the identified conditions, and if they differ materially and cause increase or decrease in Design Builder’s cost of, or time required for, performance of any part of the Work, City will issue a Change Order under the procedures described in Contract Documents. If City determines that physical conditions at the Site are not latent or are not materially different from those indicated in Contract Documents or that no change in terms of Contract Documents is justified, City shall so notify Design Builder in writing, stating reasons. If City and Design Builder do not agree on an adjustment in Contract Sum or Contract Times, Design Builder shall proceed with the Work as directed by City and may file a claim as provided in Part 12 of these General Conditions. 5. Design Builder shall not be entitled to any adjustment in the Contract Sum or Contract Times regarding claimed Latent or materially different Site conditions if (a) Design Builder knew of the existence of such conditions at the time Design Builder submitted its Bid; or (b) Design Builder should have known of the existence of such conditions as a result of having complied with the requirements of Contract Documents, including without limitation Paragraph 13.D of these General Conditions; or (c) the information or conditions claimed by Design Builder to be Latent or materially different consist of information, conclusions, opinions or deductions of the kind that Paragraph 13.D precludes reliance upon; or (4) Design Builder was required to give written notice under Paragraph 13.D and failed to do so within the time required. 6. If City and Design Builder are unable to agree on entitlement to or as to the amount or length of any adjustment in the Contract Sum or Contract Times required under this Paragraph, 467 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GENERAL CONDITIONS 00 7200 - 22 Design Builder shall proceed with the Work as directed by City and may make a claim as provided in Part 12 of these General Conditions. 7. In the event the City Exercises its rights to decide disputed issues pertaining to changed work, as set forth above, then the resulting Change Order shall be effective when signed by the City and notwithstanding the fact that the Design Builder has not signed it. 8. The cost of all of the following will be included in the Contract Sum and Design Builder shall have full responsibility for (a) reviewing and checking all available information and data, including but not limited to, information on file at USA; (b) locating all Underground Facilities shown or indicated in Contract Documents, available information, or indicated by visual observation, including but not limited to, and by way of example only, engaging qualified locating services and all necessary backhoeing and potholing; (c) coordination of the Work with the owners of such Underground Facilities during construction; and (d) the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. 9. If an Underground Facility is uncovered or revealed at or contiguous to the Site which was not shown or indicated in the materials supplied by City or in information on file at USA, or is otherwise reasonably available to Design Builder, then Design Builder shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby (and in no event later than seven (7) days), and prior to performing any Work in connection therewith (except in an emergency as required by Paragraph 16 of these General Conditions), identify the owner of such Underground Facility and give written notice to that owner and to City. During such time, Design Builder shall be responsible for the safety and protection of such Underground Facility. 10. Design Builder shall be allowed a reasonable increase in the Contract Sum or an extension of the Contract Times, or both, to the extent that they are attributable to damages to the Design Builder as a result of the existence of any Underground Facility that is owned and was built by City only where the Underground Facility (a) was not shown or indicated in Contract Documents, or in information on file at USA; and (b) Contractor did not know of it; and (c) Design Builder could not reasonably have been expected to be aware of it or to have anticipated it from the information available (for example, if surface conditions such as pavement repairs, valve covers, or other markings, indicate the presence of an Underground Facility, then an increase in the Contract Price or an extension of the Contract Time will not be due, even if the Underground Facility was not indicated in Contract Documents, in information on file at USA, or otherwise reasonably available to Design Builder.). 11. Design Builder shall bear the risk that Underground Facilities not owned or built by City may differ in nature or locations shown in information made available by City pursuant to Section 00 31 19, “Existing Conditions,” in information on file at USA, or otherwise reasonably available to Design Builder. Underground Facilities are inherent in construction involving digging of trenches or other excavations and Design Builder is to apply its skill and industry to verify the information available. E. NOTICE OF HAZARDOUS WASTE OR MATERIALS CONDITIONS 1. Notice by Design Builder shall be given in writing to City promptly, before any of the following conditions are disturbed (except in an emergency as required by Paragraph 16.D below), and in no event later than 24 hours after first observance, of any (a) material that Design Builder believes may be hazardous waste or hazardous material, as defined in Section 25117 of the Health and Safety Code (including, without limitation, asbestos, lead, PCBs, petroleum and related hydrocarbons, and radioactive material) that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law; (b) other material which may present a substantial danger to persons or property exposed thereto in connection with Work at the Site. 2. Except as otherwise provided in Contract Documents or as provided by applicable law, Design Builder shall not be required to give any notice for the disturbance or observation of any such hazardous waste or hazardous material where such matter is disturbed or observed as part of the scope of Work under Contract Documents (such as hazardous waste or hazardous material 468 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GENERAL CONDITIONS 00 7200 - 23 investigation, remediation or disposal activities which are identified as the subject of Work under Contract Documents), where Design Builder complies with all requirements in Contract Documents and applicable law respecting such materials. 3. Design Builder’s written notice under Paragraph 13.E.1 above shall indicate whether the hazardous waste or material was shown or indicated in Contract Documents to be within the scope of Work, and whether the hazardous waste or material was brought to the Site by Design Builder, its Subcontractors, suppliers, or anyone else for whom Design Builder is responsible. As used in this paragraph, “hazardous materials,” shall include asbestos, lead, PCBs, petroleum and related hydrocarbons, and radioactive material and as defined in Health and Safety Code section 25117. 4. Design Builder shall not be entitled to any adjustment in the Contract Sum or Times regarding claimed hazardous waste or materials if (1) Design Builder knew of the existence of such hazardous material or hazardous waste at the time Design Builder submitted its bid; or (2) Design Builder should have known of the existence of such hazardous material or hazardous waste as a result of its having the responsibility to obtain additional or supplementary examinations, investigation, explorations, tests, studies and data concerning the conditions at or contiguous to the Site prior to submitting its Bid. 5. If City determines that conditions do not involve hazardous waste or hazardous materials or that no change in Contract Document terms is justified, City shall notify Design Builder in writing, stating the reasons for its determination. If City and Design Builder cannot agree on an adjustment in Contract Sum or Contract Times, Design Builder shall proceed with the Work and as directed by City and may file a claim as provided in Part 12 of these General Conditions. 6. If Design Builder does not agree to resume work based on a reasonable belief that it is unsafe, or does not agree to resume work under special conditions, City may order the disputed portion of work deleted from the Work, or performed by others, or City may invoke its right to terminate Design Builder’s right to proceed under Contract Documents in whole or in part. If Design Builder does not agree with City’s determination of any adjustment in the Contract Sum or Times as a result, Design Builder may make a claim as provided in Part 12 of these General Conditions. F. SUSPENSION OF WORK 1. City may, without cause, order Design Builder in writing to suspend, delay or interrupt Work in whole or in part for such period of time as City may determine. An adjustment shall be made for increases in cost of performance of Contract Documents caused by any such suspension, delay or interruption, calculated using the measures set forth in Section 01 26 00, “Modification Procedures.” No adjustment shall be made to extent: (a) that performance is, was or would have been so suspended, delayed or interrupted by another cause for which Design Builder is responsible; or (b) that an equitable adjustment is made or denied under another provision of Contract Documents; or (c) that the suspension of work was the direct or indirect result of Design Builder’s failure to perform any of its obligations hereunder. Adjustments made in cost of performance may have a mutually agreed fixed or percentage fee; if the parties cannot agree, Design Builder may file a claim under Part 12 herein. G. TERMINATION OF CONTRACT FOR CAUSE 1. Design Builder shall be in default of Contract Documents and City may terminate Design Builder’s right to proceed under Contract Documents, for cause: a. Should Design Builder make an assignment for the benefit of creditors, admit in writing its inability to pay its debts as they become due, file a voluntary petition in bankruptcy, be adjudged a bankrupt or insolvent, be the subject of an involuntary petition in bankruptcy which is not dismissed within 60 days; file a petition or answer seeking for itself any reorganization, arrangement, composition, readjustment, liquidation, dissolution, or similar relief under any present or future statute, law, or regulation, filing any answer admitting or not contesting the material allegations of a petition filed against Design Builder in any such proceeding, or seek, consent to, or acquiesce in, the appointment of any trustee, receiver, custodian or liquidator of Design Builder or of all or any substantial part of its properties or if Design Builder, its directors or shareholders, take action to dissolve or liquidate Design Builder; or 469 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GENERAL CONDITIONS 00 7200 - 24 b. Should Design Builder commit a material breach of Contract Documents and not cure such breach within ten (10) calendar days of the date of notice from City to Design Builder demanding such cure; or, if such breach is curable but not curable within such ten (10) day period, within such period of time as is reasonably necessary to accomplish such cure. (In order for Design Builder to avail itself of a time period in excess of 10 calendar days, Design Builder must provide City within the 10-day period with a written plan acceptable to City to cure said breach, and then diligently commence and continue such cure according to the written plan); or c. Should Design Builder violate or allow (by a Subcontractor or other person or entity for which Design Builder is responsible) a violation of any valid law, statute, regulation, rule, ordinance, permit, license or order of any governmental City applicable to the Project or Work and does not cure (or cause to be cured) such violation within ten (10) days of the date of the notice from City to Design Builder demanding such cure; or, if such violation is curable but not curable within such ten (10) day period, within such period of time as is reasonably necessary to accomplish such cure. (In order for Design Builder to avail itself of a time period in excess of 10 calendar days, Design Builder must provide City within the 10-day period with a written plan to cure said violation acceptable to City, and then diligently commence and continue performance of such cure according to the written plan.); or d. Should any material representation, warranty, declaration, certification or other statement (together, “representations”) made by Design Builder in any Bidding Document or otherwise to City in connection with Design Builder’s obtaining or performing this Contract prove to be materially incorrect when made, or should Design Builder materially breach any material agreement made in any Bidding Document. 