Loading...
HomeMy WebLinkAbout03-15-22 EO&WR Committee Packet1 OTAY WATER DISTRICT ENGINEERING, OPERATIONS, & WATER RESOURCES COMMITTEE MEETING and SPECIAL MEETING OF THE BOARD OF DIRECTORS BY TELECONFERENCE 2554 SWEETWATER SPRINGS BOULEVARD SPRING VALLEY, CALIFORNIA Board Room TUESDAY March 15, 2022 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 COMMITTEE’S JU- RISDICTION INCLUDING AN ITEM ON TODAY'S AGENDA Additionally, members of the public may submit their comments on agendized and non-agendized items by either of the following two methods: a)If you wish to provide public comment directly - that is, live during the “Public Par- ticipation” portion of the meeting - please complete and submit a Request to Speak Form via email to BoardSecretary@otaywater.gov before the start of the meeting. Your request to speak will be acknowledged during the “Public Participa- tion” portion of the meeting when the Committee will hear your comment. When called to speak, please state your Name and the City in which you reside. You will be provided three minutes to speak. The Committee is not permitted to enter into a dialogue with the speaker during this time. OR b)If you wish to have your comment read to the Committee during the “Public Partic- ipation” portion of the meeting, please email your comment to BoardSecre- tary@otaywater.gov at least thirty minutes prior to the start of the meeting, and it will be read aloud during the “Public Participation” portion of the meeting. Please provide your Name and the City in which you reside, with your comment. Your comment must not take more than three minutes to read. The Committee is not permitted to respond to written public comment during this time. 2 The District’s meeting is live streamed. Information on how to watch and listen to the District’s meeting can be found at this link: https://otaywater.gov/board-of- directors/agenda-and-minutes/board-agenda/ DISCUSSION ITEMS 3.AWARD OF TWO (2) PROFESSIONAL SERVICES CONTRACTS FOR AS-NEEDED GRANT WRITING & ADMINISTRATION SERVICES TO ENGINEERING SOLUTIONS SERVICES AND HOCH CONSULTING. THE TOTAL AMOUNT OF THE TWO (2) CONTRACTS WILL NOT EXCEED $300,000 DURING FISCAL YEARS 2023-2025 (COBURN-BOYD) [5 MINUTES] 4.AWARD OF A CONSTRUCTION CONTRACT TO CCL CONTRACTING, INC. FOR THE PASO DE LUZ/TELEGRAPH CANYON (CIP P2612) AND VISTA GRANDE/ VISTA SIERRA (CIP P2616) WATER LINE REPLACEMENT PROJECTS IN AN AMOUNT NOT-TO-EXCEED $1,627,440 (BEPPLER) [5 MINUTES] 5.APPROVE TO INCREASE THE CIP P2677 BUDGET IN AN AMOUNT OF $300,000 (FROM $1,500,000 TO $1,800,000) AND AUTHORIZE THE GENERAL MANAGER TO EXECUTE A REIMBURSEMENT AGREEMENT BETWEEN THE CITY OF SAN DIEGO AND THE OTAY WATER DISTRICT FOR THE LA MEDIA/AIRWAY ROAD WATER LINE RELOCATION (CIP P2677) PROJECT (BEPPLER) [5 MINUTES] 6.APPROVE A REIMBURSEMENT REQUEST FROM BALDWIN & SONS, LLC, A CALIFORNIA LIMITED LIABILITY COMPANY, IN THE AMOUNT OF $265,911.45 FOR THE COMPLETED CONSTRUCTION OF A 20-INCH RECYCLED WATER PIPELINE ON SANTA VICTORIA ROAD, FOR A PORTION OF THE CAPITAL IMPROVEMENT PROGRAM PROJECT RECPL - 20-INCH, 680 ZONE, VILLAGE 2 – HERITAGE/LA MEDIA (CIP R2084), PROJECT LOCATION SANTA VICTORIA ROAD (LONG) [5 MINUTES] 7.DISCUSSION AND DIRECTION REGARDING THE PROPOSED FY 2023 – FY 2026 STRATEGIC PLAN (KERR) [20 MINUTES] 8.ADJOURNMENT BOARD MEMBERS ATTENDING: Tim Smith, Chair Ryan Keyes 3 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 by contacting the District Secretary at (619) 670-2253. If you have any disability which would require accommodation in order to enable you to par- ticipate in this meeting, please call the District Secretary at 619-670-2253 at least 24 hours prior to the meeting. Certification of Posting I certify that on March 11, 2022, I posted a copy of the foregoing agenda near the reg- ular 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 March 11, 2022. /s/ Tita Ramos-Krogman, District Secretary STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: April 6, 2022 SUBMITTED BY: Lisa Coburn-Boyd Environmental Compliance Specialist PROJECT: Various DIV. NO. All APPROVED BY: Bob Kennedy, Engineering Manager Rod Posada, Chief, Engineering Jose Martinez, General Manager SUBJECT: Award of Two (2) Professional Services Contracts for As-Needed Grant Writing & Administration Services to Engineering Solutions Services and Hoch Consulting for Fiscal Years 2023- 2025 GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) award two (2) professional service contracts for As-Needed Grant Writing & Administration Services and to authorize the General Manager to execute two agreements with Engineering Solutions Services (ESS) and Hoch Consulting (Hoch), each in an amount not-to-exceed $300,000. The total amount of the two (2) contracts will not exceed $300,000 during Fiscal Years 2023-2025 (ending June 30, 2025). COMMITTEE ACTION: Please see Attachment A. PURPOSE: To obtain Board authorization for the General Manager to enter into two (2) professional services contracts for As-Needed Grant Writing & Administration Services with ESS and Hoch, with each contract in an amount not-to-exceed $300,000 for Fiscal Years 2023-2025. The total amount of the two (2) contracts will not exceed $300,000 during Fiscal Years 2023-2025. AGENDA ITEM 3 2 ANALYSIS: The District will require the services of two (2) professional grant writing and administration consultants on an as-needed basis to help the District identify and research supplemental funding opportunities for District programs and projects, assist District staff in the preparation and submittal of applications for any viable opportunities, and provide administrative services for any successfully funded programs or projects for a period of approximately three years (depending on number of task orders). It is more efficient and cost effective to issue an as-needed contract for grant writing and administration to provide the District with the ability to obtain these services in a timely and efficient manner as funding opportunities arise. This concept is being used successfully for other disciplines such as engineering design, geotechnical, electrical, and environmental services. District staff will identify tasks and request cost proposals from the two (2) consultants during the contract period. Each consultant will prepare a detailed scope of work, schedule, and fee for each task order, with the District evaluating the proposals based upon qualifications and cost. The District will enter into negotiations with the consultants, selecting the proposal that has the best value for the District. Upon written task order authorization from the District, the selected consultant shall then proceed with the project, as described in the scope of work. Staff believes that a $300,000 cap on each of the As-Needed Grant Writing and Administration Services contracts is adequate for the three-year period of the contract. Fees for professional services will be charged to the Operating Budget or CIP projects, whichever is relevant for the project funding opportunity. The As-Needed Grant Writing and Administration Services contracts do not commit the District to any expenditure until a task order is approved to perform the work. The District does not guarantee work to the consultants, nor does the District guarantee to the consultants that it will expend all the funds authorized by the contract on professional services. The District solicited grant writing and administration services by placing an advertisement in the Daily Transcript, on the Otay Water District’s website, and using Periscope S2G, the District’s online bid solicitation website on December 1, 2021. The Request for Proposal (RFP) for Engineering Design Services was sent to all seven (7) firms resulting in six (6) proposals received on January 27, 2022. 3 They are as follows: •Engineering Solutions Services (Laguna Hills, CA) •Hoch Consulting (Oceanside, CA) •Intuitive Group (Capitol Heights, MD) •MNS Engineers, Inc. (Ontario, CA) •Polytechnique Environmental, Inc. (Bellflower, CA) •T & M Associates (Ontario, CA) The one firm that submitted a Letter of Interest (LOI) but did not propose was Villa Civil. In accordance with the District’s Policy 21, staff evaluated and scored all written proposals and interviewed the top four (4) firms on March 1 and 3, 2022. ESS and Hoch received the highest scores based on their experience, understanding of the scope of work, proposed method to accomplish the work, and their composite hourly rate. Both consultants have provided similar services to other local agencies and are readily available to provide the services required. A summary of the complete evaluation is shown in Attachment B. ESS and Hoch completed the Company Background Questionnaire, as required by the RFP, and staff did not find any significant issues. In addition, staff checked their references and performed an internet search on the company. Staff found the references to be excellent and did not find any outstanding issues with the internet search. FISCAL IMPACT: Joe Beachem, Chief Financial Officer The Finance Department has determined that the funds to cover these contracts will be available as approved in future budgets for these projects. The funds for these contracts will be expended on a variety of projects, as previously noted above. These contracts are for as- needed professional services based on the District's need and schedule, and expenditures will not be made until a task order is approved by the District for the consultant's services on a specific project. STRATEGIC GOAL: This Project supports the District’s Mission statement, “To provide exceptional water and wastewater service to its customers, and to 4 manage District resources in a transparent and fiscally responsible manner” and the General Manager’s Vision, "To be a model water agency by providing stellar service, achieving measurable results, and continuously improving operational practices." GRANTS/LOANS: Not applicable. LEGAL IMPACT: None. Attachments: Attachment A – Committee Action Attachment B – Summary of Proposal Rankings ATTACHMENT A SUBJECT/PROJECT: Various Award of Two (2) Professional Services Contracts for As-Needed Grant Writing and Administration Services to Engineering Solutions Services and Hoch Consulting for Fiscal Years 2023-2025 COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on March 15, 2022. 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 TOTAL - WRITTEN AVERAGE WRITTEN TOTAL Consultant's Commitment to DBE Additional Creativity and Insight Strength of Project Manager Presentation & Communication Skills Responses to Questions INDIVIDUAL TOTAL - ORAL AVERAGE ORAL TOTAL TOTAL SCORE WITHOUT FEE TOTAL SCORE 30 25 30 85 85 Y/N 15 15 10 10 50 50 135 150 Poor/Good/ Excellent Steve Beppler 25 22 27 74 13 13 8 7 41 Andrea Carey 26 23 27 76 12 12 9 7 40 Lisa Coburn-Boyd 26 22 27 75 12 13 8 8 41 Tenille Ortero 27 23 27 77 12 10 9 8 39 Kent Payne 26 22 26 74 11 11 6 8 36 Steve Beppler 26 23 28 77 13 13 8 8 42 Andrea Carey 28 22 27 77 13 13 7 9 42 Lisa Coburn-Boyd 27 23 27 77 13 12 7 8 40 Tenille Ortero 27 23 28 78 13 10 7 9 39 Kent Payne 28 25 27 80 12 12 8 8 40 Steve Beppler 25 20 25 70 Andrea Carey 22 21 24 67 Lisa Coburn-Boyd 23 20 25 68 Tenille Ortero 26 20 27 73 Kent Payne 23 21 24 68 Steve Beppler 26 22 27 75 11 12 8 7 38 Andrea Carey 25 22 26 73 13 12 9 8 42 Lisa Coburn-Boyd 26 22 27 75 12 12 8 8 40 Tenille Ortero 26 23 29 78 10 12 9 7 38 Kent Payne 24 21 25 70 7 13 10 8 38 Steve Beppler 24 20 24 68 Andrea Carey 25 22 25 72 Lisa Coburn-Boyd 25 21 25 71 Tenille Ortero 24 23 25 72 Kent Payne 24 22 25 71 Steve Beppler 28 23 29 80 14 13 8 7 42 Andrea Carey 29 24 29 82 13 14 8 9 44 Lisa Coburn-Boyd 29 24 28 81 14 13 8 8 43 Tenille Ortero 29 25 29 83 14 14 8 9 45 Kent Payne 29 24 29 82 13 14 9 8 44 Notes: Consultant Weighted Fee Score 1. Review Panel does not see or consider proposed fee when scoring other categories. The proposed fee is scored by Engineering staff not on the Review Panel. Engineering Solutions Services $152 5 Intuitive Group $67 15 Polytechnique Environmental $158 4 T & M Associates $179 2 Hoch Consulting $184 1 Firm Not Interviewed Firm Not Interviewed 69 124 84 117 39 121 73 127 41 119 39 113 REFERENCES 69 Y 78 ExcellentY 75 Y FEE SCORING CHART Y74 YT & M Associates YHoch Consulting Excellent 71 ATTACHMENT B SUMMARY OF PROPOSAL RANKINGS As-Needed Grant Writing and Administrative Services - Fiscal Years 2023 - 2025 WRITTEN ORAL MAXIMUM POINTS Engineering Solutions Services Intuitive Group Polytechnique Environmental 114 82 44 126 71 MNS Engineers STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: April 6, 2022 SUBMITTED BY: Stephen Beppler Senior Civil Engineer PROJECT: P2612-001103 P2616-001103 DIV. NO. 4&5 APPROVED BY: Bob Kennedy, Engineering Manager Rod Posada, Chief, Engineering Jose Martinez, General Manager SUBJECT: Award of a Construction Contract to CCL Contracting, Inc. for the Paso de Luz/Telegraph Canyon (CIP P2612) and Vista Grande/Vista Sierra (CIP P2616) Water Line Replacement Projects GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) authorize the General Manager to execute an agreement with CCL Contracting, Inc. (CCL) for the construction of the Paso de Luz/Telegraph Canyon (CIP P2612) and Vista Grande/Vista Sierra (CIP P2616) Water Line Replacement Projects in an amount not-to-exceed $1,627,440 (see Exhibits A and B for Project locations). COMMITTEE ACTION: Please see Attachment A. PURPOSE: To obtain Board authorization for the General Manager to enter into a construction contract with CCL for the Paso de Luz/Telegraph Canyon (CIP P2612) and Vista Grande/Vista Sierra (CIP P2616) Water Line Replacement Projects (Project) in an amount not-to-exceed $1,627,440. AGENDA ITEM 4 2 ANALYSIS: The existing 711 Pressure Zone (PZ) ductile iron water line between Paso de Luz and Telegraph Canyon Road, located in the City of Chula Vista, runs within a District easement up a steep sloped vegetated embankment. Excessive leakage on the line has required the pipeline to be taken out of service and designated for replacement. The existing 978 PZ 14-inch Cement Mortar Lined and Coated (CML&C) Steel pipe that runs between Vista Grande Road and Vista Sierra Road, located in the Hillsdale area of San Diego County, was constructed in 1959. Several water main breaks have occurred in the area on similar CML&C piping installed under the same contract has led to a determination that the pipeline has reached the end of its useful life and should be replaced. This is the first of two phases to replace CML&C water line in this area, with the second phase to be assessed based on findings during construction of phase one. The scope of work generally consists of the construction of approximately 1,750 linear feet of 12-inch water line, connections to existing water lines and services, removal and abandonment of existing water lines, pavement and surface restoration, traffic control, cathodic protection, and all other associated work and appurtenances as required by the Contract Documents. The Project was advertised on January 13, 2022 using Periscope S2G (formerly BidSync), the District’s online bid solicitation website, on the Otay Water District’s website, and in the Daily Transcript. Additionally, notifications of the Project being out for bid were emailed directly to forty (40) contractors that have previously worked for the District. This is in addition to the notifications provided by Periscope S2G to contractors in the Southern California area, with several hundred identified for the project classifications checked for this Project. Periscope S2G provided electronic distribution of the Bid Documents, including specifications, plans, and addenda. An on-line Pre-Bid Meeting was held on February 3, 2022, which was attended by two (2) contractors and vendors. Three (3) addenda were sent out to all bidders and plan houses to address questions and clarifications to the contract documents during thebidding period. Bids were publicly opened on-line on February 17,2022, with the following result: CONTRACTOR TOTAL BID AMOUNT 1 CCL Contracting, Inc., Escondido, CA $1,627,440.00 2 Ortiz Corporation, National City, CA $1,697,416.00 3 3 LB Civil Construction, Inc., Escondido, CA $1,887,820.00 4 Blue Pacific Eng. & Constr., San Diego, CA $2,056,410.00 5 SC Valley Engineering, Inc., El Cajon, CA $2,255,543.00 6 El Cajon Grading and Engineering, Inc., Lakeside, CA $2,409,262.00 A bid was submitted by Landmark Consulting for an unrelated project in error and was determined to be non-responsive and removed from the bid results. The Engineer's Estimate is $2,170,000. A review of the bid was performed by District staff for conformance with the contract requirements and determined that CCL was a responsive and responsible bidder. CCL holds a Class A, General Engineering, Contractor’s License in the State of California, which meets the contract document’s requirements, and is valid through August 31, 2023. The reference checks indicated a good to excellent performance record on similar projects. An internet background search of the company was performed and revealed no outstanding issues with this company. CCL has previously worked for the District including the Jamacha Road Water Line and 624 PZ PRSs Improvements projects and their performance was good. They are currently constructing the Melrose and Oleander PRSs project. Staff verified that the bid bond provided by CCL is valid. Staff will also verify that CCL’s 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 P2612, as approved in the FY 2022 budget, is $1,250,000. Total expenditures, plus outstanding commitments and forecast, including this contract, are $806,547. See Attachment B-1 for the budget detail. The total budget for CIP P2616, as approved in the FY 2022 budget, is $4,200,000. Total expenditures for phase one of the project, plus outstanding commitments and forecast, including this contract, are $1,519,629. See Attachment B-2 for the budget details. Based on a review of both financial budgets for CIP P2612 and P2616, the Project Manager anticipates the Project will be completed within the budgeted amounts. 4 The Finance Department has determined that, under the current rate model, 100% of the funding for CIPs P2612 and P2616 is available from the Replacement Fund. GRANTS/LOANS: Engineering staff researched and explored grants and loans and found none were available for this Project. STRATEGIC GOAL: This Project supports the District’s Mission statement, “To provide exceptional water and wastewater service to its customers, and to manage District resources in a transparent and fiscally responsible manner” and the General Manager’s Vision, "To be a model water agency by providing stellar service, achieving measurable results, and continuously improving operational practices." LEGAL IMPACT: None. SB/BK:jf Https://otaywater365.sharepoint.com/sites/engcip/Shared Documents/P2612 10-inch PL Replacement, 711 Zone, Paso de Luz/Staff Reports/4-6-22 Staff Report P2612-P2616.docx Attachments: Attachment A – Committee Action Attachment B-1 – Budget Detail for P2612 Attachment B-2 – Budget Detail for P2616 Exhibit A – P2612 Project Location Map Exhibit B – P2616 Project Location Map ATTACHMENT A SUBJECT/PROJECT: P2612-001103 P2616-001103 Award of a Construction Contract to CCL Contracting, Inc. for the Paso de Luz/Telegraph Canyon (CIP P2612) and Vista Grande/Vista Sierra (CIP P2616) Water Line Replacement Projects COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on March 15, 2022. 