Loading...
HomeMy WebLinkAbout05-23-06 E&O Committee PacketOTAY WATER DISTRICT ENGINEERING AND OPERATIONS COMMITTEE MEETING and SPECIAL MEETING OF THE BOARD OF DIRECTORS 2554 SWEETWATER SPRINGS BOULEVARD SPRING VALLEY,CALIFORNIA Board Room Tuesday May 23,2006 4:30 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 JURISDICTION BUT NOT AN ITEM ON TODAY'S AGENDA INFORMATION /ACTION ITEMS 3.REIMBURSEMENT AGREEMENT WITH MCMILLIN (POSADA/CHARLES)[10 minutes] 4.AWARD A PROFESSIONAL ON-CALL ENVIRONMENTAL SERVICES CON- TRACT TO MOONEY,JONES &STOKES FOR AN AMOUNT NOT TO EX- CEED $100,000 FOR FISCAL YEAR 2007 (SCHOLL)[10 minutes] 5.CIP UPDATE REPORT FOR THE 3rd QUARTER OF FISCAL YEAR 2006 (RIP- PERGER)[15 minutes] 6.ADJOURNMENT BOARD MEMBERS ATTENDING: Gary Croucher Jose Lopez 1 All items appearing on this agenda,whether or not expressly listed for action,may be deliberated and may be subject to action by the Board. If you have any disability that would require accommodation in order to enable you to participate 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 May 19,2006,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 May 19,2006. 2 AGENDA ITEM 3 TYPE MEETING: SUBMITTED BY: APPROVED BY: (Chief) APPROVED BY: (Asst.GM):. SUBJECT: STAFF REPORT Regular Board MEETING DATE:June 7,2006 David Charles ~W.O.lG.F.NO:8687 DIV.NO.4-. Public Services Manager Rod posada~~~o~_ Chief,Development Services Manny Magana ,.4 ~~ Assistant General MAnag~,Engineering and Operations Reimbursement Agreement with McMillin Rolling Hills Ranch, LLC,as the successor in interest to the Reimbursement Agreement between Otay Water District and Pacific Bay Homes dated January 20,1998 (ClP No.W081,Proctor Valley Road Reach 5). GENERAL MANAGER'S RECOMMENDATIONS: That the District's Board of Directors approve this request to reimburse McMillin Rolling Hills,Ranch,LLC,as the successor in interest (Pacific Bay Homes),for ClP No.W081 in the amount of $298,192.13. COMMITTEE ACTION: Please see Attachment A. PURPOSE: To obtain Board authorization for the General Manager to reimburse the McMillin Rolling Hills Ranch,LLC for work completed and associated with ClP No.W081.At the January 20, 1998 Board Meeting,the Board authorized the General Manager to enter into a Reimbursement Agreement with Pacific Bay Homes,for the Proctor Valley Road Reach 5 Pipeline (ClP W081).McMillin Rolling Hills Ranch,LLC succeeded to ownership of the development. ANALYSIS: On January 20,1998,the Otay Water District (District)entered into a Reimbursement Agreement with Pacific Bay Homes (the "Reimbursement Agreement")for regional water facilities within the Rolling Hills Ranch Development (formerly known as Salt Creek Ranch).ClP project W081 was included within the Sub-Area Master Plan (SAMP)dated April 1997,and subsequently included in the Reimbursement Agreement. McMillin Rolling Hills Ranch,LLC has acquired all interest in property in the Rolling Hills Ranch Development from Pacific Bay Homes.The Reimbursement Agreement provides that all rights and obligations of the parties thereunder are vested and binding on their successors in interest. McMillin Rolling Hills Ranch,LLC submitted its reimbursement request on March 15,2006,along with the necessary invoices from the lowest responsive bidder for a total amount of $395,192.10.After staff review,that amount was reduced to $298,192.13.This project was listed in the District's five- year ClP plans as well as on the approved SAMP dated April 1997. Staff used the following methodology to evaluate the reimbursement request submitted by McMillin Rolling Hills Ranch, LLC.: (a)prepared a quantity take-off.(see Attachment 1); (b)compared quantities and prices against the reimbursement requests (see Attachment 2). After completion of the analysis,staff prepared a spreadsheet to support its recommendation for reimbursement (see Attachment 3). After reviewing the budget for the ClP project included in McMillin Rolling Hills Ranch,LLC request dated March 15,2006. Staff compared with the budget for FY06-07 and found that this project has sufficient funds to be reimbursed. Staff is bringing this reimbursement request before the Board for approval because of the time lapse between the approval of the Reimbursement Agreement and the reimbursement request. Staff recommends that the Board authorize the General Manager to reimburse McMillin Rolling Hills Ranch,LLC in accordance with Policy 26. 