PREPARED BY: MATTHEW BROWN DATE OF MEETING: 12/15/2025
SUBJECT:
TITLE
CONSIDER ADOPTING RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN PABLO (1) INCREASING THE TOTAL AUTHORIZATION OF THE CONTRACT WITH GOLDEN BAY CONSTRUCTION, INC. FOR CONSTRUCTION OF THE FULL TRASH CAPTURE DEVICE AT WILLOW AND RIDGE PROJECT (0304) BY $130,103, FOR A TOTAL AUTHORIZATION NOT TO EXCEED OF $890,979 INCLUDING CONTINGENCY; AND (2) AUTHORIZING THE CITY MANAGER TO EXECUTE CONTRACT CHANGE ORDERS WITH GOLDEN BAY CONSTRUCTION, INC. TO COMPLETE CONSTRUCTION OF THE PROJECT
CEQA Compliance Statement
The Full Trash Capture Device at Willow and Ridge was assessed and determined to be Categorically Exempt under Sections 15304(b)&(f), 15301(b)&(c), and 15302(c) of the CEQA regulations. The CEQA Notice of Exemption (NOE) was originally filed at the Contra Costa County Clerk Office on January 31, 2022, and a revised NOE was filed on March 13, 2024.
Label
CITY MANAGER RECOMMENDATION
Recommendation
Adopt Resolution
Body
Compliance statements
FY 2023-2025 Council Priority Workplan Compliance Statements:
Build a Healthy Community - (109) Develop Public Facilities for Active Living is a major policy goal contained in the FY 2025-27 City Council Priority Workplan, effective April 7, 2025.
BACKGROUND
The Full Trash Capture (FTC) Device at Willow and Ridge is being delivered in partnership with the California Department of Transportation (Caltrans) to help Caltrans comply with its Statewide National Pollutant Discharge Elimination System (NPDES) Permit. The permit requires Caltrans to reduce trash discharge from approximately 8,800 acres of Significant Trash Generation Areas (STGA) within the Caltrans right-of-way.
As outlined in the Caltrans Trash Control Implementation Work Plan (TCIWP), partnering with local agencies to construct permanent FTC infrastructure is a key strategy for maximizing the effectiveness of State resources. Through this partnership, Caltrans is contributing funding toward the construction of the Willow and Ridge device, which will reduce trash entering local waterways, improve corridor aesthetics, and support the City’s own NPDES trash reduction requirements.
Contract Award and Suspension
On June 10, 2024, pursuant to Resolution 2024-072, the City Council awarded the construction contract to Golden Bay Construction of Hayward, CA. Council authorized the City Manager to execute the agreement in the amount of $691,705 and approved a 10% contingency of $69,171, for a total contract authorization not to exceed $760,876.
A Notice to Proceed was issued on July 18, 2024, with an effective start date of July 23, 2024.
On September 16, 2024, work was suspended due to long lead times associated with the manufacture of the FTC device and the need for additional utility coordination with PG&E and EBMUD. The contractor was directed to resume work on May 19, 2025.
Construction Progress and Unforeseen Conditions
Since resuming work, PG&E has installed required isolation equipment, and EBMUD relocated facilities to allow installation of the FTC device.
Several unforeseen field conditions necessitated additional work beyond the original project scope. The following table describes the change orders to date:
|
Contract Change Order |
Description |
Amount |
|
CCO #1 |
Additional utility coordination related to PG&E isolation work and precautionary excavation near high-voltage utilities |
$ 96,621 |
|
CCO #2 |
Additional storm drain piping |
$ 3,586 |
|
CCO #3 |
Concrete sidewalk replacement and paving due to removal of non-compliant sidewalk |
$ 32,237 |
|
CCO #4 |
Installation of a new storm drain manhole to connect an unknown pipe encountered during potholing |
$ 40,000 |
|
CCO #5 |
Additional aggregate base and drain rock |
$ 6,830 |
|
|
TOTAL CCOs TO DATE |
$ 179,274 |
These items enhance stormwater drainage, improve pollution control performance, and maintain safe pedestrian conditions.
The total cost of all change orders is $179,274. The original authorized contingency was $69,171, thus requiring an additional $110,103 to cover the construction costs to date. Staff is requesting authorization for an additional $20,000 to provide a minimal contingency for any issues arising through the end of construction for a total additional request of $130,103.
The new total contract authorization requested is the original not to exceed amount of $760,876, plus the new request for $130,103 for a new not to exceed amount of $890,979.
Recommendation
Staff recommends that the City Council:
1. Authorize an increase in total construction not to exceed authorization to $890,979, inclusive of the base contract, all approved and anticipated change orders, and contingency. The increase in warranted due to significant discrepancies between underground utility as-built records and actual field conditions, as well as the extensive utility coordination required.
2. Authorize the City Manager to execute any additional change orders necessary to complete the project.
FISCAL IMPACT
Approval of the proposed resolution will increase for the construction contract not to exceed authorization to $890,979, including contingency. Sufficient funding is available within existing Capital Improvement Program (CIP) allocations. No additional budget appropriations are required.
Construction Contract Funding Sources
|
Funding Sources |
Fund/Account Code |
Amount |
|
Caltrans Alternative Compliance |
320-0304-43604-ALT-224 |
$562,500 |
|
Local General Funds and NPDES |
320-0304-43604-GEN-424 |
$199,274 |
|
American Rescue Plan Act (ARPA) |
320-0304-43604-ARA-123 |
$129,205 |
|
TOTAL |
$890,979 |
ATTACHMENTS:
Att A - Resolution