Loading...
HomeMy WebLinkAbout12-09-13 EO&WR Committee PacketOTAY WATER DISTRICT ENGINEERING, OPERATIONS & WATER RESOURCES COMMITTEE MEETING and SPECIAL MEETING OF THE BOARD OF DIRECTORS 2554 SWEETWATER SPRINGS BOULEVARD SPRING VALLEY, CALIFORNIA Board Room MONDAY December 9, 2013 12:00 P.M. This is a District Committee meeting. This meeting is being posted as a special meeting in order to comply with the Brown Act (Government Code Section §54954.2) in the event that a quorum of the Board is present. Items will be deliberated, however, no formal board actions will be taken at this meeting. The committee makes recommendations to the full board for its consideration and formal action. AGENDA 1. ROLL CALL 2. PUBLIC PARTICIPATION – OPPORTUNITY FOR MEMBERS OF THE PUBLIC TO SPEAK TO THE BOARD ON ANY SUBJECT MATTER WITHIN THE BOARD'S JU- RISDICTION BUT NOT AN ITEM ON TODAY'S AGENDA DISCUSSION ITEMS 3. APPROVE A PROFESSIONAL SERVICES CONTRACT WITH ATKINS NORTH AMERICA, INC. FOR THE 2015 WATER FACILITIES MASTER PLAN AND PRO- GRAM ENVIRONMENTAL IMPACT REPORT UPDATES IN AN AMOUNT NOT-TO- EXCEED $434,731 (KENNEDY) [5 minutes] 4. APPROVE A CONSTRUCTION CONTRACT WITH ADVANCED INDUSTRIAL SER- VICES, INC. FOR THE 624-2 RESERVOIR INTERIOR/EXTERIOR COATING AND UPGRADES PROJECT IN AN AMOUNT NOT-TO-EXCEED $1,199,000 (CAMERON) [5 minutes] 5. APPROVE A CONSTRUCTION CONTRACT WITH COFFMAN SPECIALTIES, INC. FOR THE POTABLE WATER UTILITY RELOCATIONS ASSOCIATED WITH THE CALTRANS SR-11-SEQUENCE 1 PROJECT IN AN AMOUNT NOT-TO-EXCEED $992,380 (MARCHIORO) [5 minutes] 6. APPROVE AN AGREEMENT BETWEEN THE SAN DIEGO COUNTY SANITATION DISTRICT (COUNTY) AND THE DISTRICT FOR REIMBURSEMENT TO THE COUNTY FOR THE DESIGN AND CONSTRUCTION COSTS ASSOCIATED WITH THE RANCHO SAN DIEGO PUMP STATION REHABILITATION PROJECT; AND 2 APPROVE AN INCREASE IN CIP BUDGET S2027 IN THE AMOUNT OF $600,000, INCREASING THE OVERALL CIP BUDGET FROM $2,900,000 TO $3,500,000 (KENNEDY) [5 minutes] 7. SAN DIEGO COUNTY WATER AUTHORITY UPDATE (WATTON) [10 minutes] 8. ADJOURNMENT BOARD MEMBERS ATTENDING: David Gonzalez, Chair Gary Croucher All items appearing on this agenda, whether or not expressly listed for action, may be delib- erated and may be subject to action by the Board. The Agenda, and any attachments containing written information, are available at the Dis- trict’s website at www.otaywater.gov. Written changes to any items to be considered at the open meeting, or to any attachments, will be posted on the District’s website. Copies of the Agenda and all attachments are also available through the District Secretary by contacting her at (619) 670-2280. If you have any disability that would require accommodation in order to enable you to partici- pate in this meeting, please call the District Secretary at 670-2280 at least 24 hours prior to the meeting. Certification of Posting I certify that on December 6, 2013 I posted a copy of the foregoing agenda near the regular meeting place of the Board of Directors of Otay Water District, said time being at least 24 hours in advance of the meeting of the Board of Directors (Government Code Section §54954.2). Executed at Spring Valley, California on December 6, 2013. /s/ Susan Cruz, District Secretary STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: January 7, 2014 SUBMITTED BY: Bob Kennedy Engineering Manager PROJECT: P1210- 001101 DIV. NO. ALL APPROVED BY: Rod Posada, Chief, Engineering German Alvarez, Assistant General Manager Mark Watton, General Manager SUBJECT: Award of a Professional Engineering Services Contract for the 2015 Water Facilities Master Plan and Program Environmental Impact Report Updates to Atkins North America, Inc. GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) award a professional services contract to Atkins North America, Inc. and to authorize the General Manager to execute an agreement with Atkins North America, Inc. for the 2015 Water Facilities Master Plan and Program Environmental Impact Report Updates in an amount not-to- exceed $434,731. COMMITTEE ACTION: Please see Attachment A. PURPOSE: To obtain Board authorization for the General Manager to enter into a professional engineering services contract with Atkins North America, Inc. for the 2015 Water Facilities Master Plan and Program Environmental Impact Report Updates in an amount not-to-exceed $434,731. 2 ANALYSIS: The District requires the services of a planning and environmental firm (Consultant) to provide professional engineering and environmental services as part of the District’s Water Facilities Master Plan (WFMP) 2015 and Program EIR (PEIR) Updates (Capital Improvement Plan Number P1210). The previous Water Resources Master Plan Update was approved by the District’s Board of Directors on February 3, 2010 and combined all previously existing master plans and facility plans into one system wide plan outlining the potable water and recycled water systems required to serve our customers at build-out conditions. Minor changes were made in November 2010 and May 2013 to reflect changes in land use and the demands for the City of San Diego Otay Mesa Community Plan Update and changes to the City of Chula Vista Otay Ranch development. The purpose of the 2015 WFMP and PEIR Updates is to identify and provide planning and design data for future potable and recycled water capital improvement projects. Planning and design data must include, but not be limited to, population projections, analysis of historical data, land use categorization, hydraulic model construction, facilities sizing criteria and associated probable cost estimates. Facilities will include supply source, pump stations, storage reservoirs, transmission mains and distribution piping to meet the projected potable and recycled water market demands of existing and future customers within the jurisdiction and the identified area of influence of the District. The 2015 WFMP and PEIR Updates must develop a phased approach to outline the general Capital Improvement Program (CIP) projects necessary to meet the projected customer demands at 5-year intervals to the year 2050. A detailed CIP is required for each year through 2020. In addition, the 2015 WFMP Update requires updating the previous Program Environmental Impact Report (PEIR) to address environmental impacts for each future CIP project. Pursuant to California Environmental Quality Act (CEQA) Guidelines, the District must prepare a PEIR to obtain approval and formal adoption of the WFMP. The PEIR is an informational document that provides an overview of the projects identified in the WFMP, and their impacts in terms of air quality, biological resources, cultural resources, geology and soils, greenhouse gas emissions, hazards and hazardous materials, hydrology and water quality, landform alteration and visual aesthetics, land use and planning, noise and any other impacts deemed necessary for study. In accordance with the Board of Directors Policy Number 21, the District initiated the consultant selection process on September 9, 3 2013, by placing an advertisement in the San Diego Daily Transcript, and posting the Project on the District’s website for Professional Engineering Services. The advertisements attracted Letters of Interest and Statements of Qualifications from ten (10) consulting firms. A Pre-Proposal Meeting was held on October 1, 2013. Seventeen (17) people representing eight (8) prime consulting firms attended the meeting. On October 14, 2013, proposals were received from the following five (5) consulting firms: 1. Dudek 2. Carollo Engineers, Inc. 3. Atkins North America, Inc. 4. Black & Veatch Corporation 5. HDR Engineering, Inc. Among the prime engineering firms that submitted letters of interest, but did not propose, were