2 FISCAL IMPACT: The approved 2006 budget for the Proctor Valley Reach 5 (CIP No. P2081)is $452,000.The actual costs paid on this project,as of May 18,2006,is $1,154.55.The projected final cost for this project is $298,192.13.Based on the cost analysis performed,staff does not anticipate that a budget increase is necessary The remaining $152,653.32 in the budget will not be spent and CIP will be closed.The unspent funds will remain in the expansion reserves to be used for other projects. Finance has determined that 100%of the funding is currently available from the expansion fund. STRATEGIC GOAL: This project supports the District's Strategic Goal of satisfying current and future potable and recycled water needs. The pipelines will transmit potable and recycled water to Central Area System market areas. LEGAL IMPACT: None. DC/RP:vm P,\WORKING\CIP W196\WO 8687\Staff Report\McMillin Reimburse Agmt (DC).doc 3 SUBJECT/PROJECT: ATTACHMENT A Proctor Valley Road Reach 5 Pipeline (CIP W081) COMMITTEE ACTION: On May 23,2006,the Engineering and Operations Committee met and 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. QUANTITY TAKE·OFFS FOR MCMILLIN REIMBURSEMENT AGREEMENT CIP W2081 PROJECT:A 36"STEEL CML&C POTABLE WATER PIPLINE IN PVR FROM 3,000 FEET EAST OF HUNTE PARKWAY EASTERLY 1,600 FEET CONTRACTOR:CASS CONSTRUCTION McMillin Staff Description Requests Otay Quantity Recommendation Main CMLC 36"1530 LF 1530LF 1530LF Main 16"PVC CL 200 40 LF 40 LF 40 LF Deduct:Main CMLC 36"(15)LF ** Add:Main CMLC 36"1 LS ** Water Pipe Misc-36"x16"Reducer 1 EA 1 EA 1 EA Water Pipe Misc-36"x12"Reducer 1 EA ** Water Pipe Misc.-D.I.Spools 3EA ** Add:0.1.Spools 1 EA ** Add:Water Pipe Misc 1 EA ** Water Pipe Misc-36"Cross 1 EA ** Water Irrig Service 02"1 EA ** Water Fire Hydrant 2EA 2 EA 2 EA 9 Water Test Station OWD858 9EA 9EA 9EA \_"~.'"Water Air Release Assbly 06"1 EA 1 EA 1 EA Water Gate Valve 12"1 EA ** Water Butterfly Valve Misc 36"2EA 2 EA 2 EA Water Butterfly Valve 16"1 EA 1 EA 1 EA Water End Cap-36"wlTemp 6"BO 1 EA 1 EA 1 EA Water End Cap-12"wlTemp2"BO 1 EA ** Water Final Adjust/Mise Water Connect To Exist 36"1 EA 1 EA 1 EA Water Connect To Exist 16"1 EA 1 EA 1 EA Water Gate Valve Adjust 8EA ** preparedS+uik;pQ){-,Date:0)"(/rlofo Mike Felley I Engineering Technician III '"Not a part of this agreement ) P:\WORKING\C1P W081\WO 9543\C1P W081 PVR Reach 5 Take-ofts.xls 5/11/2006 PRICE VERIFICATION FOR MCMILLIN REIMBURSEMENT AGREEMENT CIP W2081 PROJECT:A 36"STEEL CML&C POTABLE WATER PIPLINE IN PVR FROM 3,000 FEET EAST OF HUNTE PARKWAY EASTERLY 1,600 FEET CONTRACTOR:CASS CONSTRUCTION Description Main CMLC 36" Deduct:CO #999 Add:CO #2 Main 16"PVC CL 200 Water Pipe Misc-36"x16" Reducer Water Pipe Misc-36"x12" Reducer McMillin Requests $192,397.50 ($1,886.25) $9,766.69 $3,500.00 $5,400.00 $5,700.00 OtayVerification $192,397.50 $3,500.00 $5,400.00 Comments Doesn't include soft cost.. Doesn't include soft cost Doesn't include soft cost Water Pipe Misc-D.I.Spools $31,800.00 Add:CO #1 $10,600.00 Add:CO #3 $12,700.49 Water Pipe Misc-36"Cross $18,000.00 9 Water Irrig Service 02"$2,250.00 Water Fire Hydrant $8,300.00 Water Test Station OWD858 $13,500.00 WaterAirRelease Assbly 06"$4,175.00 Water Gate Valve 12"$1,575.00 Water Butterfly Valve Misc 36"$40,700.00 WaterButterfly Valve 16"$5,225.00 WaterEnd Cap-36"wlTemp 6"BO $3,325.00 Water End Cap-12"wlTemp 2"BO $1,875.00 Water FinalAdjust/Mise WaterConnect To Exist 36"$3,700.00 Water Connect To 16"$3,770.00 $8,300.00 $13,500.00 $4,175.00 $40,700.00 $5,225.00 $3,325.00 $3,700.00 $3,770.00 Doesn't include soft cost Doesn't includesoft cost Doesn't include soft.cost Doesn't include soft cost Doesn't include soft cost Doesn't include soft cost Doesn't include soft cost Doesn't include soft cost Subtotal before Valve Adjust $283,993 $283,993 ReviewedB~11..~~ft-fv"Date:AJ t 1./()rP\ Richard Shackley ~~~ Inspection Supervisor .•Nota part of this agreement P:IWORKINGICIP W0811WO 95431CIP WOB1 PVR Reach 5Take-otls.xls 04/17/2006 ATTACHMENT 3 REIMBURSEMENT SUMMARY SHEET -McMILLIN Rolling Hills Ranch,Proctor Valley Road Reach 5 (W2081) McMillin Unit OWO Estimated Reimbursement Staffs Proposed QTY.Cost McMillin Cost Soft Cost 5%McMillin Total Costs Amount per CIP Reimbursement CIP WOS1 Main CMLC 36"1530 $125.75 $192,397.50 $9,619.88 $202,017.38 $202,017.38 Main 16"PVC CL 200 40 $87.50 $3,500.00 $175.00 $3,675.00 $3,675.00 Deduct CO #999:Main CMLC 36"(15)$125.75 ($1,886.25)($94.31)($1,980.56)* Add CO #2:Main CMLC 36"1 $9,766.69 $9,766.69 $488.33 $10,255.02 * Water Pipe Misc-36"x16"Reducer 1 $5,400.00 $5,400.00 $270.00 $5,670.00 $5,670.00 Water Pipe Misc-36"x12"Reducer 1 $5,700.00 $5,700.00 $285.00 $5,985.00 * Water Pipe Misc.