2. If City at any time reasonably believes that Design Builder is or may be in default under Contract Documents, as defined above, City may in its sole discretion notify Design Builder of this fact and request written assurances from Design Builder of performance of Contract Documents and a written plan from Design Builder to remedy any default under the terms of Contract Documents which City may advise Design Builder of in writing. Failure of Design Builder to provide such written assurances of performance and the required written plan, within ten (10) calendar days of demand, will constitute a material breach of Contract Documents sufficient to justify termination for cause. 3. In event of termination for cause, City shall immediately serve written notice thereof upon Surety and Design Builder. Surety shall have the rights and obligations set forth in Section 00 61 00 Faithful Performance Bond. Subject to the Surety’s rights under the Performance Bond (which rights are waived upon a default thereunder), City may take over the Work and prosecute it to completion by contract or by any other methods it may deem advisable. 4. In the event of termination by City as provided in Paragraph 13.G.1 above for cause: a. City shall compensate Design Builder for the value of the Work delivered to City upon termination as determined in accordance with Contract Documents, subject to all rights of offset and back charges, and provided that Design Builder provides City with updated as- builts and project record documents showing the Work performed up to the date of termination. However, City shall not compensate Design Builder for its costs in terminating the Work or any cancellation charges owed to third parties. b. Design Builder shall deliver to City possession of the Work in its then condition, including but not limited to, all designs, engineering, project records, cost data of all types, drawings and specifications and contracts with vendors and subcontractors, all other documentation associated with the Project, and all construction supplies and aids dedicated solely to performing the Work which, in the normal course of construction, would be consumed or only have salvage value at the end of the construction period. Design Builder shall remain fully liable for the failure of any Work completed and materials and equipment provided through the date of such termination to comply with the provisions of Contract Documents. The provisions of this Paragraph shall not be interpreted to diminish any right which City may have to claim and recover damages for any breach of Contract Documents or otherwise, but rather, Design Builder shall compensate City for all loss, cost, damage, expense, and/or 470 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GENERAL CONDITIONS 00 7200 - 25 liability suffered by City as a result of such termination and failure to comply with Contract Documents. c. City shall, to the extent applicable, have all other rights and remedies set forth in any Bidding Document. 5. In the event a termination for cause is determined to have been made wrongfully or without cause, then the termination shall be treated as a termination for convenience, and Design Builder shall have no greater rights than it would have had following a termination for convenience. Any Design Builder claim arising out of a termination for cause shall be made in accord with the provisions of Contract Documents on claims and calculated in accordance with the provisions of Contract Documents on Change Orders and claims. No other loss cost, damage, expense or liability may be claimed, requested or recovered by Design Builder. H. TERMINATION OF CONTRACT FOR CONVENIENCE 1. City may terminate performance of the Work under Contract Documents in accordance with this clause in whole, or from time to time in part, whenever City shall determine that termination is in City’s best interest. Termination shall be affected by City delivering to Design Builder notice of termination specifying the extent to which performance of the Work under Contract Documents is terminated, and the effective date of the termination. 2. After receiving a notice of termination under Paragraph 13.H.1 above, and except as otherwise directed by City, Design Builder shall: a. Stop Work under Contract Documents on date and to extent specified in notice of termination; b. Place no further orders or subcontracts for materials, services, or facilities except as necessary to complete portion of Work under Contract Documents, which is not terminated; c. Terminate all orders and subcontracts to extent that they relate to performance of Work terminated by the notice of termination; d. Assign to City in manner, at times, and to extent directed by City, all right, title, and interest of Design Builder under orders and subcontracts so terminated. City shall have the right, in its sole discretion, to settle or pay any or all claims arising out of termination of orders and subcontracts; e. Settle all outstanding liabilities and all claims arising out of such termination of orders and subcontracts, with approval or ratification of City to extent City may require. City’s approval or ratification shall be final for purposes of this Paragraph; f. Transfer title to City, and deliver in the manner, at the times, and to the extent, if any, directed by City, all fabricated or unfabricated parts, Work in process, completed Work, supplies, and all other material produced as part of, or acquired in connection with performance of, Work terminated by the notice of termination, and completed or partially completed drawings, drawings, specifications, information, and other property which, if the Project had been completed, would have been required to be furnished to City; g. Use its best efforts to sell, in manner, at times, to extent, and at price or prices that City directs or authorizes, any property of types referred to in Paragraph 13.H.2.f. above, but Design Builder shall not be required to extend credit to any purchaser, and may acquire any such property under conditions prescribed and at price or prices approved by City. Proceeds of transfer or disposition shall be applied to reduce payments to be made by City to Design Builder under Contract Documents or shall otherwise be credited to the price or cost of Work covered by Contract Documents or paid in such other manner as City may direct; h. Complete performance of the part of the Work which was not terminated by the notice of termination; and i. Take such action as may be necessary, or as City may direct, to protect and preserve all property related to Contract Documents which is in Design Builder’s possession and in which City has or may acquire interest. 3. After receipt of a notice of termination, Design Builder shall submit to City its termination claim, in form and with all certifications required by Part 12 herein. Design Builder’s termination claim shall be submitted promptly, but in no event later than thirty (30) days from effective date of the 471 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GENERAL CONDITIONS 00 7200 - 26 termination. Design Builder and City may agree upon the whole or part of the amount or amounts to be paid to Design Builder because of a total or partial termination of Work under this Paragraph 13.H. If Design Builder and City fail to agree on the whole amount to be paid to Design Builder because of the termination of the Work under this Paragraph 13.H, City shall determine, based on information available to it, the amount, if any, due to Design Builder by reason of the termination and shall pay to Design Builder for Work specified in Contract Documents which is performed before the effective date of the termination, the total (without duplication of any items) of: a. The reasonable cost to Design Builder, without profit, for all Work performed prior to the effective date of the termination, including Work done to secure the Project for termination. In determining reasonable cost, deductions will be made for cost of materials to be retained by Design Builder, cost of work defectively performed, amounts realized by sale of materials, and for other appropriate credits against cost of Work. Reasonable cost will include reasonable allowance for Project overhead and general administrative overhead not to exceed a total of 10 percent of direct costs of such work; b. When, in City’s opinion, the cost of any item of Work is excessively high due to costs incurred to remedy or replace defective or rejected Work, reasonable cost to be allowed will be the estimated reasonable cost of performing the Work in compliance with requirements of Contract Documents and excessive actual cost shall be disallowed; c. A reasonable allowance for profit on cost of Work performed as determined under Paragraph 13.H.3.a, provided that Design Builder establishes to City’s satisfaction that Design Builder would have made a profit had the Project been completed, and provided further that the profit allowed shall not exceed 5 percent of cost; d. Reasonable costs to Design Builder of handling material returned to vendors, delivered to City or otherwise disposed of as directed by City; e. A reasonable allowance for Design Builder’s internal administrative costs in preparing termination claim; and f. City shall have no obligation to pay Design Builder under this Paragraph 13.H unless and until Design Builder provides City with updated and acceptable as-builts and Project record documents for Work completed prior to termination. 4. Except as provided above, City shall not be liable for costs incurred by Design Builder or subcontractors after receipt of a notice of termination. Such non-recoverable costs include, but are not limited to, anticipated profits on Work not performed as of the date of termination, post- termination employee salaries, post-termination general administrative expenses, post- termination overhead or unabsorbed overhead, costs of preparing and submitting Design Builder’s Bid, attorney’s fees of any type, and all other costs relating to prosecution of claim or lawsuit. 