CDM/Smith, Kennedy Jenks and Brown & Caldwell. After the proposals were evaluated and ranked by a five-member review panel consisting of District Engineering, IT, and Operations staff, it was determined that three (3) proposals ranked sufficiently close to warrant being invited to make an oral presentation and respond to questions from the panel. After conducting the interviews on November 13, 2013, the panel completed the consultant ranking process and concluded that Atkins North America, Inc. had the best approach to the Project and provided the best overall value to the District. A summary of the complete evaluation is shown in Attachment B. Scope and fee negotiations with Atkins North America, Inc. concluded on November 18, 2013 which resulted in acceptance of their proposed fee reduction from $479,941 to $434,731. FISCAL IMPACT: Joe Beachem, Chief Financial Officer As a part of the Fiscal Year (FY) 2014 operating budget development process, the total estimated budget for the WFMP Project was projected by staff to be $400,000 with a $200,000 expenditure anticipated to occur in both FY 2014 and FY 2015. The bid for the work is $434,731. Staff expects a $200,000 expenditure for FY 2014 and $250,000 for 2015. Staff will modify the FY 2015 Operating Budget to accommodate this higher amount. 4 Based on a review of the budget, staff has determined that the approved FY 2014 and planned FY 2015 combined budgets are anticipated to be sufficient to support the WFMP Project. STRATEGIC GOAL: This Project supports the District’s Mission statement, “To provide high value water and wastewater services to the customers of the Otay Water District in a professional, effective, and efficient manner” and the General Manager’s Vision, “A District that is at the forefront in innovations to provide water services at affordable rates, with a reputation for outstanding customer service.” LEGAL IMPACT: None. BK:jf P:\WORKING\CIP 00210 WMP & PEIR\Water Resources Master Plan\2015 WFMP Update\Agreement\BD 01-07-14, Staff Report, Award of an Engineering Services Contract to Atkins North America, (KS-BK).docx Attachments: Attachment A – Committee Action Attachment B – Summary of Proposal Rankings ATTACHMENT A SUBJECT/PROJECT: P1210-001101 Award of a Professional Engineering Services Contract for Production of the 2015 Water Facilities Master Plan and Program Environmental Impact Report Updates to Atkins North America, Inc. COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on December 9, 2013. The Committee supported Staff’s recommendation. NOTE: The “Committee Action” is written in anticipation of the Committee moving the item forward for Board approval. This report will be sent to the Board as a Committee approved item, or modified to reflect any discussion or changes as directed from the Committee prior to presentation to the full Board. Qualifications of Team Responsiveness and Project Understanding Technical and Management Approach INDIVIDUAL SUBTOTAL - WRITTEN AVERAGE SUBTOTAL - WRITTEN Proposed Fee* Consultant's Commitment to DBE TOTAL - WRITTEN Additional Creativity and Insight Strength of Project Manager Presentation and Communication Skills Responses to Questions INDIVIDUAL TOTAL - ORAL AVERAGE TOTAL ORAL TOTAL SCORE 30 25 30 85 85 15 Y/N 100 15 15 10 10 50 50 150 Poor/Good/ Excellent Dan Martin 26 22 27 75 10 11 8 6 35 Bob Kennedy 27 23 27 77 10 11 7 6 34 Gary Stalker 26 22 26 74 10 9 6 6 31 Lisa Coburn-Boyd 27 23 27 77 11 10 7 6 34 Ming Zhao 28 23 26 77 11 10 7 6 34 Dan Martin 23 18 19 60 Bob Kennedy 23 20 23 66 Gary Stalker 19 20 20 59 Lisa Coburn-Boyd 23 18 24 65 Ming Zhao 20 20 20 60 Dan Martin 22 18 20 60 Bob Kennedy 22 19 22 63 Gary Stalker 20 21 24 65 Lisa Coburn-Boyd 22 20 23 65 Ming Zhao 22 20 22 64 Dan Martin 24 23 23 70 11 12 9 6 38 Bob Kennedy 23 20 22 65 11 11 7 6 35 Gary Stalker 24 20 22 66 10 10 7 6 33 Lisa Coburn-Boyd 27 22 27 76 11 11 7 635 Ming Zhao 26 22 24 72 14 11 10 7 42 Dan Martin 27 21 25 73 14 15 9 8 46 Bob Kennedy 27 22 26 75 14 14 8 8 44 Gary Stalker 26 21 25 72 13 14 9 8 44 Lisa Coburn-Boyd 28 23 28 79 14 14 8 8 44 Ming Zhao 28 22 25 75 14 14 9 8 45 Firm HDR Carollo Dudek Black & Veatch Atkins *Note: Review Panel does not see or consider proposed fee when scoring other categories. The proposed fee is scored by the PM, who is not on Review Panel. Fee $353,000 $655,468 $649,970 $593,350 $479,941 Score 15 1 1 4 9 WRITTEN ORAL REFERENCES MAXIMUM POINTS HDR 76 15 Y 91 34 Carollo 62 1 Y 63 Dudek 63 1 Y 64 125 Black & Veatch 70 4 Y 74 37 Y84 45 129 Excellent Summary of Proposal Rankings for 2015 Water Facilities Master Plan Update and PEIR ATTACHMENT B NOT INTERVIEWED NOT INTERVIEWED RATES SCORING CHART 111 Atkins 75 9 STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: January 7, 2014 SUBMITTED BY: Kevin Cameron Assistant Civil Engineer II Bob Kennedy Engineering Manager PROJECT: P2493-001103 DIV. NO.: 4 APPROVED BY: Rod Posada, Chief, Engineering German Alvarez, Assistant General Manager Mark Watton, General Manager SUBJECT: Award of a Construction Contract to Advanced Industrial Services, Inc. for the 624-2 Reservoir Interior/Exterior Coating & Upgrades Project GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) award a construction contract to Advanced Industrial Services, Inc. (AIS) and to authorize the General Manager to execute an agreement with AIS for the 624-2 Reservoir Interior/Exterior Coating & Upgrades Project in an amount-not-to exceed $1,199,000 (see Exhibit A for Project location). COMMITTEE ACTION: Please see Attachment A. PURPOSE: To obtain Board authorization for the General Manager to enter into a construction contract with AIS for the 624-2 Reservoir Interior/ Exterior Coating & Upgrades Project in an amount-not-to exceed $1,199,000. 2 ANALYSIS: In June 2013, the District’s corrosion consultant, V&A Consulting Engineers, completed a Corrosion Control Program (CCP) that addressed the installation, maintenance, and monitoring of corrosion protection systems for the District’s steel reservoirs and buried metallic piping. The CCP included a reservoir maintenance schedule that showed the 624-2 Reservoir is due to be recoated on both the interior and exterior surfaces. In addition to replacing the coatings of the reservoir, structural upgrades will be added to comply with the current American Water Works Association (AWWA) and the Occupational Safety and Health Administration standards for both Federal (OSHA) and State (Cal-OSHA) levels. An external inspection of the reservoir was performed in 2008 by Utility Service Company, Inc. as part of a multiple tank investigation. An internal inspection was completed in May 2013 by Coating Specialists and Inspection Services, Inc. (CSI Services). The recommended coating and structural upgrades, developed with input from engineering and operations staff, are as follows: replace the twenty (20) year old coating on the interior and exterior surfaces, replace the existing level indicators, install a new fall prevention device on the interior ladder, modify anode access ports, replace all anodes, replace the roof vents, install new safety cable lanyards, and add miscellaneous tank penetrations for chlorination and sampling. These upgrades will ensure compliance with AWWA, OSHA, Cal-OSHA requirements as well as upgrade antiquated equipment on the tank. This Project was previously bid in August 2013. At the bid opening, five (5) bids were received and opened, however, forty-five (45) minutes later, FedEx delivered three (3) additional bids. Per District policy, the three (3) bids were returned unopened. Due to the uncertainty as to the value of the unopened bids, Staff recommended to reject all bids, and at the October 2, 2013 Board Meeting, the Board rejected