-D.I.Spools 3 $10,600.00 $31,800.00 $1,590.00 $33,390.00 * Add CO #1:0.1.Spools 1 $10,600.00 $10,600.00 $530.00 $11,130.00 * Add CO #3:Water Pipe Misc.1 $12,700.49 $12,700.49 $635.02 $13,335.51 *. Water Pipe Misc-36"Cross 1 $18,000.00 $18,000.00 $900.00 $18,900.00 * Water Irrig Service 02"1 $2,250.00 $2,250.00 $112.50 $2,362.50 Water Fire Hydrant 2 $4,150.00 $8,300.00 $415.00 $8,715.00 $8,715.00 Water Test Station OWD858 9 $1,500.00 $13,500.00 $675.00 $14,175.00 $14,175.00 Water Air Release Assbly 06"1 $4,175.00 $4,175.00 $208.75 $4,383.75 $4,383.75 Water Gate Valve 12"1 $1,575.00 $1,575.00 $78.75 $1,653.75 * Water Butterfly Valve Mise 36"2 $20,350.00 $40,700.00 $2,035.00 $42,735.00 $42,735.00 Water Butterfly Valve 16"1 $5,225.00 $5,225.00 $261.25 $5,486.25 $5,486.25 Water End Cap-36"wrremp 6"BO 1 $3,325.00 $3,325.00 $166.25 $3,491.25 $3,491.25 Water End Cap-12"wrremp2"BO 1 $1,875.00 $1,875.00 $93.75 $1,968.75 * WaterFinal Adjust/Mise Water Connect To Exist 36"1 $3,700.00 $3,700.00 $185.00 $3,885.00 $3,885.00 Water Connect To Exist 16"1 $3,770.00 $3,770.00 $188.50 $3,958.50 $3,958.50 $283,993 $14,199.63 $395,192.10 $298,192.13 $395,192.10 Total Requested by MCMillin__-.;.$3,;;.;9;,,;;5.:.,,1;,,;;9,;;,2.;.;,1,;.,O Recommended Reimbursement McMillin is requesting Reimbursement In the amount of: .,•--.'1_'-,'!·.,.·l.v......:vl:r.....'-:".\~'-7-c-<~,..,·~.~~"'.v:l,··-·:·r~-."~._.__~ *Not a part of this agreement P:\WORKING\CIP W081\WO 9543\CIP W081 PVR Reach 5 Take-offs.xls 5/18/2006 STAFF REPORT AGENDA ITEM 4 TYPE MEETING:Regular Board MEETING DATE:June 7,2006 SUBMITTED BY: APPROVED BY: (Chief) APPROVED BY: (Ass!.8M): SUBJECT: Robert Scholl R.1xJ.ce1 PROJECT:P1253 -001000 DIV.NO. Associate Civil Engineer Rod poSada~~)D~' Chief,Development Services,..,-...'.c_ Manny Magafi~h~ Assistant General Mana~r,Engineering and Operations Award of Professional On-Call Environmental Services Contract,Fiscal Year 2007 N/A GENERAL MANAGER'S RECOMMENDATION: That the Board authorize the General Manager to enter into an agreement for professional on-call environmental services with Mooney,Jones,&Stokes for an amount not to exceed $100,000 during Fiscal Year 2007.This is an optional extension of the Fiscal Year 2006 on-call services contract. COMMITTEE ACTION: Please see Attachment A; PURPOSE: To obtain Board authorization for the award of a professional on-call environmental services contract to Mooney,Jones & Stokes for an amount not to exceed $100,000 during Fiscal Year 2007 (see Attachment B).This is an optional extension of the Fiscal Year 2006 on-call services contract. ANALYSIS: The District often requires the expertise of environmental consultants for small tasks on its Capital Improvement Projects. These tasks typically are valued between $1,000 and $20,000 and, as such,they are small enough that formal proposals from consultants are not feasible.Because of this,the District began using an on-call environmental consultant during Fiscal Year 2006 to perform such tasks. The Fiscal Year 2006 on-call consultant,Mooney,Jones &Stokes, has taken-on several tasks throughout the year.These tasks are listed below: 1)Revegetation Monitoring and Maintenance Services for the 1004-2 Reservoir 3)Section 106 Compliance Services for the Recycled Water Line Project $9,111 $28,329 50%complete,50%to be carried~over to FY 2007 Completion expected by the end of FY 2006 5)CEQA Review for the Jamul Pipeline Project $699 Completion expected by the end of FY 2006 7)Environrnental Review for the 1-905 Relocation Project $1,191 Completion expected by the end of FY 2006 9)CEQA Review for the RWCWRF Force Main Improvement Project $14,730 10%complete,9Q%to be carried-over to FY 2007 TOTAL:$81,752 A similar workload for the on-call consultant is anticipated for Fiscal Year 2007.In addition,the on-call consultant will be completing those projects that were commenced and extended 2 beyond Fiscal Year 2006.Therefore,staff believes that a $100,000 cap on the on-call services contract is appropriate. The staff report for award of the Fiscal Year 2006 on-call services contract stated that this would be a one-year contract not to exceed $100,000 for all task orders.The District would have the option to extend this agreement an additional year if it concluded that the on-call consultant had performed effectively.Staff believes that Mooney,Jones &Stokes has indeed performed effectively and therefore recommends exercising this option. This on-call services contract does not commit the District to any expenditures until a task order is approved to perform work on a Capital Improvement Project.The District does not guarantee work to the on~call consultant,nor does the District guarantee that it will utilize the entire $100,000 budgeted for this contract. Staff recommends the award of an on-call services contract to Mooney,Jones,&Stokes for a not-to-exceed amount of $100,000 during Fiscal Year 2007. FISCAL IMPACT,~ /..