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-1 – Budget Detail for P2612 SUBJECT/PROJECT: P2612-001103 P2616-001103 Award of a Construction Contract to CCL Contracting, Inc. for the Paso de Luz/Telegraph Canyon (CIP P2612) and Vista Grande/Vista Sierra (CIP P2616) Water Line Replacement Projects Project Budget Details P2612 - Paso de Luz/Telegraph Canyon 711 PZ WL Replacement 2/28/2022 Budget Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost Vendor/Comments 1,250,000 Planning Consultant Contract $4,940 $4,940 $0 $4,940 WSC INC Regulatory Agency Fees $50 $50 $0 $50 COUNTY OF SAN DIEGO Standard Salaries $30,281 $30,281 $0 $30,281 Total Planning $35,271 $35,271 $0 $35,271 Design Construction Contracts $20,430 $20,430 $0 $20,430 KOCH GENERAL ENG INC Consultant Contracts $5,250 $5,250 $0 $5,250 COFFMAN ENG INC $10,700 $10,700 $0 $10,700 NINYO & MOORE $6,000 $6,000 $0 $6,000 STC TRAFFIC INC $90,066 $90,066 $0 $90,066 HAZEN AND SAWYER Service Contracts $12 $12 $0 $12 DAILY JOURNAL Standard Salaries $58,135 $58,135 $0 $58,135 Total Design $190,594 $190,594 $0 $190,594 Construction Service Contracts $500 $0 $500 $500 MAYER REPROGRAPHICS $42 $42 $0 $42 DAILY JOURNAL Consultant Contracts $3,225 $0 $3,225 $3,225 HAZEN AND SAWYER $30,000 $0 $30,000 $30,000 Construction Management Construction Contract $492,300 $0 $492,300 $492,300 CCL CONTRACTING INC $24,615 $0 $24,615 $24,615 Contingency @ 5% Standard Salaries $30,000 $530 $29,470 $30,000 Total Construction $580,682 $571 $580,110 $580,682 Grand Total $806,547 $226,436 $580,110 $806,547 ATTACHMENT B-2 – Budget Detail for P2616 SUBJECT/PROJECT: P2612-001103 P2616-001103 Award of a Construction Contract to CCL Contracting, Inc. for the Paso de Luz/Telegraph Canyon (CIP P2612) and Vista Grande/Vista Sierra (CIP P2616) Water Line Replacement Projects Project Budget Details P2616 - Vista Grande/Vista Sierra 978 PZ WL Replacement 2/28/2022 Budget Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost Vendor/Comments 4,200,000 Planning Consultant Contract $5,970 $5,970 $0 $5,970 WSC INC Regulatory Agency Fees $50 $50 $0 $50 COUNTY OF SAN DIEGO Standard Salaries $31,077 $31,077 $0 $31,077 Total Planning $37,097 $37,097 $0 $37,097 Design Regulatory Agency Fees $312 $312 $0 $312 COUNTY OF SAN DIEGO Consultant Contracts $1,965 $1,965 $0 $1,965 WSC INC $17,120 $17,120 $0 $17,120 NINYO & MOORE $5,760 $5,760 $0 $5,760 PSOMAS $115,260 $115,260 $0 $115,260 HAZEN AND SAWYER Service Contracts $500 $500 $0 $500 CHICAGO TITLE $12 $12 $0 $12 DAILY JOURNAL Standard Salaries $84,864 $84,864 $0 $84,864 Total Design $225,793 $225,793 $0 $225,793 Construction Service Contracts $500 $0 $500 $500 MAYER REPROGRAPHICS $42 $42 $0 $42 DAILY JOURNAL Consultant Contracts $4,300 $0 $4,300 $4,300 HAZEN AND SAWYER $30,000 $0 $30,000 $30,000 Construction Management Construction Contract $1,135,140 $0 $1,135,140 $1,135,140 CCL CONTRACTING INC $56,757 $0 $56,757 $56,757 Contingency @ 5% Standard Salaries $30,000 $1,640 $28,360 $30,000 Total Construction $1,256,739 $1,681 $1,255,057 $1,256,739 Grand Total $1,519,629 $264,571 $1,255,057 $1,519,629 OTAY WATER DISTRICT PASO DE LUZ WATER MAIN REPLACEMENT PROJECTLOCATION MAPEXHIBIT A CIP P2612F C: \ U s e r s \ d o n a l d . b i e n v e n u e \ O t a y W a t e r D i s t r i c t \ E N G C I P - D o c u m e n t s \ P 2 6 1 2 1 0 - i n c h P L R e p l a c e m e n t , 7 1 1 Z o n e , P a s o d e L u z \ G r a p h i c s \ E x h i b i t s - F i g u r e s \ P 2 6 1 2 N O E - L o c a t i o n M a p . m x d NEW WATER PIPELINE 0 220110 Feet !\ VICINITY MAP PROJECT SITE DIV 5 DIV 1 DIV 2 DIV 4 DIV 3 ÃÅ54 ÃÅ125 ÃÅ94 ÃÅ905 §¨¦805 FNTS TELE G R A P H C A N Y O N R D MEDI C A L C E N T E R D R PASO DE L U Z OTAY WATER DISTRICTVISTA GRANDE/VISTA SIERRA WATER LINEREPLACEMENT PROJECTLOCATION MAP EXHIBIT B CIP P2616F C: \ U s e r s \ d o n a l d . b i e n v e n u e \ O t a y W a t e r D i s t r i c t \ E N G C I P - D o c u m e n t s \ P 2 6 1 2 1 0 - i n c h P L R e p l a c e m e n t , 7 1 1 Z o n e , P a s o d e L u z \ G r a p h i c s \ E x h i b i t s - F i g u r e s \ P 2 6 1 6 E x h i b i t B - L o c a t i o n M a p . m x d NEW 12" WATER MAIN 0 325162.5 Feet !\ VICINITY MAP PROJECT SITE DIV 5 DIV 1 DIV 2 DIV 4 DIV 3 ÃÅ54 ÃÅ125 ÃÅ94 ÃÅ905 §¨¦805 FNTS VI S T A G R A N D E R D PENCE DR VI S T A SI E R R A DR STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: April 6, 2022 SUBMITTED BY: Stephen Beppler Senior Civil Engineer PROJECT: P2677-001103 DIV. NO. 1 APPROVED BY: Bob Kennedy, Engineering Manager Rod Posada, Chief, Engineering Jose Martinez, General Manager SUBJECT: Approval to Increase the CIP P2677 Budget in an Amount of $300,000 and Authorization to Execute a Reimbursement Agreement Between the City of San Diego and the Otay Water District for the La Media/Airway Road Water Line Relocation (CIP P2677) Project GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board): 1. Approve to increase the CIP P2677 budget by $300,000 (from$1,500,000 to $1,800,000); and2. Authorize the General Manager to execute a ReimbursementAgreement (Agreement) between the City of San Diego (City) andthe District for La Media/Airway Road Water Line Relocation (CIP P2677) Project (see Exhibit A for Project location). COMMITTEE ACTION: Please see Attachment A. PURPOSE: To obtain Board approval to increase the CIP P2677 budget by $300,000 (from $1,500,000 to $1,800,000) and to authorize the General Manager to execute an Agreement (Exhibit B) with the City for costs associated with construction of the La Media/ Airway Road Water Line Relocation Project. The Agreement provides that the District will AGENDA ITEM 5 2 deposit an amount to the City within ninety (90) calendar days of the City’s written confirmation of the Project cost after the opening of bids. It is expected the Project will be bid in May 2022 and by July 2022 the City will request a deposit amount estimated to be about $1,517,000, to be adjusted to reflect actual bid results. Staff will bring this back to the Board if the deposit exceeds the CIP budget. ANALYSIS: The City of San Diego is improving and widening La Media Road between State Route 905 and Siempre Viva Road in the Otay Mesa area. The work also includes significant storm drainage improvements at the Airway Road intersection. The Franchise Agreement between the District and the City requires the District to relocate and adjust its facilities within the City’s right-of-way at the District’s cost. In order to minimize impacts to the Otay Mesa community and avoid coordination issues, District staff and the City are coordinating their efforts to combine the contract documents for the utility relocations and the road work into one bid package. The City will incorporate the District's utility relocations into their bid package and bid their project and the District's as one project. It is anticipated the City will advertise the "Project" in April and they want a reimbursement agreement in place with the District prior to this advertisement. The City will administer the Project with District staff providing assistance during bidding and construction activities as needed. District inspection personnel will perform oversight of the water line construction. Award of the Project is anticipated in July 2022 with completion of construction expected by June 2024. The District scope of work includes installation of approximately 1,100 linear feet of 16-inch and 18-inch potable water lines and facilities along La Media Road and Airway Road to avoid conflicts with road and storm drain improvements. The construction cost associated with the utility relocations is estimated at $1,187,307 plus a ten (10) percent contingency of $118,731. The City’s Construction Administration Cost is estimated at 15 percent of the construction cost or $178,096. An allowance of $32,891 has been estimated for the design engineer, Rick Engineering, to provide construction support. The total construction estimate, to be administered through the City, is $1,517,025. This amount will be adjusted prior to the District’s payment to the City to reflect the actual bid amount. The attached agreement (Exhibit B) provides for reimbursement to the City to cover the actual “as-bid” costs. With the exception of emergencies, prior to the approval of any 3 construction change or change order affecting the District, the City will obtain the written consent of the District. The design of the Project was completed by Rick Engineering, the City’s consultant for the road and storm drainage improvements design. The District was not advised regarding the project until the design of the overall project was about 90 percent complete, so Rick Engineering agreed to complete the water utilities design as part of the overall project design to avoid delaying the project. The $300,000 budget increase is needed to account for scope of work adjustments and higher construction costs from inflationary factors. FISCAL IMPACT: Joseph Beachem, Chief Financial Officer The FY 2022 budget for CIP P2677 is $1,500,000. Total expenditures, plus outstanding commitments and forecast, including this agreement, are $1,743,728. See Attachment B for budget detail. Based on a review of the financial budget, the Project Manager anticipates that with a budget increase of $300,000, the Project will be completed within the new budget amount of $1,800,000. The Finance Department has determined that, under the current rate model, 100% of the funding is available from the Replacement Fund for CIP P2677. GRANTS/LOANS: Engineering staff researched and explored grants and loans and found none were available for this Project. STRATEGIC GOAL: This Project supports the District’s Mission statement, “To provide exceptional water and wastewater service to its customers, and to manage District resources in a transparent and fiscally responsible manner” and the General Manager’s Vision, "To be a model water agency by providing stellar service, achieving measurable results, and continuously improving operational practices." LEGAL IMPACT: The District’s General Counsel and the City’s City Attorney have reviewed and accepted the agreement as to form and legality. SB:BK:jf 4 https://otaywater365.sharepoint.com/sites/engcip/Shared Documents/P2677 La Media Road and Airway Road Utility Relocations/Staff Reports/BD 04-06-2022, Staff Report, P2677 La Media WL City of San Diego Reimbursement Agreement (SB-BK).docx Attachments: Attachment A – Committee Action Attachment B – P2677 Budget Detail Exhibit A – Location Map Exhibit B – Agreement ATTACHMENT A SUBJECT/PROJECT: P2677-001103 Approval to Increase the CIP P2677 Budget in an Amount of $300,000 and Authorization to Execute a Reimbursement Agreement Between the City of San Diego and the Otay Water District for the La Media/Airway Road Water Line Relocation Project COMMITTEE ACTION: The Finance, Administration, & Communications Committee (Committee) reviewed this item at a meeting held on March 15, 2022. 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: P2677-001103 Approval to Increase the CIP P2677 Budget in an Amount of $300,000 and Authorization to Execute a Reimbursement Agreement Between the City of San Diego and the Otay Water District for the La Media/Airway Road Water Line Relocation Project Project Budget Details P2677 - La Media/Airway Road 870 PZ WL Relocation 2/28/2022 Budget Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost Vendor/Comments 1,800,000 Design Standard Salaries $25,000 $12,907 $12,093 $25,000 Total Design $25,000 $12,907 $12,093 $25,000 Construction Construction Contract $1,187,307 $0 $1,187,307 $1,187,307 CONSTRUCTION CONTRACTOR (ESTIMATE) $118,731 $0 $118,731 $118,731 CONSTRUCTION CONTINGENCY (10%) $178,096 $0 $178,096 $178,096 CONSTRUCTION ENGINEERING/ SOFT COSTS (15%) $32,891 $0 $32,891 $32,891 CONSTRUCTION SUPPORT (RICK ENGINEERING) Project Contingency $151,703 $0 $151,703 $151,703 10% CONTINGENCY Standard Salaries $50,000 $0 $50,000 $50,000 Total Construction $1,718,728 $0 $1,718,728 $1,718,728 Grand Total $1,743,728 $12,907 $1,730,821 $1,743,728 OTAY WATER DISTRICTLA MEDIA RD AND AIRWAY RD UTILITY RELOCATIONSLOCATION MAP EXHIBIT AC: \ U s e r s \ d o n a l d . b i e n v e n u e \ O t a y W a t e r D i s t r i c t \ E N G C I P - D o c u m e n t s \ P 2 6 7 7 L a M e d i a R o a d a n d A i r w a y R o a d 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 A - L o c a t i o n M a p . m x d !\ VICINITY MAP DIV 5 DIV 1 DIV 2 DIV 4 DIV 3 ÃÅ54 PROJECT SITE ÃÅ125 ÃÅ94 ÃÅ905 §¨¦805 FNTS PROJECT SITE CIP P2677F 0 1,100550 Feet SR-905 OTAY MESA RD SR- 1 2 5 AIRWAY RD SIEMPRE VIVA RD LA M E D I A R D 1 REIMBURSEMENT AGREEMENT   FOR PAYMENT OF COSTS OF RELOCATION AND ADJUSTMENT OF CERTAIN WATER FACILITIES   BY AND BETWEEN THE OTAY WATER DISTRICT AND THE CITY OF SAN DIEGO  La Media Road Improvements and Otay Water District CIP‐P2677  THIS REIMBURSEMENT AGREEMENT FOR THE PAYMENT OF COSTS FOR RELOCATION AND ADJUSTMENT  OF OTAY WATER DISTRICT FACILITIES (the “Agreement”), dated ________________, _______, is entered  into by and between the Otay Water District (“District”) and the City of San Diego (“City”) to establish  the terms and conditions under which the City will design, bid, and cause to be constructed certain  District facilities, and District will reimburse City for all expenses related thereto. District and City may be  referred to herein individually as “Party” or collectively as the “Parties.”  RECITALS  WHEREAS, District has approved, within its Capital Improvement Program, the relocation and  adjustment of certain existing, reclaimed, and potable water facilities (referred to herein as “Existing  District Facilities”) with the City of San Diego; and  WHEREAS, District is authorized, pursuant to applicable laws, to contract and to pay for all of the cost of  the installation, relocation, adjustment, and construction of any building, facility, structure, or other  improvements required by District in connection with a District service; and  WHEREAS, the City of San Diego is constructing improvements to La Media Road between SR‐905 and  Siempre Viva Road.  These improvements are specifically defined below as “City Improvements”; and  WHEREAS, the relocation and adjustment of Existing District Facilities would constitute a substantial  benefit to District, which include, but are not limited to, reductions or savings in terms of time, money,  construction hazards, and traffic impacts; and  WHEREAS, in order to achieve such benefits, District desires that City incorporate the relocation and  adjustment of Existing District Facilities into the construction documents and contract for the City  Improvements; and  WHEREAS, City is willing to incorporate the relocation and adjustment of District’s Existing District  Facilities into the contract for City Improvements, provided that District agrees to reimburse City for all  associated costs; and  NOW, THEREFORE, in consideration of the mutual covenants herein contained, the Parties agree as  follows:  ARTICLE 1.  DEFINITIONS  Unless the context otherwise requires, the terms defined in this Article 1 shall, for all purposes of this  Agreement and of any amendment thereto, and of any certificate, opinion, estimate or other document  herein mentioned, have the meanings herein specified.  “District” 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.  EXHIBIT B 2 “City” means the City of San Diego, a municipal corporation.  “City Improvements” means  the full scope of the City’s construction of improvements to La Media  Road, and specifically, the widening of La Media Road between SR‐905 and Siempre Viva Road such that  La Media Road will be widened to a six‐lane primary arterial from SR‐905 to Airway Road, and La Media  Road will be widened to a five‐lane major arterial between Airway Road and Siempre Viva Road with  three southbound lanes and two northbound lanes, as well as drainage improvements at the  intersection of La Media Road and Airway Road.  “District Costs” means the total dollar amount of costs associated with the relocation and adjustment of  District’s Existing Facilities including, but not limited to, costs of materials, labor, oversight, contractor  burden and profit, bidding, permits, change orders, construction management costs, engineering costs,  inspection costs and the fair share of Joint Costs.  “District Project” means the relocation and adjustment of District’s reclaimed and potable water  facilities, defined as “Existing District Facilities,” within the limits of the City Improvements.  “Existing District Facilities” means the following reclaimed and potable water facilities plus other  appurtenances as stated in Exhibit “A” to be relocated or adjusted:    Reclaimed and Potable Water Improvements Total Estimated Quantity  16” ACP water at the intersection of La Media  and Airway Road  304 LF 16” PVC to be installed  18” ACP water at the intersection of La Media  and Airway Road  129 LF 18” PVC to be installed  16” CCP water in La Media Road north of Airway  Road  282 LF 16” PVC to be installed  16” ACP water in Airway Road West of La Media  Road  239 LF 16” PVC to be installed  18” CCP water in Airway Road East of La Media  Road  150 LF 18” PVC to be installed  Cut and cap existing 24” PVC reclaimed water line  in La Media Road north of Airway Road  1   “Joint Costs” means those costs of relocations and adjustments, which, due to their nature, (1) will not  be bid  by City’s contractor as separate, allocated line items to City and District, or (2) cannot be  attributed solely to the District Project or solely to the City Improvements, yet from which both public  entities derive benefit, or (3) those costs that both Parties would have incurred had their respective  facilities been constructed independently of each other (e.g. slurry seal would have been necessary to  cover the District’s trench and would also have been required for the City street).  “Project” means, collectively, District Project and City Improvements.  “Soft Costs” mean District Project delivery costs, including the cost to complete planning studies,  engineering design, bid, award, inspection, and administration.   3 ARTICLE 2.  PRECONSTRUCTION  2.1  Design and Specifications – Generally.  Prior to advertisement of an Invitation to Bid (ITB) for the  construction and installation of the Project, District shall submit designs and all associated plans and  specifications (collectively “District Design Documents”) for the District Project to Rick Engineering. The  District has retained Rick Engineering as its design consultant for the District Project.  The City has  retained Rick Engineering as its design consultant for the City Improvements.  Rick Engineering will  prepare all design documents for the entirety of the Project.  Each party will provide its design  requirements to Rick Engineering who will create a final set of plans and specifications for the Project  that will incorporate the District’s design requirements for the District Project as well as the City’s design  requirements for the City Improvements (“Final Set of Plans”).  2.1.1 City’s ITB.   Rick Engineering’s Final Set of Plans will be included in the City’s ITB for the  construction of the Project.  The City will not be responsible for any costs, claims or disputes arising out  of District’s provision of its design requirements or District Design Documents to Rick Engineering.    2.1.2 Design and Preparation Costs.  All costs associated with design and the preparation of  District’s Design Documents shall be borne solely by the District.  Exhibit A to this Agreement, Rick  Engineering Company’s Proposal for La Media Road Improvements Project – Otay Water District  Infrastructure Construction Support and Cathodic Protection Services (Rick Engineering Company Job  Number 18429) sets forth Rick Engineering Company’s proposal and estimate of the construction  support and cathodic protection services relative to the District Project.  2.1.3  Bidding and Award.  City shall be responsible for all aspects of bidding and award of a  contract for the construction and installation of the Project (“Construction Agreement”).  2.1.3.1  Bid Package.  City shall be responsible for preparing and circulating the bid  package.  2.1.3.2  Meetings.  City shall organize all pre‐bid meetings and shall give the District   timely notice of the time, date, and location of such meetings, so that a representative  of the District may be present to clarify any issues related to and prepare addenda for  the construction of the District Facilities.  District will bear the cost of responding to any  issues or preparing addenda for District Facilities, including costs related to responses to  Submittals and Requests for Information regarding the District’s Design Documents.   Any additional costs associated with the failure of District to attend meetings, clarify  issues, or submit addenda to City for distribution shall be the obligation of the District.  2.1.3.3  Selection of the Lowest Responsible Reliable Bidder.  City, at its sole discretion,  shall determine the lowest responsible reliable bidder, which determination shall be  binding on the District.  Accordingly, City shall be solely responsible for handling and  responding to any bid protests or other bid‐related disputes.  2.1.3.4  Execution of Construction Agreement.  City shall be responsible for executing  the Construction Agreement.    4 ARTICLE 3.  CONSTRUCTION  3.1 Compliance with Specifications. City will include provisions in the Construction Agreement that  require the City’s contractor to construct the relocations and adjustments associated with the District  Project in strict compliance with the Final Set of Plans, and that any and all deviations from the District  Design Documents must be approved by District, in writing, prior to being incorporated into the work.  3.2  Project Completion and Warranty.  