all bids. The Project was re-advertised on October 7, 2013 on the District’s website and several other publications including the San Diego Daily Transcript. One (1) addendum was sent out to all bidders and plan houses to address questions and clarifications to the contract documents during the bidding period. Bids were publicly opened on October 29, 2013, with the following results: 3 CONTRACTOR TOTAL BID AMOUNT 1 Advanced Industrial Services, Inc. (AIS) $1,199,000.00 2 Paso Robles Tank, Inc. $1,404,000.00 3 ABHE & SVOBODA, Inc. $1,424,875.00 4 Western Industrial Inc. $1,468,400.04 5 KM Industrial, Inc. $1,861,942.00 6 Blastco, Inc. $2,035,600.00 The Engineer’s Estimate is $1,413,500. AIS was one of the three contractors whose bid was received late and unopened. Rebidding the project represented a savings to the District, as AIS’ current bid is $82,603 less than the previous low bid received in August 2013. Staff reviewed the bids submitted for conformance with the contract requirements and determined that AIS was the lowest responsive and responsible bidder. AIS holds a Class C-33, Painting and Decorating, Contractor’s License, which meets the contract document’s requirements, and is valid through January 31, 2014. AIS also holds a current QP-1 certification from Society for Protective Coatings, which was also a requirement. The reference checks indicated an excellent performance record on similar projects. An internet background search of the company was performed and revealed no outstanding issues with this company. AIS previously worked with the District on two previous projects and completed the work on both within budget. Staff has verified that the bid bond provided by AIS is valid. Staff will also verify that AIS’ Performance Bond and Labor and Materials Bond are valid prior to execution of the contract. FISCAL IMPACT: Joe Beachem, Chief Financial Officer The total budget for CIP P2493, as approved in the FY 2014 budget, is $1,950,000. Total expenditures, plus outstanding commitments and forecast, are $1,504,585. Based on a review of the financial budget, the Project Manager anticipates that the budget is sufficient to support the Project. See Attachment B for the budget detail for CIP P2493. Finance has determined that 100% of the funding is available from the Replacement Fund for CIP P2493. 4 STRATEGIC GOAL: This Project supports the District’s Mission statement, “To provide high value water and wastewater services to the customers of the Otay Water District in a professional, effective, and efficient manner” and the General Manager’s Vision, “A District that is at the forefront in innovations to provide water services at affordable rates, with a reputation for outstanding customer service.” LEGAL IMPACT: None. KC/BK:jf P:\WORKING\CIP P2493 & P2535 624-2 & 458-2 Reservoir Coating\Staff Reports\Construction Contractor\Re- Bid\01-07-14, Staff Report, 624-2 Reservoir Coating(KC-BK).docx Attachments: Attachment A – Committee Action Attachment B – Budget Detail Exhibit A – Location Map ATTACHMENT A SUBJECT/PROJECT: P2493-001103 Award of a Construction Contract to Advanced Industrial Services, Inc. for the 624-2 Reservoir Interior/Exterior Coating & Upgrades Project COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on December 9, 2013. The Committee supported Staff's recommendation. NOTE: The “Committee Action” is written in anticipation of the Committee moving the item forward for Board approval. This report will be sent to the Board as a Committee approved item, or modified to reflect any discussion or changes as directed from the Committee prior to presentation to the full Board. ATTACHMENT B – Budget Detail SUBJECT/PROJECT: P2493-001103 Award of a Construction Contract to Advanced Industrial Services, Inc. for the 624-2 Reservoir Interior/Exterior Coating & Upgrades Project Date Updated: 10/30/2013 Budget 1,950,000 Planning Standard Salaries 1,127 1,127 - 1,127 Total Planning 1,127 1,127 - 1,127 Design 001102 Standard Salaries 44,778 34,278 10,500 44,778 Professional Legal Fees 239 239 - 239 STUTZ ARTIANO SHINOFF Consultant Contracts 2,715 2,715 - 2,715 CSI SERVICES INC Service Contracts 1,520 1,520 - 1,520 MAYER 43 43 - 43 SAN DIEGO DAILY TRANSCRIPT Total Design 49,295 38,795 10,500 49,295 Construction Standard Salaries 78,502 3,502 75,000 78,502 Construcion Contract 1,199,000 - 1,199,000 1,199,000 ADVANCED INDUSTRIAL SERVICES Service Contracts 47 47 - 47 SAN DIEGO DAILY TRANSCRIPT 75,160 - 75,160 75,160 HARPER & ASSOCIATES 25,200 - 25,200 25,200 CONSTRUCTION MANAGEMENT Equipment Rental 725 725 - 725 HORIZON CRANE SERVICE LLC Professional Legal Fees 554 554 - 554 STUTZ ARTIANO SHINOFF Regulatory Agency Fees 25 25 - 25 PETTY CASH CUSTODIAN Project Closeout 15,000 - 15,000 15,000 CLOSEOUT Project Contingency 59,950 - 59,950 59,950 5% CONTINGENCY Total Construction 1,454,163 4,853 1,449,310 1,454,163 Grand Total 1,504,585 44,775 1,459,810 1,504,585 Vendor/Comments Otay Water District P2493-624-2 Reservoir Interior/Exterior Coating & Upgrades Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost Chateau Ct Chateau Ct G o t h a m S t Lakeshore Dr Lakeridge Cir Lehigh Ave B ro o k sto n e R d Crosscreek Rd Lafayette Pl M a r q u e t t e R d Woodspring Dr Creekwood Way Kent S t Clearbrook Dr Wildbrook Pl Coldbrook Ct Willowbrook Ct 130 VICINITY MAP PROJECT SITE NTSDIV 5 DIV 1 DIV 2 DIV 4 DIV 3 P:\WORKING\CIP P2493 & P2535 624-2 & 458-2 Reservoir Coating\Graphics\Exhibits-Figures\624-2 Location.mxd OTAY WATER DISTRICT624-2 Reservoir Interior/ExteriorCoating and Upgrades EXHIBIT A CIP P2493 624-2 Steel8.0 MG Reservoir STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: January 7, 2014 SUBMITTED BY: Jeff Marchioro Senior Civil Engineer Bob Kennedy Engineering Manager PROJECT: P2453- 002102 DIV. NO. 2 APPROVED BY: Rod Posada, Chief, Engineering German Alvarez, Assistant General Manager Mark Watton, General Manager SUBJECT: Award of a Construction Contract to Coffman Specialties, Inc. for SR-11 Potable Water Utility Relocations – Sequence 1 GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) award a construction contract to Coffman Specialties, Inc. (Coffman) for the potable water utility relocations associated with the Caltrans SR-11-Sequence 1 Project in an amount not-to-exceed $992,380 (see Exhibits A and B for Project location and detail). COMMITTEE ACTION: Please see Attachment A. PURPOSE: To obtain Board authorization for the General Manager to enter into a construction contract with Coffman in an amount not-to-exceed $992,380 for potable water utility relocations associated with the Caltrans SR-11-Sequence 1 Project. 