---7 The funds for this contract will be expended during FY 2007 from various Capital Improvement Projects and have been budgeted within these projects.This contract is for on-call services only and does not commit the District to any expenditures until a task order is approved for the on-call consultant to perform work on a project. STRATEGIC GOAL: This project supports the District's strategic goal of creating a comprehensive environmental program that is proactive in response to environmental compliance. LEGAL IMPACT: None. 3 Ge~ Attachments RS/RP:vm P,\WORKING\Rob\On-Call Consultant\2006-2007 Contract\BD 06-07-06,2006-07 On-Call Contract (RS).doc 4 •H _,•••••__••,••••••••••__•••••••••~•••,._••••••_~•••••_••••••_~•••"•••__! ATTACHMENT A r··sUBjEcTjp·RojECi:·rA~·~~d··of·····p;::oie·s·sion~i···on·=·caii·Envi~·on~enta-i-se·~vTce s i I Contract,Fiscal Year 2007 (P1253) ..........................................................1..._..... COMMITTEE ACTION: On May 23,2006,the Engineering and Operations Committee met and 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. ·····..···--···1 ATTACHMENTB AGREEMENT FOR PROFESSIONAL ENVIRONMENTAL SERVICES BETWEEN OTAY WATER DISTRICT AND JONES &STOKES ASSOCIATES FOR THE FISCAL YEAR 2007 ON-CALL ENVIRONMENTAL SERVICES CONTRACT (CIP P1253-001000 -W.O.No.8014) This Agreement (Agreement)is made and entered into this __day ofJune, 2006 by and between the OTAY WATER DISTRICT,a municipal water district,formed and existing pursuant to California Municipal Water District Act of1911,as amended,hereinafter referred to as "DISTRICT,"and Jones &Stokes Associates,hereinafter referred to as "CONSULTANT." WITNESSETH WHEREAS,the DISTRICT requires the services ofan environmental consultant to render certain technical and professional services described below;and WHEREAS,the CONSULTANT has available,and offers to provide, personnel and facilities necessary to accomplish the work within the required time. NOW,THEREFORE,DISTRICT AND CONSULTANT agree as follows: I.Scope of Environmental Services The CONSULTANT agrees to perform those services described in the scope ofwork set forth in Exhibit 'A'attached hereto and incorporated herein by this reference.The scope of consulting services shall include meetings with District staff and review ofprevious technical documentation. II.Authorization General authorization to proceed with the work described in Exhibit 'A'is hereby granted upon full execution ofthe Agreement.However,CONSULTANT shall not proceed with any work described in Exhibit 'A'until the receipt ofa requestfor specific services or "work order"from the District's Designated Agent.Upon receipt ofsuch a request for specific services,CONSULTANT shall provide the the District's Designated Agent with an estimated budget for the requested services and an estimated time for completion.The District's Designated Agent shall then provide the CONSULTANT with authorization to proceed.No work shall be commenced until the CONSULTANT receives the authorization to proceed. III.Compensation In return for providing the services described in Exhibit 'A',which are to be performed by the CONSULTANT,the DISTRICT agrees to pay,and the CONSULTANT agrees to accept, compensation for all executed service requests up to an mount not-to-exceed ONE HUNDRED - 1 - THOUSAND DOLLARS ($100,000.00),payable as agreed to by the parties per service request. Total compensation for all Professional Services provided under this agreement shall not exceed ONE HUNDRED THOUSAND DOLLARS ($100,000.00)during the term ofthis agreement without prior written authorization from the DISTRICT. The CONSULTANT shall invoice the DISTRICT on a monthly schedule in the format shown in Exhibits 'B'and 'C'.The CONSULTANT shall not invoice the DISTRICT for work that has not been completed at the time the invoice is prepared.The DISTRICT shall have forty-five (45) days from the date ofreceipt oferror-free invoices prepared in accordance with Exhibits 'B'and 'c' to make