District and City anticipate that Project will be completed on  or about June 2024.  The Project, however, will not be deemed completed or accepted until both City  and District have accepted their respective facilities or improvements in writing in accordance with the  Greenbook section 3‐13.  City’s contractor shall warrant all work for a period of no less than one year  from the date of acceptance, which shall be deemed to be the later of the dates City and District accept  their work performed and facilities constructed pursuant to the Construction Agreement.   3.3  Construction Engineering.  District shall review and respond to any Requests for Information and  shop drawing submittals related to the District Project. The City shall transmit the submissions between  the contractor and the District in a timely manner.  The estimated total cost for the construction of the  District Project will include the costs estimated by Rick Engineering for responding to Requests for  Information related to the District Project, for which the District will reimburse City per Article 4 below.  ARTICLE 4.  REIMBURSEMENT OF COSTS  4.1   The entire cost of the construction of the District Project shall be paid by the District. The  Current Total Estimated Cost for the construction of the District Project is $1,517,024.75 as shown in the  table in section 4.1.1. Prior to awarding the construction contract City will recalculate the Current Total  Estimated Cost to reflect the bid amount for the construction of the District Project and will  appropriately adjust the Construction Contingency and Construction Engineering/Soft Costs to arrive at  the Revised Total Estimated Cost of the District Project. Subsequently, the City will advise the District of  the Revised Total Estimated Cost of the District Project.  Within ninety (90) calendar days of the City’s  written confirmation of the Revised Total Estimated Cost, District shall pay City the Revised Total  Estimated Cost for the construction of the District Project. The Parties acknowledge that this payment  will be the total sum of the apparent lowest responsible reliable bid amount for the construction of the  District Project, plus 10% of the total bid amount for Construction Contingency, plus 15% of the total bid  amount for Construction Engineering/Soft Costs known by the parties at that time, as well as Exhibit A,  Rick Engineering Company’s Cost Proposal for La Media Road and Truck Route Improvements Project –  Otay Water District Infrastructure Construction Support and Cathodic Protection Services (Rick  Engineering Company Job Number 18429) (“Revised Total Estimated Cost”).  The parties acknowledge  that the actual construction and design costs for the District Project could be less than or greater than  the Current Total Estimated Cost, or the Revised Total Estimated Cost, and the parties will engage in a  certification of costs at the conclusion of the Project as set forth in section 4.1.3 below.  5 4.1.1 Current Total Estimated Cost for District Project  The components of the Current Total Estimated Cost for the design and construction of the District  Project are as follows:  Item Estimated Cost  Construction Cost  $1,187,307.00  Construction Contingency 10% $   118,730.70  Construction Engineering/ Soft  Costs 15%  $   178,096.05  Rick Engineering Construction  support (Per Exhibit A)  $     32,891.00  Total Estimated Cost $1,517,024.75  4.1.2   Replenishment of the Ten Percent Construction Contingency.   The parties further acknowledge  that there could be change orders that increase or decrease the construction and design costs. The City  will notify the District, when and if, the initial 10% Construction Contingency is depleted and request  that the District replenish this amount by providing an additional 10% Construction Contingency to be  paid to the City within 90 days of said request.   If, and when, the additional 10% Construction  Contingency is depleted, the City will request a further 10% replenishment. The District will pay any  further 10% replenishments within 14 days of City’s request. Any accrued interest earnings from the  original deposit may be used to offset the District’s additional Contingency contribution.     4.1.3  Certification of Costs.   Upon completion of the District Project, City will provide written  certification to the District of the actual total construction and design costs, including Joint Costs  (“Actual Certified Costs”) incurred for the District Project.  If the Actual Certified Costs are less than the  District’s payment, the City will return the difference, including interest earnings, to the District within  30 days of the date of the written certification.  If the Actual Certified Costs are more than the District’s  payment, the District will pay the difference to the City within 90 days of the date of the written  certification.   4.2  Apportionment of Joint Costs.  Joint Costs shall be apportioned as follows:  4.2.1  When a percentage of use can be determined, Joint Costs shall be apportioned based on  the respective percentages of use.  4.2.2  When a percentage of use cannot be determined, but the work is necessary for both the  installation and construction of City Improvements and the District Project, Joint Costs shall be divided  equally.  4.3   Use of Project Contingency.  The Construction Contingency may be used for unforeseen changes  in work; however, it shall not be used for work required due to contractor’s failure to perform work or  services according to the terms of the Construction Agreement or according to the Construction  Documents.  6 ARTICLE 5.  CHANGE ORDERS  5.1   Written Approval of Construction Changes and Change Orders. With the exception of  Emergencies, defined below, prior to the approval of a construction change or change order concerning  or affecting District Project, including any changes to City Improvements that might affect District  Project in any way, City shall obtain the written consent of District.   5.1.1  Approval of Change Orders.  District shall respond to a change order request within  twenty (20) working days of the date it is received by District.  5.1.2  Additional Costs.  District will bear any increased costs due to a delay in approving a  properly submitted construction change and/or change order request.  5.2  Changes Due to Emergency Situations.  City may authorize its contractor to proceed with any  proposed construction changes and/or change orders without consulting with District or obtaining  District’s approval if an emergency arises, as determined in the sole discretion of City, or if the failure to  act would result in delays and cost overruns (collectively “Emergency” or “Emergencies”); however, City  shall use best efforts to immediately, or as soon as reasonably possible, inform the District of the  changes.  The District shall be responsible for any increased costs of construction for the District Project  due to an Emergency.  5.3  Errors and Omissions.  City shall not make payment to a contractor or charge District for any  costs or expenses of a Change Order resulting from an error or omission for which the contractor is  solely responsible.  ARTICLE 6.  INSPECTION  6.1  Inspection Team.  District shall appoint an individual or team responsible for inspections and  responsible for approving the installation of District Project.  6.2  Inspection Stages and Obligations.  District shall have the right to conduct inspections of the  District Project and construction methods pertaining thereto as deemed necessary by District. District  shall provide copies of all District inspections to City within ten (10) working days of an inspection.   District shall be responsible for verifying that all work on District Project is completed in accordance with  the approved plans and specifications.  It is specifically understood that District’s inspectors shall have  the authority to enforce District’s plans and specifications for District Project, which authority shall  include the authority to require that any and all unacceptable materials, workmanship, and/or  installation be replaced, repaired, or corrected by City’s contractor without additional cost to District  and/or City. District shall inform the City within ten (10) working days of an inspection of any and all  unacceptable materials, workmanship, and/or installation and shall make any request for replacement,  repair, or correction.   6.3  Inspection Costs.  All costs incurred by District in its inspection and approval processes will be  borne by District.   6.4   Notification.  The Parties agree to develop mutually acceptable procedures for notification of  inspections required or deemed necessary by either Party.  7 ARTICLE 7.  INSURANCE  7.1  Contractor’s Insurance.  City shall ensure that its contractor provides evidence of insurance  coverage, as required by City, 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.  7.2  Parties’ Insurance.  District and City shall maintain insurance as customary in connection with  their respective facilities and obligations.  ARTICLE 8.  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 and dismemberment, which arise from the negligent acts or omissions or willful  misconduct of the Indemnitor or its agents, officers or employees, in performing the work, services, or  obligations herein and all expenses of investigation and defending against same; provided, however,  that each Party’s duty to defend, indemnify and hold harmless the other shall not include any claims or  liability arising from the sole negligence or sole willful misconduct of the other Indemnitee, its agents,  officers or employees.  District and City agree that in the event of any claims of 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, City’s contractor and any subcontractors shall not be  considered an agent of City or District.    8.2  Survival.  Indemnitors’ obligations under Article 8 shall survive the termination of this  Agreement.  ARTICLE 9.  RECORDS  9.1  Retention of Records.  City shall require contractor to maintain data and records related to this  Project for a period as defined in the Construction Agreement.  9.2  Audit of Records.  City shall make available and shall require that its contractor make available  for examination at reasonable locations and during normal business hours, all of the data and records  with respect to all matters covered by this Agreement and the Construction Agreement.  City will permit  the District to audit all invoices, materials, payroll, records of personnel, and other data and media  relating to District Project.  Likewise, District shall make available to City for examination at reasonable  locations and during normal business hours any records relating to District Project.  ARTICLE 10.  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: (a) upon personal delivery, (b)  on the second business day after mailing by certified or registered U.S. Mail, return receipt requested,  8 (c) 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 (d) 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:  District:  Otay Water District  2554 Sweetwater Springs Boulevard  Spring Valley, California 91978  Fax: 619‐670‐8920  Attention:  District Project Manager  City: City of San Diego  Engineering & Capital Projects  525 B Street, Suite 750, MS 908A  San Diego, CA 92101  Fax: 619‐533‐4654  Attention:  Doran Aivati, Project Manager  10.4  Change of Addresses.  Notice of change of address shall be given in the manner set forth in this  Article.  ARTICLE 11.  MISCELLANEOUS  11.1  Headings.  All article headings are for convenience only and shall not affect the interpretation of  this Agreement.  11.2   Number.  Whenever the context requires, the use herein of 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 City or the District, shall be deemed to be both covenants and conditions.  11.6  Integration.  This Agreement and the 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 and signed by both Parties or an amendment to this Agreement  9 agreed to in writing and signed by both Parties. All prior negotiations and agreements are merged into  this Agreement.  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 an apparent conflict or inconsistency exists between the main body  of this Agreement and the exhibits, the main body of this Agreement shall control.  If a conflict exists  between and applicable federal, state, or local law, rule, regulation, order, or code and this Agreement,  the law, rule, regulation, order or code shall control. Varying degrees of stringency among the main  body of this Agreement, the exhibits, and laws, rules, regulations, orders, or codes are not deemed  conflicts, and the most stringent requirement shall control.  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 for 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.  City and District each agree to execute and deliver such additional  documents as may be required to effectuate the purposes of this Agreement.  11.13  Exhibits.    Exhibit A:    Rick Engineering Company’s Proposal for La Media Road and Truck Route Improvements  Project – Otay Water District Infrastructure Construction Support and Cathodic Protection Services (Rick  Engineering Company Job Number 18429)  11.14  Controlling Law.  The laws of the State of California shall govern and control the terms and  conditions of this Agreement.  11.15  Jurisdiction and Venue.  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.   11.16  Agency/ Municipal Powers.  Nothing contained in this Agreement shall be construed as a  limitation on the powers of the District as a municipal water district or the City as a charter city and  municipal corporation in the State of California.  11.17  Third Party Relationships.  Nothing in this Agreement shall create a contractual relationship  between City or District and any third party.  10 11.18  Limitation on District Remedies and Waiver of Claims.  District understand that the sole purpose  of this Agreement is to establish a method to reimburse City for obligations of the District for payment  of the costs of the installation and construction of District Facilities, which costs would otherwise be due  directly to City contractor.  In accordance with such purpose, the District agrees that its sole remedy for  construction defects, breach by City contractor, damage to property or persons, including death, to  District personnel or any third parties, or other claims arising out of or related to the work performed to  install and/or construct District Project shall be against City’s contractor or its subcontractors and  agents, and hereby, waives any and all claims it may hereafter have against City, arising out of the same,  except those claims arising out of the sole negligence or sole willful misconduct of City or covered by the  indemnity provisions of Article 8.  11.19  Non‐Assignment.  Except as relates to the Construction Agreement, City shall not assign the  obligations under this Agreement.    11.20  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.  11.21  No Waiver.  No failure of either City or the District 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.  11.22  Administrative Claims Requirements and Procedures.  No suit or arbitration arising out of this  Agreement shall be brought against City, unless a claim has first been presented in writing and filed with  City and acted upon by City in accordance with the procedures set forth in the California Government  Code.  Upon request by City, District shall meet and confer in good faith with City for the purpose of  resolving any dispute over the terms of this Agreement.  Similarly, no suit or arbitration arising out of  this Agreement shall be brought against the District unless a claim has first been presented in writing  and filed with the District and acted upon by the District in accordance with the procedures set forth in  the California Government Code and Otay Water District Policy No. 29, as same may from time to time  be amended, the provisions of which are incorporated by reference as if fully set forth herein, and such  policies and procedures used by the District in the implementation of same.  Upon request by District,  City shall meet and confer in good faith with District for the purpose of resolving any dispute over the  terms of this Agreement.  11.23  Dispute Resolution.  If a dispute arises out of or relates to this Agreement, or the breach  thereof, the Parties agree to engage in good faith negotiations to attempt to resolve the dispute.  The  Parties agree that if informal negotiations do not resolve the dispute, the Parties shall engage in non‐ binding mediation to attempt to resolve the dispute before any formal legal action is pursued by either  Party.  11 11.24  Administration of Contract.  City hereby designates Doran Aivati, as City Project Manager for the  construction of Project and as the primary contact for all matters relating to this Agreement, including  the submittal of City invoices for reimbursement.  District hereby designates Stephen Beppler, P.E. as District Project Manager for District Facilities and as  the primary contact for all matters relating to this Agreement, including the processing, documenting,  and approval of City invoices.  11.25  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 City and District, respectively. This  Agreement may be executed in multiple counterpart copies, any one of which, when duly executed,  with all formalities hereof, shall be fully binding and effective as the original of this Agreement.  IN WITNESS WHEREOF, City and District have executed this Agreement thereby indicating that they have  read and understood same and indicate their full and complete consent to its terms.  