2 ANALYSIS: Caltrans is currently in the process of completing land acquisition and design for the SR-11 freeway in Otay Mesa. The first phase of the freeway (Sequence 1) starts at the SR-905 freeway and ends at Enrico Fermi Drive. Part of this process is to relocate existing utilities that conflict with this work. The District’s existing pipelines in Sanyo Avenue and utility easements within the future SR- 11 right-of-way will need to be relocated to accommodate the new freeway. The District entered into a Utility Agreement with Caltrans on July 23, 2013 in follow up to a staff report approved by the Board on July 3, 2013. The Utility Agreement included a $961,521 reimbursement to the District. The District has prior and superior rights at three (3) separate crossings including 760 linear-feet of existing 10-inch ACP potable water distribution main currently located within a District permanent easement on private property between Sanyo Avenue and Dornoch Court, 355 linear-feet of existing 18-inch steel cylinder rod wrapped (SCRW) potable water transmission main located within a District owned utility easement on private property east of Dornoch Court, and 40 linear-feet of existing 12- inch ACP potable water distribution main located in Sanyo Avenue. The District’s relocations will be constructed through a construction contract administered by the District separately from Caltrans freeway construction project. At the request of Caltrans, the District’s relocations were bid as six (6) separate “work windows” to provide flexibility to Caltrans’ contractor. The work windows essentially created separate projects under one contract requiring separate mobilization/demobilization for each work window. In other words, District’s contractor would be “on call” to construct any work window in any order within a relatively long contract time (900 calendar days) coinciding with Caltrans’ construction contract. The District’s As-Needed Engineering Design Consultant (Atkins) prepared the bid documents. Mayer Reprographics (Mayer) distributed the bid documents electronically through Mayer’s online planroom. Staff contacted several contractors prior to the bid process to encourage them to submit a bid including Coffman since Coffman received Caltrans construction contract award. Staff also reached out to contractors that have successfully completed similar District projects in the past. 3 The Project was publicly advertised for bid on October 15, 2013 on the District’s website and several other publications including the San Diego Daily Transcript. A Pre-bid Meeting and site visit were held on October 29, 2013, which was attended by four (4) prime contractors. Four addenda were sent out to all bidders and plan houses October 31 through November 8, 2013 to provide pre-bid meeting minutes and address contractors' questions asked during the bidding period. Five (5) bids were received on November 13, 2013. The table below provides the bid results. CONTRACTOR BID AMOUNT 1. Coffman Specialties, Inc. $992,380 2. Wier Construction Corporation $999,202 3. Basile Construction, Inc. $1,332,521 4. CCL Contracting Inc. $1,651,606 5. Charles King Company, Inc. $1,164,252* *Charles King Company, Inc. bid was deemed non-responsive because Addendum No. 1 updated bid listed was not used. The Engineer's Estimate is $707,000 for the base bid. The evaluation process included reviewing all bids submitted for conformance to the contract documents. The lowest bidder, Coffman, submitted a responsible bid and holds a Class A Contractor’s license which expires on November 30, 2013 (staff will confirm that Coffman’s license is valid at the time of award). Staff checked the references provided with Coffman’s bid indicating a good performance record on similar past projects. Staff has verified the bid bond provided by Coffman is valid. Staff will also verify that Coffman’s performance bond is valid prior to execution of the contract. The proposed Project Manager has experience throughout southern California on similar projects and received good references. A background search of the company was performed on the internet and revealed no outstanding issues with this company. Coffman submitted the Company Background and Company Safety Questionnaires as required by the Contract Documents. Coffman successfully completed past Caltrans construction projects. Staff has verified that the bid bond provided by Liberty Mutual Insurance Company is valid. Once Coffman signs the contract, they will furnish the performance bond and labor and materials bond. Staff will verify both bonds prior to executing the contract. 4 Award of the District’s construction contract to Coffman has a side benefit of streamlining Caltrans and District coordination. Caltrans and the District will avoid coordination between two contractors since only a single contractor (Coffman) will control the site. FISCAL IMPACT: Joe Beachem, Chief Financial Officer The total budget for CIP P2453, as approved in the FY 2014 budget, is $2,250,000. Total expenditures, plus outstanding commitments and forecast, are $44,796. See Attachment B for budget detail. Based on a review of the financial budget, the Project Manager anticipates that the budget for CIP P2453 is sufficient to support the Project. Finance has determined that 100% of the funding is available from the Replacement Fund for CIP P2453. STRATEGIC GOAL: This Project supports the District’s Mission statement, “To provide high value water and wastewater services to the customers of the Otay Water District in a professional, effective, and efficient manner” and the General Manager’s Vision, “A District that is at the forefront in innovations to provide water services at affordable rates, with a reputation for outstanding customer service.” LEGAL IMPACT: An amendment to the Caltrans Utility Agreement will be processed in the future since the difference between the low bid ($992K) and the Engineer’s Estimate ($707K) exceeds 25% of the estimated cost of the executed Utility Agreement. JM/BK:jf P:\WORKING\CIP P2453 SR-11 Utility Relocations\Staff Reports\BD 01-07-14 Staff Report SR-11 Coffman Specialties Const REV1.docx Attachments: Attachment A – Committee Action Attachment B – Budget Detail Exhibit A – Location Map Exhibit B – Location Detail Map ATTACHMENT A SUBJECT/PROJECT: P2453-002102 Award of a Construction Contract to Coffman Specialties, Inc. for SR-11 Potable Water Utility Relocations–Sequence 1 COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on December 9, 2013. The Committee supported Staff's recommendation. NOTE: The “Committee Action” is written in anticipation of the Committee moving the item forward for Board approval. This report will be sent to the Board as a Committee approved item, or modified to reflect any discussion or changes as directed from the Committee prior to presentation to the full Board. ATTACHMENT B – Budget Detail SUBJECT/PROJECT: P2453-002102 Award of a Construction Contract to Coffman Specialties, Inc. for SR-11 Potable Water Utility Relocations–Sequence 1 Date Updated: 11/14/2013 Budget 2,250,000 Planning Standard Salaries 10,205 10,205 - 10,205 STAFF LABOR Total Planning 10,205 10,205 - 10,205 Design 001102 Standard Salaries 80,804 80,804 80,804 STAFF LABOR Consultant Contracts 77,325 58,101 19,224 77,325 ATKINS 2,763 2,763 - 2,763 V & A CONSULTING ENGINEERS 970 970 - 970 ALTA LAND SURVEYING INC 4,901 4,901 - 4,901 NARASIMHAN CONSULTING SERVICES 2,561 2,561 - 2,561 CPM PARTNERS INC Professional Legal Fees 101 101 - 101 STUTZ ARTIANO SHINOFF Service Contracts 2,765 - 2,765 2,765 UNDERGROUND SOLUTIONS INC 1,382 1,382 - 1,382 US BANK 1,382 1,382 - 1,382 US BANK CORPORATE PAYMENT 3,197 1,697 1,500 3,197 MAYER REPROGRAPHICS INC 84 84 - 84 SAN DIEGO DAILY TRANSCRIPT Total Design 178,235 154,746 23,488 178,235 Construction Standard Salaries 51,814 11,814 40,000 51,814 STAFF LABOR Consultant Contracts 5,000 - 5,000 5,000 ATKINS CONSTRUCTION SUPPORT 30,000 - 30,000 30,000 ALYSON CONSULTING Construction Contract 992,380 - 992,380 992,380 COFFMAN SPECIALTIES 24,063 - 24,063 24,063 CLOSEOUT Reinbursement Agreement (961,521) - (961,521) (961,521) CALTRANS UTILITY AGREEMENT (285,380) (285,380) (285,380) FUTURE CALTRANS AMENDMENT Total Construction (143,644) 11,814 (155,458) (143,644) Grand Total 44,796 176,765 (131,970) 44,796 Vendor/Comments Otay Water District p2453-SR-11 Utility Relocations Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost ?ò Aä ?Ü SEQUENCE I Calzada de la Fuente Siempre Viva Rd Enrico Fermi Dr PROPOSED STATE ROUTE 11 Harvest Rd Alta Rd Sanyo Ave Otay Mesa Rd Airway Rd Dornoch Ct SEQUENCE II Piper Ranch Rd !VICINITY MAP PROJECT SITE NTS ?ò Aä ?Ë ;&s DIV 5 DIV 1 DIV 2 DIV 4 DIV 3 ?p F P:\WORKING\CIP P2453 SR-11 Utility Relocations\Graphics\Exhibits-Figures\Exhibit A, Location Map.mxd OTAY WATER DISTRICTSR-11 UTILITY RELOCATIONSLOCATION MAP EXHIBIT A CIP P2453F 0 1,000500Feet FOR LOCATIONDETAIL SEEEXHIBIT B SA N Y O A V E DO R N O C H C T !