payment without incurring interest and/or penalty charges. IV.Standard ofCare The CONSULTANT is employed to render environmental consultant services only,and any payment made to the CONSULTANT is compensation solely for such services as the CONSULTANT may render and recommendations the CONSULTANT may make.The CONSULTANT'S services shall be furnished in accordance with generally accepted environmental consultant principles and practices. V.Documents All original drawings,spreadsheets and documents,including digital photographs and files developed for the project,shall,upon payment in full for the services described in this Agreement, be furnished to and become the property ofthe DISTRICT,except as otherwise provided in Section VIII:Termination or Abandonment. The CONSULTANT shall provide final documents on high-density media such as ZIP® disk 100/250 MB or compact disk (CD).Final drawings and details shall be in AutoCAD®2000 format.Final Contract Specifications,reports,and spreadsheets shall be in Microsoft®Office 2000 format.Any other electronic format documents provided to the DISTRICT must be formatted to the same software version or release as that ofthe DISTRICT. VI.Performance and Schedule The CONSULTANT agrees to coordinate project work to ensure its timely completion and shall promptly notify the DISTRICT ofany anticipated delays,which may affect the work schedule. In the event the time for completing the scope ofwork is exceeded due to circumstances beyond the control of the CONSULTANT,the CONSULTANT shall have an additional amount oftime to be agreed upon in writing between the parties in which to complete the work. VII.Change in Scope of Work Work under this On-Call Environmental Services is to be performed on a work order basis and shall be pre-approved by the DISTRICT.Each work order shall specify the services requested, the time for performance and an estimated cost for such services.Ifthe services requested require a change,addition or modification,such change,addition or modification shall require prior approval ofthe DISTRICT.In the event that the services requested are outside ofthe Scope of Work specified in Exhibit 'A',CONSULTANT shall bring it to the attention ofthe DISTRICT immediately,and no such work shall be done prior to obtaining written approval from the DISTRICT. - 2 - Ifthe DISTRICT changes the Scope ofWork,or ifchanges in regulations after execution of this Agreement necessitate changes in the Scope ofWork,or ifthe CONSULTANT is requested to perform services not detailed in the Scope ofWork,the parties shall execute an amendment to Exhibit 'A',Scope of Work. All work performed without proper authorization shall be considered part ofthis Agreement for no additional compensation. VIII.Termination or Abandonment Ten (l0)calendar days from the date ofa written notice to terminate,the DISTRICT has the right to terminate or abandon all or any portion ofa work order.The District is under no obligation to require all the services described under the Scope ofWork and shall be able to select only those services needed from time to time,as provided in each work order.In the event that the District abandons or terminates any services requested as provided hereunder,the DISTRICT will have the right to take possession and shall own immediately all original specifications,drawings,and other documents developed for that portion ofthe work completed and/or being abandoned.The DISTRICT will pay the CONSULTANT for services for any portion ofthe work being terminated which were rendered prior to termination.Ifsaid termination occurs prior to completion ofany task ofthe project for which a payment request has not been received,the fee for service performed during such task shall be based on an amount mutually agreed to by the DISTRICT and the CONSULTANT for the portion ofsuch task completed but not paid prior to said termination.The DISTRICT will not be liable for any costs other than the fees or portions thereof,which are specified herein.Ifall work is abandoned as herein provided,this Agreement shall automatically terminate on the 10th day from the date ofnotice. IX.Indemnification A.CONSULTANT agrees to the following: 1.Indemnification for Professional Services.CONSULTANT will save harmless and indemnify and,at DISTRICT's request,defend DISTRICT and all its officers,volunteers,employees,and representatives from and against suits, actions,or claims brought for,or on account of,injuries or damages sustained by any person or property directly resulting from a negligent or wrongful act,error or omission by CONSULTANT or any of CONSULTANT's officers,agents, employees,or representatives,in the performance ofthis Agreement. 