5. In arriving at the amount due Design Builder under this clause there shall be deducted: (a) All unliquidated advances or other payments on account previously made to Design Builder which are applicable to the terminated portion of Contract Documents; (b) any claim which City may have against Design Builder in connection with Contract Documents; and (c) the agreed price for, or proceeds of sale of, any materials, supplies, or other things kept by Design Builder or sold under provisions of Paragraph 13.H, and not otherwise recovered by or credited to City. I. CONTINGENT ASSIGNMENT OF SUBCONTRACTS 1. Design Builder hereby assigns to City each Subcontract for a portion of the Work, provided that: a. The assignment is effective only after City’s termination of Design Builder’s right to proceed under Contract Documents (or portion thereof relating to that Subcontract) pursuant to Paragraphs 13.G or 13.H above; b. The Assignment is effective only for the Subcontracts, which City expressly accepts by notifying the Subcontractor in writing; 472 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GENERAL CONDITIONS 00 7200 - 27 c. The assignment is subject to the prior rights, if any, of the Surety, obligated by the Performance Bond provided under Contract Documents, where the Surety exercises its rights to complete the Contract; d. After the effectiveness of an assignment, Design Builder shall, at its sole cost and expense (except as otherwise provided in Paragraphs 13.G or 13.H above), sign all instruments and take all actions reasonably requested by City to evidence and confirm the effectiveness of the assignment in City; and e. Nothing in this Paragraph 13.I shall modify or limit any of Design Builder’s obligations to City arising from acts or omissions occurring before the effectiveness of any Subcontract assignment, including but not limited to all defense, indemnity and hold harmless obligations arising from or related to the assigned Subcontract. J. REMEDIES 1. Subject to Contract Documents provisions regarding Design Builder claims, claim review, and claim resolution, and subject to the limitations therein, the exclusive jurisdiction and venue for resolving all claims, counter-claims, disputes and other matters in question between City and Design Builder arising out of or relating to Contract Documents, any breach thereof or the Project shall be the applicable court of competent jurisdiction located in the State of California, County of Alameda. All City remedies provided in Contract Documents shall be taken and construed as cumulative and not exclusive; that is, in addition to each and every other remedy herein provided; and in all instances City shall have any and all other equitable and legal rights and remedies which it would have according to law. K. PATENTS 1. Fees or claims for any patented invention, article or arrangement that may be used upon or in any manner connected with performance of the Work or any part thereof shall be included in the Bid price for doing the Work. Design Builder shall defend, indemnify and hold harmless City and each of its officers, employees, consultants and agents, including, but not limited to, the Redevelopment City Director, Dublin Redevelopment City Board and each City representative, from all damages, claims for damages, costs or expenses in law or equity, including attorney’s fees, arising from or relating to any claim that any article supplied or to be supplied under Contract Documents infringes on the patent rights, copyright, trade name, trademark, service mark, trade secret or other intellectual property right of any person or persons or that the person or entity supplying the article does not have a lawful right to sell the same. Such costs or expenses for which Design Builder agrees to indemnify and hold harmless the above indemnities include but are not limited to any and all license fees, whether such fees are agreed by any indemnitee or ordered by a court or administrative body of any competent jurisdiction. 2. Attention is directed to the provisions of Public Contracts Code section 3400, the General Conditions, and elsewhere within the Contract Documents regarding requests for substitutions. Where only one brand or trade name is known to the City, the City has, as permitted by Section 4380, listed only one brand or trade name in these specifications, but is willing to accept a fully equal product. If the Design Builder wishes to substitute an item identified in the plans or specifications under a brand, trade name, manufacturer’s catalog number, data requesting such substitution shall be submitted not later than 35 days after award of the contract, per the Contract Documents regarding proposed Substitutions. Such data shall include full information for review by the Engineer supporting the request for substitution of each item on a fully equal basis. L. LIMIT OF LIABILITY 1. City and each of its officers, mayor, board members, employees, consultants and agents including, but not limited to each, each City’s representative shall have no liability to Design Builder for special, consequential or incidental or incidental damages, except to the limited extent that these contract documents or applicable public contracting statutes may specify their recovery. M. SEVERABILITY 1. Any provisions or portions thereof of Contract Documents which are prohibited by, unlawful, or 473 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GENERAL CONDITIONS 00 7200 - 28 unenforceable under any applicable law of any jurisdiction shall as to such jurisdiction be ineffective without affecting other provisions or portions thereof in Contract Documents. PART 14. MODIFICATIONS OF CONTRACT DOCUMENTS A. ALTERATIONS, MODIFICATIONS AND FORCE ACCOUNT WORK 1. No modification or deviation from the Drawings and Specifications shall be permitted except by written Contract Modification. 2. City may, without notice to the sureties, make alterations, deviations, additions to, or deletions from Contract Documents; increase or decrease the quantity of any item or portion of the Work; change the Contract Times; delete any item or portion of the Work; and require extra work. Design Builder shall perform such work under applicable provisions of Contract Documents, unless specifically provided otherwise at the time the change is ordered. In the case of any ordered extra work, City reserves the right to furnish all or portions of associated labor, material, and equipment, which Design Builder shall accept and use without payment for costs, markup, profit, or otherwise for such City-furnished labor, materials, and equipment. 3. Changes affecting time or price of the Work shall be set forth in a written Change Order that shall specify: (1) the work performed in connection with the change to be made; (2) the amount of the adjustment of the Contract price, if any, and the basis for compensation for the work ordered; and (3) the extent of the adjustment in the Contract time, if any. A Change Order will not become effective until signed by City. 4. Changes not affecting the time or price of the Work, in City’s discretion, may be set forth in a written Request for Information executed by City or other written form approved by the City. Execution of such an RFI constitutes Design Builder’s agreement to make the specified change without change to the Contract Price or the Contract Times. 5. No changes or deviations from Contract Documents affecting time or price of the Work will be made without the authority of an approved Change Order or Construction Change Directive, except in cases of emergency discussed herein. 6. Design Builder in accordance with Contract Documents shall diligently carry out all Change Orders. If changes ordered in design, workmanship or materials are of such a nature as to increase or decrease the cost of any part of the Work, the price fixed in Contract Documents shall be increased or decreased by the amount that Design Builder and City may agree upon as a reasonable and proper allowance for the cost increase or decrease. If an agreement cannot be reached, then City shall reach a determination, which shall be final, subject to Design Builder’s rights under Part 12 of these General Conditions. In all cases Design Builder shall perform the changed Work as directed by City subject to Design Builder’s rights under Part 12 of these General Conditions. In the event the City exercises its rights to decide disputed issues pertaining to changed Work, as set forth above, then the resulting Change Order shall be effective when signed by the City and notwithstanding the fact that the Design Builder has not signed it. 7. Design Builder shall, upon City’s request, permit inspection of the original unaltered Project Bid estimate, subcontract agreements, purchase orders relating to the change, and documents substantiating all costs associated with the cost proposal. 8. Changes in the Work made pursuant to this Paragraph and extensions of Contract Time necessary by reason thereof shall not in any way release the guarantees/warranties given by Design Builder pursuant to provisions of Contract Documents, nor shall such changes in the Work relieve or release the Sureties of bonds executed pursuant to said provisions. The Sureties, in executing such bonds, shall be deemed to have expressly agreed to any such change in the Work and to any extension of time made by reason thereof. 9. Procedures for Modifications of Contract Documents and for calculating the cost of extra work are given in Section 01 26 00 of the Specifications. Regarding delay and impact costs of any nature, Design Builder may not seek delay compensation for on-site or off-site costs based on formulas, e.g., “Eichleay” or other formula. Rather, Design Builder must prove actual costs resulting from such delays. If Design Builder requests compensation for delay to the construction, then Design Builder must prove and document actual costs plus markup per the 474 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GENERAL CONDITIONS 00 7200 - 29 cost categories and procedures in Section 01 26 00 in order to request, claim or prove compensation for delay. B. ENTIRE AGREEMENT 1. Contract Documents and any Contract Modifications shall represent the entire and integrated agreement between City and Design Builder regarding the subject matters hereof and thereof and shall constitute the exclusive statement of the terms of the parties’ agreement. Contract Documents and any Contract Modifications shall supersede any and all prior negotiations, representations or agreements, written or oral, express or implied, that relate in any way to the subject matter of Contract Documents or written modifications. City and Design Builder represent and agree that, except as otherwise expressly provided in Contract Documents, they are entering into Contract Documents and any subsequent written modification in sole reliance upon the information set forth or referenced in Contract Documents or Contract Modifications and the parties are not and will not rely on any other information. C. EFFECT OF WAIVERS 1. Either party’s waiver of any breach or failure to enforce any of the terms, covenants, conditions or other provisions of Contract Documents at any time shall not in any way affect, limit, modify or waive that party’s right thereafter to enforce or compel strict compliance with every term, covenant, condition or other provision hereof, any course of dealing or custom of the trade or oral representations notwithstanding. PART 15. TIME ALLOWANCES A. TIME ALLOWANCES FOR PERFORMANCE OF CONTRACT DOCUMENTS 1. When Design Builder and City have signed the Contract Documents, City will serve a Notice to Proceed upon Design Builder to that effect. 