(1 !(3 !(2 EX 10" ACP PROPOSED 10" PVC EX 1 8 " S C R W EX 1 2 " A C P PR O P O S E D 1 8 " S T E E L PROPOSED 12" PVC EX 1 0 " A C P ?Ü WEST BOUND EAST BOUND P: \ W O R K I N G \ C I P P 2 4 5 3 S R - 1 1 U t i l i t y R e l o c a t i o n s \ G r a p h i c s \ E x h i b i t s - F i g u r e s \ E x h i b i t B , L o c a t i o n D e t a i l M a p . m x d OTAY WATER DISTRICTSR-11 UTILITY RELOCATIONS - SEQUENCE 1LOCATION DETAIL MAP EXHIBIT B CIP P2453F 0 15075Feet NOTES1. PROPOSED 10" PVC DISTRIBUTION MAIN TO REPLACE EXISTING 10" ACP DISTRIBUTIONMAIN TO BE REMOVED.2. PROPOSED 18" STEEL TRANSMISSION MAIN AND 32" STEEL CASING TO REPLACE 18"STEEL TRANSMISSION MAIN AT LOWER ELEVATION.3. EXISTING 12" ACP TO BE REMOVED AND REPLACED TO ACCOMODATE STORM DRAINCONSTRUCTION. Legend Proposed SR-11 Proposed Waterline Existing Waterline to be Removed Existing Waterline to Remain STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: January 7, 2014 SUBMITTED BY: Bob Kennedy Engineering Manager PROJECT: S2027-001103 DIV. NO. 3 APPROVED BY: Rod Posada, Chief, Engineering German Alvarez, Assistant General Manager Mark Watton, General Manager SUBJECT: Authorization to Execute a Reimbursement Agreement between the San Diego County Sanitation District and the Otay Water District for Project Costs Associated with the Rancho San Diego Pump Station Rehabilitation Project GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board): 1. Increase the budget for S2027 by $600,000 (increase overall CIP budget from $2,900,000 to $3,500,000). 2. Authorize the General Manager to execute an Agreement between the San Diego County Sanitation District (County) and the District for reimbursement to the County for design and construction costs associated with the Rancho San Diego Pump Station (RSDPS) Rehabilitation Project (see Exhibit A for Project location). COMMITTEE ACTION: Please see Attachment A. PURPOSE: To increase the budget for S2027 and to obtain Board authorization for the General Manager to execute an Agreement (Exhibit B) with the County for costs associated with the Rancho San Diego Pump Station Rehabilitation Project. The Agreement provides that the District will reimburse the County for up to $3,300,000. 2 ANALYSIS: The San Diego County Sanitation District, as successor to the Spring Valley Sanitation District, entered into an agreement with the District for joint use and cost sharing of sewer facilities in 1997, as documented in the County Sanitation Minute Order No. 3. The Rancho San Diego Pump Station is one of the shared facilities and is identified in the Minute Order as the RSDPS. Costs for the RSDPS are to be split equally between the County and District. The RSDPS requires improvements to existing pumps, piping, pipe accessories, and electrical facilities. The improvements will be implemented in two phases: Design and Construction. The design of the improvements is currently underway. The District has participated in a 30% design review of the improvements, and will review the Construction Documents at the 70% and 100% levels of completion. Black & Veatch is completing the design and is scheduled to have the Construction Documents ready for construction bids in April 2014. The County will be responsible for all aspects of design, bidding, award, and construction of the RSDPS improvements. Project completion is projected for March 2016. The attached agreement (Exhibit B) provides for reimbursement to the County to cover the actual design and construction costs for the improvements. Design costs are currently estimated at $800,000, which includes County administration costs. Construction is currently estimated at $5,800,000, which includes construction contract and construction support costs. The District will share in 50% of these costs for a not-to-exceed maximum of $3,300,000 without prior written agreement by the parties. FISCAL IMPACT: Joseph Beachem, Chief Financial Officer The total budget for CIP S2027, as approved in the FY 2014 budget, is $2,900,000. Expenditures to date are $45,782. Total expenditures, plus outstanding commitments and forecast, is are $3,369,547, as shown in Attachment B – Budget Detail for CIP S2027. Based on a review of the financial budget, the Project Manager anticipates that with a budget increase of $600,000 the Project will be completed within the new budget amount of $3,500,000. Currently, it is anticipated that the Sewer reserves are sufficient to cover this additional expenditure. However, this will increase 3 the amount of debt funding that is already anticipated in fiscal year 2016. The added borrowing will add upward pressure on the sewer rates. Staff has already begun to explore the options available to obtain debt financing and does not foresee any problem with obtaining the additional funding. STRATEGIC GOAL: This Project supports the District’s Mission statement, “To provide high value water and wastewater services to the customers of the Otay Water District in a professional, effective, and efficient manner” and the General Manager’s Vision, “A District that is at the forefront in innovations to provide water services at affordable rates, with a reputation for outstanding customer service.” LEGAL IMPACT: The District’s General Council and the County’s Attorney have reviewed and accepted the Agreement as to form and legality. BK:jf P:\WORKING\CIP S2027 Reimbursement Agreement for RSD Pump Station Improvements\Staff Reports\BD 01-07- 14, Staff Report, (BK-RP).docx Attachments: Attachment A – Committee Action Attachment B – Budget Detail Exhibit A – Location Map Exhibit B – Agreement ATTACHMENT A SUBJECT/PROJECT: S2027-001103 Authorization to Execute a Reimbursement Agreement between the San Diego County Sanitation District and the Otay Water District for Project Costs Associated with the Rancho San Diego Pump Station Rehabilitation Project COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on December 9, 2013. The Committee supported Staff’s recommendation. NOTE: The "Committee Action" is written in anticipation of the Committee moving the item forward for Board approval. This report will be sent to the Board as a Committee approved item, or modified to reflect any discussion or changes as directed from the Committee prior to presentation to the full Board. ATTACHMENT B – Budget Detail SUBJECT/PROJECT: S2027-001103 Authorization to Execute a Reimbursement Agreement between the San Diego County Sanitation District and the Otay Water District for Project Costs Associated with the Rancho San Diego Pump Station Rehabilitation Project Date Updated: 11/06/2013 Budget 2,900,000 Planning Professional Legal Fees 420 420 - 420 STUTZ ARTIANO SHINOFF Standard Salaries 38,375 38,375 - 38,375 Total Planning 38,795 38,795 - 38,795 Design Standard Salaries 45,000 4,073 40,927 45,000 Interagency Reimbursement Cost 400,000 - 400,000 400,000 SD COUNTY SANITATION DISTRICT Total Design 445,000 4,073 440,927 445,000 Construction Standard Salaries 116,205 - 116,205 116,205 Interagency Reimbursement Cost 2,900,000 - 2,900,000 2,900,000 SD COUNTY SANITATION DISTRICT Total Construction 3,016,205 - 3,016,205 3,016,205 Grand Total 3,500,000 42,868 3,457,132 3,500,000 Vendor/Comments Otay Water District s2027-Rancho San Diego Pump Station Rehabilitation Project Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost SINGER LANE C A M P O R D ?Ë PROJECT SITERancho San Diego Pump Station Steele Canyon Pump Station VICINITY MAP PROJECT SITE NTS ;&s DIV 5 DIV 1 DIV 2 DIV 4 DIV 3 ?p ?ò Aä ?Ë ;&s ?p !