City of San Diego  By:___________________  Cindy Crocker, Deputy Director   Purchasing & Contracting  Dated:__________________  Otay Water District  By:_________________________  Jose Martinez, General Manager  Dated: _______________________  Approved as to Form:  This ____ day of ______ 20__  MARA W. ELLIOTT, City Attorney  By: _______________________  Deputy City Attorney  Approved as to Form:  This _____ day of ______ 20__  District Counsel  ________________________  June 23, 2021 Revised July 19, 2021 Mr. Doran Aivati, PE City of San Diego 525 B Street San Diego, CA 92101 SUBJECT: PROPOSAL FOR LA MEDIA ROAD IMPROVEMENTS PROJECT - OTAY WATER DISTRICT INFRASTRUCTURE CONSTRUCTION SUPPORT AND CATHODIC PROTECTION SERVICES (RICK ENGINEERING COMPANY JOB NUMBER 18429) Dear Doran: Rick Engineering Company is pleased to submit our proposal for construction support and cathodic protection services for the La Media Road Improvements project for the Otay Water District Infrastructure Improvements. Attached is our detailed Scope of Services, Exhibit A; Compensation Schedule, Exhibit B; and Fee Proposal, Exhibit C. We appreciate the opportunity to provide this proposal and look forward to working with you on this project. Should you have any questions regarding this proposal, please feel free to contact me at (619) 291-0707. Sincerely, RICK ENGINEERING COMPANY Kevin R. Gibson, PE R.C.E. No. 52295 Principal, Public Works Division K:\Files\18429\text\18429.Cover Letter.008.docx Attachments EXHIBIT A SCOPE OF SERVICES SUBJECT: LA MEDIA ROAD IMPROVEMENTS PROJECT – OTAY WATER DISTRICT Pursuant to your request, the following outlines our proposed scope of work to provide construction support services for the above-mentioned projects associated with Otay Water District (OWD) items of work. SCOPE OF WORK 1.CONSTRUCTION SUPPORT SERVICES A.Construction Progress Meetings Pre-Construction Meeting. The Design Consultant’s Project Engineer and Project Manager shall attend and participate in the pre-construction meeting including a project site visit. Construction Progress Meetings. The Design Consultant’s Project Manager shall attend up to 4 Construction Progress Meetings and provide consulting services for the construction that pertains to the construction of the OWD infrastructure. B.Requests for Information (RFIs) The Consultant shall review the written requests for information or clarification (RFI/RFC) from the contractor and the appropriate sections/drawings of the technical documents and prepare a written response to the contractor for OWD infrastructure related RFIs. Consultant is responsible in modifying and revising plans, if necessary, in response to any RFI. (This task assumes 5 RFIs.) C.Contractor Submittals Review The Design Consultant shall review Contractor’s material submittals and resubmittals for conformance to the Contract Documents and OWD Standards. The Design Consultant shall review each submittal for conformance with design intent, materials application, design configuration, and overall compatibility with the facility’s intended use. The Consultant shall respond in a timely manner and address all comments raised on submittals or because of consultant response on the submittals. (This task assumes 6 submittals.) The Design Consultant shall review and evaluate Requests for Substitution, including or equal submissions on shop drawings. The Design Consultant shall provide a written recommendation for approval or disapproval for a substitution request, but final approval will be per the discretion and approval of OWD. D.As-Builts The Design Consultant shall update the original Contract Documents based on information (RFIs, DCs, COs, Redlines) received from the Contractor through the Construction Manager and create the As-built Drawings. The Design Consultant shall follow City of San Diego standards for As-built Mylar Drawings, but will process the drawings for approval and review with the OWD. EXHIBIT A SCOPE OF SERVICES 2.CASINGS AND TEST STATIONS CORROSION SUPPORT SERVICES (RF YEAGER) Design and construction support scope of work of the steel casings includes: A.Corrosion Engineering Services •Review drawings, studies, and reports •Conduct site visit to locate existing test station •Provide CP markups to plan and profile drawings •Provide 90% CP drawings and specifications •Review client 90% comments and provide 100% design •Review remaining comments and provide final signed drawings •Attend 2 project meetings B.Construction Support Services •Review and respond to Contractor RFI’s (2 assumed) •Review and respond to Contractor Submittals (2 assumed) •Review and respond to design changes (2 assumed) •Provide as-built drawings •Attend project meetings (2 assumed) 3.ADDITIONAL SERVICES If requested by OWD, Rick Engineering Company will provide additional engineering services upon prior authorization by OWD, up to $5,000.00. DIRECT CHARGES Direct charges shall include project printing, blueprinting, deliveries, and mileage for project site visits and meetings. GENERAL ASSUMPTIONS AND EXCLUSIONS The following items may be required but are not included in the scope of work outlined above. Additional authorization will be required for these services. •Application and permitting fees for the City of San Diego •Construction Surveying Services •Construction Inspection •Construction Materials Testing K:\Files\18429\scope of services\18429.Scope of Services.005.docx EXHIBIT B COMPENSATION SCHEDULE RICK ENGINEERING COMPANY PROJECT: La Media Road Improvements Project (OWD) SUBJECT: Construction Support Compensation Schedule 1.CONSTRUCTION SUPPORT SERVICES A.Construction Progress Meetings $3,259 B.RFI's $4,629 C.Contractor Submittals Reviews $5,432 D.As-Builts $2,701 Construction Support Services Total $16,021 2.CASINGS AND TEST STATIONS CORROSION ENGINEERING (RF YEAGER) A.Corrosion Engineering Services $6,965 B.Construction Support Services $4,655 Casings and Test Stations Corrision Engineering Total $11,620 3 ADDITIONAL SERVICES A.Rick Engineering Company $5,000 Additional Services Total $5,000 Casings and Test Stations Corrosion Engineering Total $32,641 Reimbursable Expenses Total $250 Project Fee Total $32,891 % of Task RF Yeager Engineering 35% List of Subconsultants:Fee $11,620 K:\Files\18429\table\18429.Fee Schedule.010.xlsx Exhibit C Fee Schedule LA MEDIA ROAD IMPROVEMENTS PROJECT TASK:PRINCIPAL ENGINEER PROJECT MANAGER SENIOR CIVIL ENGINEER ASSOCIATE PROJECT MANAGER CIVIL DESIGNER CAD TECH- NICIAN SUBCONS- ULTANT TOTAL REVISED PROPOSED COST($):Task Total($): Hourly Rate $242.00 $227.00 $185.00 $170.00 $134.00 $113.00 - CONSTRUCTION SUPPORT SERVICES Construction Progress Meetings 2 15 $3,259 RFI's 2 5 15 5 $4,629 Contractor Submittals Reviews 1 6 24 $5,432 As-Builts 1 1 2 4 12 $2,701 $16,021 CASINGS AND TEST STATIONS CORROSION ENGINEERING (RF YEAGER) Corrosion Engineering Services $6,965 Construction Support Services $4,655 $11,620 ADDITIONAL SERVICES Rick Engineering Company $5,000 $5,000 Expenses $250 $250 PROJECT TOTAL:6 1 26 41 9 12 $11,620 $21,271 $32,891 K:\Files\18429\table\18429.Fee Schedule.010.xlsx STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: April 6, 2022 SUBMITTED BY: Michael Long Engineering Manager PROJECT: R2084-001103 DIV. NO. 1 APPROVED BY: Rod Posada, Chief, Engineering Jose Martinez, General Manager SUBJECT: Reimbursement Request from Baldwin & Sons, LLC, a California Limited Liability Company, for a Portion of the Capital Improvement Program Project RecPL - 20-Inch, 680 Zone, Village 2 – Heritage/La Media (CIP R2084), Project Location Santa Victoria Road GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) approve the request to reimburse Baldwin & Sons, LLC, a California Limited Liability Company (Baldwin & Sons) for the completed construction of a 20-inch recycled water pipeline on Santa Victoria Road between Santa Carolina Road and Santa Alexia Avenue, for a portion of the Capital Improvement Program Project RecPL - 20-Inch, 680 Zone, Village 2 – Heritage/La Media (CIP R2084), for the amount of $265,911.45. COMMITTEE ACTION: Please see Attachment A. PURPOSE: That the Board authorizes the General Manager to reimburse (see Attachment B) Baldwin & Sons for the completed construction of a 20- inch recycled water pipeline on Santa Victoria Road between Santa Carolina Road and Santa Alexia Avenue, for a portion of the Capital Improvement Program Project RecPL - 20-Inch, 680 Zone, Village 2 – Heritage/La Media (CIP R2084), for the amount of $265,911.45. AGENDA ITEM 6 2 ANALYSIS: At the May 4, 2016 Board Meeting, the Board authorized the General Manager to enter into a Reimbursement Agreement (Attachment B, Tab 6) with Baldwin & Sons, LLC, for the pipeline capital improvements associated with Village 2 Development. On June 6, 2016, the District entered into a Reimbursement Agreement with Baldwin & Sons (the “Reimbursement Agreement”) for a Portion of the Capital Improvement Program Project RecPL - 20-Inch, 680 Zone, Village 2 – Heritage/La Media, Project Location Santa Victoria Road (CIP R2084). CIP R2084 was included within the Sub-Area Master Plan (SAMP) approved by the District in June 2006 and subsequently included in the Reimbursement Agreement. Baldwin & Sons submitted its reimbursement request on August 30, 2021, along with the necessary invoices from the lowest responsive bidder for a total amount of $265,911.45 (CIP R2084). After evaluation, staff concurred with the $265,911.45 (CIP R2084), and recommends reimbursing Baldwin & Sons the requested amount for CIP R2084. This project was listed in the District’s Five-Year CIP Plan, as well as on the approved SAMP. District staff inspected the construction of the work associated with the reimbursement request submitted by Baldwin & Sons, LLC and found it to be in compliance with the approved plans and in accordance with District Policy No. 26 for administration of Reimbursement Agreements. After reviewing the budget for the CIP projects included in the Baldwin & Sons, LLC request dated August 30, 2021, staff compared the budget for FY 2022 and found that this Project has sufficient funds available to support this reimbursement request. FISCAL IMPACT: Joe Beachem, Chief Financial Officer The total budget for CIP R2084, as recommended in the Fiscal Year 2022 budget, is $365,000. Expenditures to date are $4,303.81. Total commitments to date, including this Agreement, are approximately $270,215.26 (see Attachment C for budget detail). The Project Manager anticipates that, based on the attached financial analysis, the budget for CIP R2084 is sufficient to support the reimbursement request. The Finance Department has determined that, under the current rate model, 100% of the funding will be available from the Expansion Fund. 3 GRANTS/LOANS: N/A. STRATEGIC GOAL: This Project supports the District’s Mission statement, “To provide exceptional water and wastewater service to its customers, and to manage District resources in a transparent and fiscally responsible manner” and the General Manager’s Vision, "To be a model water agency by providing stellar service, achieving measurable results, and continuously improving operational practices." LEGAL IMPACT: None. MJL/RP:jf P:\WORKING\CIP R2084 Santa Victoria Reimbursement\Staff Reports\2022-04-06\BD 4-6-22, Staff Report, Baldwin Reimbursement Request.docx Attachments: Attachment A – Committee Action Attachment B – Reimbursement Request Attachment C – CIP R2084 Budget Detail ATTACHMENT A SUBJECT/PROJECT: R2084-001103 Reimbursement Request from Baldwin & Sons, LLC, a California Limited Liability Company, for a Portion of the Capital Improvement Program Project RecPL - 20-Inch, 680 Zone, Village 2 – Heritage/La Media (CIP R2084), Project Location Santa Victoria Road COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on March 15, 2022. 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. TAB NO. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. REIMBURSEMENT REQUEST TABLE OF CONTENTS Baldwin & Sons, LLC R2084-000000 -RecPL -20-lnch, 680 Zone, Village 2 -Heritage Rd La Media Rd TABLE OF CONTENTS Reimbursement Request Letter Price Quantity and Reimbursement Verification Bid Sum mary Pavment Backuo Contract with Cass Construction Company, Inc Executed Reimbursement Agreement, dated June 6, 2016 First Amendment to Agreement, dated January 20, 2022 OWD Board Approval to enter into Reimbursement Agreement; Board Packet, dated May 4, 2016 OWD Engineering Committee Report to request Reimbursement Agreement; Com mittee Packet, dated April 19, 2016 CIP Sheets Developer Project Acceptance for Project D0740-090205 Otay Ranch Village 2 Back Bone Improvement Plan Otay Water District Policy No. 26 Accounting Deoartment Aooroval of Reimbursement Binder l/ttps:llotaywaterJ65.sf,arepoi111.cor,v'sites/e11gpublicsenrices/Sl,ared Documems/Public Services New/CIP Projects/lU08.J-OOOOOO-RecPL -20-Iuch, 680 Zone, Village 2 -Heritage RI/La Metlia Rd/l'A.8lt OFC0NTl':NT$ FOR Rl':IMIJURSl':Ml':NT IJINDl:.'R.docx ATTACHMENT B R2084 BALDWIN & SONS, LLC REIMBURSEMENTSUBMITTALS PACKET SUMMARY Project R2084 Summary: ►The developer is requesting reimbursement of the 20" recycled pipe per CIP R2084. ►The developer turned over to the District the completed project as a fixed asset. The asset was capitalized by finance on February 15, 2022 at 09:54:51 AM by Polly Chan for permit number DEV-15-013. ►Notice of completion is on page 178 -180 of the PDF. ►The developer Notice of Completion serves as the completion date for CIP R2084. Timeline: ►May 4, 2016 o Board Approved $265,994.00 for the construction of a 20" recycled pipeline associated with the Capital Improvement Program CIP R2084, Rec PL -20-lnch, 680 Zone, Village 2 -Heritage/La Media, 680 Zone. ►June 6, 2016 o Reimbursement Agreement Executed ►May 11, 2021 o Related Developer Project D0748-090205 is accepted. ►June 17, 2021. o Notice of Completion recorded. ►January 20, 2022 o Reimbursement Agreement Amendment No. 1 Executed P2084 BALDWIN & SONS, LLC REIMBURSEMENTSUBMITTALS PACKET TAB NOD 1 Relmbtnernent Request Letter August 30, 2021 Mr. Vu Tran Otay Water District 2554 Sweetwater Springs Blvd. Spring Valley, CA 91978-2096 C/P Number: R2084 Project Title: RecPL -20-inch, 680 Zone, Village 2-Heritage/La Media Dear Tanya: Baldwin & Sons has commenced construction of the Village 2 CIP Project R2084. The project is located on Santa Victoria Road between Santa Carolina Road and Santa Alexia Avenue. Per the Reimbursement Agreement dated 5/20/16 and in conjunction with the Sub-Area Master Plan ("SAMP") dated 6/1/2006 upon which the CIP facilities are identified, Baldwin & Sons is submitting a reimbursement request in the aimount of $265,911.45. CIP project R2084's reimbursement package consists of the following documents: 1)OWD Staff Report from meeting dated May 4, 2016 supporting Staff's recommendation to approve the reimbursement agreement for CIP project R2084-RecPL-20-inch, 680 Zone, Village 2-Heritaige/La Media 2)Analysis and copies of Developer Bids for Cass Construction, Schilling and LB3 3)Subcontract agreement for Cass Construction, Inc. 4)Invoices, cancelled checks, lien releases Please review the submitted request and advise if you need additional information to process our reimbursement request. Sincerely, BALDWIN & SONS Mora de Murguia Public Finance Manager Attachments P2084 BALDWIN & SONS, LLC REIMBURSEMENTSUBMITTALS PACKET Price, Qua,tlty and Relmburaement Verfflcatlon ANALYSIS OF DEVELOPER BIDS Olay Ranch VIiiage 2 South Backbone Improvements, Sta 60•39.94 to STA 80♦11.51 Santa Victoria Rd Developer Project No. d0740.090205, CIP R2084 20-lnch Reclaimed Water Main CaH Conatruc-don Shllllng LB3 0&S<:r1Pti0n Quanbly Ufth Cc,t,I Su-Unit Cost Subtotal Untl coat 20" WATE.R MAIN 1,9n S79.00 SlSS,788.00 s,u.oo $220,864 00 $88.00 6" BLOW-Off 2 SS,32S-00 $l0,6SO.OO $7,025.00 $14,0SO.OO SS,870.00 4" AIR VAC.REL£ASE VALVE 2 57,50000 $1).00000 510,130.00 Sl0.260.00 SJ.946.00 20" 8UITTRfLY VALVE 4 $8,800.00 Sll.200.00 $8,350.00 $33.400.00 59,200.00 20" DEFLECTION COUPLING 17 $1,115000 5ll,4S0,00 S0.00 so.co 51,9ll 00 CONNECT TO EXIS'TING 20" 2 $2.610.00 $5,2,000 $4,100.00 sa.200.00 S3.2SO.OO Total 5253,328.00 Total 52<J6.n4.00 Total 1% Sol'IC-512,666.40 5'% Soh Cost 51038.70 5%SoltCost S216,tMAO $311,612.70 Ou.y Water District VerfflcaUon Subtotal UnltCOSt Subtotal Commeni. Quaolrty based °" plan SI 73,536.00 51 13.19 5223,210.68 Slatlonlng Sll,740.00 SS,8SS 00 $11,7 10 00 SIS.892.00 $3,097 28 $6,194.56 $36,800.00 SS,S90.69 $22,362.76 Deflection coupllng m unn S32.S04.00 5000 so.oo cost Of water main $6,500.00 $3,060 00 56,120.00 5276,972.00 Total $269,598.00 $13.848,60 5%SoltCost 513.479.9'0 1290,820,60 $283.077 . .0 Exhibit F -Bid Schedule Addendum #2 Village 2 South Wet Utilities �ASS CONSTRUCTION, INC. 11/25/2015 OTAY RANCH VILLAGE-2 SOUTH PG 1 OF 3 SEWER, WATER, AND STORM DRAIN PROPOSAL BASED ON THE FOLLOWING PLANS: Olay Ranch Villaga-2 Rough Grading Plana By Hunsaker & Associates Received (10-19-15) Sheets 1-40 Olay Ranch Vlllage-2 Backbone Improvement Plans By Hunsaker& Associates Received (10-19-15) Sheets 1-34 Olay Ranch Villag.e-2 lntract lmproveme-nt Plans By Hunsake� & Associates Received (10-19-15) Sheets 1-26 Unit Item Description Qty Units Price Total Phase 1a Storm Drain 1 18" HOPE 1,289 LF 60.00 $77,340.00 2 24" HOPE 478 LF 71.00 $33,938.00 3 30" HOPE 217 LF 82.00 $17,794.00 4 36" HOPE 55 LF 110.00 $6,050.00 5 42" HOPE 936 LF 111.00 $103,896.00 6 48" HOPE 525 LF 142.00 $74,550.00 7 18" RCP 76 LF 87.00 $6,612.00 8 24" RCP 40 LF 104.00 $4,160.00 9 54" RCP 490 LF 241.00 $118,090.00 10 60" RCP 1,161 LF 263.00 $305,343.00 11 24" Concrete Collar 1 EA 1,070.00 $1,070.00 12 60" Concrete Collar 1 EA 2.425.00 $2,425.00 13 Cleanout (Type A-4) 15 EA 4,215.00 $63,225.00 14 Cleanout (Type A-5) 5 EA 4,905.00 $24,525.00 r, 15 Cleanout (Type A-6) 8 EA 5,425.00 $43,400.00 16 Type B Inlet 4 EA 3,450.00 $13,800.00 17 Type B-1 Inlet (L= 7') 1 EA 3,740.00 $3,740.00 18 Type B-1 Inlet (L=9') 4 EA 3,970.00 $15,880.00 19 Type B-1 Inlet (L=10') 1 EA 4,200.00 $4,200.00 20 Type 8-1 Inlet (L=11 ') 1 EA 4,370.00 $4,370.00 21 Type B-1 Inlet (L=13') 4 EA 4,600.00 $18,400.00 22 Type B-1 Inlet (L=14') 1 EA 4,890.00 $4,890.00 23 Type B-1 Inlet (L=15') 2 EA 5,000.00 $10,000.00 24 Type B-1 Inlet (l=16') 1 EA 5,060.00 $5,060.00 25 Type B-1 Inlet (L=18') 1 EA 5,175.00 $5,175.00 26 Type B-1 Inlet (L=19') 1 EA 5,290.00 $5,290.00 27 Type B-1 Inlet (L=21 ') 2 EA 5,750.00 $11,500.00 28 Type 8-2 Inlet (L=15') 1 EA 5,175.00 $5,175.00 29 Type 8-2 Inlet (L=18') 2 EA 5,700.00 $11,400.00 30 Oesilting Basin Outlet-30" 2 EA 3,620.00 $71240.00 Storm Drain Subtotal $1,008,538.00 Sewer 31 8" PVC SOR 35 3,652 LF 29.00 $105,908.00 32 6" PVC Lateral 131 LF 26.00 $3,406.00 33 8" PVC Lateral 42 LF 32.00 $1,344.00 34 60" Sewer Manhole 13 EA 4,210.00 $54,730.00 35 6" PVC Sewer Cap 3 EA 40.00 $120.00 36 8" PVC Sewer Cap 1 EA 50.00 $50.00 37 Connect 8" Sewer 2 EA 1,000.00 $2,000.00 38 House Service -SF 28 EA ,890.00 $24,920.00 Sewer Subtotal $192,478.00 Potable Water 39 8" PVC (Class 200) 165 LF 61.00 $10,065.00 1 of 6 11/13/15 Exhibit F -Bid Schedule Village 2 South Wet Utilities �Y Ranch Village-2 Backbone Improvement Plans By Hunsaker & Associates Received (10-19-15) Sheets 1-34 Otay Ranch Vlllage-2 lntract Improvement Plans By Hunsaker & Associates Received (10-19-15) Sheets 1-26 Unit Item Description Qty Units Price 40 8" PVC (Class 305) 674 LF 61.00 41 12" PVC (Class 305) 3,435 LF 84.00 42 6" PVC Lateral 149 LF 55.00 43 8" PVC Lateral 267 LF 61.00 44 6" Gate Valve Assembly 4 EA 1,985.00 45 8" Gate Valve Assembly 12 EA 2,535.00 46 12" Gate Valve Assembly 12 EA 3,835.00 47 6" Cap with Thrust Block & Blowoff 3 EA 5,070.00 48 House Service -1" 28 EA 1,450.00 49 2" House Service 1 EA 3,235.00 50 8" Cap with Thrust Block & Blowoff 2 EA 5,115.00 51 3" House Service 1 EA 17,100.00 52 8" DI Tee with Thrust Block 3 EA 610.00 53 6" Cap with Thrust Block 2 EA 385.00 54 12" DI Tee with Thrust Block 11 EA 1,560.00 55 8" Cap with thrust block 3 EA 435.00 56 12" DI Cross with Thrust Block 2 EA 1,760.00 57 12" x 8" DI Reducer 3 EA 695.00 58 12" x 18" D1 Spool 8 EA 755.00 59 Fire Hydrant Assembly 9 EA 7,085.00 60 Deflection Coupling 12" 30 EA 610.00 61 Air-Vac Assembly 2" 8 EA 4,510.00 ""' 62 Blow off Assembly 2" 5 EA 2,800.00 63 Connect to 12" 2 EA 1,635.00 Potable Water Subtotal Reclaimed Water 64 6" PVC (Class 200) 829 LF 55.00 65 20" PVC (Class 165) 1,971 LF 79.00 66 6" Gate Valve Assembly 3 EA 1,985.00 67 20" Butterfly Valve Assembly 4 EA 8,800.00 68 6" Cap with Thrust Block & Blowoff 2 EA 5,070.00 69 6" x 24" Long DI Spool 5 EA 695.00 70 20" DI Tee with Thrust Block 1 EA 2,858.00 71 20" x 24" CML&C Spool 2 EA 3,165.00 71 20" x 6" CML&C Cross with Thrust Block 1 EA 6,455.00 72 2" Irrigation Service Assembly 6 EA 3,235.00 73 Air-Vac Assembly 2" 2 EA 4,510.00 74 Air-Vac Assembly 4" 2 EA 7,500.00 75 Blow off Assembly 2" 1 EA 2,800.00 76 Blow off Assembly 6" 2 EA 5,325.00 77 Deflection Coupling 20" 17 EA 1,850.00 78 Deflection Coupling 6" 10 EA 175.00 79 Connect to 20" 2 EA 2,620.00 Reclaimed Water Subtotal Phase 1a Subtotal Phase 1b/c �torm Drain 1 18" HOPE 82 LF 77.00 2 24" HOPE 269 LF 71.00 3 42" HDPE 116 LF 109.00 2 of 6 Addendum #2 Total $41,114.00 $288,540.00 $8,195.00 $16,287.00 $7,940.00 $30,420.00 $46,020.00 $15,210.00 $40,600.00 $3,235.00 $10,230.00 $17,100.00 $1,830.00 $770.00 $17,160.00 $1,305.00 $3,520.00 $2,085.00 $6,040.00 $63,765.00 $18,300.00 $36,080.00 $14,000.00 $3 270.00 $703,081.00 $45,595.00 $155,709.00 $5,955.00 $35,200.00 $10,140.00 $3,475.00 $2,858.00 $6,330.00 $6,455.00 $19,410.00 $9,020.00 $15,000.00 $2,800.00 $10,650.00 $31,450.00 $1,750.00 $5,240.00 $367,037.00 $2,27'1 l 134.00 $6,314.00 $19,099.00 $12,644.00 11/13/15 Exhibit F -Bid Schedule Addendum #2 Village 2 South Wet Utilities �y Ranch Vlllage-2 Backbone Improvement Plans By Hunsaker& Associates Received (10-111-15} Sheet$ 1-34 Otay Ranch Vlllage-2 lntract Improvement Plans By Hunsaker & Associates Received (10-19-15} Sheets 1-26 U111it Item Description Qty Units Price Total 4 18" RCP 75 LF 87.00 $6,525.00 5 48" RCP 734 LF 193.00 $141,662.00 6 Cleanout (Type A-4) 2 EA 4,215.00 $8,430.00 7 Cleanout (Type A-5) 1 EA 4,905.00 $4,905.00 8 Cleanout {Type A-6) 3 EA 5,425.00 $16,275.00 9 Type B Inlet 4 EA 3,450.00 $13,800.00 10 Type B-1 Inlet (L=14'} 2 EA 4,890.00 $9,780.00 11 18" Concrete Collar 3 EA 1,050.00 $3,150.00 12 48" Concrete Collar 2 EA 1,400.00 $2,800.00 13 Desilting Basin Outlet-30" 3 EA 3,620.00 $10,860.00 Stonn Drain Subtotal $256,244.00 Sewer 14 8" PVC SOR 35 2686 LF 29.00 $77,894.00 15 8" PVC Lateral 70 LF 32.00 $2,240.00 16 60" Sewer Manhole 10 EA 4,210.00 $42,100.00 17 8" PVC Sewer Cap 2 EA 50.00 $100.00 18 House Service -SF 33 EA 890.00 $29,370.00 Sewer Subtotal $151,704.00 Potable Water 19 8" PVC (Class 200) 33 LF 61.00 $2,013.00 � 20 8" PVC (Class 305)1,788 LF 61.00 $109,d68.00 21 12" PVC (Class 305) 1,210 LF 84.00 $101,640.00 22 4" PVC Lateral 62 LF 52.00 $3,224.00 23 6" PVC Lateral 44 LF 55.00 $2,420.00 24 8" PVC Lateral 121 LF 61.00 $7,381.00 25 4" Gate Valve Assembly 2 EA 1,525.00 $3,050.00 26 6" Gate Valve Assembly 1 EA 1,985.00 $1,985.00 27 8" Gate Valve Assembly 17 EA 2,535.00 $43,095.00 28 12" Gate Valve Assembly 6 EA 3,835.00 $23,010.00 29 4" Cap with Thrust Block & Blowoff 2 EA 5,060.00 $10,120.00 30 6" Cap with Thrust Block & Blowoff 1 EA 5,070.00 $5,070.00 31 8" Cap with Thrust Block & Blowoff 3 EA 5,115.00 $15,345.00 32 8" DI Tee with Thrust Block 5 EA 610.00 $3,050.00 33 12" DI Tee with Thrust Block 8 EA 1,560.00 $12,480.00 34 Air-Vac Assembly 2" 9 EA 4,510.00 $40,590.00 35 Blow off