2. The start date for Contract Times shall be as provided in Part 3.B of these General Conditions. The total number of calendar days for completion of the Work under Contract Documents shall be as provided in Section 00 52 00, “Agreement.” B. CHANGE OF CONTRACT TIMES 1. The Contract Times may only be changed by Change Order or by Contract Modification. The Contract Times will be adjusted in an amount equal to the time lost due to: a. Changes in the Work ordered by City, which impact the Project Schedule Critical Path; b. Acts or neglect by City, any City representative, utility owners or other contractors performing other work, provided that Design Builder has fully and completely performed its responsibilities under Contract Documents; c. Fires, floods, epidemics, abnormal weather conditions (beyond allocated weather days), earthquakes, civil or labor disturbances, strikes (except for labor or union actions caused by Design Builder, subcontractors or suppliers due to violation of a Community Workforce Agreement), or acts of God, provided damages resulting therefrom is not the result of Design Builder’s failure to protect the Work as required by Contract Documents. The Contract Times shall not be extended for such causes, however, unless Design Builder actually has been prevented from completing any part of the Work within the Contract Time due to delay meeting all of the following conditions: i. Delay is beyond Design Builder’s control and due to reasons for which Design Builder is not responsible; ii. A claim for delay is made as provided herein; and iii. Design Builder demonstrates actual delay to work activities that actually delay the progress of the Work in the amount of time requested beyond the required allocation of adverse weather days. d. Delays attributable to and within the control of a subcontractor, or its subcontractors, or supplier shall be deemed to be delays within the control of Design Builder. 2. Where Design Builder is prevented from completing any part of the Work within the Contract 475 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GENERAL CONDITIONS 00 7200 - 30 Times due to delay beyond the control of both City and Design Builder (including, but not limited to, abnormal or adverse weather of all types within or beyond the parameters referenced below and acts of other contractors or utilities), an extension of Contract Times, in an amount equal to the time lost due to such delay without any other form of compensation, shall be Design Builder’s sole and exclusive remedy for such delay. 3. Design Builder must present as its claims, all subcontractor and supplier claims of any type, and prove them under the terms of the Contract Documents. City shall not be directly liable to any Subcontractor, any supplier, or any other person or organization, or to any surety for or employee or agent of any of them, for damages or extra costs of any type arising out of or resulting from the Project, including without limitation: (a) delays caused by or within the control of Design Builder, (b) changes in the Work ordered by City or any City representative, (c) acts or neglect by City, utility owners or other contractors performing other work, (d) fires, floods, abnormal weather conditions (beyond required allocation of contract time), earthquakes, civil or labor disturbances, strikes, or acts of God, (e) other contractors performing other work as contemplated by Paragraph 6, or (f) claimed deficiencies in Project design. 4. Delays due to abnormal or adverse weather conditions may be allowed only if Design Builder proves that adverse weather actually caused critical project delays to work activities on the critical path beyond the required allocation of adverse weather days. Design Builder shall provide written notice of intent to claim an adverse weather day within one day of the adverse weather day occurring. See Section 01 3 20.1.03K for required allocation of adverse weather days. 5. Delays due to abnormal or adverse weather conditions shall not be a prima facie reason for an extension of Contract Times. Design Builder shall make every effort to continue Work under prevailing conditions. Delays due to abnormal or adverse weather conditions will be allowed provided Design Builder can prove abnormal or adverse weather conditions at the Site prevented the Design Builder from proceeding with seventy-five percent (75%) of the scheduled crew, labor, and equipment resources engaged on critical path activities identified on the accepted and most current progress schedule update at the time of the abnormal or adverse weather condition, and 75% of the crew did not work five (5) hours or more. Abnormal or adverse weather delays meeting the criteria in this paragraph are deemed beyond the control of both City and Design Builder, and a non-compensable extension of Contract Times (or milestones) due to such a delay shall be the Design Builder’s sole and exclusive remedy for such a delay. 6. Rain delay shall be recognized for the actual period of time Design Builder proves it was delayed by rain in accordance with the above parameters and requirements. For example, and not by way of limitation, if rain exceeding the specified parameters does not in fact delay Design Builder’s progress on the critical path, then no time extension shall be recognized; and conversely, if Design Builder proves that rain exceeding the specified parameters causes delay to Design Builder for a period longer than one day, then Design Builder shall be entitled to a time extension equal to the actual period of such delay. 7. Design Builder shall take reasonable steps to mitigate potential weather delays, such as dewatering the Site, providing access roads un-impacted by abnormal or adverse weather and covering work and material that could be affected adversely by weather. Failure to do so shall be cause for City to not grant a time extension due to abnormal or adverse weather, where Design Builder could have avoided or mitigated the potential delay by exercising reasonable care. C. NOTICE OF DELAY 1. Within seven (7) calendar days of the beginning of any delay Design Builder shall notify City in writing, by submitting a Notice of Potential Claim, of all anticipated delays resulting from the delay event in question. Any request for extension of time shall be accompanied by Design Builder’s written statement that the adjustment claimed is the entire adjustment to which the claimant is entitled as a result of the occurrence of said event. City shall determine all claims and adjustments in the Contract Times. No claim for an adjustment in the Contract Times will be valid and such claim will be waived if not submitted in accordance with the requirements of this paragraph. 476 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GENERAL CONDITIONS 00 7200 - 31 D. NO DAMAGES FOR DELAY CAUSED BY DESIGN BUILDER 1. Design Builder shall not be entitled to any time extension or compensation, including but not limited to extended field or home office overhead, field supervision, costs of capital, interest, escalation charges, acceleration costs or other impacts for any delays caused in whole or in part by Design Builder’s failure to perform its obligations under Contract Documents, or during periods of delay concurrently caused by Design Builder and either City or others. Design Builder may receive time extension and be compensated for delays caused directly and solely by City except that Design Builder shall not be entitled to damages for delay to the Work caused by the following reasons: a. City’s right to sequence the Work in a manner which would avoid disruption to City’s tenants and their contractors or other prime contractors and their respective subcontractors, exercised as a result of Design Builder’s failure to perform its cooperation and coordination responsibilities required by Contract Documents, City’s enforcement of any government act or regulation, or the provisions of Contract Documents. b. For changed site conditions that are beyond the parties’ contemplation, except that City may approve direct costs associated with unknown conditions (but not costs or damages which result from such delays); and c. Extensive requests for clarifications to Contract Documents or modifications thereto, provided such clarifications or modifications are processed by City or its consultants in a reasonable time commensurate with Contract Documents requirements. d. Extensive requests for clarifications that could be reasonably construed as frivolous in an attempt to create delay. e. Delay inferred from an assumed production rate by the Design Builder when such production rate has not been demonstrated by actual work progress. E. LIQUIDATED DAMAGES 1. Time is of the essence. Execution of Contract Documents by Design Builder shall constitute acknowledgement by Design Builder that Design Builder understands, has ascertained and agrees that City will actually sustain damages in the amount fixed in Contract Documents for each and every calendar day during which completion of Work required is delayed beyond expiration of time fixed for completion or extensions of time allowed pursuant to provisions hereof. Design Builder and City agree that specified measures of liquidated damages shall be presumed to be the damages actually sustained by City as defined below, and that because of the nature of the Project, it would be impracticable or extremely difficult to fix the actual damages. For liquidated damage amounts, see Section 00 52 00, Agreement, Article IV. 2. Liquidated damages shall be considered not as a penalty but as an agreed monetary damage sustained by City for increased project administration expenses, including extra inspection, construction management and architectural and engineering expenses and interest expenses related to the Project and Contract Documents because Design Builder failed to perform and complete Work within time fixed for completion or extensions of time allowed pursuant to provisions hereof. Liquidated damages shall not be deemed to include within their scope additional damages arising from defective work, lost revenues, cost of completion of the work, cost of substitute facilities, or damages suffered by others or other forms of liability claimed against City as a result of delay (e.g., delay or delay related claims of other contractors, subcontractors or tenants), and defense costs thereof; Design Builder shall be fully responsible for the actual amount of any such damages it causes, in addition to the liquidated damages otherwise due City. 3. There shall be deducted from any money due or to become due to Design Builder subsequent to time for completion of entire Work and extensions of time allowed pursuant to provisions hereof, a sum representing then accrued liquidated damages. Should Design Builder fall behind the approved Progress Schedule, City reserves the right to deduct liquidated damages based on its estimated period of late completion. City need not wait until Final Completion to withhold liquidated damages from Design Builder’s progress payments. Should money due or to become due to Design Builder be insufficient to cover aggregate liquidated damages due, then Design Builder forthwith shall pay the remainder of the assessed liquidated damages to 477 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GENERAL CONDITIONS 00 7200 - 32 City. PART 16. WORKING CONDITIONS AND PREVAILING WAGES A. USE OF SITE/SANITARY RULES 1. All portions of the Work shall be maintained at all times in neat, clean and sanitary condition. Design Builder shall furnish toilets and hand wash facilities for use of Design Builder’s and Subcontractors’ employees per Section 01 50 00 of the Specifications. 2. Design Builder shall confine construction equipment, the storage of materials and equipment and the operations of workers to the Site and land areas identified in and permitted by Contract Documents and other land and areas permitted by applicable laws and regulations, rights of way, permits and easements or as designated by City, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. Design Builder shall assume full responsibility for any damage to any such land or area, any improvement located thereon, or to the owner or occupant thereof resulting from the performance of Work. 3. During the progress of the Work, Design Builder shall keep the Site and the Project free from accumulations of waste materials, rubbish and other debris resulting from the Work. Waste shall be removed as a minimum weekly. At the completion of the Work, Design Builder shall remove all waste materials, rubbish and debris from and about the Site as well as all tools, appliances, construction equipment and machinery and surplus materials. Design Builder shall leave the premises clean and ready for occupancy by City at Substantial Completion of Work. Design Builder shall restore to original condition all property not designated for alteration by Contract Documents. 