\ P: \ W O R K I N G \ C I P S 2 0 2 7 R e i m b u r s e m e n t A g r e e m e n t f o r R S D P u m p S t a t i o n I m p r o v e m e n t s \ G r a p h i c s \ E x h i b i t s - F i g u r e s \ E x h i b i t A . m x d OTAY WATER DISTRICTREIMBURSEMENT AGREEMENT WITHCOUNTY OF SAN DIEGO FOR THERANCHO SAN DIEGO PUMP STATION IMPROVEMENTS EXHIBIT A CIP S2027 0 200100 Feet F F EXHIBIT B Page 1 of 10 REIMBURSEMENT AGREEMENT FOR PROJECT COSTS FOR THE RANCHO SAN DIEGO PUMP STATION IMPROVEMENTS BY AND BETWEEN THE OTAY WATER DISTRICT AND THE SAN DIEGO COUNTY SANITATION DISTRICT THIS REIMBURSEMENT AGREEMENT FOR PROJECT COSTS FOR THE RANCHO SAN DIEGO PUMP STATION IMPROVEMENTS (“Agreement”), dated_____________________, 2014, is entered into by and between the Otay Water District ("Otay") and the San Diego County Sanitation District ("Sanitation District"). Otay and Sanitation District may be referred to herein individually as "Party" and collectively as the "Parties." RECITALS WHEREAS, the Sanitation District, as the successor in interest of the Spring Valley Sanitation District, and Otay entered into an agreement in 1997 for the joint use of sewer facilities entitled “Agreement Between Spring Valley Sanitation District and Otay Water District for Joint Use of Sewer Facilities and Cost Sharing,” on file with the Clerk of the Board of Supervisors for San Diego County, California as approved by Sanitation Minute Order No. 3 on July 22, 1997 (hereinafter “Joint Use Agreement”). WHEREAS, in accordance with the Joint Use Agreement, the Sanitation District and Otay agreed to share the cost of repairing and improving joint use facilities, including the Rancho San Diego Pump Station, which is identified in the Joint Use Agreement individually as the “RSPDS” and with other facilities as part of the “RSD Interceptor.” WHEREAS, Sanitation District wishes to make improvements to the Rancho San Diego Pump Station for the benefit of Otay and Sanitation District, which will include the replacement of pumps, mechanical piping, electrical components and other improvements (hereinafter “Rancho San Diego Pump Station Improvements”). WHEREAS, in accordance with Section 7(c) of the Joint Use Agreement, Otay and Sanitation District have determined that the cost of the Rancho San Diego Pump Station Improvements should be split equally between the Parties. AGREEMENT NOW, THEREFORE, in consideration of the mutual covenants herein contained, it is agreed by and between the Parties hereto, as follows: EXHIBIT B Page 2 of 10 ARTICLE I. DEFINITIONS 1.1 Definitions. Unless the context otherwise requires, the terms defined in this Section shall have the meanings herein specified for all purposes of this Agreement and of any amendment hereto, and of any certificate, opinion, estimate or other document herein mentioned. “Agreement” means this “Reimbursement Agreement for Project Costs for the Rancho San Diego Pump Station Improvements.” “Construction Contract” means the construction contract awarded by the Sanitation District to the lowest responsible and responsive bidder for the Project. “Construction Documents” means the design plans, specifications and cost estimate to be approved by Otay in accordance with Article II of this Agreement which approval shall be deemed to satisfy the approval requirements of Section 9 of the Joint Use Agreement. “Emergency” means an unexpected or unforeseen event that may pose a risk to the public or significantly increase Project costs as a result of delay or for other reasons and is used in the Agreement in the context of authorizing Construction Contract change orders or extra work. “Joint Use Agreement” refers to the agreement between the Sanitation District, as the successor in interest of the Spring Valley Sanitation District, and Otay entered into in 1997 for the joint use of sewer facilities entitled “Agreement Between Spring Valley Sanitation District and Otay Water District for Joint Use of Sewer Facilities and Cost Sharing,” on file with the Clerk of the Board of Supervisors for San Diego County, California as approved by Sanitation Minute Order No. 3 on July 22, 1997. "Otay" means the Otay Water District, a municipal water district duly organized and existing under the Municipal Water District Law of 1911, as set forth in the California Water Code. "Project" means the Rancho San Diego Pump Station Improvements. "Project Costs" means the total dollar amount of costs associated with the Project that are recoverable pursuant to Section 7(c)(2) of the Joint Use Agreement, including, but not limited to labor, oversight, bidding, permits, design consultants, easement acquisition, construction contracts, environmental review and change orders. EXHIBIT B Page 3 of 10 "Rancho San Diego Pump Station Improvements" mean, collectively, the replacement of pumps, mechanical piping, electrical components and other improvements to the Rancho San Diego Pump Station as will be more particularly detailed in the Construction Documents. "Sanitation District " means the San Diego County Sanitation District, a sewer district formed and operating pursuant to the County Sanitation District Act, California Health & Safety Code § 4700 et seq., and the successor in interest to the Spring Valley Sanitation District by virtue of a change of organization approved by the San Diego Local Agency Formation Commission effective July 1, 2011. ARTICLE II. DESIGN/BIDDING 2.1 Design Phase. Sanitation District shall submit the Construction Documents for Project to Otay to review and provide comments. Otay shall provide comments within thirty (30) days of the receipt of the Construction Documents. This requirement shall be deemed satisfied if Otay is given the opportunity to comment on Construction Documents at the 30%, 70%, and 100% design. The Sanitation District estimates that the design phase will cost $800,000, which includes design consultant and staff support costs. 2.2 Construction Documents/Project Construction. 2.2.1 Approval. Prior to advertisement of a construction contract, an authorized representative of Otay shall approve and sign the final Construction Plans. Otay shall not unreasonably condition or delay final approval. Only the final approved Construction Plans shall be included in the Sanitation District’s Request for Bids for the Project. 2.2.2 Bidding and Award. Sanitation District shall be responsible for all aspects of the design, bidding and award of a contract for the construction and installation of the Project. 2.2.2.1 Bid Package. Sanitation District shall be responsible for preparing and circulation of the bid package. 2.2.2.2 Meetings. Sanitation District shall organize all pre-bid meetings and shall inform Otay of the time and date of such meeting, so that a representative of Otay may be present. 2.2.2.3 Selection of Lowest Responsible Bidder. Sanitation District, at its sole discretion, shall determine the lowest responsible bidder, which determination shall be binding on Otay. Sanitation District shall be solely responsible for its determination and agrees to protect, defend, and indemnify EXHIBIT B Page 4 of 10 Otay with respect to any claims or litigation arising from or related to said determination. 