Assembly 2" 7 EA 2,800.00 $19,600.00 36 Deflection Coupling 8" 22 EA 285.00 $6,270.00 37 Deflection Coupling 12" 7 EA 610.00 $4,270.00 38 Fire Hydrant Assembly 5 EA 7,085.00 $35,425.00 39 House Service -1" 34 EA 1450.00 $49,300.00 Potable Water Subtotal $498,406.00 Reclaimed Water 40 6" PVC (Class 200) 1,582 LF 55.00 $87,010.00 41 6" Gate Valve Assembly 3 EA 1,985.00 $5,955.00 42 6" DI Tee with Thrust Block 1 EA 545.00 $545.00 43 6" Cap with Thrust Block & Blowoff 1 EA 5,070.00 $5,070.00 � 44 Air-Vac Assembly 2"2 EA 4,510.00 $9,020.00 45 Deflection Coupling 6" 25 EA 175.00 $4,375.00 46 2" Irrigation Service Assembl� 7 EA 31235.00 $22,645.00 Reclaimed Water Subtotal $134,620.00 3 of 6 11/13/15 Exhibit F -Bid Schedule Addendum #2 Village 2 South Wet Utilities �Y Ranch Village-2 Backbone Improvement Plans By Hunsaker & Associates Received (10-19-15) Sheets 1-34 Otay Ranch Vlllage-2 lntract Improvement Plans By Hunsaker&. Assoclatff Received (10-19-15) Sheets 1-26 Unit Item Description Qty Units Price Total Phase 1 b/c Subtotal $1,040,974.00 Phase 2 Storm Drain 1 HDPE-18" 1,042 LF 79.00 $82,318.00 2 HOPE-24" 902 LF 71.00 $64,042.00 3 HOPE-42" 258 LF 111.00 $28,638.00 4 RCP -18" 41 LF 87.00 $3,567.00 5 RCP-24" 7 LF 104.00 $728.00 6 RCP(YvTJ)-42" 58 LF 168.00 $9,744.00 7 Cleanout (Type A-4) 12 EA 4,215.00 $50,580.00 8 Cleanout (Type A-5) 2 EA 4,905.00 $9,810.00 9 Type B Inlet 2 EA 3,450.00 $6,900.00 10 Type B Inlet (L= 7') 2 EA 3,740.00 $7,480.00 11 Type B Inlet (L=10') 1 EA 4,200.00 $4,200.00 12 Type B Inlet (L=11') 1 EA 4,370.00 $4,370.00 13 Type B Inlet (L=12') 2 EA 4,485.00 $8,970.00 14 -r:ype B Inlet (L=13') 1 EA 4,600.00 $4,600.00 15 Type B Inlet (L=15') 1 EA 5,000.00 $5,000.00 16 Type B Inlet (L=16') 5 EA 5,060.00 $2.5,300.00 17 Type B Inlet (L=18') 1 EA 5,175.00 $5,175.00 � 18 Type B Inlet (L=20') 1 EA 5,520.00 $5,520.00 19 Type B-1 Inlet (L=21') 1 EA 5,750.00 $5,750.00 20 Type B-2 Inlet (L=7') 2 EA 4,025.00 $8,050.00 21 Type F Catch Basin 1 EA 3,220.00 $3,220.00 22 Wingwall-42" 1 EA 4,025.00 $4,025.00 23 18" End Cap (HOPE) & Mortar 1 EA 1,570.00 $1,570.00 24 24" Concrete Collar 1 EA 1!070.00 $1,070.00 Stonn Drain Subtotal $350,627.00 Sewer 25 PVC-8" Pipe 10,596 LF 29.00 $307,284.00 26 PVC-1 O" Pipe 1,200 LF 32.00 $38,400.00 27 PVC-8" Lateral 39 LF 32.00 $1,248.00 28 Sewer Manhole-60" (New) 45 EA 4,210.00 $189,450.00 29 Sewer Cap -8" 5 EA 50.00 $250.00 30 House Service (SF) 238 EA 890.00 $211,820.00 31 Connect 8" Sewer 16 EA 1,000.00 $16,000.00 32 Connect 1 O" Sewer 1 EA 1,100.00 $1,100.00 Sewer Subtotal $765,552.00 Potable Water 33 8" PVC (Class 200) 3339 Lfc 61.00 $203,679.00 34 8" PVC (Class 305) 11278 LF 61.00 $687,958.00 35 12" PVC (Class 305) 663 LF 84.00 $55,692.00 4" PVC Lateral 21 LF 52.00 $1,092.00 36 6" PVC Lateral 52 LF 55.00 $2,860.00 37 8" PVC Lateral 300 LF 61.00 $1i8,300.00 4" Gate Valve Assembly 1 EA 1,525.00 $1,525.00 38 6" Gate Valve Assembly 2 EA 1,985.00 $3,970.00 39 8" Gate Valve Assembly 53 EA 2,535.00 $134,355.00 8" Cap with thrust block 2 EA 435.00 $870.00 4 of 6 11/13/15 Exhibit F -Bid Schedule Village 2 South Wet Utilities �y Ranch Vlllage-2 Backbone Improvement Plans By Hunsaker & Associates Received (10-19-151 Sheets 1-34 Olay Ranch Vlllage-2 lntrac1 Improvement Plans By Hunsaker & Associates Received (10-19-15) Sheets 1-26 Item Oescrilptlon 4" Cap with Thrust Block & Blowoff 40 6" Cap with Thrust Block & Blowoff 41 8" Cap with Thrust Block & Blowoff 42 8" DI Tee with Thrust Block 43 8" DI Cross with Thrust Block 8" DI 45 Degree fitting with Thrust Block 8" DI 90 Degree fitting with Thrust Block 44 8" DI Spool (18"} 45 12" DI Tee with Thrust Block 12" DI Spool (18") 12" x 8" DI Reducer House Service - 1 " House Service -2" 46 Fire Hydrant Assembly 47 Air-Vac Assembly 2" 48 Blow off Assembly 2" Deflection Coupling 8" 49 Deflection Coupling 12" 50 Connect to 8"51 Connect to 12" Potable Water Subtotal �Reclaimed Water {' -.., 52 6" PVC (Class 200) 6" PVC (Class 305} 53 2" Irrigation Service Air-Vac Assembly 2" Blow off Assembly 2" Deflection Coupling 6"6" Cap with Thrust Block 54 Connect to Existing 6" Reclaimed Water Subtotal Phase 2 Subtotal Project Total Summary Phase 1a Phase 1blc Phase 2 Total Qty Units 1 EA 3 EA 37 EA 17 EA 4 EA 6 EA 4 EA 12 EA 10 EA 4 EA 1 EA 237 EA 3 EA 27 EA 24 EA 22 EA 140 EA 19 EA 17 EA 2 EA 1459 LF 348 LF14 EA 2 EA 2 EA 10 EA 2 EA 3 EA Unit Price 5,060.00 5,070.00 5,1115.00 610.00 1,210.00 490.00 510.00 555.00 1,560.00 755.00 695.00 1,450.00 3,235.00 7,085.00 4,510.00 2,800.00 285.00 610.00 1,510.00 1,635.00 55.00 55.00 3,235.00 4,510.00 2,800.00 175.00 385.00 1,100.00 SD Sewer PW $1,008,538.00 $192,478.00 $703,081.00 $256,244.00 $151,704.00 $498,406.00 $350,627.00 $765,552.00 $2,160,911.00 $1,615,409.00 $1,109,734.00 $3,362,398.00 Total $5,060.00 $15,210.00 $189,255.00 $10,370.00 $4,840.00 $2,940.00 $2,040.00 $6,660.00 $15,600.00 $3,020.00 $695.00 $343,650.00 $9,705.00 $191,295.00 $108,240.00 $61,600.00 $39,900.00 $11,590.00 $25,670.00 $3,270.00 $2,160,911.00 $80,245.00 $19,140.00 $45,290.00 $9,020.00 $5,600.00 $1,750.00 $770.00 $3,300.00 $165,115.00 $3,442,205.00 $6,754,313.00 Addendum #2 RW Total $367,037.00 $2,271,134.00 $134,620.00 $1,040,974.00 $165,115.00 $3,442,205.00 $666,772.00 $6,754,313.00 nmittlng a proposal, Contractor aknowledges all schedule requirements and has included all necessary manpower, equipment, overtime, materials, and coordination to meet said schedule. s of 6 11/13/15 Exhibit F -Bid Schedule Village 2 South Wet Utilities �y Ranch Vlllage-2 Backbone Improvement Plana By Hunsaker & Associates Received !10-111-15) Sheets 1-34 Otay Ranch Vlllage-2 lntract Improvement Plana By Hunsaker & Associates Racelved (10-19-15) Shaets 1-26 Item Descriiption Qty Units Cass Construction, Inc. Co:ntractor Contractor Signature 6 of 6 Unit Price Total Addendum #2 11/13/15 < � c H, cw ·r--J 4.r�� eJNUf Exhibit F -Bid Schedule Addendum#2 Village 2 South Wet Utilities Unit Item Descrietlon Qty Units Price Total Phase1a Storm Drain 1 18" HOPE 1,289 LF S74.00 $95,386.00 2 24" HDPE 478 LF $68.00 $32,504.00 3 30" HOPE 217 LF $84.00 $18,228.00 4 36" HOPE 55 LF $137.00 $7,535.00 5 42" HDPE 936 LF S128.00 $119,808.00 6 48" HOPE 525 LF $166.00 $87,150.00 7 18" RCP TG 76 LF $103.00 $7,828.00 8 24" RCP TG 40 LF $128.00 $5,120.00 9 54" RCP (352 TG, 138 WT) 490 LF $284.00 $139.160.00 10 60" RCP (736 TG, 425 WT) 1,161 LF $335.00 $388,935.00 11 24" Concrete Collar-INCLUDED 1 EA $0.00 $0.00 12 60" Concrete Collar-INCLUDED 1 EA S0.00 $0.00 13 Cleanout (Type A-4) 15 EA S5.800.00 $87,000.00 14 Cleanout (Type A-5) 5 EA S7,085.00 $35,425.00 15 Cleanout (Type A--6) 8 EA $7,850.00 $62,800.00 16 Type 5'8 Inlet 4 EA 54,575.00 $18,300.00 17 Type 8-1 Inlet (L= 7'} 1 EA S5,140.00 $5,140.00 18 Type B-1 lnlet(L=9') 4 EA $5.600.00 $22,400.00 19 Type 8-1 Inlet (L=10') 1 EA S4,300.00 $4,300.00 20 Type 8-1 Inlet (L=11') 1 EA $5,467.00 $5,467.00 21 Type 8-1 Inlet (L=13') 4 EA S6.450.00 $25,800.00 22 Type B-1 Inlet (L=14') 1 EA $6,865.00 $6,865.00 23 Type B-1 Inlet (L=15') 2 EA $7,365.00 $14,730.00 24 Type B-1 Inlet (L=16') 1 EA $7,050.00 $7,050.00 25 Type 8-1 Inlet (L=18') 1 S8,HO.OO $8,170.00 26 Type B-1 Inlet (L=19') 1 EA $8,300.00 $8,300.00 27 Type B-1 Inlet (L=21') 2 EA S8,500.00 $17,000.00 28 Type B-2 Inlet (L=15'} 1 EA S7,010.00 $7,010.00 29 Type B-2 Inlet (L=18') 2 EA S8.050.00 $16,100.00 30 Desilting Basin Outlet-30" 2 EA $6,800.00 $13,600.00 Storm Drain Subtotal $1,267,111.00 Sewer 31 8" PVC SOR 35 3,652 LF $42.00 $153,384.00 32 6" PVC Lateral 131 LF $38.00 $4,978.00 33 8" PVC Lateral 42 LF $57.00 $2,394.00 34 60" Sewer Manhole 13 EA $4,065.00 $52,845.00 35 6" PVC Sewer Cap 3 EA $0.00 $0.00 36 8" PVC Sewer Cap 1 EA $0.00 $0.00 37 Connect 8" Sewer 2 EA S920.oo $1,840.00 38 4" Sewer Lateral-SF 28EA $1,050.00 $29,400.00 Sewer Subtotal $244,841.00 Potable Water 39 8" PVC (Class 305) 839 LF S46.00 $38,594.00 40 8" PVC (Class 305)-0 LF SO.OD $0.00 41 12" PVC (Class 305) 3,435 LF S62.00 $212,970.00 42 6" PVC Lateral 149 LF $45.00 $6,7105.00 43 8" PVC Lateral 267 LF $46.00 $12,282.00 44 6" Gate Valve Assembly 4 EA S1,900.00 $7,600.00 45 8" Gate Valve Assembly 12 EA S2,350.00 $28.200.00 46 12" Gate Valve Assembly 12 EA S3,950.00 $47,400.00 47 6" Cap with Thrust Block & 81owoff-INC. 3 EA S0.00 $0.00 1 of S 11/13/15 & with or 62 Potable Water Subtotal Reclaimed Water � 77 Reclaimed Water Subtotal Phase 1 a Subtotal Phase 1b/c Storm Drain 2 4 Exhibit F -Bid Schedule Village 2 South Wet Utilities Price $49.00 5 EA SO.OD 1 EA 2 EA $2,432,541.00 2 EA 1 EA 2 of s Exhibit F -Bid Schedule i:;;c ii L,LI rJi Addendum#2 Village 2 South Wet Utilities Unit Imm Oescrietion Q� Units Price Total Stonn Drain Subtotal $305,852.00 Sewer 14 S"PVCSOR 35 2686 LF $36.00 $96,696.00 15 S" PVC Lateral 70 LF $39.00 $2,730.00 16 6-0" Sewer Manhole 10 EA $4,150.00 $41,500.00 17 8" PVC Sewer Cap-INC. 2 EA $0.00 $0.00 18 4" Sewer Lateral -S:F 33 EA $1,150.00 $37,950.00 Sewer Subtotal $178,876.00 Potable Water 19 a·· PVC (Class 200) 0 LF $0.00 20 8" PVC (Class 305)-1,821 LF $40.00 $72,840.00 21 12" PVC (Class 305) 1,210 LF $59.00 $71,390.00 22 4" PVC Lateral-Per WS-05 62 LF $382.00 $23,684.00 23 6" PVC Lateral 44 LF SSS.00 $2,420.00 24 8" PVC Lateral 121 LF $52.00 $6,292.00 25 4" Gate Valve Assembly 2 EA $1,860.00 $3,720.00 26 6" Gate Valve Assembly 1 EA $1,900.00 $1,900.00 27 8" Gate Valve Assembly 17 EA $2,350.00 $39,950.00 28 12" Gate Valve Assembly 6 EA $3,950.00 $23,700.00 29 4" Cap with Thrust Block & Blowoff-INC 2 EA SO.CO $0.00 30 6" Cap with Thrust Block & Blowoff-INC 1 EA $0.00 $0.00 31 8" Cap with Thrust Block & Blowoff-INC 3 EA $0.00 $0.00 ,.., 32 8" 01 Tee with Thrust Block-INC 5 EA $0.00 $0.00 33 12" DI Tee with Thrust Block-INC 8 EA $0.00 $0,00 34 Air-Vac Assembly 2" 9 EA $5,200.00 $46,800.00 35 B!ow off Assembly 2" 7 EA $3,800.00 $26.600.00 36 Deflection Coupling 8"-INC. 22 EA $0.00 $0.00 37 Deflection Coupling 12"-INC 7 EA $0.00 $0.00 38 Fire Hydrant Assembly 5 EA $7,700.00 $38,500.00 39 House Service -1" 34EA S1,500.00 $51,000.00 Potable Water Subtotal $408,796.00 Reclaimed Water 40 6" PVC (Class 200) 1,582 LF $37.00 $58,534.00 41 6" Gate Valve Assembly 3 EA $1,930.00 $5,790.00 42 6" DI Tee with Thrust Block-INC. 1 EA $0.00 $0.00 43 6" Cap with Thrust Block & Blowoff-INC 1 EA $0.00 $0.00 44 Air-Vac Assembly 2" 2 EA $5,200.00 $10,400.00 45 Deflection Coupling 6"-INC 25 EA $0.00 $0.00 46 2" lrri9ation Service Assemblt 7 EA $3,965.00 $27,755.00 Reclaimed Water Subtotal $102,479.00 Phase 1b/c Subtotal $996,003.00 Phase 2 Storm Crain 1 HOPE-18" 1.042 LF $76.00 $79,192.00 2 HDPE-24'' 902 LF $69.00 $62,238.00 3 HDPE-42" 258 LF $128.00 $33,024.00 4 RCP-18" 41 LF $113.00 $4,633.00 5 RCP- 24" 7 LF $195.00 $1,365.00 � 6 RCP (WT J)-42" 58 LF $245.00 $14,210.00 7 Cleanout (Type A-4) 11 EA $5,900.00 $64,900.00 3 ofS 11/13/15 Exhibit F -Bid Schedule �;1 i),;rY-< Addendum #2 Village 2 South Wet Utilities Unit lt.m Oescri(!tl0n Q� Units Price Total 8 Cleanout (Type A-5) 2 EA $7,425.00 $14,850.00 9 Type 5'8 Inlet 2 EA $4,025.00 $8,050.00 10 Type B Inlet (L= 7') 2 EA $5,140.00 $10,280.00 11 Type B Inlet (L=10') 1 EA $4,425.00 $4,425.00 12 Type B Inlet (L=11') 1 EA $5,467.00 $5,467.00 13 Type B Inlet (L=12') 2 EA $6,090.00 $12,180.00 14 Type B Inlet (L=13') 1 EA $6,500.00 $6,500.00 15 Type 8 Inlet (L::::15') 1 EA $6,830.00 $6,830.00 16 Type B Inlet (L;:ac16') 1 EA $7,050.00 $7,050.00 17 Type B Inlet (L=18') 1 EA $7,930.00 $7,930.00 18 Type B Inlet (L=20') 1 EA $7,725.00 $7,725.00 19 Type B-1 Inlet (L=211 1 EA $8,080.00 $8,080.00 20 Type B-2 Inlet (Laa?") 2 EA $4,750.00 $9,500.00 21 Type F Catch Basin 1 EA $3,030.00 $3,030.00 22 Wingwall-42" 1 EA $4,930.00 $4,930.00 23 18" End Cap (HOPE) & Mortar-INC 1 EA $0.00 $0.00 24 24" Concrete Collar-INC. 1 EA $0.00 $0.00 Stonn Drain Subtotal $376,389.00 Sewer 25 PVC-8" Pipe 10,596 LF $35.00 $370,860.00 26 PVC-10'' Pipe 1,200 LF $39.00 $46,800.00 27 PVC-8" Lateral 39 LF $45.00 $1,755.00 28 Sewer Manhole-60" (New) 45 EA $4,090.00 $184,050.00 r, 29 Sewer Cap -8"-INC. 5 EA $0.00 $0.00 30 4" Sewer Lateral-(SF) 238 EA $1,050.00 $249,900.00 31 Connect 8" Sewer 1 EA $920.00 $920.00 32 C:onnect 1 O" Sewer 1 EA $925.00 $925.00 Sewer Subtotal $855,210.00 Potable Water 33 8" PVC (Class 200) 0 LF $0.00 $0.00 34 8" PVC (Class 305) 1172 LF $42.00 $49,224.00 35 12" PVC (Class 305) 663 LF $60,00 $39,780.00 36 6'' PVC Lateral 26 LF $60.00 $1,560.00 37 8" PVC Lateral 169 LF $54.00 $9,126.00 38 6" Gate Valve Assembly 1 EA $2,100.00 $2,100.00 39 8" Gate Valve Assembly 12 EA $2,350.00 $28,200.00 40 6" Cap with Thrust Block & Blowoff 1 EA $0.00 $0.00 41 8" Cap with Thrust Block & Blowoff 7 EA $0.00 $0.00 42 8" DI Tee with Thrust Block 1 EA $0.00 $0.00 43 8" DI Cross With Thrust Block 1 EA $0.00 $0.00 44 8" DI Spool (18") 4 EA $0.00 $0.00 45 12" DI Tee with Thrust Block 6 EA $0.00 $0.00 46 Fire Hydrant Assembly 3 EA $7,700.00 $23,100.00 47 Air-Vac Assembly 2" 3 EA $4,950.00 $14,850.00 48 Blow off Assembly 2" 3 EA $3,900.00 $11.700.00 49 Deflection Coupling 12" 19 EA $0.00 $0.00 50 Connect to 8" 1 EA $1,200.00 $1,200.00 51 Connect to 12" 2 EA $1,300.00 $2,600.00 Potable Water Subtotal $183,440.00 Reclaimed Water 52 6" PVC (Class 200) 653 LF $40.00 $26,120.00 ,., 53 2" Irrigation Service 1 EA $4,125.00 $4.125.00 54 Connect to Existing 6" 1 EA $1,100.00 $1,100.00 4ofS 11/13/15 Item Description Reclaimed Water Subtotal Phase 2 Subtotal Project Total Summary Phase 1a Phase 1bfc Phase2 Total Exhibit F -Bid Schedule Village 2 South Wet Utilities Qty Units so Sewer $1.267,111.00 $244,841.00 $305,852.00 $178,876.00 $376.389.00 $855,210.00 $1,949,352.00 S1 ,278,927 .00 Unit Price PW $540.086.00 5408.796.00 $183,440.00 $1,132,322.00 Total $31,345.00 $1,446,384.00 $4,874,928.00 RW $3801,503.00 $102,479.00 $31,345.00 $514,327.00 Addendum#2 Total $2,432,541.00 $996.003.00 $1,446,384.00 $4,874,928.00 By submitting a proposal, Contractor aknowledges all schedule requirements and has included all necessary manpower, equipment, overtime, materials, and coordination to meet said schedule. �Contractor �---7 Sof 5 11/13/15 Project Specific Notes: Proposal is a Unit Price Proposal and not a "Lump Sump" Proposal. Quantities were used based off a Schedule of Values provided at Bid time. A Phasing map was provided, specific Station starting points and stoping points were not provided and quantities provided were different than our take off due to the map. Pricing for this proposal is based off contract provided for all phases. Pricing is subject to change if all phases are not contracted at the same time. HOPE Pipe is priced to install using the "Burrito Wrap" method. End caps, Deflection cplgs and Temp. Blow offs, are included in proposal 4" lateral with Meter is per WAS WS-05 which includes the Vault (3) Mobilizations are included in the proposal (1) for each Phase. Additional Mobilizations will be$ 1200.00 each.Adjust to grades must be completed within 180 days of energizing the line. Unless specifically addressed in proposal, the following are excluded: Drilling, blasting, cover up, rock breaking, and rock removal to be performed on a T & M basis. If any unknown existing utilities or underground strucrures are in conflict with our excavation efforts. or the ability to create a safe excavation, all costs associated with the work will be performed on a T &M basis. Any street restoration and or llardscape replacement, retaining or perimeter walls, traffic barrier posts barriers, replacement of landscape Staking/survey, engineering, permits, inspection, SWPPP (plan or implementation), testing. bonds, dewatering or handling of any contaminated/hazardous material. General Conditions If, in the course of excavation, Schilling Paradise Corporation should encounter any rock or soil conditions that a 320 CAT Excavator is unable to excavate productively to the required depth excavation rock handling to be performed on a T & M basi Drilling, blasting, cover up, rock breaking, and rock removal to be performed on a T & M basis. Trench and concrete product spoils to be evenly spread on trench area (loader smooth). Removal of excess spoil (rock, asphalt. or concrete debris), will be perfonned on a "Time and Materials" basis. Fine/finish grading by others. All other trade work and equipment must be out of the path of work for pricing to be honored. Any back charges to shall be acknowledged in writing by Schilling Paradise Corporation. Schilling Paradise Corporation will not honor any back charge unless Schilling Paradise Corporation is given the opportunity to make the corrections. Note: This proposal DOES NOT include City performed Wet Tap or Connection Fees. Trench line grade to be at+/-.5' from finish grade before Schilling Paradise Corporation will perform its scope of work. Construction water and meter with a 2" minimum outlet provided by owner. Schilling Paradise is to receive a flat working area which has a minimum wi:dth (25 feet plus the depth of the utility beingconstructed.) measured from centerline on either side of the utility being installed. Schilling Paradise shall receive the work zone free of encumbrances that prohibit an OSHA legal I: I excavation. At a minimum the work zone shall have a ratio of I foot vertical to l foot horizontal measured from I foot below the bottom of pipe. Temp power is to be installed in a way that does not interfere with the performance of the work. Schilling Paradise reserves the right to re price the work in the event temporary facilities are installed in a manner that reduces productivity. Unless specifically addressed in this proposal trench restoration includes base paving only. Grind and cap to be perfonned by others. Unless specifically referenced in this proposal, permenant trench restoration extends grind and cap to I' beyond trench line only. Survey/control must be provided for fire risers so that proper placement can be be accomplished to avoid rework. Any attempt by SPC personnel to assist the site supervision in locating the fire risers is performed without transference of risk to SPC. Any and all work associated with rework or modification due to riser/risers being installed in an improper location without survey will be the responsibility of others. One set of current construction drawings is to be maintained on site by the s"ite superintendent for the recordation of as-built conditions and field changes as they arise. SPC will update the red line drawings weekly Page 5 of 5 OTAY RANCHI VILLAGE-2 SOUTH SEWER, WATER, AND STORM DRAIN PROPOSAL BASED ON THE FOLLOWING PLANS: Exhibit F • Bid Schedule Village 2 South Wet Utilities Olay Rancl! Vlllllg6-2 Rough Grading Plans By HunNktr & Auocl1lea Reetlvtd (10-19-15) Sheets 1-40 Olay RallCh Vllllg•Z Backbona lmprcvtmont Plana By Hunukor & AuocllltH Reeolvod (10-U-1S)Shffts 1-U Otay Ranch Vlltag•2 lntnct Improvement Plan• By H1111aaker & Auoc:latu Received (10-111--15) Shoots 1-2'6 Item D99Crlptlon Phase 1a r-, Stonn Drain 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 18" HOPE 24" HOPE 30" HOPE 36'' HOPE: 42" HOPE 48" HOPE 18" .RCP 24" RCP 54"RCP 60" RCP 24" Concrete Collar 60" Conmte Collar Cleanout (Type A-4) Cleanout (Type A-5) Cleanout (Type A-6) Type B Inlet Type B-1 Inlet {L= 7'} Type B-1 Inlet {L=9') Type B-1 Inlet (L=10') Type B-1 Inlet (L=11 ') Type B-1 Inlet (L•13') Type B-1 Inlet (L=14') Type B-1 Inlet (L=15'} Type B-1 Inlet (L=16') Type B-1 Inlet (L=18') Type B-1 Inlet (L=19') Type B-1 Inlet (L=21 ') Type 8-2 Inlet (L=15') Type B-2 Inlet (L=18') Des1ltlng Basin Outlet-30" Storm Drain Subtotal Sewer 31 8"PVCSOR35 32 6" PVC Lateral 33 8" PVC Lateral 34 60" Sewer Manhole 35 6" PVC Sewer Cap 36 8" PVC Sewer Cap 37 Connect B" Sewer 38 House Service• SF Sewer Subtotal Potable Water r"t 39 8" PVC (Class 200) 40 8" PVC (Class 305) Qty Units 1,289 LF 478 LF 217 LF 55 LF 936 LF 525 LF 76 LF 40 LF 490 LF 1,161 LF 1 EA 1 EA 15 EA 5 EA 8 EA 4 EA 1 EA 4 EA 1 EA 1 EA 4 EA 1 EA 2 EA 1 EA 1 EA 1 EA 2 EA 1 EA 2 EA 2 EA 3,652 LF 131 LF 42 LF 13 EA 3 EA 1 EA 2 EA 28 EA 165 LF 674 LF 1 of 5 LB3 �17� (9�Addendum#2 11/25/2015 PG1 OF3 Unit Price Total 63.00 $81,207.00 69.00 $32,982.00 86.00 $18,662.00 121.00 $6,655.00 111.00 $103,896.00 138.00 $72,450.00 86.00 $6,536.00 99.00 $3,960.00 248.00 $121,520.00 258.00 $299,538.00 1,300.00 $1,300.00 3,800.00 $3,800.00 4,910.00 $73,650.00 5,210.00 $26,050.00 5,870.00 $46,960.00 3,600.00 $14,400.00 3,800.00 $3,800.00 4,005.00 $16,020.00 4,433.00 $4,433.00 4,560.00 $4,560.00 4,871.00 $19,484.00 5,040.00 $5,040.00 4,980.00 $9,960.00 5,020.00 $5,020.00 5,010.00 $5,010.00 5,100.00 $5,100.00 5,600.00 $11,200.00 5,080.00 $5,080.00 5,619.00 $11,238.00 3,988.00 $71976.00 $1,027,487.00 31.00 $113,212.00 25.00 $3,275.00 32.00 $1,344.00 4,470.00 $58,110.00 10000 $300.00 125.00 $125.00 1,250.00 $2,500.00 860.00 $24,080.00 $202,946.00 