2.Indemnification for other Damages.CONSULTANT indemnifies and holds DISTRICT harmless from and against a claim,action,damages,costs (including reasonable attorney's fees),injuries,or liability,directly resulting from this Agreement,for its negligent performance.Should DISTRICT be named in a suit, or should a claim be brought against it by suit or otherwise,directly resulting out ofthis Agreement,for the CONSULTANT's negligent performance, CONSULTANT will defend DISTRICT (at DISTRICT's request and with counsel satisfactory to DISTRICT)and will indemnify DISTRICT for anyjudgment rendered against it or any sums paid out in settlement or otherwise. ( B.For purpose ofthis section "DISTRICT"includes DISTRICT's officers,officials, employees,agents,representatives,and certified volunteers. - 3 - C.It is expressly understood and agreed that the foregoing provisions will survive termination ofthis Agreement. D.The requirements as to the types and limits ofinsurance coverage to be maintained by CONSULTANT as required by this Agreement and any approval ofsaid insurance by DISTRICT,are not intended to and will not in any manner limit or qualify the liabilities and obligations otherwise assumed by CONSULTANT pursuant to this Agreement,including,without limitation,to the provisions concerning indemnification. X.Insurance Requirements A.Before commencing performance under this Agreement,and at all other times this Agreement is effective,CONSULTANT will procure and maintain the following types ofinsurance with coverage limits complying,at a minimum,with the limits set forth below: Type of Insurance Commercial general liability Professional liability Business automobile liability Workers compensation Limits (combined single) $1,000,000 $1,000,000 $1,000,000 Statutory requirement B.Commercial general liability insurance will meet or exceed the requirements ofISO- CGL Form No.CG 12 10 11 97.The amount ofinsurance set forth above will be a combined single limit per occurrence for bodily injury,personal injury,and property damage for the policy coverage.Liability policies will be endorsed to name DISTRICT,its officials,and employees as "additional insureds"under said insurance coverage and to state that such insurance will be deemed "primary"such that any other insurance that may be carried byDISTRICT will be excess thereto.Such insurance will be on an "occurrence"basis,except professional liability shall be on a "claims made"basis,and will not be cancelable or subject to reduction except upon a thirty- (30)day prior written notice to DISTRICT. C.Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 01 10 01,including symbol 1 (Any Auto). D.·CONSULTANT will furnish to DISTRICT duly authenticated Certificates ofInsurance and Endorsements evidencing maintenance ofthe insurance required under this Agreement and such other evidence of insurance as may be reasonably required by DISTRICT from time to time.Insurance must be placed with insurers with a current A.M.Best Company Rating equivalent to at least a Rating of "A:VII."Originals of the duly authenticated Certificates ofInsurance and Endorsements shall be included with this Agreement as Exhibit D. - 4 - XI.Successors and Assigns This Agreement and all ofthe tenns,conditions,and provisions hereof shall inure to the benefit ofand be binding upon the parties hereto,and their respective successors and assigns; provided,however,that no assignment ofthis Agreement shall be made without written consent of the parties to this Agreement.Any attempt by the CONSULTANT to assign or otherwise transfer any interest in this Agreement without the prior written consent ofthe DISTRICT shall be void. Since the primary consideration ofthe DISTRICT in entering this agreement is the qualifications of the CONSULTANT,as opposed to a low bid,the DISTRICT will refuse to consent to assignments ifit considers the assignee to have lesser qualifications.Any notice or instrument required to be given or delivered by this Agreement may be given or delivered by depositing the same in any United States Post Office,registered or certified,postage prepaid,addressed to: DISTRICT: Otay Water District 2554 Sweetwater Springs Boulevard Spring Valley,California 91978-2004 Attention:Mark Watton· and shall be effective upon date ofmailing. CONSULTANT: Mooney,Jones &Stokes 9903 