2.2.2.4 Execution of Construction Contract. Sanitation District shall be responsible for executing the Construction Contract on the behalf of itself and Otay and ensure that Otay is identified as a third-party beneficiary of such agreement with the same rights and remedies as the Sanitation District. ARTICLE III. CONSTRUCTION 3.1 Project Completion and Warranty. Otay and Sanitation District anticipate that Project will be completed on or about March 2016. Project, however, will not be deemed completed or accepted until Sanitation District has accepted the work. The contractor shall warrant all work for a period of no less than one (1) year from the date of acceptance. Acceptance will be evidenced by the filing of a Notice of Completion by the Sanitation District with the County of San Diego Recorder. The Construction Contract shall include this definition of project completion and acceptance. The Sanitation District estimates the construction phase will cost $5,800,000, which includes construction contract and construction support costs. ARTICLE IV. REIMBURSEMENT OF COSTS 4.1 Project Cost Reimbursement. Sanitation District will invoice Otay on an annual basis for the actual costs of the project. In accordance with Section 7(c)(2) of the Joint Use Agreement, within forty-five (45) calendar days of receiving a bill from the Sanitation District detailing the Project Costs, Otay will be responsible for fifty percent of the total Project Costs incurred, not to exceed $3.3 million without prior written agreement by the Parties. ARTICLE V. CHANGE ORDERS 5.1 Emergencies. Sanitation District may authorize contractor under the Construction Contract to proceed with any proposed construction changes and/or change orders, without consulting with Otay, in the event of an Emergency, as determined in the sole discretion of the Sanitation District. Notwithstanding the foregoing Sanitation District shall use its best efforts to notify Otay, as soon as reasonably possible, of the changes. Further, in all instances not constituting an emergency, Sanitation District shall notify and consult with Otay on any proposed change order as soon as reasonably possible. 5.2 Errors and Omissions. Sanitation District shall not make payment to design consultants or contractor or charge Otay for any costs or expenses of a change EXHIBIT B Page 5 of 10 order resulting from an error or omission for which the design consultants or contractor is solely responsible. ARTICLE VI. INSPECTION 6.1 Inspection Team. If reasonably required by the circumstances, Sanitation District will provide a full time inspector(s) to manage and monitor the Project during the construction phase. 6.2 Inspection Stages and Obligations. Otay shall have the right to conduct inspections of the Project during construction. 6.3 Inspection Costs. All inspection costs incurred by Otay will be borne by Otay. 6.4 Notification. Otay shall notify Sanitation District of any requested inspections at least twenty-four (24) hours prior to the inspection or such other shorter time as Otay and District may agree to in writing. ARTICLE VII. INSURANCE 7.1 Contractor's Insurance. Sanitation District shall ensure that its contractor provides evidence of insurance coverage, as required by Sanitation District, for the entire construction and, if applicable, warranty period. Such insurance shall, at a minimum, include a comprehensive general liability policy in an amount sufficient to cover all contractual obligations of the contractor under the Construction Contract, and no less than $2,000,000. The policy of insurance shall name the Sanitation District and Otay, and their respective employees, officers, governing body members, and agents, as additional insureds, require a waiver of subrogation, and be primary insurance. Furthermore, Sanitation District shall obtain evidence that the contractor maintains worker's compensation insurance in accordance with applicable requirements of law. 7.2 Parties' Insurance. Otay and Sanitation District shall maintain insurance as customary in connection with their respective facilities. ARTICLE VIII. INDEMNITY 8.1 Indemnity. Each Party hereto agrees to defend, indemnify, protect, and hold harmless ("Indemnitor") the other Party, its agents, officers, and employees ("Indemnitees") from and against any and all claims asserted or liability established for damages or injuries to any property or person, including death or dismemberment, which arise from or are caused by the negligent acts or omissions or willful misconduct of the Indemnitor's agents, officers or employees, in performing the work or services herein and all expenses of investigation and defending against same; provided, however, that each EXHIBIT B Page 6 of 10 Party's duty to defend, indemnify and hold harmless the other shall not include any claims or liability arising from the sole negligence or willful misconduct of the other Indemnitee, its agents, officers or employees. Otay and Sanitation District agree that in the event of any joint or concurrent negligence, they will apportion any established or agreed upon liability proportionate to their respective degree of fault. For the purposes of this provision, the Sanitation District's contractor shall not be considered an agent of the Sanitation District or Otay. Claims related to the actions or omissions of the Sanitation District’s contractor shall be addressed through provisions in the Construction Contract, which provisions shall include indemnity, defense, and hold harmless provisions from the Sanitation District's contractor in favor of both the Sanitation District and Otay. ARTICLE IX. RECORDS 9.1 Retention of Records. Sanitation District shall require the Project contractor to maintain records related to this Construction Contract for a period of not less than four (4) years following notice of completion of the Project. 9.2 Audit of Records. Sanitation District shall make available and shall require that its contractor make available to Otay for examination at reasonable locations within the County of San Diego and at any time during normal business hours and as often as Otay deems necessary, all of the records with respect to all matters covered by this Agreement and the Construction Contract. Sanitation District and contractor will permit Otay to make audits of all invoices, materials, payrolls, records of personnel, and other records relating to all matters covered by this Agreement and the Construction Contract. Otay shall be solely responsible for the costs of any audits requested by it. ARTICLE X. NOTICES 10.1 Writing. Any demand upon or notice required or permitted to be given by one Party to the other Party shall be in writing. 10.2 Effective Date. Except as otherwise provided by law, any demand upon or notice required or permitted to be given by one Party to the other Party shall be effective: (i) on personal delivery, (ii) on the second business day after mailing by certified or registered U.S. Mail, return receipt requested, (iii) on the succeeding business day after mailing by Express Mail or after deposit with a private delivery service of general use (e.g., Federal Express) postage or fee prepaid as appropriate, or (iv) upon successful transmission of facsimile. 10.3 Recipients. All demands or notices required or permitted to be given shall be sent to all of the following: EXHIBIT B Page 7 of 10 10.3.1 Otay: Otay Water District 2554 Sweetwater Springs Boulevard Spring Valley, California 91978 Fax: 619-670-8920 Attention: District Project Manager 10.3.2 Sanitation District: San Diego County Sanitation District Department Of Public Works, Wastewater Section 5500 Overland Avenue, Suite 315 San Diego, California 92123 Attention: Sanitation District Project Manager 10.4 Change of Address(es). Notice of change of address shall be given in the manner set forth in this Article. ARTICLE XI. MISCELLANEOUS 11.1 Headings. All article headings are for convenience only and shall not affect the interpretation of this Agreement. 11.2 Gender & Number. Whenever the context requires, the use herein of (i) the neutral gender includes the masculine and the feminine genders and (ii) the singular number includes the plural number. 11.3 Reference to Paragraphs. Each reference in this Agreement to a section refers, unless otherwise stated, to a section of this Agreement. 