59.00 $9,735.00 62.00 $41,788.00 ll/B/15 Addendum#2 Unit Item Dncrl(!!!on Qty Units Price Total 41 12" PVC (Class 305) 3.435 LF 86.00 $295,410.00 42 6" PVC Lateral 149 LF 57.00 $8,493.00 43 8" PVC Lateral 267 LF 63.00 $16,821.00 44 6" Gate Valve Assembly 4 EA 2,030.00 $8,120.00 45 8" Gate Valve Assembly 12 EA 2,615.00 $31,380.00 46 12" Gate Valve Assembly 12 EA 3,984.00 $47,808.00 47 6" Cap with Thrust Block & Blowoff 3 EA 4,877.00 $14,631.00 48 Hous,e Service -1" 28 EA 1,390.00 $38,920.00 49 2" House Service 1 EA 3,712.00 $3,712.00 50 8" Cap with Thrust Block & Blowoff 2 EA 4,960.00 $9,920.00 51 3" House Service 1 EA 15,977.00 $15,977.00 52 8'' DI Tee with Thrust Block 3 EA 700.00 $2,100.00 53 6" Cap with Thrust Block 2 EA 515.00 $1,030.00 54 12" DI Tee with Thrust Block 11 EA 1,700.00 $18,700.00 55 8" Cap with thrust block 3 EA 620.00 $1,860.00 56 • 12" DI Cross with Thrust Block 2 EA 1,815.00 $3,630.00 57 12" x 8" 01 Reducer 3 EA 622.00 $1,866.00 58 12" x 18" DI Spool 8 EA 900.00 $7,200.00 59 Fire Hydrant Assembly 9 EA 7,140.00 $64,260.00 60 Deflection Coupling 12" 30 EA 575.00 $17,250.00 61 Alr-Vac Assembly 2" 8 EA 4,650.00 $37,200.00 62 Blow ,off Asst!Jfflbly 2" 5 EA 2,970.00 $14,850.00 63 Connect to 12" 2 EA 2 250.00 $4,500.00 Potable Wabtr Subtotal $717,161.00 Reclaimed Water 64 6" PVC (Class 200) 829 LF 59.00 $48,911.00 65 20" PVC (Class 165) 1,966 LF 88.00 $173,008.00 66 6" Gate Valve Assembly 3 EA 2,030.00 $6,090.00 67 20" Butterfly Valve Assembly 9,200.00 $36,800.00 68 6" Cap with Thrust Block & Blowoff 2 EA 5,361.00 $10,722.00 69 6" x 24" Long DI Spool 5 EA 718.00 $3,590.00 70 20'' DI Tee with Thrust Block 1 EA 3,044.00 $3,044.00 71 20" x 24" CML&C Spool 2 EA 3,615.00 $7,230.00 71 20" x 6" CML&C Cross with Thrust Block 1 EA 6,680.00 $6,680.00 72 2" Irrigation Service Assembly 6 EA 3,740.00 $22,440.00 73 Air-Vac Assembly 2'' 2 EA 4,817.00 $9,634.00 74 Air-Vac Assembly 4" 2 EA 7,946.00 $15,892.00 75 Blow off Assembly 2" 1 EA 2,977.00 $2,9TT.OO 76 Blow off Assembly 6" 2 EA 5,870.00 $11,740.00 77 Deflection Coupling 20" 17 EA 1,912.00 $32,504.00 78 Deflection Coupling 6" 10 EA 190.00 $1,900.00 79 Connect to 20" 2 EA 3 250.00 $6,500.00 Reclaimed Watar Subtotal $399,662.00 Phase 1a Subtotal $2,347,256.00 Phase 1b/c Stonn Drain 1 18"HDPE 82 LF 80.00 $6,560.00 2 24" HOPE 269 LF 74.00 $19,906.00 3 42"HDPE 116 LF 113.00 $13,108.00 4 18" RCP 75 LF 88.00 $6,600.00 5 48"RCP 734 LF 181.00 $132,854.00 6 Cleanout (Type A-4) 2 EA 4,973.00 $9,946.00 7 Cleanout (Type A-5) 1 EA 5,440.00 $5,440.00 2of 5 11/13/15 Exhibit F • Bid Schedule � Village 2 South Wet Utilitles Olay Ranch vmag•2 BackboM lmp,...,•=t Plana By Hunwker ll A»oclatn Received (10·1'·15) Sheets 1 � Olay Ranch V!Uage-2 lntraet lmprovoment Pl1n1 By Hunukor & Aasoclatn Rec:tlVed (10-19•16) Sheltla 1·28 Item Oucrlptlon 8 Cleanout (Type A-6) 9 Type B Inlet 10 Type 8-1 Inlet (L=14') 11 18" Concrete Collar 12 48" Concrete Collar 13 Desiltina Basin Outlet-30" Storm Drain Subtotal sewer 14 8" PVC SOR 35 15 8" PVC Lateral 16 60" Sewer Manhole 17 8" PVC Sewer Cap 18 House Service -SF Sewer Subtotal Potable Water 19 8" PVC {Class 200) 20 8" PVC (Class 305) 21 12" PVC {Class 305) 22 4" PVC Lateral 23 6" PVC Lateral 24 8" PVC Lateral � 25 4" Galle Valve Assembly 26 6" Gato Valve Assembly 27 8" Gate Valve Assembly 28 12" Gate Valve Assembly 29 4" Cap with Thrust Block & Blowoff 30 6" Cap with Thrust Block & Blowoff 31 8" Cap with Thrust Block & Blowoff 32 8" 01 Tee with Thrust Block 33 12" DI Tee with Thrust Block 34 Air-Vac Assembly 2" 35 Blow off Assembly 2" 36 Deflection Coupling 8" 37 Deflection Coupling 12"38 Fire Hydrant Assembly 39 House Service-1" Potable Water Subtotal Reclaimed Water 40 6" PVC (Clns 200) 41 6" Gate Valve Assembly 42 6" DI Tee with Thrust Block 43 6" Cap with Thrust Block & Blowoff 44 Air-Vac Assembly 2" 45 Deflection Coupling 6" 46 2" lrriaation Service Assemb!� Reclaimed Water Subtotal Phase 1b/c Subtotal Phase 2 f'-'ftorm Drain 1 HDPE-18'' 2 HDPE-24" � Units 3 EA 4 EA 2 EA 3 EA 2 EA 2 EA 2686 LF 70 LF 10 EA 2 EA 33 EA 33 LF 1,788 LF 1,210 LF 62 LF 44 LF 121 LF 2 EA 1 EA 17 EA 6 EA 2 EA 1 EA 3 EA 5 EA 8 EA 9 EA 7 EA 22 EA 7 EA 5 EA34 EA 1,582 LF 3 EA 1 EA 1 EA 2 EA 25 EA 7 EA 1,042 LF 902 LF 3 ofS �/ Addendum#? Unit Price Total 5,780.00 $17,340.00 3,790.00 $15,160.00 4,918.00 $9,836.00 1,300.00 $3,900.00 1,750.00 $3,500.00 4,100.00 $8,200.00 $252,350.00 31.00 $83,266.00 32.00 $2,240.00 4,780.00 $47,800.00 100.00 $200.00 822.00 $27,126.00 $160,632.00 59.00 $1,947.00 63.00 $112,644.00 86.00 $104,060.00 48.00 $2.976.00 50.00 $2,200.00 64.00 $7,744.00 1,470.00 $2,940.00 2,030.00 $2,030.00 2,600.00 $44,200.00 3,835.00 $23,010.00 4,570.00 $9,140.00 4,866.00 $4,866.00 5,300.00 $15,900.00 715.00 $3,575.00 1,700.00 $13,600.00 4,810.00 $43,290.00 2,975.00 $20,825.00 300.00 $6,600.00 575.00 $4,025.00 7,140.00 $35,700.00 1,390.00 $47 260.00 $508,532.00 59.00 $93,338.00 2,030.00 $6,090.00 600.00 $600.00 4,900.00 $4,900.00 4,830.00 $9,660.00 190.00 $4,750.00 3,700.00 $25,900.00 $145,238.00 $1,066,752.00 77.00 $80,234.00 78.00 $70,356.00 11/B/15 � � Exhibit F -Bid Schedule Village 2 South Wet Utilities ► Item Description Storm Drain Subtotal Sewer Sewe:r Sewer Potable Water Gate ValVe & Tee Deflection Potable Water Subtotal 1 EA 1 1 EA Price Total Addendum#? Exhibit F -Bid Schedule Addendum#2 VIiiage 2 South Wet Utilities Otay Ranch Vlllage-1 Backbcno Improvement Plona By Hunsaker a Assoclai.a Received (10-18-18) Sheets 1-34 Olly Ranch Vf111ge-2 lnlnlct Improvement Pllns By Hunaaker & Aaaoclat" Received (10-19-16) Shttll 1-26 Unit Item Description Q� Units Price Reclaimed Water 52 6" PVC (Class 200) 653 LF 59.00 53 2" Irrigation Service 1 EA 3,700.00 54 Connect to Existing 6" 1 EA 2,000.00 Reclaimed Water Subtotal Phase 2 Subtotal Project Total Summary SD Sewer PW Phase 1a $1,027,487.00 $202,948.00 $717,161.00 Phase 1b/c $252,350.00 $160,632.00 $508,532.00 Phase 2 $345,558.00 $780,660.00 $280,793.00 Total $1,625,395.00 $1, 144,238.oo $1,506.486.00 Total $38,527.00 $3,700.00 $21000.00 $44,227.00 $1,451,238.00 $4,865,246.00 RW Total $399,662.00 $2,347,256.00 $145,238.00 $1,066,752.00 $44,227.00 $1,451,238.00 $689,127.00 $4,MS.246.00 f'\ubmlttlng a proposal, Contractor aknowledgn all scn&dule ruqulrements and has Included all nece55ary manpower, equipment, overtime, matertals, and coordination to meet said schedule. LB3 Enterprises Inc. Contractor Contractor Signature COfflrlCt Terms and Conditions Because of fluctuatlrc costs, this proposal shan be void if not accepted within (30) thirty days of the date of the proposal. Unless expre<Slv provided above, this quotation does nor include: A)p,mnit; Including any required fees or bonds; B) engineering, testing or staking; C) bond premiums Unll:il e:xpres.sty Included in the above list in,: or work to be dof"le, all import or export of materials, .and other debris. wl11 be: dOM OI\ a cost plus basis., or negotiated otherwise, OwMrs shall schedule and coordinate the progress for the woric so that L83 Enterprises, Inc. may proceed to completion without undue inter.uption, and it is understood Iha! ina<much as LB3 Enterprises, Inc. does not have control of the other subcontractors, !he owner will be responsible for any damages. by other subcontractors, al'ter field tem. Unless expru,ly induded herein, this contract shall not Include any drilllng or blasting of rock. The excavation, handling. export or import or rock or other material determined to be unsuitable by L83 Ente,prises, Inc. shall be an extra charge and bllled on the basis of time and marerlals plus twenty percent (15%) proflt. Payment of prO[lrcss blfing invoices is due within 30 days of receipt of the invoice by owner. Any paym,nt past due shall bearintere,t at the rate of 18% per year calC1Jlated daily. 1r arbitration, suit, or other legaf actlori Including the hiring of an ctttorniev ls commenced to enJorce any provision hereof for d-irriagt, for breach her�in the defoultin£ party will pay, In addition. reasor,able attorney's fees and costs, expenses of preparing. and pro.se:c\lting suck arbitration. This agreementexpre<Ses ,he entire agreement between the parties, and shall become a part of any contract. Changes shall be in writl ng and signed by both parties. The quantities referenced herein are approximate. Actual payment hereunder shall be based on the actual field measurement as Installed, and final �mounts due hereunder shall be adjusted ,ccordin1lv. Unless expressly included herein, this contract shall not lnelude resurfacing of streets, stockpiling excess material. lot capping and mini,.g, de-watering or the removal of any water. whether from natural or ma11-made causes, or control of erosion from said causes. This Proposal does not indud• tnicking and •xport of any materials from the site. Proposal Includes dust control for all octlvities on -site. All parties accepting this proposal hereby agree to pay 100% of the contract price and any changes for extras and/or delavs caused to L83 Enterprises Inc within 7 days after subst•ntial completion of the wor, contained herein and any and all extl'll work performed S ofS ll/13/15 ! I i i I I I I I I I i I I Bid Summary P2084 BALDWIN & SONSLLC REIMBURSEMENTSUBMITTALS PACKET LB3 Dffe�ptlOn Unltc-i 20" WATER MAIN 1,972 $79.00 $155,7'1.00 $1U.OO $220,864.00 $88.00 6" BLOW-OFF 2 $5.,325.00 $10,650.00 $7,025.00 $14,050.00 $5,870.00 4" AIR VAC.RELEASE VALVE 2 $15,000.00 $10,130.00 $20,260.00 $7,946.00 20" BUTTERFLY VALVE $8,350.00 $33,400.00 $9,200.00 20" DEFLECTION COUPUNG 17 $1,.850.00 $31.450.00 $0.0D $0.00 $1,912.00 CONNECT TO EXISTING 20" 2 $5,2<10.00 $4,100.00 $8,200.00 $3,250.00 $253,328.00 S296,n4.oo K-c.t $12.666.40 $14,838.70 0tay Wa_, Otatr1ct V..-ttlUtlon Sublollll Unit Coot Quantity based on plan $173,536.00 $113"19 $223,210.68 llationJn.g $11,740.00 $5,855.00 $11,710.00 $15,892.00 $3,097.28 $6,194.56 $36,800.00 $5,590.69 $22,362.76 De!ledlcn coupling In un/1 $32,504.00 $0.00 $0,00 cost of water ,miin $3,060.00 $6,120,00 $276,97200 $269,598.00 $13,848.60 $13,479.90 Payment Backup P2084 BALDWIN & SONS, LLC REIMBURSEMENTSUBMITTALS PACKET OWD CIP Project #R2084 RecPL-20-inch, 680 Zone,Village 2 -Heritage/La Media August 27, 2021 Contract 587 Bid Item Description Quantity Unit Cost Total Cost 20" PVC 1,971 $ 79.00 $ 155,709.00 6" Blow-Off 2 $ 5,325.00 $ 10,650.00 4" Air Vac Valve 2 $ 7,500.00 $ 15,000.00 20" Butterfly Valve 4 $8,800.00 $ 35,200.00 20" Deflection Coupling 17 $ 1,850.00 $ 31,450.00 Connect to Existing 20'" 2 $ 2,620.00 $ 5,240.00 $ 253,249.00 5%Soft Cost $ 12,662.45 .Il!l!!. $ 265,911.45 _ PC442-00002 $ 140,138.10 $ 4,792.50 $ 13,S.00.00 $ 31,680.00 $ 28,305.00 $ $ 218,415.60 $ 10,920.78 s 229,3-36.38 11826 •nd 11827 8/17/2016 PC442-00003 $ $ 4,792.50 $ $ $ $ 4,716.00 $ 9,508.50 $ 475.43 j_[l,983.93 11931 9/1/2016 Un• lt•m• rech1<ed by 10,C, retet1llon held. RC442-00001 $ $ $ $ $ $ $ $ s 7,785.45 532.50 750.00 1,760.00 1,572.50 262.00 12,662.45 633.12 13,295.57 12603 12/7/2016 In.voices RC442-00002 RC442-00003 RC442-00004 s 3,892.72 $ s 266.24 $ s 375.00 $ s 880.00 $ s 786.25 $ s 131.00 $ $ 6,331.211 $ s 316.56 $ s 6,647.771 s 1"'60 10/27/2017 & 10/11/17 1,916.36 $ 133.15 $ 187.50 $ 440.00 $ 393.12 $ 65.50 $ 3,135.631 $ 156.78 $ 3,292.411 s IS1S4 3/7/2018 1,976.37 133.11 187.50 440.00 393.13 65.50 3,195.61 159.78 3,355.39 16614 8/29/2018 Paid to date Balance $ (155,709.00) $ $ (10,650.00) $ $ (15,000.00) $ $ (35,200.00) $ $ (31,450.00) $ $ (5,240.00) $ $ (253,249.00) $ $ (12,662.45) $ $ (265,911.45) s r Bldtlwin & Sou, LLC 20 Corporai, Plaza Dr. N,wporl JHacJ,, C4 92660 (P49) 640-8]00 °"Te Auguat 17, 2018 Pay:••-•Two hundred eighty-two thousand five hundred etghty-thf'N dollerl ............................................................... and 52 cenll PAY TOTltE �OOIOF Call Construction, Inc. #\cl Weslllm Water Works Supply Co P.O. 8o)(309 El CajOn, CA 92022-0309 IC w CHECl<NO. 11828 .. , ........... m ✓ ', i .• /,, ·� •,. ,. ,_. Date:09/07/2016 Sequence:103005502 Account:9406947519 Amount:$282,583.52 TR:122239131 Trancode:O serial:11826 EAF:O InsttD:9 DbCr:O Endpoint:9934 Appid:10 ReturnttemCode:O XMlTAcct:9406�47519 To8ank:O FromBank:9 Branch:O Teller:O . ,) ': 105,2Q16 ELEC�NIC,:l,LL 'f F1P£5ENTEO . 1 u 4/24/2Q17 Baldwin & Sons, LLC DATE INVOICE NO 6/30/16 PC442-00002 u CHECK 8/17/16DATE Baldwin & Sons, LLC 20 Corporate Plaza Dr. Newport Beach, CA 92660 (949) 640-8300 I CHECK NUMBER PrintDocument 2167 Cass Construction, Inc. . (DESCRIPTION. ... -OR V2 South 11827 I TOTAL> PLEASE DETACH ANO RETAIN FOR YOUR RECORDS First Bank & TNsl 4301 MacA1111ur Blvd. 2nd Floor Newport Beaell. CA 92660 DATE CHECK NO. August 17, 2016 11827 -INVOICEAMOUNT', 32899.78 32899.78 � 1222 AMOUNT *$32,899. 78 Pay:•*****Thirty-two thousand eight hundred ninety-nine dollars and 78 cents PAY TO THE UROER Of Cass Construction, Inc. P.O. Box 309 El Cajon, CA 92022-0309 Baldwin & Sons, LLC DATE INVOICE NO 6/30/16 PC442-00002 CHECK 8/17/16 I CHECK DATE NUMBER u -DESCRIPTIONOR V2 south 11827 I TOTAL> 2167 .: ·-.. : �. � : ,-.; ·;: Green Check Copy ""VOID ., VOID* VOID - .... NOT NEGOTIABLE ..... Cass Construction, Inc. ' ·.INVOICE AMOUNT, .. 32899. 78 32899.78 PLEASE DETACH ANO RETAIN FOR YOUR RECORDS https ://cloud3.docstar.com/#Retrieve/vieN/5e9bOa2f-4a29-e711-811e-Oeaede1c6822/index/1/page/1 2/6 Pri ntDocument Baldwin & Sons, LLC 2167 Cass Construction, Inc. , : : •• ':.< . ; • , · • ·-,1NVO1CE'MAOUNT .; .. u 6/30/16 PC442-00002 OR V2 South CHECK DATE 8/17/16 CHECK NUM8ER 11826 TOTAL> PLEASE DETACH ANO RETAIN FOR YOUR RECORDS Baldwin & Sons, LLC 20 Corporate Plaza Dr. Newport Beach, CA 92660 (949) 640-8300 First Bank & Trust 4301 ,._c:Arthur Blvd, 2nd FIOOr Newport Beaeh, CA 92660 DATE August17,2016 CHECK NO. 11826 Pay:.._ .... Two hundred eighty-two thousand five hundred eighty-three dollars 282.583.52 282583.52 fAC0. .. �•91,.,.,.11 ... , __ II 1222 AMOUNT *$282,583.52 •••••• .... •••••••••••••••••**••••• .. ••••**•** ...................... and 52 cents Green Check Copy PAY TO THE URDEROF Cass Construction, Inc. and Westem Water Works Supply CoP.O. Box 309El Cajon, CA 92022-0309 Baldwin & Sons, LLC DATE INVOICE NO . DESCRIPTION · · 6/30/16 PC442-00002 OR V2 South CHECK 8/17/16 I CHECK 11826 I TOTAL> DATE NUMBER . ' 2167 •• VOID • VOID * VOID - **** NOT NEGOTIABLE .... Cass Construction, Inc. � .... ' .INVOICE AMOUNT 282 583. 52 282583.52 PLEASE DETACH ANO RETAIN FOR YOUR RECORDS https J/cloud3.docstar .com /#Retrieve/view/5e9b0a2f-4a29-e711-811 e-Oeaede 1 c6822/index/1 /page/1 1/6 4/2412917 Pri ntDocument u . CASS CONSTRUCTION, INC. GENERAL ENGINEERING CON'l'RAC'I!ORS P.O. BOX 309, 1100 1fAGND DRIV2 BL CAJON, CALIFO!UfIA A 92022 PRONK (619)590-0929 L:IC. NO, 298336 NAME: BALDWIN AND SONS, INC. ADDRESS: 20 CORPORATE PLAZA DRIVE NEWPORT BEACH, CA 92660 RECEIVED JUL O 5 20\6 PC442-00002 PROJECT: OTAY RANCH VILLAGE 2 SOUTH OUR JOB#: 16-2442-0C BALDWIN & SONS u YOUR ACCT#: 2003 CONTRACT#: 587 PROGRESS BILLING#: 2 LESS RETENTION: LESS PREVIOUS BILLINGS: TOTAL DUE------------------> .. Inv.# P��C/d.-0000'-$'J/S'.jll;_ Contract# Coding 1st Approval 2nd Approval A/P Entered Acct Mgr https://cloud3.docstar.com/#Retrieve/view/aeed2cb1-4929-e711-811e-Oeaede1c6822/index/1/page/3 • 0 DATE: 06/30/16 mrmw -r-=== 582,242.00 58,224.20 2os,s34·.so 315,483.30 1/4 8 � & ____ ,. ___ -·-· -1liCIW: �== ... 'lr�O:nu,� .. PVC:- D.i:r� = 2 'Jl:l"P',C--- ' ... --. ·--- ,r0ilill,-.1ft,Th'ut(b-t..&Ob,o,of � -1'>-,.M<.�moct y rx;,,-,-a...._... 'llf'Dl,-_ .. 11""-ltllkxa ,. ,Vr-,,rt:Ml..&C- - II 1.,... .. .,.Qll.8(:���Bb:11. u. r--..,..•- ., uv111:-..�r .. Nt'I.-: �4' " _,. .. �- " .,._.,,.__r " IL 00' .. ti-� .. JO, ,��,.. ;;,,=,· ... •<i'. .... ..._ • ._.:..-... ;:tfS--• rPYt:-xx.'l 7" ---�� �r .... r....-.,r -----=� � -0.0, _,_ c--~ ---~ ....~· ,,. ..... ,-"""' ,,_,. ,.,., ,.., .... --,,_,. ,,_,, .. "',n.i, ..... ....... ?7-1• , ...... .. P-Jf' .IW , .....-.« UOf-' --- 11-U ,. � ........ ..... ....... ,,.., .. H,�"-.00 ,.,_,. .. ..... c.,-a.oa ..... ---.. ,,_,. ' <A .. ..... ..... ' ...... ··-- ,,.,. " ll.llll EA ,-.. ... ,. .. 41•1;1\ •75Jl0 ,,.,. 111"' , ""'"' ... ,. ' .. ·--�,,�. ! . .--:;�...: ,.,_,. ... =• IH !A !>MOO :r,.11 ,_ ..,---·· 1111 F-A ,..,,oo ,,.,.. IT5.00 � ... -. ·-····------.. --·- ElOIIIITB l�I §111 - I l�I fj..._!!!!!!!1111:I !!!.!!!ii __ .... y ... ,,.,. .....==-� ..... , -�.--"-°""'" T_, ....... , ...1.� , ... •· er··• •·· --., .•.. ; .. , .:' , ...... �- S21f'll0.Gil 'l'l .. lJO.� . ., .. _ .. � "'""' MU .. ,O ,w---�·,,, __--·-Nit-- -··•oa-1.1 ,10• ${�111 m-- !:l1.1I0II: l!UMI« nui•• .... m11111ooo .,..,. -... I ...,. OUM .... M� ,,.,. ... = I .J\.,;fV .,.,._,. hOll• .... 11•1m I11 )UIC' a.asuc •·�anoc -"'"''" m u�•• ... ,. ... ---.. "-4»,ot UfflJ< u.,ssoo irn ..,---,u,,., 'Jtecl'HOO ...... --� � .. .... , ..... M "" '.; '""""''" N•-• ,, __.. . � fl•,_IZI ,,.,. ..fll.C:,OOll .... � .. ..... i "n• SJ1,Sllt .. Pl».• ... ..jn-,oc n-H . --.... ___ .., " ... i ,/._, , •.. !�•.,�,;-._h., { 1:u--st,m m.o, ,.., "§ � .. .. -,.., i n1m-oc .,,.. .. a "" , .., ... .. moo IOM g "'" ..-'"' I, .. , C C --------. ·-···--. ··-....................··-----·· ---= .. - --- -· --­.. -- --.. o..oo .IIUIO •a m• 1-x:-l°"'i:l-wl c.,c,_.� -,,., .... -­....... --_,.,,.. ..... .... .. .... . _., .... -· ..... .... ... ..... -_,_ .... -.. -- ,·-· :,, -��--�:.:. 1 .......... 1 sn4,,0n• ---... .. ....... , .... ..,", -- _,,.,. ..... .... .. -.... • MW• --·.·:· -.... ---- ' . ,,, .. . ---- .,,,....,. -.... .. .. ... 4/24/2017 u PrintDocument 2442 Baldwi� & Sont, loo. Vlll•s• 2 Solllh • Slorm Drain Contl'llCI IS7$ Coat Code: 27,06 Sob No. 0l,0010·S16/OVERALL Conditional Waiver and Release Upon Progress Payment . (California) Type 1 Form Pursuant to Civil Code 8132 (Effectlve 7/1/2012) NOTICB THIS DOCUMENT WAIVES THE CLAIMANTS LIBN, STOP PAYMBNT NOTICE. AND PAYMENT BOND RIGHTS EFFECTtvB ON RECEIPT OF PAYMENT. A PERSON SHOULD NOT REL V ON Tii!S DOCUMENT UNLESS SATISFIED THAT TiiB CLAIMANT HAS R.ECEIVED PAY• MENT, Claimant: Customar. Job Locallon; Ownor. Tbro1111h Date: Bo,ldwio & SOJII roe ymm 2 south srorm Proto Cootract: 575, 576, 585, & 587 Ylllm II ot Olay HB Syb A $ynrwh r.,1111 Plltptfl, LLC 6/30/16 This document waives and releases lien. stop paymentnollce. 1111d paymenc boodrights tbo �lalmant has for labor1111d service provided, and equipment and material doli...,rod, to tho C\l.llomer on ltti.t Job lhrough !ho Throuah Date of this �ment. Right& based upon labor or 1ervlce provided, or equlpincnt or material delivered, pur,ua�I 10 a wrlne11 cbanae order that has been fully o�ecwted by the parties prior to tho dale tbnt 1h11 do�1uneat Is slaaed by the clal111ant, are waived llld reloasod by thb document, unless llsted as an Exception below. Thi, doc:umtat fl effective 011ly on tho cl■lmant• receipt of payment II-om lhe tlnaaclal Institution on wlilcb lhe check J• drawn: Maker of Check: Amo1111t of Check: a.eek Payable To; Ba!l!wlol son, UC $315 483.30 EKceptkm•: Thu docwnent does nol affi:01. any of lh• followlna: (I) ltelentlons. ('2) 8,ctraa for wbicb tho olelma.nl hu not rooelvod paymoct. (3) Tho foUowina prOfrost payment, for wbloh lht chimmt hu previously given a conditioaaJ waiver and release but has not reoo!ved payment. Potc(s) of waiver 111d rclcuc: 5/31 /16 Amoun1(1) of unpai'd progress p1yment(s)i s 208,534.50 (4) Conll'ICt rights, including (A) a rl(lht based on re1ci11lon, abandonment. ·or breach of coctract. and (ll) the right to recover cornpeasation for work not compensated by &he payment: The following invoices .-id pay appllcetion1 ere included In the above refercn�d amo�at; Date sianod: __ 7 __ /_5 ___ /_1_6 ___ _ Cass Construction, Inc, · (Tltlo) yNamc� ,. oa,,� (619)590-0929 Cl■immri Pll1mc No, https://cloud3.docstar.com/#Retrleve/vi �/aeed2cb1-4929-e 711-811 e-Oeaede1c6822/index/1/page/3 214 Boldwln 4c Sons, LLC 10 Corporate Plaza Dr. Nnvporl B,och. CA 91660 (P49) 6-lo-8300 fntllr,k&T1111t 001 M1CA11tu IIMI. 2nd Flllar Newpartlludl,CA9Zella DATE CHECK NO September1,2016 11931 Pay:••*** .. Flfty-five thousand three hundred fifty-four dollars and 50 cents PAY TOTH& ORDER OF Cass Construction, Inc. P.O BOlC309El Cajon, CA 92022.0309 •-• --·• __ , •• ......... •• •••• -•••••;t •· ·•r. ·•-•·-• -·•-· 11•0000 � iq r�·iii·· 1: ,.i!.i! i!'3'cj '3 ,1:Ci�or.·q'1;15 fqi• .. ,.� ....... . vn- AMOUNT *$55,354.50 I I . "" f Cate:09/07/2016 Sequence:550022220 Account:9t06947Sl9 Alllount:$55,354.50 TR:122239131 Trancode:081 Serial:11931 EAE":0 InetID:9 DbCr:O Endpoint:9934 Appid:10 ReturnitemCode:O XHITAcct:9406947519 ToBank:O FromBank:9 8ranch:O Teller:O ·------.. ·-·. ·•-···•-· ---·----- ,. ,. &. .: ' ,, !..". =­I . ( . 4/24/2017 u Baldwin & Sons, LLC . DATE ..