4. Design Builder shall not load nor permit any part of any structure or pavement to be loaded in any manner that will endanger the structure or pavement, nor shall Design Builder subject any part of Work or adjacent property to stresses or pressures that will endanger it. Design Builder shall conduct all necessary existing conditions investigation regarding structural, mechanical, electrical or any other system existing, shall perform its work consistent with such existing conditions, and shall have full responsibility for insufficiencies or damage resulting from insufficiencies of existing systems, equipment or structures to accommodate performing the Work. B. PROTECTION OF WORK, PERSONS AND PROPERTY 1. Design Builder shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with Work. Design Builder shall comply with all safety requirements specified in any safety program established by City, or required by State, Federal or local laws and ordinances. 2. Design Builder shall be responsible for all damage to Work, property or structures, and all injuries to persons, arising from the performance of Contract Documents. a. Design Builder shall comply with all applicable laws and regulations of any public body having jurisdiction for safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Design Builder shall notify owners of adjacent property and of Underground Facilities and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation and replacement of their property. b. Design Builder shall remedy all damage, injury or loss to any property caused, directly or indirectly, in whole or in part, by Design Builder, any Subcontractor, supplier, or any other person or organization directly or indirectly employed by any of them to perform or furnish any Work or anyone for whose acts any of them may be liable. Design Builder’s duties and responsibility for safety and for protection of Work shall continue until such time as all the Work is completed and Final Acceptance of the Work. City and of its agents do not assume any responsibility for collecting any indemnity from any person or persons causing damage to Design Builder’s work. 478 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GENERAL CONDITIONS 00 7200 - 33 c. Design Builder shall designate a qualified and experienced safety representative at the site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. d. City may, at its option, retain such moneys due under Contract Documents as City deems necessary until any and all suits or claims against Design Builder for injury to persons or property shall be settled and City receives satisfactory evidence to that effect. C. RESPONSIBILITY FOR SAFETY AND HEALTH 1. Design Builder shall ensure that its and each tier of subcontractors’ employees, agents and invitees comply with applicable health and safety laws while at the Site. These laws include the Occupational Safety and Health Act of 1970 and rules and regulations issued pursuant thereto, and City’s safety regulations as amended from time to time. Design Builder shall comply with all City directions regarding protective clothing and gear. 2. Design Builder shall be fully responsible for the safety of its and its subcontractors’ employees, agents and invitees on the Site. Design Builder shall notify City, in writing, of the existence of hazardous conditions, property or equipment at the Site that are not under Design Builder’s control. Design Builder shall be responsible for taking all the necessary precautions against injury to persons or damage to the property of Design Builder, subcontractors or persons from recognized hazards until the responsible party corrects the hazard. 3. Design Builder shall confine all persons acting on its or its subcontractors’ behalf to that portion of the Site where Work under Contract Documents is to be performed: City designated routes for ingress and egress thereto; and any other City designated area. Except those routes for ingress and egress over which Design Builder has no right of control, within such areas, Design Builder shall provide safe means of access to all places at which persons may at any time have occasion to be present. D. EMERGENCIES 1. In emergencies affecting the safety or protection of persons or Work or property at the Site or adjacent thereto, Design Builder, without special instruction or authorization from City, is obligated to act to prevent threat and damage, injury or loss, until directed otherwise by City. Design Builder shall give City prompt written notice if Design Builder believes that any significant changes in Work or variations from Contract Documents have been caused thereby. If City determines that a change in Contract Documents is required because of the action taken by Design Builder in response to such an emergency, a Change Order or Construction Change Directive will be issued to document the consequences of such action. E. USE OF ROADWAYS AND WALKWAYS 1. Construction impacting traffic on adjacent roadways shall be scheduled to avoid peak traffic times. a. Lane closures on Dublin Boulevard are not allowed prior to 10:00 a.m. or after 3:30 p.m. b. Lane closures on Civic Plaza are not allowed between to 7:30 a.m. and 5:30 p.m. 2. The Design Builder shall submit a site-specific traffic control plan with an aerial view showing the traffic control devices on the actual streets as they relate to the site conditions shall be provided. All traffic plans shall be prepared in accordance with the latest version of the State of California Department of Transportation “Manual of Traffic Controls for Maintenance and Construction Work Zones.” The traffic control plan shall consist of scaled drawings of each street where work is proposed. The plan shall detail all traffic control measures proposed for each street. Copies or modified copies of the Manual of Traffic Controls for Maintenance and Construction Work Zones or the Work Area Traffic Control Handbook or any other type of copied standardized traffic control plans shall not be acceptable. 3. Should a lane closure be necessary to perform the work, the Design Builder shall furnish portable changeable message signs 7-days in advance of the work alerting the Public of the impending work. 4. The Design Builder is responsible for furnishing and posting “No Parking” signage for work. 5. When the Design Builder is working in the Right-of-Way, the Design Builder shall distribute one 479 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GENERAL CONDITIONS 00 7200 - 34 week, and 24-hour notifications to residents or business impacted or in the vicinity of the work 6. Pedestrian access and circulation that is fully wheelchair accessible shall be maintained by the Design Builder on public sidewalks adjacent the project area. No closure of any street, driveway, or right of way may occur without written authorization from the City Engineer. 7. Unless otherwise provided in Contract Documents, Design Builder shall bear the cost of complying with this Paragraph E. F. NONDISCRIMINATION 1. Design Builder shall not discriminate in the employment of persons upon public works because of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, sexual preference, or gender of such persons. G. PREVAILING WAGES 1. This project is subject to prevailing wage rate compliance monitoring and enforcement by the California Department of Industrial Relations pursuant to Section 1771. 2. Certified Payroll: The Design Builder shall comply with all requirements of California Labor Code Section 1776. Each Design Builder and subcontractor shall keep accurate payroll records, showing the name, address, social security number, work classification, 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 by him or her in connection with the public work. 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 Design Builder (employer) has complied with the requirements of Sections 1771, 1811, and 1815 for any work performed by his or her employees on the public works project. 3. The Design Builder shall submit certified payrolls to the Labor Commissioner and be in compliance with the California Department of Industrial Relations compliance monitoring and enforcement groups with each invoice or request for progress payment. Up to 25% from each progress payment will be withheld by the City until the Design Builder has satisfied all the requirements of this Section. 4. In accordance with the provisions of California Labor Code Sections 1860 and 3700, the Design Builder shall secure the payment of compensation to his employees. 5. The Design Builder and subcontractors on this project shall provide copies of certified payrolls to the City upon request. 6. Wage Rates: In accordance with Section 1773.2 of the Labor Code of the State of California, copies of the general prevailing rate of per diem wages in the locality in which the public work is to be performed for each craft, classification, as determined by the Director of the Department of Industrial Relations are on file in the Office of the City Engineer, and these will be made available upon request. 7. It shall be mandatory upon the Design Builder to whom the contract is awarded, and upon all subcontractors under the Design Builder, to pay not less than the highest of the applicable rates set forth in either the federal or state schedules of prevailing wage rates. 8. The rate for work performed on Sundays and such legal holidays as are designated by the Council by ordinance, and for work performed in excess of eight (8) hours in one working day, in such cases in which such overtime is permitted by law, is not less than one and one-half (1- 1/2) times the above described prevailing rate of per diem wages. 9. The wages paid by the Design Builder and its subcontractors shall be the current applicable prevailing wage rates and in accordance with the requirements specified in these Contract Documents. The Design Builder and or Subcontractor(s) shall post the most current prevailing wage determination by the director of the prevailing rate of per diem wages upon the job site. 10. In accordance with Section 1775 of the California, the Design Builder and any subcontractor under the Design Builder shall, as a penalty to the City, forfeit not more than fifty dollars ($50) for each calendar day, or portion thereof, for each worker paid less than the prevailing wage rates as determined by the director for the work or craft in which the worker is employed for any public work done under the contract by the Design Builder or, except as provided in subdivision (b) of Section 1775, by any subcontractor under the Design Builder. 480 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GENERAL CONDITIONS 00 7200 - 35 11. Hours of Labor: In accordance with Section 1810 of the California Labor Code, eight (8) hours labor constitutes a legal day's work in all cases where the same is performed under the authority of any law of this State, or under the direction, or control, or by the authority of any officer of this State acting in his official capacity, or under the direction, or control or by the authority of any municipal corporation, or of any officer thereof. 12. In accordance with Section 1813 of the California Labor Code, the Design Builder or subcontractor shall, as a penalty to the City, forfeit twenty-five dollars ($25) for each worker employed in the execution of the contract by the respective Design Builder or subcontractor for each calendar day during which the worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of this article. In awarding any contract for public work, the awarding body shall cause to be inserted in the contract a stipulation to this effect. 