11.4 Incorporation of Recitals. All recitals herein are incorporated into this Agreement and are made a part hereof. 11.5 Covenants and Conditions. All provisions of this Agreement expressed as either covenants or conditions on the part of the Sanitation District or Otay, shall be deemed to be both covenants and conditions. 11.6 Integration. This Agreement and any Exhibits and references incorporated into this Agreement fully express all understandings of the Parties concerning the matters covered in this Agreement. No change, alteration, or modification of the terms or conditions of this Agreement, and no verbal understanding of the Parties, their officers, agents, or employees shall be valid unless made in the form of a written change agreed to in writing by both Parties or an amendment to this Agreement agreed to by both Parties. All prior negotiations and agreements are merged into this Agreement. EXHIBIT B Page 8 of 10 11.7 Severability. The unenforceability, invalidity, or illegality of any provision of this Agreement shall not render any other provision of this Agreement unenforceable, invalid, or illegal. 11.8 Drafting Ambiguities. The Parties agree that they are aware that they have the right to be advised by counsel with respect to the negotiations, terms and conditions of this Agreement, and the decision of whether or not to seek advice of counsel with respect to this Agreement is a decision that is the sole responsibility of each Party. This Agreement shall not be construed in favor of or against either Party by reason of the extent to which each Party participated in the drafting of the Agreement. 11.9 Conflicts Between Terms. If a conflict or inconsistency exists between this Agreement, the Joint Use Agreement and any laws, rules, regulations, orders, or codes, the conflict shall be resolved in a manner that best effects the intent of the Parties to ensure an equal allocation of Project Costs. Each Party shall notify the other immediately upon the identification of any apparent conflict or inconsistency concerning this Agreement. 11.10 Prompt Performance. Time is of the essence of each covenant and condition set forth in this Agreement. 11.11 Good Faith Performance. The parties shall cooperate with each other in good faith, and assist each other in the performance of the provisions of this Agreement. 11.12 Further Assurances. Sanitation District and Otay each agree to execute and deliver such additional documents as may be required to effectuate the purposes of this Agreement. Approval of this Agreement by the Board of Directors of the Sanitation District shall be deemed to include a delegation authority to the Director, Department of Public Works, or his designee to execute and deliver such additional documents. 11.13 Controlling Law. The laws of the State of California shall govern and control the terms and conditions of this Agreement. 11.14 Jurisdiction, Venue, and Attorney Fees. The venue for any suit or proceeding concerning this Agreement, the interpretation or application of any of its terms, or any related disputes shall be in the County of San Diego, State of California. 11.15 Agency/Municipal Powers. Nothing contained in this Agreement shall be construed as a limitation upon the powers of Otay or the Sanitation District. 11.16 Third Party Relationships. Nothing in this Agreement shall create a contractual relationship with any third party; however, the Sanitation District shall ensure EXHIBIT B Page 9 of 10 that Otay is an intended third party beneficiary of the Construction Contract and shall share all of the rights and benefits of the Sanitation District with respect to the contractor. 11.17 Limitation on Otay Remedies and Waiver of Claims. Otay understands that the sole purpose of this Agreement is to establish a method to reimburse the Sanitation District for obligations of Otay for payment of Project Costs. In accordance with such purpose, Otay agrees that its sole remedy for construction defects, breach by contractor of the Construction Contract, damage to property or persons, including death, to Otay personnel or any third parties, or other claims arising out of or related to the work performed to install and/or construct Project improvements shall be against the Sanitation District's contractor or its subcontractors and agents, and, hereby, waives any and all claims it may hereafter have against the Sanitation District, arising out of the same, except for those claims arising out of the negligence or willful misconduct of the County. This waiver extends to and includes a waiver of any rights Otay may have by virtue of California Civil Code § 1542. 11.18 Non-Assignment. Except as it relates to the Construction Contract, the Sanitation District shall not assign the obligations under this Agreement without the consent of Otay, which consent shall not be unreasonably withheld. 11.19 Successors in Interest. This Agreement and all rights and obligations created by this Agreement shall be in force and effect whether or not any Parties to the Agreement have been succeeded by another entity, and all rights and obligations created by this Agreement shall be vested and binding on any Party's successor in interest. 11.20 No Waiver. No failure of either the Sanitation District or Otay to insist upon the strict performance by the other of any covenant, term or condition of this Agreement, nor any failure to exercise any right or remedy consequent upon a breach of any covenant, term, or condition of this Agreement, shall constitute a waiver of any such breach of such covenant, term or condition. No waiver of any breach shall affect or alter this Agreement, and each and every covenant, condition, and term hereof shall continue in full force and effect to any existing or subsequent breach. 11.21 Administrative Claims Requirements and Procedures. The Parties shall meet and confer in good faith prior to initiating any claims, actions or other proceedings against one another related to this Agreement. The alternative dispute resolution proceedings in the Joint Use Agreement shall apply to any disputes arising from this Agreement. 11.22 Administration of Contract. Sanitation District hereby designates Mark Perrett as the Sanitation District Project Manager for the Project and as the primary EXHIBIT B Page 10 of 10 contact for all matters relating to this Agreement, including the submittal of Sanitation District invoices for reimbursement. Otay hereby designates Kevin Schmidt, as the Otay Project Manager and as the primary contact for all matters relating to this Agreement, including the processing, documenting, and approval of Sanitation District invoices. 11.23 Signing Authority. The representative for each Party signing on behalf of such Party hereby declares that authority has been obtained to sign on behalf of the Sanitation District and/or Otay, as applicable and agrees to hold the other Party or Parties hereto harmless if it is later determined that such authority does not exist. 11.24 Impact on Joint Use Agreement. The terms of this Agreement shall prevail over any contrary provisions in the Joint Use Agreement with respect to those matters related to the sharing of Project Costs. This Agreement shall not otherwise be interpreted to modify or amend the Joint Use Agreement. IN WITNESS WHEREOF, Sanitation District and Otay have executed this Agreement thereby indicating that they have read and understood same, and indicate their full and complete consent to its terms: San Diego County Sanitation District Otay Water District Dated: ______________________ Dated:______________________ By: ______________________ By: ______________________ Mark Watton, General Manager APPROVED AS TO FORM: ___________________________ Legal Counsel