· · INVOICE NO' ' 7/31/16 PC442-00003 CHECK 9/01/16DATE Baldwin & Sons, LLC 20 Corporate Plaza Dr. Newport Beach, CA 92660 (949)640-8300 I CHECK NUMBER ,!, .:• PrintDcx:ument 2167 Cass construc.tion, . Inc. . · '·. OESCRIP.TION ORV2 South 119311 TOTAL> PLEASE DETACH ANO RETAIN FOR YOUR RECORDS Fnt Bank & TMI 4301 Mac:Allhur IMYd, 2nd FIOof Newport Beach, CA 92660 DATE CHECK NO. September 1, 2016 11931 INVOICE AMOUNT 55354.50 55354.50 � 1222 AMOUNT ·$55,354.50 Pay:*'"*,..**Fifty-five thousand three hundred fifty-four dollars and 50 cents PAY UTOTHE OROER OF Cass Construction, Inc. P.O. Box 309 El Cajon, CA 92022-0309 Baldwin & Sons, LLC OATE INVOICE NO 7/31/16 PC442-00003 CHECK 9/01/16 I CHECK DATE NUMBER Green Check Copy 0 VOID •VOID* VOID•• •••• NOT NEGOTIABLE -•• 2167 Cass Construction, Inc. DESCRIPTION ..INVOICE AMOUNT ORV2 South 55354.50 119311 TOTAL> 55354.50 PLEASE DETACH ANO RETAIN FOR YOUR RECORDS - https :/f cloud3.docstar.com/#Retrievelview/c b6d 140e-4b29-e 711-811 e-Oeaede 1 c6822/i ndex/1 /page/1 ( 1/3 41?-412017 u PrintDocument CASS CONSTRUCTION, INC. GENERAL ENGINEERING CONTRACTORS P.O. BOX 309, 1100 WAGNER DRIVE EL CAJON, CALIFORNIA A 92022 PHONE (619)590-0929 LIC. NO. 298336 NAME: BALDWIN AND SONS, INC. ADDRESS: 20 CORPORATE PLAZA DRIVE NEWPORT BEACH, CA 92660 RECElVED JUL 2 9 20\G B1'LDW\N & soNS PROJECT: OTAY RANCH VILLAGE 2 SOUTH OUR JOB#: 16-2442-0C YOUR ACCT#: 2003 PC442-00003 DATE: 07 /31/16 ======�m===•==rm-=====m;;::�===-=-am-rma=m==--aa-==:===-----rm==m• u CONTRACT#: 587 PROGRESS BILLING#: 3 LESS RETENTION: LESS PREVIOUS BILLINGS: TOTAL DUE------------------> F�:�--��;j,j�--.()O-_-.. o-o_3_$_S._'S'._. 3-.�-r. c1�f"§�r.a,;I,, S07 i C::;0,;: :1 --- t��IP{.i�D ��;·; I , .�·1U Appr,,v,d,. ____ _ '. '.�'T_ E' 1!�_::�9 _________ . _A_c_c_t _M...;.g_r ---...1 https://cloud3.docstar.coml#Retrieve/view/c 7 4af3b5..4a29-e711-811ir0eaede1c6822Jindex/1/page/1 643,747.00 64,374.70 524,017.80 55,354.50 1/4 . ;; -8 li!,fllCONTilAs;:Jft s...,.,_ ......... _ %-'i::7.?'"----nc;.;;atmA.Wii ..... �!!!Ill ,,_..,._ C-W.-T.,. ........ c.--....,.CX'O., ••,t,,w) tl!W,, ....... �_ --Go,c, 01-.... a-..a o._,a.., ~-� c..-,~ Onto�------... ,T_. ·-.,_,._. , ... T•D&• ,� h� ....... .... ,-,.,. ,,,.,. .. "" -, . --��i .. -, �.,, .,., ,-P,Cr•--,,. .. �� ""'"' UltDOQII 1:!1UlOOC: , ... .01•_m110 .... Sltfl2000 _!!!.!!! � ... ---,,.,. ,.,, , __ r --SU11"tllll S �\lC'J 0 ,..,, .S11UQU0 ,.,, S1�10)00 ..... U"C...V.,_ .......s,--s1u·--llll'IO.."" U NIii) U,PUM ....... .1--e,.o,.�v .... � ,,.,. ,_,. .. --,,, __ ,,, __ nS)CIOM s::u--.1-"'-"'11!1l'hRal..-�a-· -""'' l.111� .S.�01000 =--·-f:l{�IO.OQ SU IOOCI SI� IG.lrll .... tr�wlal'7bu,.l� ,..., , .....nutt __ ;mm ---.. I ff'r'IIIT---.n.r.a1Rbm. ""' , ......_., .... rx2-4• .. -.. ... ,. ...... -,� "'"" sim.oo SJ.4?$00 n..,tt ,-..I'XT�T•W'fllhl,_ll'lel ...... .. 1.,, ••-•oo tt jl,.tll: ----·-·--,. '10"'1',,_, ........ ,... .... ..... Ott £A �•uo ____ ., .. --,.,,. .. ; _, .._ .... 'PJlcr"QM.&C.�--TW\alll,o; ,.,..,U< .. ....... U-u:too u.,,,m: .. .,, ..) ll r-�•--,,,., 2< ,.� .. .. -... "----<o.l'JOeo ""'-""'" MVIIC'"''"-7 2M9 . .. , .... -14�l0.00 = ... tt ..,..,m ..,_ .. ...... �,0.-Sl11'1• j>_ ... N,Vae•· --� "" -·-oo SJjOOCJ(IC: 11,c,c,ofllll 11'1"1111)11.til � u .._ .. �r ,,,. .Uallt'CI 11'°9-l!C 11·--., ...... .... � .. &biltalf-1" ,, . .,' "" ...---HCL&.•,ruw: ,C6,011C -·--,,_., .,.,.,_,. � n �-�2-rr ,,_� 17 ··-A '""'"" Ut 9!1• 101.UOtta .. ,.--,, "···---i"· --r ,,_, ., ••• EA , .... S1 H-J'J.11',00 -·-.oo " . ""'-'"-.. 17•'J 111l0.llll ,,_.,,_ n-M ... .. ..� 1,,_.,,.. 11--1, '10: EA ·--n·-.. ···-..... l ..-..1 • •1;,,T-� :\.....,_, �-� ' ... •: :; �,. ... .;1...-¥ .-. ) go:,:� -·. .. •y' ·t;.-.."I ·•),"'o!"\J?:� . � •,.,"!'--�CS"PVC 0-.X& n:. ,.. l.M.DO LF ,.m ,,--sn••• '.. , .... .... i e-r----..inwu.Blcdt :n.1, le<IEA 385.CO """ fll!IOCI C .... .. .. "'!! i r--.-..-IJ.1♦ )_NI CA I .. --�Jin• ,.,,., -·•,.ex, ! Hio-d!� ....... 21-U lot FA ""'""' .,.., ..n-,o .,_..,,. bM I nuo., l1•" '""' 11500 -·.,.. .. ''""" ,.,. --i , ...u (. ----=• . ... ... ... C I �_::._:I r·-·--: �: :i: - ,,�a, SLIDIIOC ... .. .. lft:11! '"' .... . GrHdToal .. I�.:-., lo..;-.:•f &, .. n-�I SM.;._•.-• -s:m:..:... C.c.<a--,, .. U..,11:1 .. W ,,.., ,. .. ,,.,. .... ............. ...... ..... ...... .... 111Wti,'11J.GII .,.. .. .,_ ....... ..... ..... .... ... ..... � .. lofl -ffl.00... ............ .._ .. - J6M,m°' °""°" .,,,,,,.,. . .. ..... ..... ,. .. ..... -- ""' ... .... �-- �.Ol7.IO ... ..... -.. ... .. .. c ...... _ --- , ... "·" "'" � ... C -� u u PrintDocunnent 2442 B11IJ\Vl11 & Soru, he. VilL,a• 2 S01Jlh • Storm Dc;,h1 Coulrnc:t #.17S Co,c Codo: 27-06 Job No. 02-0020-$16/0VERALL Conditional Waiver and Release Upon Progress Payment (California) Type I Form Pursuant to Civil Code 8132 (Effective 7/1/2012) NOTrCS THIS DOCUMENT WAIVES THE CLAIMANTS LfEN, STOP PAYMENT NOTICE, AND PAYMENT BOND RJGHTS EFl'BCTIVE ON RECEIPT OF PAYMENT. A PERSON SHOULD NOT RELY ON THIS DOCUMENT UNLESS SATISftEO THAT TH.£ CLAIMANT HAS RECEIVED PAY­ MENT. Cioimanl: Customer: O,,,s Ccmnuctiou Co11 Baldwin & Sop1 lnc Job Location: Village 2 Sonth. s1oan Pc•iu Contract: 575, 576, 585, & 587 Owner: Vlllm II of Otay HQ sub & Synranch CjpUal Ptanm. LLC Tbtough Ooce: 7/31 /16 TI1is document waive• and rolcoses lieo, stop poymcat notico, and payment bond ri9bts the ul•imnnc hu for labor nnd service provided, ond equipment Md mat:rial delivered, to the cu1tomcr on tbl3 job through the Through 011e of this document. Righu based upon labor or service provided, or equipment or uuteriftl delivered. p�rsunnt to a wrluon choose order thal has been fully excculod by the parties prior 10 U10 da!o lhat this documen! Is signed by the claimani. arc waived And rclel!cq by this dooucnonc, unles, !isled u on Exuption below. This docum�nl Is effective only on 1hc cloimants receipt of payment from the 11.aancial lnscinnlon on which 1hc check rs drown: Maker of Check: Amount of Check: Check Payable To: B;ildwtn & Son1. llC $55,354.50 CW eon,qµcdon, Inc Exceptions: This document does cot e1ffcct ■ny of 1he foflowtng: (1) R.c1eo1ions. (2) Extru for which Ille claimanl bu not received payment. (3) TI1e following progress poymen!$ for whiob tho ollllmoat hu previou,ly given I conditional waiver aud release but ha.s aot received pay,nonl Datc(s) of w11iver end release: 6/30/16 Amount(,) of unpaid pro,ress poyment{sJ: s 315,483.30 (4) Con1rac1 rigbcs. including (A) a right b .. od on ros ciulon, abfll1don111enc. or brooch of contmcl. aud (BJ the right to recover compensation for work nol compeusa1cd by U,c paymtnt: The following invoices nnd p•y npplication.s arc Included in the above referenced amoun1: D•<• signed: ___ --.:7--.J/'-3::.....:.1..:../_1;..6;;.__ {Tille) (619)590-0929 Claima11t's Piton� No. https://cloud3.docstar .coml#f{etrieve/vifNl/c 7 4af3b5-4a29-e 711-811e-Oeaede1c6822/i ndex/1/page/1 '214 Baldwin & Sons, LLC 20 Corparat� Plaza Dr. Newport Bun:h. CA 91666 f'J'9) 640-8.JOO Fntllallll&Tnlll oQ01 MlcAllwlllvd, Zlld Floor NNporl�CA82IIO DATE CHECK NO December 7, 2016 12503 Pay:-"Thlrty-four thousand five hundred forty-eight dollars and 56 cents PAY TOTltE ORCEROF Cass Construcbon, Inc. P.O. Box309 El Cajon, CA 92022-0309 .. .__.. .................... . r.. .. Dato:12/13/2016 Sequence:5500215?0 Account:9406941519 Al!lount:$34,548.56 TR:122239131 Trancode:081 Serial:12603 EAF:0 tnstI0:9 DbCr:D Endpoint:9934 Appld:10 ReturnitemCode:O XMITAcct:9406941519 ToBank:O FromBank:9 Branch:O Teller:0 :-' t !-· I ,. I·· .. ' r j',·I:': l. j... I c.1• : : I . . i ._ ;-L • . .. !· .. :.· . I' ,. , ' I C ;: Cl ' ,.,, ,. ,. CASS CONSTRUCTION, INC. GENERAL ENGINEERING CON'I'RAC'I'ORS P.O. SOX 309, 1100 WAGNER DRIVE EL CAJON, CALIFORNIA 92022 PHONE (619)590-0929 RC442-00001 NAME: BALDWIN AND SONS, INC. ADDRESS: 20 CORPORATE PLAZA DRIVE NEWPORT BEACH, CA 92660 PROJECT: OTAY RANCH VILLAGE 2 SOUTH OUR JOB#: 16-2442-0CYOUR ACCT#: 2003 DATE: 10/31/2016 �-�===========--=----==========�==========·==============-= ----===------ CONTRACT 1f: 587 TOTAL RETENTION BILLING: 34,548.56 u n.0000 1n,u<ux1 , •. so 1&1.n 10,u,.oo U.ff " OUl-U-001)1 ,\t,tl'l. o:»ffM'TlOlollVIU'TAIU: KJI.TJ,S.P' CCI N'C no MlDltl. C/0 U OU"·U-1'tl0 .. ii.A,. to• or,� nn: Dl'TU1U• en NC IU ).)CI.OO.Oe )J0,0.00 ,,.,$0.00 1,.1n." ''1I,1H,U• J,!10.00 t,♦Ol.U 17,:114.l!o ,.,u.oo l,2H.O) 2,u,.u L2•S u 20,IU,.OO• IM,tn.u l,lll,U Ut.'U U1.H u,.,. u,.st u.n H,otl. 11" U,\t.t,St• 121.n ,,.,, )4,)41.))• ·-·.,. • .,_ o.n.-, u10,1u l)'ti.-T'-2 H ,- ,,,.so 111.t!J ,. ,, H,\H,'4• u u 2442 Baldwin & Sous, Inc. Vilhis;c 2 South• Scorm Drain C:0111roc1 #575 Cost Code: !7-06 Job No. 02•0-020-516/0VERALL Conditional Waiver and Release Upon Progress Payment (California) Type I Fonn Pursuant to Civil Code 8132 (Effective 7/1/2012) NOTICE THIS DOCUMENT WAIVES THE CLAIMANTS LIEN, STOP PAYMENT NOTICE, AND PAYMENT BOND RIGHTS EFFECTIVE ON RECEIPT OF' PAYMENT. A PERSON SHOULD NOT RELY ON THIS DOCUMENT UNLESS SATISFIED THAT THE CLAIMANT HAS RECEIVED l'AY· MENT. Claimant: Cw Coostructiot Customer: flaldwio &. Sons lac Job Location: YillngclSouchSLonnPrnio Contract: 575, 576, 585, & 587 Owner: Through Dale: Vil!ise II of otav He sub & sunranch capital Partners, L:LC 10/31/16 This document waives ond releases lien, stop payment notice, and payment bond rights the claimant has for labor and service provided, and cquipmcnl and material delivered, to the customer on this job through the Through Date orthis document. Rights based upon labor or service provided, or equipment or material delivered, pursuant to a wrinen ch,ongc order that hos been fully executed by the porties prior to the date thU this document is signed by the claimant., are waived and releosed by this document, unless listed os on Exception below. This document is effective only on the claimants receipt or payment from the financial institution on which the check is drawn: MRker of Check: Baldwin & sons. uc Amount of Check: 34,548.56 Check Pnyable To: Cass ConsmJClion Inc Exceptions: This document does not affect any of the followini: (I) Retentions. (2) Extras for which the claimnnt has 1101 received poyme11t. (J) The followina progress payments for which the clainiant hos prcvi,ously ;iven a conditional waiver and rcl�se but has not received payment. Date(s) of waiver and rele,sc: NA A ,nount(s) of unpaid progress poymcnt(s): s 0.00 (4) Co111rac1 rights. including (A) a right based on rescission, abandonment, or breach or con1ract, and (B) the right 10 recover compensation for work not compensated by the payment: The following invoices and pay applications arc included in the above referenced amount: Date signed: �I 0=/-3�1�/�16 _____ _ Cass Construction, Inc. (Title) (619)590-0929 Claimant'.• Phone No. Baldwin & Sons, LLC 2167 Cass Construction, .Inc. .,.,,.,-: '.',DATE .'r-�'?°:-':i',"' INVOICE NO::;'�;: · .• ~ �,i: .":ii,��,•.�::,.;,; (DESCRIPTION f.� "'-,' '="·' ,• ,· -. ;,·,;i�tF�' ·", l<�\r'. •. "· •• :-: •· i\' .-; ,;.r,;,, _,-.·.1NVOICE AMOUNT.��•t��.,;;:.1? 8/31/17 RC442-00002 CHECK 10/27/17 DATE Bal<lwin & Sons, LLC 20 Corporate Plaza Dr. Newport Beach, CA 92660 (949) 640-8300 l CHECK NUMBER V2 South 50% Ret 8/31/17 141571 TOTAL> PLEASE DETACH AND RETAIN FOR YOUR RECORDS MECHANICS BANK 610 Newport Center Dr. Suite 100 Newport Beach, CA 92660 DATE October 27, 2017 CHECK NO. 14157 15848.80 15848.80 9D-4485 1222 AMOUNT *$15,848.80 Pay:*********Fifteen thousand eight hundred forty-eight dollars and 80 cents PAY Cass Construction, Inc. P.O. Box 309 TO THE ORDER OF El Cajon, CA 92022-0309 Baldwin & Sons, LLC ., ·.,DATE_;_· 0-•:· .INVOICE NO .• •-·•··•:; �-...... ·. 8/31/17 RC442-00002 l CHECK 10/27/17 CHECK DATE NUMBER Beige Check Copy **VOID* VOID* VOID** _ **** NOT NEGOTIABLE**** 2167 Cass Construction, Inc. �,:•--�,_'.DESCRIPTION.;.'·.· •. :1_;-. ·.{I. � .· ..., ...,,_: • ...! : .. �. '., • ·:: .. •·.� i_ ·..,:,,:_ :�'·' ;·�·•.,_'·INVOICE AMOUNT '-:· ·, ,_ ··� ...V2 South 50% Ret 8/31/17 15848.80 : : •. •, 141571 TOTAL> 15848.80 PLEASE DETACH AND RETAIN FOR YOUR RECORDS j Baldwin & Sons, LLC ' DATE. . . , · .'•INVOICE NO · ,:.', �.'rd.,�:·:,� 8/31/17 RC442-00002 CHECK 10/11./17 DATE Baldwin & Sons, LLC 20 Corporate Plaza Dr. Newport Beach, CA 92660 (949)640-8300 I CHECK NUMBER 21.67 Cass Construction, Inc. : �N ·.•··DESCRIPTION:,:i··.' . :: · ... -� . � . ·.�· '(�'�-�--¼ . -� .. ;. ', . .. V2 South 50% Ret 8/31/17 140601 TOTAL> PLEASE DETACH AND RETAIN FOR YOUR RECORDS MECHANICS BANK 610 Newport Center Dr. Suite 100 Newport Beach, CA 92660 DATE October 11, 2017 CHECK NO. 14060 . · .. INVOICE AMOUNT 3202.75 3202.75 90-4485 1222 AMOUNT , . -�� .·. *$3,202.75 Pay:*********************Three thousand two hundred two dollars and 75 cents PAY TO THE ORDER OF Cass Construction, Inc. and Hanson Aggregates P.O. Box 309 El Cajon, CA 92022-0309 Baldwin & Sons, LLC , DATE'.": ) INVOICE NO'-. ),:--. � .. · 8/31/17 RC442-00002 CHECK 10/11./17 I CHECK DATE NUMBER .. Beige Check Copy **VOID* VOID* VOID** **** NOT NEGOTIABLE **** 2167 Cass Construction, Inc. . •.·', ;, •,,DESCRIPTION r · '·� • ·, ''. · ... .� ;• - • ,; I .. -• ',• : ·.:. · ..... �·1':"" ;, J. .·_. ·::s ·.INVOICE AMOUNT •, ', : V2 South 50% Ret 8/31/17 3202.75 140601 TOTAL> 3202.75 PLEASE DETACH AND RETAIN FOR YOUR RECORDS CASS CONSTRUCTION, INC. GENERAL ENGINEERING CONTRACTORS P,O. BOX 309, 1100 WAGNER DRIVE EL CAJON, CALIFORNIA 92022 PHONE (619)590-0929 RC442-00002 NAME: BALDWIN AND SONS, INC. ADDRESS; 20 CORPORATE PLAZA DRIVE NEWPORT BEACH, CA 92660 PROJECT: OTAY RANCH VILLAGE 2 SOUTH OUR JOB#: 16-2442-0C YOUR ACCT#: 2003 �SCAIJNED DATE: 08/31/2017 =====-=================================== =====-======= =======-============== CONTRACT#: 58? RECEIVED AUG 21 2017 BALDWIN & SONS TOTAL RETENTION BILLING: 19,051.55 Invoice# (2..c.. 4 $ -=-=-..:....,..-=-�--=-� Contract# _'-'-'-..__ _____ --I Coding --.---,------� pproval ---=-=--------------­p Entered \I ✓ P.D. 8oilo9 Elcit:?"CA'lD!O-CIJ.>t ·-..-COlllnd-­lmtOllpCCO#J) EXHIBITB Ut,7".W l'l'»,JIU4 Cose OI1pll Q.uct l.nisd Orfd,nllCtn1r_rat1 CbantTOmr Oo4c COfllrlCIOr. <lr'rtOtJ Qty U.lr tlfllrS TorAt ..,._.J knlltdToral ToD.u 1, $0PVC{Cltu200\ l7-l9 :ua4 20" PVC lO.H:S 195) 21-19 17-19 17-19 2'1·19 2'1-19 l'J.l9 U AltVK •�•�2" ?Mt e· PVC le&ass 3Q5.1 21-11 g• Caa \Jlilth Thrus1 Bk>d: lMI 2'"lmlta1Jon5efYKe l1-l, Blow on AiH ........ 2' 11-1, � .. ,,._ ........ &· 11-1, 6 Conne�toExit"'.in:tG• r,.1, ---- 1,911 " " 41 , .. l,91400 1./! SSSO< lfJIOOLF moc 600 EA ll,N.:5111' <OO EA ,uoooc JOO EA JS,070111' 100 EA ""'" 100 EA J:5,4;5rll >OO EA -" , .... S,8580, 200 EA P1�50C 100 EA 13,4S5111' 2'00 EA J::J.2'50C "'"'' $4,5100( 200 EA 17,500111' l.00 EA Sl,IOOOC 200 EA 15,325111' 1'.00 EA 1.85000 4100 EA 17500 200 EA 11COOO tl400 LF 5500 l 00 EA 385.CO ]00 EA 3'MCC() IOOEA 280000 •oo EA 17500 Sllt.1231!1' S!n?Otnr s11,1onr SJJJOOOC SUJIOOC fJUOC u.,oo n,moo tU!IOO SUlOCO U.4»00 ffl.'�00 $U.()600C> JI ,...,,,.(1) .U60000 .SI0.6SOflCI m,,.,000 J?.IJSOO Sl23000 Sll,l7000 59.70$00 ,,...,., ,10000 J'J:19.12000 ltUOO IU$101HG SlltlOro ,oo UUOOCO ..,. SU.J:1000 ,oo JlljOO 100 1!4!00 100 $30!00 ,co !t2,Ulflll 1,0 S6.3'000 "" u.moo 100 S11,t.400C "" S21,0ISODI: ,oo SU,OCUOO "" .,...,., $10,,6.SODO ,., $31.4,0IO 1100 $1.l1$DO Sl.20000 100 S1U(I( 100 S,_')Ojl)() '" 100 uoooo ,oo 100 EA 1,10()00 Sl.10000 Sl,!0000 JOO 1012 �-111!'1*'' .,._ SltOSI-" S0.00 s1,,on.$4i htorlitlinc T0D1.1, ---·· UU1DOO ,.:.,::�.? :.. su�oo M ., 100 ,. � 'i··�-•. S7000D, • , • ."' 4M • .. --.� •• -,..;-1:1 S100M .,., • _;-,.. Toral .,., """'°' .,., .,..,,, ., .. .,..,,. .... ,..,00 "'" ""°" ., .. .,., ,.., $1162: ,000 .. .., 1000 mu !000 11.5M" ,.,. S!"61T7 $400 SIU:.99 .... $6.')&$1) ,.., $.1HOO .,,. SUO(N) .,., SJ66H .. ., S'J16l-S .,., S1,..31 S,00 $}JOO .... StlCO Sltll SOCIO S.,.'7 $000 $1000 .... 117JO EXHIBrTB lil.LriO�O • 1,11,1-1111,n "· . ....,. p-. • 1n1n.i, -....-c.N.-.«-,,, �c;:� ..... , P.O. Bo.\J09 EICallXlpCA9lOl�09 "'6.ffl,� �A-SltlHLH .., ....Co• Or'cJ:.lJ C'b#tac llnbd �Coamn c::iau.01iSa Od,n u,.� a .... c-..,., S'l'::'-516.14 ·-CD<k Coamc1 On Ordff Qlr Qtr U&II l]al( s Tw.1 Tot., Jl.nist' Told To l)Mir COfllltlon"'"mllffl#�Clggl920" l'f!Clai!'l'lonS.'1111&1:ic'-cA',Fete) 02:• COil 001M1WACl<BOME Remowi1rmnt••l!d�d•ct1to u!alllblle!tvltlfflJ{RFC 110, ez. n-n CO n 0020-51"8ACll:80H'E 21-.SS B�toSehilllng P.-..dM·C-.1 ��er1ndffl00Med2ITRW 00 n R.FC '17 0.Z..OOI0-41&18Aa<SOM: Z"I·-" Dig upandt'tWJl2"waliirRnoiDI on RC fDf pall SIi�. bleAAl1 T W'l'.s: W.IYIDI! I 0:>U (RFC•l0)8ACK80N�..U Z'J.S, 100 ,., loo 100 EA 1UJt?80 S3•.mao 100 100 $ttU�ll ""' .$111,lltill 100 ,000 n,0001 100 ,., Cr.andTot•I , ... ,.,, ka.C:-.0. SAi.OD &-llilltlf:f:f SltlHl.)4 -·- ToDwir ~ ,. To<• °""""' Toni ' .. :, SJU11,1>' , . ..,.._100 sooo •• "t ·, � •• • ".'•'1·••.r', $10,836,1 ·:. ••• !J.'"{."100 .... ,.., ,.., ., .. $19 ""' SJUOJOQ -SltMI" SC.IUll.U .Sl9.0Sl.$5 ...... .,,, ... S-.71,0 $1,64.$) Sl!>.451.55 U:1IJwi11 & Soni, In�� Vilt.age 2 South• S1\)rn, Or:.i11 Job N1> 02-00lO-Sl6/0Vl:RALL Ct111lri\CI '-.S7S Cos1 CM< 27-06 Conditional Waiver and Release Upon Progress Payment· (California) Typl.! l Form l'mslinnt co Civil Code 8132 (Effective 7/1/2012) NOTICE THIS DOCUMENT WAIVl.!S TIIE CLAIMANTS l,WN, STOP Pl\ YME>JT NOTICI,, /\NO PAYME!-:T DONO RIGHTS EFFECl'IVE ON RECEIPT or PAYMENT. /\ l'IC:RSON SHOULD NOT RELY ON TJ-IIS DOCUMENT UNLESS S/\'flSFIIW TJ-1/\ T TH.E CLAIMANT I IAS RGCEIVED l'J\ y. MENT. Cus1omc1: na1dwi11 & Sons. 1.o .• ·._ __________________________ _ Job Locntion: Owner. ·n,rough Dole: \l,U;wc:: :il>Jllh S]OrII) Pc•i•J Contract: SIP Village II cf Otay HS Svb & Sunran,n C•pital Partner, I IC 8/31/17 ·n,is documeni waives and releases lien, stop pn}�nenl notice. nnd pn)�ncnl bond rights th� cl�i,nom hns (or lnbor o.nd service provided, and equipment and 1upccri•I dclive1etl, IP the customer 011 this jub throu11h th� ·1111ough 03te of 1his document. Rights bnsrJ upon labor (tr sen•icc provided, or equipment or ma1crinl delivered, pursuon1 10 • wtmcn cbnnge order 1h•1 hos !teen r11fl>• c.,cculcd l>y 1hc r•nrlies prior co 1he d3tc that this doc111nc11t i� <l!ln<-d by the clui111nn1. nrc ,,..,iv('d ;1n<l r<lcased by lhis documcn1. nuh:.u listed a� fm fl'\:c.cplion befow. This doclfilh!III ·is cn�c-tivc onl)• on the cl;luuont') rcec1pt of prsyin,'nt frorn 1hc lioanciul ins1i11nio11 on which th.: check is dr:iwn: Maker ofChccJ.;: Safdwin & Sons, llC Atno11n1 of Check: 19,051.55 u,cek Payable To: J:i!ll Gs,1is1n,ction. Inc Exccrtions: This documc111 dues nol nffecl on)' or the following: (I) Re1en1ion�. (2) E.,tr�.• lor \\hich the clnimn11t has not received payment (3) 1·11� foilowi11i: pro3ress 1uyn1cr,1< for which lhc claimonl has prc�1ousfy given • conditionul wajvca and ,cl�nsc but htts not received p:t)'mc1u. Da1c{s) of w41vcr ond tckasc: NA i\rnount(s) ofunpoid progress paymcnc(s): $ 0.00 (�) Concr�ct ngh1s. including (A) o right based on rc·scission, abandoninc111, or breach or co111rnct, and (0) the riuht 10 rccov1?r compcns:uion for work uot cumpe:,isat�d b)· Che pnymcnl: The rollowit:(l i11vuicc1 and ray arplic�uons ore iuclud�d In 1h� obovc referenced 1moun1: 03tc signed: _,.8._../3._l..,/'-..11.,_7 ______ _ Cass Construction, Inc. ��,��'{) (C�o ,y Name) (Sisn�tur ) Shannon Burke, Controller (Tille/ (6 J 9) 590-0929 Cf:tunant·s Phone No. j J&e. �" u-,�n-oc-.Jali-><.-., v...1.Y !'Na •n.u,c.1 .1: v.ict;:M ;'v,Unc-t It-ui 1ho('f1ptlc,;a .. "' ... �'"•H•l!�n cc,,o:rer ro u· v,,. �ICJ,� • fllTIUL'T ,,I • I •�"'�l ,• -:,_\� •�• t1 •·•, f •i.."-,'Jo ,..,,,. •••• ��? •• 1c-,,!�'V'f<'.,'HIW �-'-H (:�H ,:e;.:;i.c, 'i. :,.1.1.t.� \' �1 ""'= •l •�atC/0 •l 1,,c,,.oee� Hll.-4' t• C'lln-lJ 11 Z('OJ HUt4 '1.0 �•-1 l,l\,UIIMUI NQ se>t,:.$, flle • --lu-tC:-ll'U:1. f)H"'tl'°r """"'-i.t ... oo�G u,e">O ,., 11, l't&,t� .,,:.,,.I)) Tc:-Hl Ullotd C-..,.Ut, J,)H,GC-:0 �.-iss.c.:. �-,.:., .. ,, ne.o: . '' ·"' .. �� ill-tr. �Id 0rlf1H1 CICJfltUU ,...,.. ... t, u, • ..,n • .eo CMJlfC ::!:::t;9-�::t.l:..:�:: --,,;:,-;,.;;��.;.::.;,�: .. ,..,.,u t• ••n o..,...,,n,. i,S20.00 1t.H" U).7$ 1•1 ., .. ;:'",;.:;;·;:�·1 �···· -· 1,n,,00 J.UJ',dO 1,J$).)l • .,,.1 �•u ... C•t•• u/un, :l'y!'t.,,. 'h-1 U112J - ,:t,,11.)♦• , .• �o.oi Qu.1.fltlt.)" a. .Z-U,U \:1.n Al 3-aldwia Include ClO!ed Jobs, No f:iclude Clo!lle-� COltraJtments I No co,t COdo Line I teff: Descrip tlon 517 V2 Soutb JI.eel&� water • C'a■■ OOl!l.■t.ructf.011,, me. v�ndID121U l 02-0020-516 aac:�e 27•55 V2 S0,.1t:h BB Re-claimed M,t11ter PCU2·00001 05/Jl./2016 V2 So.lt., PC442•00002 06/)0/20Ui OR V2 SO'Utll JICU2-0G003 0?/)1/201' ORV2 SOutb PCU2•00005 10/31/2016 OR V 2 SOUt.h RC4U-0<1001 10/31/2016 V2 SOuth Jl:C442•00002 08/31/2017 V2 SOUt.h 50t Riet $/3J/l7 RCtU-00002 08/)1/2017 V2 SQuth sot Ret 8/31/17 RCU2•00002 08/31/2017 n south 50t Ret 8/31/17 02-0020·516 lntr•ct 21·55 V2 SO ?r:i�r.:i:ct J;i,cclaillKl "iii.tr PCU2•0000l 07/ll/2016 ORV2 South PCH2•00007 ll/l0/2010 OR V2 SOI.1th PCU2-00C08 02/28/2017 ORV:Z Soutb 2/28/17 RC442•0000:Z 08/31/2017 V2 SO\ltb SO>t Rct 8/31/17 02•0020-s11> naelltbone :n-ss Q9 1 NQnWfu::t!