13. As required, the City shall take cognizance of all violations of Section 1813 and shall report them to the Division of Labor Standards Enforcement. H. ENVIRONMENTAL CONTROLS 1. Design Builder shall comply with all rules, regulations, ordinances and statutes that apply to any work performed under Contract Documents including, without limitation, any toxic, water and soil pollution controls and air pollution controls specified in Government Code, Section 11017. Design Builder shall be responsible for insuring that Design Builder’s employees, subcontractors and the public are protected from exposure to airborne hazards or contaminated water, soil or other toxic materials used during or generated by activities on the Site or associated with the Project. Additionally, to reduce daytime noise impacts due to construction, the Design Builder shall develop and implement a site-specific noise reduction program, subject to City review and approval, which includes the following measures: a. Signs shall be posted at the construction site that include permitted construction days and hours, a day and evening contact number for the job site, and a day and evening contact number for the City in the event of problems; b. An on-site complaint and enforcement manager shall be posted to respond to and track complaints; c. A pre-construction meeting shall be held with the City and the Design Builder’s on-site representatives to confirm that noise mitigation and practices are completed and in place prior to the start of construction (including construction hour, neighborhood notification, posted signs, etc.); d. Equipment and trucks used for project construction shall utilize the best available noise control techniques (e.g., improved mufflers, equipment redesign, use of intake silencers, ducts, engine enclosures, and acoustically attenuating shield or shrouds, wherever feasible) Equipment and trucks shall not idle more than 5 minutes; e. Impact tools (e.g., jack hammers, pavement breakers, and rock drills) used for project construction shall be hydraulically or electrically powered wherever possible to avoid noise associated with compressed-air exhaust from pneumatically power tools. However, where use of pneumatic tools is unavoidable, a muffler on the compressed-air exhaust shall be used; this muffler can lower noise levels where feasible, which could achieve a reduction of 5 dBA. Quieter procedures shall be used, such as drills rather than impact equipment, whenever feasible; and stationary noise sources shall be located as far from sensitive receptors as possible, and they shall be muffled and enclosed within temporary sheds, or insulation barriers or other measures shall be incorporated to the extent feasible. I. TRENCH SAFETY PLAN 1. The Construction Safety Orders of the Division of Occupational Safety and Health shall apply to all excavations. For all excavations 5 feet or more in depth, the Design Builder, in accordance with California Labor Code Section 6705, shall submit to the City a detailed plan showing the design and details of the protective systems to be provided for worker protection from the hazard of caving ground during excavation. The detailed plan shall include any tabulated data and any design calculations used in the preparation of the plan. Excavation shall not begin until the detailed plan has been reviewed and approved by the City. 481 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GENERAL CONDITIONS 00 7200 - 36 2. Detailed plans of protective systems for which the Construction Safety Orders require design by a registered professional engineer shall be prepared and signed by an engineer who is registered as a Civil Engineer in the State of California, and shall include the soil classification, soil properties, soil design calculations that demonstrate adequate stability of the protective system, and any other design calculations used in the preparation of the plan. No plan shall allow the use of a protective system less effective than that required by the Construction Safety Orders. 3. Nothing in this section shall be construed to impose tort liability on the awarding body or any of its employees. 4. Attention is also directed to Sections 6422, 6423, 6424, 6705, and 6707 of the Labor Code of the State of California, OSHA 29 CFR Part 1926 Federal Regulations, Standards-Excavation, and elsewhere within these Contract Documents. 5. Prior to any excavation, the Design Builder shall designate a competent person who is responsible for trench and structure excavation, and the Design Builder shall obtain a Cal/OSHA Safety Permit. 6. Submittals: Provide the following shop drawings and informational submittals; a. Design Builder’s detailed Sheeting, Shoring and Bracing Plan. The Plan shall be submitted a minimum of fifteen (15) business days prior to the intended start of excavation. The Plan shall include structural calculations, and alternative protection systems. The Design Builder shall be prepared to implement these alternative systems should the initial systems not achieve the following minimum requirements: i. Protect personnel that enter the excavation; ii. Protect existing utilities, pavements and structures; iii. Prevent caving or lateral movement of excavation walls and associated loss of adjacent ground and adjacent ground surface settlement, even when subjected to construction vibrations; iv. Provide stable excavation walls and bottom; v. Prevent heave of the excavation bottom; vi. Resist lateral loads from vehicular traffic, construction equipment and spoils, and hydrostatic pressures, if any. b. Copy of the Design Builders Cal/OSHA Safety Permit. c. Name and contact information for the Design Builders Competent Person. 7. Sheeting, shoring, and/or bracing of open cut excavations shall be provided, inclusive of all construction conforming to applicable safety orders, including any necessary subsurface investigations, preparing and submitting shoring designs, labor, tools, materials, equipment, power, and fuel for doing all required work including but not limited to that as required by Sections 6700-6708 of the Labor Code. 8. When close sheeting (sheet piles) is required, it shall be so driven so as to prevent adjacent soil from entering the trench either below or through such sheeting. Where sheeting and shoring and bracing are used, the trench width shall be increased accordingly. 9. The City reserves the right to order the sheeting driven to the full depth of the trench or to such additional depths as may be required for the protection of the work. Where the soil in the lower limits of a trench has the necessary stability, the Design Builder may submit a request to modify the shoring design and submit supporting calculations to stop the driving of sheeting at some designated elevation above the trench bottom. However, the Design Builder retains full responsibility for all excavation support under the Contract. 10. Trench bracing, except those that must be left in place, may be removed when the backfilling has reached the respective levels of such bracing. 11. Sheeting, except that which has been left in place, may be removed after the backfilling has been completed or has been brought up to such an elevation as to permit its safe removal. 12. Excavation More Than Four Feet Deep. In accordance with California Public Contract Code Section 7104, if the Work involves excavation more than four feet deep the Design Builder must promptly notify the City in writing before disturbing: any material that the Design Builder believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II or Class III disposal site in accordance with provisions of existing law; any subsurface or latent physical conditions at the Work site differing 482 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 GENERAL CONDITIONS 00 7200 - 37 from those indicated; or any unknown physical conditions at the Work site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents. The City will promptly investigate any such conditions for which notice is given. If the City finds that the conditions do materially differ, or involve hazardous waste, and would cause a decrease or increase in the cost or time of performance of the Work, the City will issue a change order pursuant to these Special Provisions. If a dispute arises between the City and the Design Builder concerning whether the conditions materially differ, or involve hazardous waste, or cause a decrease of increase in the cost or time of performance, the Design Builder will not be excused from any completion date provided in the Contract Documents but shall proceed with all Work to be performed. The Design Builder will retain all rights under contract or law pertaining to resolution of disputes and protests between contracting parties. 13. Excavation of Five Feet or More. In accordance with California Labor Code Section 6705, Design Builders performing contracts exceeding $25,000 in cost and involving excavation five or more feet deep must submit for the City’s acceptance, prior to excavation, a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during excavation. If the plan varies from the shoring system standards, it must be prepared by a registered civil or structural engineer. END OF SECTION 483 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 INSURANCE 00 8220 - 1 SECTION 00 82 20 INSURANCE The minimum insurance required for this project shall be per the requirements of this section and shown on the Certification of Insurance Forms found in the Contract Documents. The successful bidder shall submit the Certification of Insurance, properly executed by the carrier, with the contract documents. In the event of a conflict between these provisions and the Agreement, the terms of the Agreement shall control. 1. Insurance Requirements. Before commencing any Work under the Contract Documents, Design Builder shall furnish to the City satisfactory proof that Design Builder has in force continuously for the entire period covered by this Contract the following classes of insurance in the form and with limits specified below. 1.1 Commercial General Liability Insurance covering claims for personal injury, bodily injury and property damage arising out of the Work and in a form providing coverage no less broad than that of the current ISO Commercial General Liability policy (Occurrence Form, number CG 00 01). Such insurance shall provide for all operations and include independent contractors, products liability, completed operations, contractual liability, personal and advertising injury. Design Builder shall keep the commercial general liability insurance in place for 10 years following completion of the work. The commercial general liability insurance limits shall be dedicated solely to the specific Project described in the Contract Documents, and shall have limits not less than: 1.1.1 $1 million each Occurrence; 1.1.2 $1 million each Occurrence for personal injury and advertising injury; 1.1.3 $2 million aggregate for products and completed operations; 1.1.4 $2 million general aggregate limit, which shall apply separately and be reinstated annually. Except for any exclusions relating to EIFS, lead and asbestos risks, the policy shall not contain any exclusions directed toward any types of projects, materials, or processes involved in the Work. Coverage shall include but not be limited to the following and shall not include any endorsements restricting these coverages: 1.1.5 Contractual liability to cover liability assumed under the Contract Documents; 1.1.6 Products/Completed Operations Liability Insurance; 1.1.7 Broad Form Property Damage; 1.1.8 Explosion, collapse and underground hazards, if such exposure exists; 1.1.9 Independent subcontractors; 1.1.10 Severability of interests; 1.1.11 Cross liability; 1.1.12 Limited Professional Liability - contractor means and methods - CG 2279. Any self-insured retention shall be selected by the City pursuant to these requirements. 