Businesspark Avenue San Diego,CA 92131 Attention:Brian Mooney,AICP XII.Project Organization The CONSULTANT proposes to assign Ted N.Lee as the Project Manager.The Project Manager shall not be removed from the project or reassigned without prior approval ofthe DISTRICT,which approval shall not be unreasonably withheld.No subcontracting ofsignificant portions ofthe contracted environmental services shall be made without prior approval ofthe DISTRICT. XIII.Integration This Agreement and the attached Exhibits represent the entire understanding by and between the DISTRICT and the CONSULTANT as to those matters contained herein.No prior oral or written understanding shall be ofany force or effect with respect to those matters covered hereunder.This Agreement may not be modified or altered except in writing signed by both parties hereto. - 5 - XIV.Execution JONES &STOKES ASSOCIATES Brian Mooney,Managing Principal OTAY WATER DISTRICT Mark Watton,General Manager APPROVED AS TO FORM Yuri Calderon,General Council COPIES:0 FILE (Orig.),0 CONSULTANT,0 PROJECT MANAGER.,0 ACCOUNTS PAYABLE P:\WORKING\Rob\On-CaII ConsuItant\2006-2007 Contract\On-CalI Services Agreement.doc - 6 - EXHIBIT A SCOPE OF SERVICES On-Call Environ'mental Services Contract CIP No.P1253-001000 Work Order No.8014 SCOPE OF REQUIRED SERVICES The scope of services listed below is intended to describe the typical services that may be requested of the as-needed consultant.The services listed are not all-inclusive,but rather represent those normally expected during the performance ofthe contract.Specifically,the selected consultant shall have the ability to perform the following: 1.Prepare environmental documents such as Environmental Assessments,Notices of Exemption,Initial Studies,Negative Declarations and Mitigated Negative Declarations,as required byNEPA and CEQA. 2.Prepare,print,publish,and/or mail Notices of Intent,Notices of Preparation,Notices of Completion,Notices of Determination,and any other notices required by NEPA and CEQA during and after environmental document preparation. 3.Prepare responses to comments on Environmental Assessment,Notice ofExemption,Initial Study,Negative Declaration and Mitigated Negative Declaration documents. 4.Prepare permit applications as required by NEPA,CEQA,CWA,and FESA. 5.Prepare storm water pollution prevention plans for construction projects. 6.Prepare storm water discharge permit applications and pollution prevention plans. 7.Prepare archaeology and paleontology surveys (including preparation ofmonitoring plans). 8.Conduct land use compatibility studies. 9.Conduct environmental baseline surveys and biological monitoring (including preparation of mitigation,monitoring and reporting plans and reports) 10.Conduct hazardous and toxic material/waste site investigations and assessments. 11.Conduct sampling and analysis ofhazardous material/waste (including data validation). 12.Asbestos and lead-based paint sampling and report preparation. The District's intent is to have environmental services available on an as-needed basis.However, work orders under this contract mayor may not require the full level of work as outlined in this section.Further,it is not known how many projects will be undertaken over the term of the agreement;therefore,work mayormay not be available for the selected firm. DELIVERABLES All deliverables shall be in: 1.All electronic digital drawings/design files shall be delivered in AutoCAD 2000 format. 2.All electronic text document deliverables shall be in the Microsoft Office platform (Word, Excel,PowerPoint,Project,etc.)version 2000 or higher. 3.All Geographical Information System (GIS)files shall be delivered in ArcView Shapefile format (.shp).' 4.All horizontal data (X,Y coordinates)shall be delivered using the California Stateplane Coordinate System (NAD 83,Zone VI,feet). 5.All vertical data (Z coordinates)shall be delivered using the North American Vertical Datum of 1988 (NAVD 88). 6.Specification -all specifications shall be in Construction Specification Institute (CSI)format and in conformance with District's Standard Specifications. - 8 - EXHIBIT B Mooney,Jones &Stokes 9903 Businesspark Avenue San Diego,California 92131 INVOICE SUBMITTED TO:DATE OF INVOICE: Accounts Payable Otay Water District INVOICE NO. 2554 Sweetwater Springs Boulevard Spring Valley,CA 91978-2004 JOB DESCRIPTION:AUTHORIZATION: istrict and Sheets D7 $40,000.00 $250.00 $1,350.00 $41,600.00 Original Fee Amount Authon Change Order No.1 Amount Authorized Change Order No.2 Amount Authorized Total Fee Amount Authorized Prepared Initial Study,Ne through DI0. DESCRIPTION OF SERVICES PROJECT NAME:On-Call Environmental Services Purchase Order Number: Contract Otay Project Manager:Robert Scholl Work Order Number:8014 Capital Improvement Project No:p1253-001000 Consultant Proj ect Number: Amount ofThis Invoice Amount Previously Invoiced Total Amount Invoiced to Date $5,433.00 $32,456.00 $37,889.00 Amount Previously Paid Authorized Fee Amount Remaining Percent Complete $32,456.00 $3,711.00 91% CONTRACTED DATE OF PROJECT COMPLETION:June 30,2006 Invoice has been reviewed and found correct. Ted Lee,Project Manager EXHIBIT C Otay Water District On-Call Environmental Services Contract 5/10/96 WO 8014/CIP P2253-001000 DESCRIPTION THIS INVOICE INVOICED CONTRACT TOTAL % HRS/$'s RATE AMOUNT I TO DATE AMOUNT I BILLED COMPLETEI PROJECT TOTAL $5,763.35 $20,884.30 $46,500.00 45%37% TASK 1-Project Management and Administration $3,955.25 $15,420.90 $20,600.00 75%88% Sub-Task 1.1 Data Acquisition $951.00 $2,944.00 $3,000.00 98%100% Project Manager Smith 16.0 hr 41.00 $/hr $656.00 Drafter Williams 5.0 hr 35.00 $/hr $175.00 Secretary Allred 6.0 hr 20.00 $/hr $120.00 Sub-Task 1.2 Report Preparation $931.50 $8,865.00 $13,000.00 68%75% Principle James 2.5 hr 95.00 $/hr $237.50 Project Manager Smith 4.0 hr 41.00 $/hr $164.00 Drafter Williams 14.0 hr 35.00 $/hr $490.00 Secretary Allred 2.0 hr 20.00 $/hr $40.00 Direct Expenses $1,884.50 $2,431.00 $3,000.00 81% 81% Reproduction $17.50 10%$19.25 Subconsultant #1 B&K $610.00 5%$640.50 Subconsultant #2 CEW $1000.00 5%$1,050.00 TASK 2-Review Existing Documentation &Related Proj.Info.$1,808.10 $5,463.40 $15,700.00 35%22% Sub-Task 2.1 $951.00 $2,944.00 $12,000.00 25%22% Project Manager Smith 16.0 hr 41.00 $/hr $656.00 Drafter .Williams 5.0 hr 35.00 $/hr $175.00 Secretary Allred 6.0 hr 20.00 $/hr $120.00 Direct Expenses Reproduction Subconsultant #2 CEW $120.00 $600.00 10% 5% $762.00 $2,225.00 $132.00 $630.00 $2,500.00 89%89% Note:1)Consultant to edit,update,and add lines as necessary. 2)Rates shown above are to remain in effect throughout the life of the contract EXHIBIT 0 (Consultant's Insurance Certificate) 5TAFF REPORT AGENDA ITEM 5 TYPE MEETING:Regular Board MEETING DATE:June 7,2006 Qtr eIP Report SUBMITTED BY: APPROVED BY: (Chief) APPROVED BY: (Ass!.GM): SUBJECT: Mehdi Arbabian Mehdi Arbabian~4?,t;I Manny Magafia~~zr~ Informational Item -FY 2006 3rd PROJECT:P2210 DIV.NO.ALL GENERAL MANAGER'S RECOMMENDATION: That the Board accept the FY 2006 Third Quarter eIP Report for review and receive a summary via PowerPoint presentation. COMMITTEE ACTION: Please see Attachment A. PURPOSE: To update the Board about the status of all eIP project expenditure highlights,significant issues,progress,and milestones on major projects. ANALYSIS: To keep up with growth and to meet our ratepayers'expectations to adequately deliver safe,reliable,cost-effective,and quality water,each year Otay WD staff prepares a six-year rolling eIP that identifies the Otay WD infrastructure needs. The eIP is comprised of four (4)categories consisting of backbone capital facilities,maintenance projects,developer's reimbursement projects,and capital purchases. The quarterly update is intended to provide a detailed analysis of progress in completing these projects within the allotted time and budget.Staff continues to strive to achieve the targeted goal of 70 to 80%of the total fiscal year budget amount.Overall expenditures in the 3~Qtr totaled $24.5 Million,which is 91%of our forecast expenditure. FISCAL IMPACT: None. STRATEGIC GOAL: The CIP supports the mission of providing the best quality of water and wastewater service to the customers of the Otay Water District in a professional,effective,efficient,and sensitive manner,in all aspects of operation,so that public health, environment,and quality of life are enhanced. LEGAL IMPACT: None. MA P:\ENGRSEC\REPORTS\ClP Qtrly Report\2006\3Q Update\BD 6-07-06,FY 2006 3rd Qtr ClP Report.doc 2 fSUSJECfjpROJECT: ATTACHMENT A m ·m...............................a.··········.m..m.. Informational Item -FY 2006 3r Qtr CIP Report (Project P2210) .......,j ..............................................................................................................,".J COMMITTEE ACTION: The Engineering and Operations Committee met to consider this item on May 23.The Committees received the information and recommended to be heard by the Full Board. 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.