484 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 INSURANCE 00 8220 - 2 1.2 Business Auto Insurance covering all owned, non-owned, and hired vehicles on and off-site. Such insurance shall provide coverage not less than the standard ISO Comprehensive Automobile Liability policy (CA 00 01, CA 00 05, CA 00 12, CA 00 20), with limits not less than $2 million each accident, and $2 million each occurrence for claims subject to the Motor Carrier Act of 1980. If the Work involves transportation of hazardous or regulated substances, hazardous or regulated wastes and/or hazardous or regulated materials, Design Builder shall provide pollution auto coverage equivalent to that provided under the ISO pollution liability- broaden coverage for covered autos endorsement (CA 99 48) shall be provided, and the Motor Carrier Act endorsement (MCS 90) shall be attached. Any statutorily required “No-Fault” benefits and uninsured/underinsured motorists coverage should be included. 1.3 Worker’s Compensation and Employers Liability Insurance for all persons whom the Design Builder may employ carrying out Work contemplated under the Contract Documents, in accordance with the Act of Legislature of State of California, known as “Worker’s Compensation Insurance and Safety Act,” approved May 26, 1913, and all acts amendatory or supplemental thereto, in the statutory amount. Coverages and limits shall include: 1.3.1 Worker’s Compensation – statutory limit; 1.3.2 Employer’s liability; (a) $1 million bodily injury for each accident; (b) $1 million bodily injury by disease for each employee; (c) $1 million bodily injury disease aggregate; 1.3.3 Voluntary Compensation; 1.3.4 If there is an exposure or injury to Design Builder’s employees under the US Longshoremen’s and Harbor Worker’s Compensation Act, the Jones Act, or under laws, regulations or statutes applicable to maritime employees, coverage shall be included for all such injuries or claims. 1.4 Umbrella/Excess Liability Insurance on an Occurrence basis in excess of the underlying insurance identified in paragraphs 1.1, 1.2, and 1.3.2 above, and which is at least as broad as each and every one of the underlying policies. The umbrella/excess liability policy shall be written on a “drop-down-following form” basis, with only such exceptions as the City shall expressly approved in writing. The amounts of insurance required in paragraphs 1.1, 1.2, and 1.3.2 and this Section may be satisfied by Design Builder purchasing coverage for the limits specified or by any combination of underlying and umbrella limits, so long as the total amount of insurance is not less than the limits specified below for these types when added to the limit for this section. The umbrella/excess liability insurance limits shall be dedicated solely to the specific Project described in this Contract Documents, and shall have limits of not less than the following amounts: 1.4.1 $5 million any one occurrence and annually reinstating General Aggregate; and 1.4.2 $5 million any one occurrence and Aggregate Products/Completed Operations. The umbrella/excess liability insurance shall be kept in place for 10 years following completion of the work. Any self-insured retention shall be selected by the City pursuant to these requirements. 1.5 Design Builder’s equipment. Design Builder will maintain All Risk Equipment Insurance covering all risk of physical damage to equipment provided for use at the Project site by the 485 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 INSURANCE 00 8220 - 3 Design Builder, whether owned, leased, rented, borrowed or used at the Project site. Design Builder agrees to waive and does hereby waive its rights of recovery against the City and each of its officers, employees, consultants and agents including, but not limited to the City’s council members and each City representative, as to any damage or loss which may occur to its equipment to the extent covered by insurance. Design Builder will have the insurance company specifically agree to this waiver. If uninsured, Design Builder will hold harmless the City and each of its officers, employees, consultants and agents including, but not limited to the City’s Board of Trustees and each City representative, for loss or damage to its tools and equipment. 1.6 Design Builders Pollution Legal Liability Insurance covering claims for bodily injury, property damage, including mold and loss of use of damage property or of property that has not been physically injured or destroyed; cleanup costs; and defense, including costs and expenses incurred in the investigation, defense, or settlement of claims; all in connection with any pollution conditions arising from Design Builder’s operations or completed operations, performed by or on behalf of Design Builder. Completed operations coverage will remain in effect for no less than 5 years after substantial completion of the work. Such coverage shall be written on an occurrence basis and shall apply to sudden and non-sudden pollution conditions and shall be placed with an insurer and in a form acceptable to the City. If any pollution liability coverages cannot be obtained on an occurrence form, after using best efforts to do so, such coverages may be provided on a claims-made basis. The pollution legal liability policy shall be dedicated solely to the specific Project described in the Contract Documents and shall have limits not less than $5 million per occurrence and in the aggregate. Any self-insured retention shall be selected by the City pursuant to these requirements. 1.7 Builder’s Risk. The Design Builder must, at the Design Builder’s own expense, maintain a builder’s risk policy covering “all risks”, including special form including extended coverage and vandalism, and malicious mischief endorsements. The policy must name the City and the Design Builder as insureds. Such insurance must be carried in the amount of 105% of the Contract Price. In the event of a partial or total destruction of any or all of the Work at any time prior to the completion and acceptance thereof, the Design Builder shall promptly reconstruct all Work so destroyed or injured at the Design Builder’s own cost and expense and at no cost to the City. 1.8 If any aircraft are to be used in the performance of the work, Design Builder shall provide Aircraft Liability Insurance (including owned and non-owned) with the following minimum limits: Bodily Injury – $10 million each occurrence, $2 million each person; Property Damage – $10 million each occurrence. 1.9 All policies of insurance shall be placed with insurers acceptable to the City. The insurance underwriter(s) must be duly licensed to do business in the State of California and (other than for Worker’s Compensation) must have a rating of A XV or better in the most recent edition of Best’s Insurance Reports or otherwise satisfactory to the City. Required minimum amounts of insurance may be increased should conditions of Work, in the sole opinion of the City, warrant such increase. Design Builder shall increase required insurance amounts upon direction by the City. 2. Certificates of Insurance. 2.1 Design Builder shall furnish the City with certificates of insurance completed by a duly authorized representative evidencing coverage required under Section 1 of these requirements. Such certificates shall be delivered to the City before any Work hereunder is commenced by Design Builder and annually thereafter on or before the policy effective dates of Design Builder’s general liability insurance policy, and shall provide that no coverage under the policy shall be terminated, canceled or materially modified unless and until at least thirty (30) days prior written notice has been given to the City. Design Builder shall inform the City in 486 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 INSURANCE 00 8220 - 4 writing thirty (30) days prior to terminating or materially modifying coverage required in these requirements. 2.2 Failure of the City to demand such certificate or other evidence of full compliance with these insurance requirements, or failure of the City to identify a deficiency from evidence provided will not be construed as a waiver of the Design Builder’s obligation to maintain such insurance. 2.3 The City’s acceptance of delivery of any certificate of insurance evidencing the required coverages and limits does not constitute approval or agreement by the City that the insurance requirements have been met or that the insurance policy shown in the certificates of insurance are in compliance with the requirements. 2.4 The City has the right, but not the obligation, of prohibiting Design Builder or any subcontractor from entering the Project site until the City receives all certificates or other evidence that insurance has been placed in complete compliance with these requirements. 2.5 If any of the coverages are required to remain in force after Substantial Completion, Design Builder shall submit an additional certificate evidencing continuation of such coverage with its final billing and at each subsequent renewal of Design Builder’s insurance. 3. Required Endorsements. Except as provided below, the policies required under Section 1 of these requirements shall be endorsed, in a form and manner acceptable to the City, providing as follows: 3.1 Except with regard to the Worker’s Compensation and Employer’s Liability Insurance, the City, its parent, subsidiary and affiliated organizations, and its City council, employees, representatives, consultants, and agents, shall be named as additional insureds, but only with respect to liability arising out of the activities of the named insured. Such additional insured endorsement for Commercial General Liability and excess/umbrella coverages shall be equivalent to ISO form GC 20 10 07 04, together with ISO form GC 20 37 07 04. The additional insured requirement for Commercial General Liability and excess/umbrella coverages is for the duration of this Agreement and an additional ten (10) years following Substantial Completion of the Work. 3.2 Except with regard to the Worker’s Compensation and Employer’s Liability insurance, each policy, including additional insured coverages, shall be primary and no other insurance or self- insured retention carried or held by the City shall be called upon to contribute to a loss covered by insurance for the named insured. 3.3 The insurance carriers waive their rights of subrogation against the City and all additional insureds, as well as other insurance carriers for the Work. 3.4 Declarations pages required. Design Builder or its insurance broker shall submit a copy of the declarations page for each policy. The page shall include the name of the carrier, policy number, the types of coverages and limits, the effective dates of the policy, and the broker’s name and license number. 4. Certificates of Insurance and Endorsements shall have clearly typed thereon the City’s name and title of the Contract Documents. Written notice of cancellation, non-renewal, or reduction in coverage of any policy shall be mailed to the City Manager at 100 Civic Plaza, Dublin, CA, 94568, 30 days in advance of the effective date of the cancellation, non-renewal, or reduction in coverage. Design Builder shall maintain insurance in full force and effect during entire period of performance of this Agreement, and such additional periods as required in these requirements. At the time of making an application for extension of the Time for Completion, and during all periods exceeding the Time for Completion resulting from any cause, Design Builder shall submit evidence that insurance policies will be in effect during the requested additional period of time. Upon the City’s request, Design Builder shall submit to the City, within 10 days, copies of the actual insurance policies or renewals or replacements. 487 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 INSURANCE 00 8220 - 5 5. Insurance Primary. All limits and coverage is required of the Design Builder in these requirements shall be primary over any insurance or self-insurance program carried by the City and the additional insureds. 6. Joint ventures. If the Design Builder is a joint venture involving two or more entities, each independent entity will satisfy the limits and coverage is specified in these requirements or the joint venture will be named insured under each policy specified. 7. Waiver of Right to Recovery Including Subrogation. Design Builder hereby waives all its rights of recovery and shall require all insurance policies in any way related to the Work secured and maintained by the Design Builder to include clauses stating each insurer will waive all rights of recovery, under subrogation or otherwise, against the City and all tiers of contractors or consultants engaged directly by the City. Design Builder will require all tiers of subcontractors, vendors and suppliers, by appropriate written agreements, to provide similar waivers each in favor of all parties enumerated in this paragraph. 8. Cooperation. Design Builder shall fully cooperate, participate, and comply with all reasonable requirements and recommendations of the insurers and insurance brokers issuing or arranging for issuance of the required policies, in all areas of safety, insurance program administration, claim reporting and investigating, and audit procedures. 9. If injury occurs to any employee of Design Builder, subcontractor, or sub-subcontractor for which the employee, or the employee’s dependents in the event of the employee’s death, is entitled to compensation from the City under provisions of the Worker’s Compensation Insurance and Safety Act, as amended, or for which compensation of any kind is claimed from the City, the City may retain out of sums due Design Builder under the Contract Documents, an amount sufficient to cover such compensation, as fixed by the Act, as amended, until such compensation is paid, or until it is determined that no compensation is due. If the City is compelled to pay compensation, the City may, in its discretion, either deduct and retain from the Contract Price the amount so paid, or require Design Builder to reimburse the City. 10. Nothing in these requirements shall be construed as limiting in any way the extent to which Design Builder or any subcontractor may be held responsible for payment damages resulting from their operations. Design Builder’s obligations to procure insurance are separate and independent of, and shall not limit Design Builder’s contractual indemnity and defense obligations. The City does not represent that coverages and limits required in this contract will necessarily be adequate to protect the Design Builder. 11. Except for Worker’s Compensation coverages, Design Builder shall by appropriate written agreements flow-down the additional insured coverage, certificate, endorsement, waiver of subrogation, and all other requirements of these requirements to all tiers of subcontractors for all insurance required of such subcontractors by Design Builder for the work. 12. Design Builder shall pay all insurance premiums including any charges for required waivers of subrogation or the endorsement of additional insureds. If Design Builder fails to maintain insurance, the City may take out comparable insurance, and deduct and retain amount of premium from any sums due Design Builder under the Contract Documents. If the aggregate limits on any Design Builder’s insurance policy are no longer available, Design Builder must notify the City and immediately, at Design Builder’s expense, purchase replacement coverage to meet the insurance requirements as specified in these requirements. Alternatively, the Design Builder’s failure to maintain the required insurance shall be grounds for a termination for default in accordance with the Contract Documents. 13. By signing this Agreement, Design Builder acknowledges that maintenance of required insurance coverage is a material provision of this contract. If the Design Builder allows the insurance to lapse, be cancelled, or be reduced below the limits specified in this Agreement, the City may direct the purchase of replacement coverage in conformity with coverage requirements. No further work may be performed 488 EXTERIOR IMPROVEMENTS PROJECT CITY OF DUBLIN, PROJECT No. GI0125, GI0223, GI0423 December 2, 2025 INSURANCE 00 8220 - 6 in the Project and any delays or expenses caused due to stopping of work and change of insurance shall be considered Design Builder's delay and shall not be considered to increase cost to the City or increase time in which the Project shall be completed or give rise to any other liability whatsoever against the City. 14. Insurance provided pursuant to this Contract must be from insurance companies admitted in California and rated at least A in Best's Insurance Guide; or such other insurance companies as are acceptable to City in its sole and unfettered decision. Design Builder shall provide additional insured endorsements to for all encroachment permits obtained or permits from third parties required to construct the project or required to be obtained to complete this project. Each agency has specific insurance requirements see permit requirements for specifics. Design Builder shall provide additional insured endorsements for the following: 1) Swinerton Management & Consulting, LLC END OF SECTION 489 $0 $3,650,000 $500,000 $0 $0 $0 $0 $0 $450,000 $0 $0 $0 $0 $0 $0 $150,000 $0 $0 $0 $0 $0 $0 $4,250,000 $500,000 $0 $0 $0 $0 Table of ContentsCivic Center Exterior Glazing, Sealing & Painting 2024-2029 Five-Year Capital Improvement Program Update | DublinPage 21 Attachment 4 490 ⚪ Table of ContentsCivic Center Exterior Glazing, Sealing & Painting 2024-2029 Five-Year Capital Improvement Program Update | Dublin Page 22 491 $605,000 $0 $0 $0 $0 $0 $0 $150,048 $0 $0 $0 $0 $0 $0 $29,952 $0 $0 $0 $0 $0 $0 $785,000 $0 $0 $0 $0 $0 $0 Table of ContentsExterior Painting at Various Facilities 2024-2029 Five-Year Capital Improvement Program Update | DublinPage 35 492 ⚪ Table of ContentsExterior Painting at Various Facilities 2024-2029 Five-Year Capital Improvement Program Update | Dublin Page 36 493 $550,000 $0 $0 $0 $0 $0 $0 $75,048 $0 $0 $0 $0 $0 $0 $29,952 $0 $0 $0 $0 $0 $0 $655,000 $0 $0 $0 $0 $0 $0 Table of ContentsRoof Replacement at Various City Facilities 2024-2029 Five-Year Capital Improvement Program Update | DublinPage 51 494 ⚪ Table of ContentsRoof Replacement at Various City Facilities 2024-2029 Five-Year Capital Improvement Program Update | Dublin Page 52 495 Budget Change Reference #: From Un-Appropriated Reserves X Budget Transfer Between Funds From Designated Reserves X Account Amount Account Amount GI0226.9200.9201 $8,810,000 GI0226.1001 $500,000 GI0226.1101 $5,000,000 GI0226.6205 $2,860,000 GI0226.6305 $450,000 12/2/2025 Posted By:Date: **********Finance Use Only********** CITY OF DUBLIN To fund the agreement with Plant Construction Company, L.P. for Progressive Design-Build for the newly created Exterior Improvements Project. The project will be funded by a combination of ISF Facility and Equipment funds and the General Fund, consisting of $5,000,000 from the Asset Contingency Reserve and $500,000 from the Unassigned Cashflow Reserve. This project includes the design and construction of various exterior improvements to and preventative maintenance of the following city facilities: Civic Center, Library, Clock Tower, Kolb House Museum, Kolb House Restroom, Sunday School Barn, Murray Schoolhouse Museum and outbuildings, Old St. Raymond’s Church, Senior Center, The Wave, and Fire Stations 16, 17, and 18. Additionally, Projects GI0125 - Civic Center Exterior Glazing, Sealing & Painting; GI0223 - Exterior Painting at Various Facilities; and GI0423 - Roof Replacement at Various Facilities will be combined and budgets transferred to the newly formed GI0226 - Exterior Improvements. REASON FOR BUDGET CHANGE FISCAL YEAR 2025-26 BUDGET CHANGE FORM DECREASE BUDGET AMOUNT INCREASE BUDGET AMOUNT (New) GI0226 -Exterior Improvements - Contract Services (New) GI0226 -Exterior Improvements - General Fund - Unassigned Cashflow Reserve (New) GI0226 -Exterior Improvements - Equipment Replacement (New) GI0226 -Exterior Improvements - General Fund Reserve - Asset Contingency City Council's Approval Required (New) GI0226 -Exterior Improvements - Facilities Replacement Attachment 5 496 Exterior Improvements Project: Approval of Agreement with Plant Construction Company, L.P. December 2, 2025 497 Background •2024-2029 CIP includes three exterior improvement projects: –Civic Center Exterior Glazing, Sealing & Painting –Exterior Painting at Various City Facilities –Roof Replacement at Various City Facilities Project •These have been combined into one project: Exterior Improvements •The project can be accomplished through the Progressive Design Build (PDB) method 498 PDB Advantages •Enhanced Collaboration –Early involvement of design and construction teams improves communication and problem-solving. •Design Flexibility –Design decisions are refined as the project evolves, with real-time feedback from the agency and the cost-effective methods from the Contractor. •Cost Control –Guaranteed Maximum Price (GMP) is established after the scope is refined, reducing risk of cost overruns. •Faster Delivery –Design and construction phases can overlap, expediting project completion. 499 PDB Cost Categories •Preliminary Design and Collaboration Services –Initial design, site surveys, testing and sampling and development of the GMP scope. •Design-Build Services (GMP) –Raw cost of construction, final design, general requirements and conditions, contingencies, allowances, insurance, bonds, and contractor's fee. •Owner Project Allowance (owner-directed changes) •Soft Costs –Staff time, consultant costs, testing and inspection, and other miscellaneous costs. 500 Preliminary Design Phase •Agreement with Plant Construction approved in May 2025 –Preliminary design and collaboration services (Completed) –Defined the scope of work for the Design-Build agreement –Obtained the project GMP •$12.9 million total cost for the GMP at 13 structures 501 Exterior Improvements GMP Scope and Costs Civic Center X X X X Glazing, lighting $4,863,395 Library X X X $961,400 Clock Tower X Full cladding replacement $1,531,699 Kolb House X X X Brick repointing $512,920 Kolb House Restroom X X $95,673 Sundy School Barn X X $185,340 Murray Schoolhouse X X X Including outbuildings $1,055,182 St. Raymond’s Church X X X $723,512 Senior Center X X X Glazing $921,320 The Wave X X Replace cement siding $1,218,233 Fire Stations 16 X X X Glazing, HVAC replacement $632,824 Fire Stations 17 X $88,689 Fire Stations 18 X $88,689 502 Library Civic Center Clock Tower 503 The Wave Senior Center Heritage Park 504 Next Steps •Budget adjustment to allocate additional funding –$450,000 from Internal Service Fund – Equipment Replacement –$2,860,000 from Internal Service Fund – Facilities Replacement –$5,000,000 from General Fund Asset Contingency Reserve –$500,000 from General Fund Unassigned (Cashflow) Reserve •Complete design packages and start construction. •Anticipated completion date of October 2026. 505 Staff Recommendation Adopt the Resolution Approving an Agreement With Plant Construction Company, L.P. for Progressive Design-Build Services for the Exterior Improvements Project, CIP Nos. GI0125, GI0223, and GI0423, and approve the budget change. 506 Thank you 507