� �tt.i RFCG PCU2•00004 Oll/:U/201' V2 Sal.Ith RC442•00002 08/31/20!7 V2 So'i.lth SC•t ket 8/31/17 ' 02·0020-S16 Backbone 27•5$ CO2 Remove 12• watr RFC 10 PCU2·00006 10/ll/2016 OR V 2 South XC:442•00002 08/ll/2017 V2 SOUth sot Ret 8/31/17 02·0020-$16 6ilckbon@ 27•S5 CO 3 RCco:uict 20• RW RFC 17 PCf.42-00009 02/25/2017 ORV2 Scl.lth 2/28/17 RC442•00002 08/31/2017 V2 South SO\ :R.ct 8/31/17 02-0020-SU B&ckbo.."le 27-5,S C'O 4 AOdl Wet. tn:ilu R.FC 20 PCH2•00010 Of./30/2017 ORV2 S 4/J0/17 RCU2•00002 �8/31/2017 Y2 South 50 \ Ret 1/31/17 517 V2 S I. W - C C::, I. VID121'7 JC Cormi1tted cost Statu, with Invoice Detail Mid In.voice Date NR.rpt 0,.2-12.00 :z,,s,o.oo ,00 . ,. .00 ... u,. 772.00• "'· 7'2.00• Co:::m.itted coat St&tua Repc-rt (Mith I"Avoic• Detail) Approved �nqc:11 l?ndg �- COtrr'dtted: Yes . co .oo 61', 212.00 . 00 .00 27, s,o.oo 3i,l.e7,80 .,. H, 187 ,80 10,8M.l1 ... 10,536.Jl 9.4l0. Ol ,00 9,4l0.0l S.290.40 ... S.290.40 S9,7'4.S4• .00• 12,,516.H• s,.1u.st• .oo• 12,,su.,,. 625,81,.68 208,534, so 315,4.U.30 49,291.00 1.,ao.00 34,50.SG 19,051.55 19,0!il.!iS· 15,'180.l:l 2,,011.u ,,on.so 17,752.50 ,,o. 00 1,20,.n ll,6:1:l, 71 30,169.02 854.U 10,021.57 9,"152.158 270.119 8,958.51 a,.u,t.03 01.50 s.ozs.u 4,761.36 264 .5) 107,US.OO• 101.us.oo• .co .00 ,00 ., . .00 .00 10/U/2017 P•g-e 1 Systel!L Date: 10/1'/2017 Syst.• 7iae1 9r40 a Pilea usedt XUT.U.JI.PM MUDR.JOC US,819.158 208,SH.SO 315,48}.)0 0,2!13.00 1,9$0.00 14,548.56 U,051.55 U,Osl.SS· is,,eo.3, 2,,013.62 ,.on.so 17,754.50 U0.00 l,20'1.,2 .u.,n). n. l0.169.02 854..6' 10,023.57 9, 7S2.68 270.119 8,958.53 8,41!17.0l 471.50 S,025.89 '· "161.36 26t..Sl 707,UiS.OO• 13,392.12 1,540.38 a,su.o, 812. 7t 471. so 26'.51 1.9, Ost.St• 19,0Sl.st• Beldwln & Sons, lno. V!flago i South• Storm Drain lo� No, 02-0020.s 16/0VBR.ALL ContlllOI M,75 CGII Codo: 27-06 Conditional Waiver and Release Upon Progress Payment (California) Type 1 Form Pill'.suant to Civil Code 8132 (Effective 7/11.2012) 2442 NOTICB THIS DOCUMENT WAIVES THE CLAIMANTS LIBN, STOP PAYMENT NOTICB, ANDPAYMENT BOND RIGHTS BPPECT{VE ON RECEIPT OF PAYMENT. A PERSON SHOULD NOT RELY ON THIS DOCUMENT UNLESS SA TISPIBD THAT THE CLA[MANT HAS RECBIVED PAY• MBNT. Cldniaut: Customer: Cm Constn>cttou, Jno, Job Location: Owner: ym,sa 2 south storm o1a;n Contract 57 5, 576, 585, & 587 ��ilil.li.V HP Sub 8s Synrnnch CapltaJ Pil"DS:t', LlC This dccmnonl wAlvos and releues lien, slop p1cymont notlco, and payment bond rights tho olabuant has for labor end 1erv!ce provided, and equipment end material dollveced, to the customor on this Job througbc tho Through Date 1>ftlll5 document. Rights baaed upon labor or service provided, or equlpmont or mntor!al doUvorcd, pum,ant ton written ohango order thllt hns bee11 fiilly executed by tho patties prior 10 the dnto Iha& this dooumont Is signed by tho clabnant, arc waived and relea,e<I by thb docu1nont, unleH ll&ted u an Bxccptlon bolow, This document ls effective only on U10 claimants receipt of payment from the financial institution on which tho check is drawn: Maker ol"Check: Bn)dwJn & son,, Ltc Atnounl or Check: Ch<!cl< PayablB To: Exceptions: 'Thu document doea not affocl 11ny of Ille following: (I) Re:tonrloQ.S. (2) Bxll'BB for which the olQ1man1 has not received payment. (3) The followlnc; prOllJ'CIIS payments for whicl, fho cldmant bu previously given n condltfonnl w11iver and releue but ha.s not received paymont. Da1e(1) of we.Iver Md 1elC{lse: Amount(s) of unpaid progrcu poymont(s): l•-5:,J-SS---·_5..._'::\..___ __ (4) Contract rights, h1eludlng (A) o rlghC baaed on rcaclsslon, PbllJldonment. or bl'Ollch of �lltraet, and (B) the rlgJ1t to recover coinpensnt!on for work 1101 00111pensoted by the poyment: Tho following hivoiccs and pay appUclUlona aro included In the nbove referenced aniount: Due signed: __ q---\o--_ \__,__,,d-:;:..\_...\..,_\.;c.:\ ........ __ RECEIVED OCT 3 2017 BALDWIN & SONS Cl�lmant'• Pbono No. 2442· 13nldwln & Sons, Inc. Villoio :I South• S!orm Pr11iu Contract 11 ,7.S Co,t Cod�; 27-0G Job No. 02-0020-Sl6/OVERALL Unconditional Waiver and Release on Progress Payment (California) Type 2 Form Pursuant to Civil Code 8134 (Effectlve 7/1/2012) None� TO CLAIMANT: THIS DOCUME!IIT WAIVES AND RELEASES I.IE!\", STOP PAY­MENT NOTJCE, AND PAYMENT BOND RIGHTS UNCONDITIONALLY AND STATES THAT YOU HAVE BEEN PAID FOR GIVING UP THOSE RJGRTS. TIDS DOCUMENT IS ENFORCEABLE AGAINST YOU IF YOU SIGN IT, EVEN IF YOU HA VE NOT BEEN PAID. IF YOU HA VE mmN PAID, USF. A CONDITIONAL WAIVER AND RELEASE J;QRM. This document waives nnd rclc11ses llen, slop payment notice, and payment bond rlg!,1ts the elnimant has forfobor and service provided, and equipment and mnteriol delivered, to the customer on this job through. the Through Date of this document, Rights based upon labor or service provlded, or equipment or material delivered, pursuant to a written change order thnt has been fully executed by the parties prior to U1c darethat this documcn( is signed by the claimant, arc waived Rnd rcle.ased by tl1is document, unless listed as nnException below, This claimant has received the following progress payment:$ 5 q5 · �Y Clalmant: \-\�Gf\$0 (\ 1½_7..'-4{!.;-\;c;S Qc,,.c;£'--��----- Custorncr: C as� c o n st rn ct Ion • Inc . Job Location: Vil)age 2 south Storm prajn Contract: 575, 576, 585, & 587 Owner: l£!!1,yL!!.9f Otay HB Sub & suoo.!!lncubuC�•l!!Plt,..a1.1J r:st•uct!!lnC:i;Cli,., ul t�c ________________ _ Through Date: "\ \ ?--\ \ \'J E;xccptlons: This document docs not affect nny of the following: ( I) Relent ions, (2) F.xtraR for which theclaimant has not received payment, (3) Contract rights, Including (A) a right based on rescission, nbnndonmcnt,-or breach of contract, and (tl) the right to recover compensotion for work not compe,nsnted by the payment, The following invoices and puy applications arc included in the above referenced amount: Date signed: _ID_\ b.__,\..,.l I___,_ __ _ (TIiie) C!Dimant's Phone No, D:lldwin & Soas. Inc. Villogo l South • Shmn Drain Job !'lo. 02.0020.s16/0VF.RALL 2442, Collltacl #S?S Cos1 Codo: 27-06 Unconditional Waiver and Release on Progress Payment (California) 1'ype 2 Fol'm Pul'sunnt to Civil Code 8134 (Effective 7/1/2012) NOTICE TO CLAlMANT: TI-IIS DOCUMENT WAIVES AND RELEASES LIEN, STOP PAY­MENT NOTICE, AND PAYMENT BOND RIGHTS UNCONDITIONALLY AND STATES THAT YOU HAYE BEEN PAID FOR GIVING UP THOSE RIGHTS, THIS DOCUMENT JS ENFORCEABL,E AGAINST YOU IF YOU SIGN IT, EVEN IF YOU HAVE NOT BEEN PAID, IF YOU HAVE BEEN PAID, US.EA CONDITIONAL WAIVER AND RELEASE FORM, This document waives and releases lien, stop payment notice, nnd payment bond righlS the claimant has for labor 11nd ser,,lce provided, nnd equipment and material delivered, to the customer on thls Job through the Through Date of this ·document, Rights based upon lnbor or service-provided, or equipment or moterinl delivered, pursunnl to n wrinen change order that hns been fully executed by the parties prior to the dale that this document is slgned by the olaimnnl, ore waived and released by this document, unless Hsted as nn Exception below, · This cla!mnnl hns-received the following progresJ payment; $.,�B�.3�:..1.::.5��3"'-i.1,,L.. _______ _ I Claimant: Western Water Works Supply Co. Customer: C II s s C o n st r u c I j o n , I n c , Job Location: YIIJ•ge 2 south Stenn Denio Contract: 575, 576, 585, & 587 owner: Yilruc n of Otev HB sub & sunc•ocb caoftal P•ctaecs Ltc Through Dote: _,��)µ3£.....ll.._.)�l,._J....L.. ___________________ _ Exccpllons: This document does not affect any of the following: (I) Retentions, (2} Exlra8 for which the clnimnnt has not received payment, (3) Contract rights, including (A) a right based on rescission, abandonment, or breach of contract, and (B) the right to recover compensation for work not compensated by the payment, The following invoices end pay applications are included In the nbovc referenced nmount: Date signed: ID/ r1 } I 7r I Western Water Works Supply Co. � (Signalure) MCfeAK«I (Title) qoq-597-7()00 ,Clolmnnt's Phone No, 2442- Oaldwln & SoN, lno. Vlll,111 2 So�lh • Stom, DrRin ContnctU7$ Cool Codo: 27-06 Job No, O2-0020•516/0VBIV,Ll.. U11couditional Waiver and Relonse on Progress Pnyment (California) Type 2 Form Punuant to Civil Code 8134 (Effective 7/1/2012) NOTICE TO CLAIMANT: THIS DOCUMENT WAIVES AND RELEASES LIEN, STOP PAY­MENT NOTICE, AND PAYMENT BOND RIGHTS UNCONDITIONALLY AND STATES THAT YOU HAVE BEEN PAID FOR GIVING UP THOSE RIGHTS. THIS DOCUMBNT IS ENFORCEABLE AGAINST YOU IF YOU SlGN IT, EVEN IF YOU HAVE NOT BEEN PAID, IF YOU HAVE BEEN.PAID, USE A CONDmONAL WAIVER AND RELEASE FORM, Thi! document wolves and rcloases lien, stop paymoot notice, and pnyment bond rights the claimant has for lnbor Rnd s�vloc provided, and equlpJiu:nt and material dclfvorcd, to 'tho custom¢T on th!s job through the Thro11gh D11te of this documont, Rights based upon labor or sorvicc provided, or ,equipment or material delivered, pursuant to a written charige order ttlot has been fully executed by tho parties pl'lor lo the date thM this doourriont ls !lg11cd by the clalmnnt. are waived and released by this docum,ent, unless listed as nn Bxception below, This clalmMlhllll received the following prog�u pn)'ll1cn1: ,._$ __ _.Q ...... .....,QC>_..-'"' ________ _ Claimunt: CSUOS\vdt Eqvip ffi{ nt Customer: Cnss Construotlon, Ino. Job Location: !i!1llm 2 South Smrm Drain Contract: 575, 576, 585, & 587 Owner: Ylllm II of01av Hll Sub &;Sunrans;h Cap)U( P•rto•CJ 11 C Through Date: 813\ I Lpl t Exceptions: This document does not affect any of the following: (1) Retentions, (2) Extras for which the ola.lmant hu not received payment, (3) Conll'ncl rights, including (A) aright based on rcscl.ulon, abandonment, or breach of contract, and (8) the right to recover compon.sotlon for work 1101 compcnsat9d by the payment, . The followini: Invoices 1111d p&y applic11tions aro included In the above referenced Amount: Onto signed: 0\ -J J-I J St�m+e EC4vt p� (Compan,-Name) � A-ccovn +- (T1110) l.P02: V6s-22J� Claimant'• Phone No, Oatdwln & Soni, lJu,. Vllla11e 2 So�Ch • Storm Dniln Job No. 02-00lo-516/0VBllALL 2442, ConlnlotlU7S Coat Codo: 27-0G Unconditional Waiver and Release on Progress Payment (California) Ty11c 2 Form Pursuant to Civil Code 8134 (Effective 7/1/2012) NOTICE TO CLAIMANT1 THIS DOCUMENT WAIVES AND RELEASES LmN, STOP PAY­MENT NOTICE, AND .PAYMENT BOND RIGHTS UNCONDmONALLY AND STATES THAT YOU RAVE BEEN PAID FOR GMNG UP THOSE RIGHTS, THIS DOCUMENT JS ENFORCEABLE AGAINST YOU Dr YOU SIGN IT, EVEN IF YOU HA VE NOT BEEN PAID, Ill' YOU HAVE DEEN PAID, US& A CONDITIONAL WAIVER AND RELEASE FORM, This document wolves 11nd rolea,es lien, stop payment notloc, and payment bond rlghta the claimant bns for labor and service provided, and equipotent and matotlal delivered, to tho customer on this job through the Through Date of tMs document, Rights bnsed upon labor or aervloo provided, or equipment or material delivered, pursuant to fl written change order that bas been fully exeoutod by the parties prior to tho dato that this dooumcnt la signed by th11 11liumant, aro waived and released by this dooument, unless listed u en B,cceptlon below, This claimant b111 rece/vo1 the followl11g progress payment: $..,--0 __ (){)_....,. __�=-------- ClaJmant: tv\Q,t(\ \1J.U\ tJ-0 ICM l6Jhv Customer. C III s Co o s tr t\ ct Io a, I 9 ° , lob Location: YID•ap2soutl1StonnDrnlo Contract: 575, 576, 585, & 587 Ellcepflonsr This docwnent docs not aftcct any of tho following: (1) R.ctentJon!, (l) ExtraB for which the claimant hu not �lvod payment, (3) Contraot right.,, Including (A} n right based on rescission, abaodonment, or brea()h of conl.tact, and (B} tho rlgh.t lo reoover compensation for work not oomponsnt�d by the payment, Tho following JnvolGOs and pay npplicatlons 111'0 lnoludod In tho above ret'erenocd amount: Date signed: °'\ \ 2,\\1 hl\OJf\\QJn hlulev\al 5 (� (Signature) w (Title) 0t444S4JsD Cla.imo11t's Phone No, 2442, Baldwin & Son,, lno. VUl-a• 2 Sowth • Storm Ot11ln Conttaol M$1$ Cost Codo: 21-06 Job No. 02-0020-Sl6/0VBRALL Unconditional Waiver and Release on Progress Payment (California) Type 2 Form Pursuant to Clvll Codo 8134 (Effective 7/112012) NOTICE TO CLAIMANT: THIS DOCUMENT WAIVES AND RELEASES LIEN, STOP PAY­MENT NOTICE, AND PAYMENT BOND RIGHTS UNCONDmONALLY AND STATES THAT YOU HAVE BEEN PAID FOR GIVING UP THOSE RIGHTS. THIS DOCUMENT 18 ENFORCEABLE AGAINST YOU IF YOU SIGN IT, EVEN IF YOU HA VE NOT BEEN PAID, IF YOU HAVE BEEN PAID, USE A CONDITIONAL WAIVER AND RELEASE FORM, This document walvos nnd releases lien, stop payment notice, and payment bond rights the claimant hiu for 11\bor Md service provided, a11d equipment and material delivered, to the customer on this Job through the Through Date of this document, Rights based upon labor or s�rvlcc provided, or equipment or mntenal delivered, pursuant to a written Qhange order that has boon fully executed by tho parties prior to the dote that this document la signed by the olairuant, arc waived 1md relCflSed by this document, unless llatod as an Bxceptfon below, ThO ''""""'' .. , Modvod lh< loUo!;s"'" poym"" $ /eJ Claimant: lt�w.f>d(A, 0-¥ Gr0v( Customer: {;.ass Construotjon, Ino, .!Job Location: Vjlio,ge .2 South Stenn Drain Contract: 575, 576, 585, & 587 Owner: vinm: II o(O!jy H8 Sub & $1101'.,)l)Ch C•Qlt1l P•ctnm, llC Through Date: !3t//7 ... H... ........ 0.-,.,..--------------------------- Exccptlon.t; This dooumcnt docs not affeot a.ny of tho following: (1) Retentions, (2) Extta8 for whfoll the claimant has not received payment, (3) Contrnot rights, including (A) a-right based on re,clssion, abandonment, or breach of contract, and (B) the rlgnt to recover compensation for work not compcnsot�d by the payment, . Tf!c followlng Invoice., and ppy 11ppl!catlons are included in the above referenced amount: Date signed: <t/1/f? Clo.lmant's Phone No, Boldwln & Sons, Inc. VIII•� 2 South• Storm Drain Job No. Ol-0020-516/OVi;RALI.. 2442• Concmet#:17� Coat Code: 27..0� Unconditional Waiver and Release on Progress Payment (California) Type 2 Form Pm"?Junnt to Civil Code 8134 (Effective 7/1/2012) NOTICE TO CLAIMANT1 THIS DOCUMENT WAIVES AND RELEASES LIEN, STOP PAY­MENT NOTICE, AND PAYMKNTJJOND RIGHTS UNCONDITIONALLY ANl> STATESTJ:IAT YOU HAVE BEEN PAID FOR GIVING ur THOSE RIGHTS. THIS DOCUMENT IS ENFORCEABLE AGAINST YOU IF YOU SIGN IT, 'EVEN IF YOU HA VE NOT BEEN PAID, IF YOU HAVE BE.EN PAID, USE A CONDITIONAL WAIVER AND RELEASE FORM:. This document waives and releases lien, stop payment 11otlce, and payment bond tights the claimant has for labor and service provided, and cqul.pment and material delivered, to the customer on this job through the Through Dato of this document, Rights based upon labor or service provided, or ,cqulpmenl or material delivered, pu1�1.11111.t to II written change order that has been fully executed by the partlos prior to the date that this document ls signed by the c-laima.nt, 111·e walved and released by this document, unless listed os nn Exception below, Thb '" "':) ""'"' ,,. followmg /4'.:Z� P"Ym"" $ E: �'.::�:� c,�,��W.�'IJ;l({;;,�---- Job Location: Ylllage 2 so11th S1onn Duin Contract: 575, 576, 585, & 587 ExcoJltlous:. This document does not affect any of the following: (1) Retentions, (2) BxtrnB for which the cl!dmant has not received payment, (3) Contract rights, lnclnding (A) u(ght based on rescission, abandonment, or bre11ch of contract, and (B) the l'ight lo recover compensation for work not compensalpd by the pnym�nt, The following invoices 11nd pny appllc_�tlons are included in the abo·ve referenced nmou:nt: Dnte signed: �9k�d-7 _ • (Title) ( (&63) 71/f-�111 '61a!m11ni's Phono No, 2442, B�l4wln & Sona, !no. VillAgo 2 8011th -Stonn Praln Collll'llOI #$75 CortCodo: 27•06 !ob )lo, 02..0020-$ I &/OVl'!RALJ. Unconditional Waiver and Release on Progress Payment (California) Type 2 Form :Pursuant to Civil Code 8134 (Effective 7/111012) NOTICE TO CLAIMANT: THIS DOCUMENT WAIVES AND RELEASES LIEN, STOP PAY• MENT NOTICE, AND PAYMENT BOND RIGHTS UNCONDITIONALLY AND STATES THAT YOU HAVE BERN PAID FOR GIVING UP THOSE RIGHTS. THIS DOCUMENT IS ENFORCEABLE AGAINST YOU IF YOU SIGN IT, EVEN IF YOU HA VE NOT BEEN PAID. IF YOU HAVE BEEN PAID, USE A CONDITIONAL _WAIVER AND RELEASE FORM, This document waives and relca•es Ilcn, rtop payment hotlce, and payment bond rights the clalm1mt has for Jnbor and scrvlco provided, and cqulpn1ont 11nd material delivered, to ihe customer ,on this Job through the Through Date of this document, Rights based upon labor or service provided, or equlpmcnt or material delivered, pursuant to a written ohango order that has been fully executed by the p-.artloa prior to tho dD!c that this document Is signed by tho clfllmant, are waived and releasod by this document. unless listed 11s an Exception below, Thia claimant bas received the following progyess payment: $.:..._-�6<'---101--'7...1::.IZ_""'=�-O�,�)'------- Clalmant: __ ,R:.......:.._¥'_· -'-C __ O;;..._�.....;,___>l,,l(!__.;;;;....:..7U___;;__/<_t:=0 _________ _ Customer: Cau Conatructlon, Ino. Job Looat!on: yjllag!!:ZSPuthStgnnQrnfn Contract: 575, 576, 585, & 587 Owner: Ylllm 11 of Otay H!I Sub & SliDCIDGb CQplbl! PiaDfil· LLC Through Dato: Exceptions: This documont docs not afteot any of the followlng: (1) Retent!onll, (2) Extra8 for which the claimant hu not received payment, (3) Contract rights, Including (A) it right based on rcaciaslon, 11b1u1donm�t. or broach of contract. and (B) the right to recover oompen,ation for work not compcnsat� by the p11yment, . T�e following Invoices nnd pay applications are Included In the above referenoed emount: Datl' signed: __ Cj.;...-_7_-..;./_7.:,..__ Clalmant's Phone No, 2442, B1ildwln & Son., !no. Vlllago l Boulh • Storm Otalu Contraot #J7S ColtCodo: 27-06 Job No. 02-0020-516/0VBRALL Uucondftioual Waiver and Release on P1•ogress Payment (California) Type 2 Form Pursu11nt to Civil Code 8134 (Effective 7/1/2012) NOTICE TO CLAIMANT: TlilS DOCUMENT WAIVES AND RELEASES LIEN, STOP PAY­MENT NOTICE, AND PAYMENT BOND RIGHTS UNCONJ)fflONALLY AND STATES THAT YOU HAVE BEEN PAID FOR GIVING UP TIIOSE RIGHTS. THIS DOCUMENT IS ENll'OR�ABLE AGAINST YOU IF YOU SIGN IT, EVEN IF YOU BAVE NOT BEEN PAID. DI YOU HAVE BEEN PAID, USE A CONDITIONAL WAIVER AND RELEASE FORM. This document waives and releases lion, 1top payment notloc, Md payment bond rights the cl11lmant has for labor and service provided, and equipment and materiel delivered, to the customer on this Job through the Through D11te of this document, Rights based upon labor or service provided, or cquJpment or mnterlcl dellvered, p11rsu11n1 to a wrllton change order that has been fully executed by the p1111ies prior to the date that this document Is signed by the olalmant, are waived 11nd released by this dooument, unless llstcd as EU\ Exception below, This claimunt ba.s received th.c following progross payment:$ f't\::\I>:t1:> OW¥rf;: Claimant: fr:t\ut S. QY(\��-no<) Sv{Jpl� , l',1(.. • Customer: Cau Construction, Inc. Job LooAlion: Ylllnso ;south Stpnn Pntln Contract: 575, 576, 585, & 587 Owner: ymm II pfotay HB $Yb & SOQ@QCh CJRl!al r•ncers, LLC Through o a tc: Oo -3 l -n ExccptJona:' This document does not affect any of the following: (1) Retentions, (2.) Bxtra8 for which tho claimant has not roccived payment, (3) Contract rights, Including (A) 11 right hued on rc.solsalon, abandonment, or breach of contract, and (B) tho rlght to rocover compensation f<1r work not oompcns11t9d by tho pn)'lnent, . The following Invoices and pay appll�atlons 111'0 laoluded l.n the:: above referenced amount: Date 1lgned: 09-0'5 -\7 �� '177 2,oa Claimant's Phone No. Baldwin & Sona, lno. Ville.go 2 South• Slorrn Drain /ob No. 02-0020-516/OVEltAL.L 2442- Contract 1#575 Cost Code: 21-06 Unconditional Waiver and Release on Progress Payment (California) Type 2 Form Pursuant to Civil Code 8134 (Effective 7/1/2012) NOTICE TO CLAIMANT: THIS DOCUMENT WAIVES AND RELEASES LIEN, STOP PAY­MENT NOTICE, AND PAYMENT BOND RIGHTS UNCONDITIONALLY AND STATES TiiAT YOU HAVE BEEN PAID FOR GIVING UP THOSE RIGHTS. THIS 'DOCUMENT IS ENFORC EABLE AGAINST YOU IF YOU SIGN IT, EVEN IF YOU HAVE NOT BEEN PAJD. IF YOU HA VE BEEN PAlD, USE A CONDmONAL WAIVER AND RELEASE FORM, Thls doo11mcnt waives and releases lien, stop pnyment notice, and payment bond tights tho olaimant has forlnbor and service provided, and equipment and motcrinl delivered, to the customer on this Job through the Through Dr.le of this document, Rights based upon labor or service provided, or equipment or mntcrialdclivcrod, pursuant to a written ohange order that has been fully exec\tted by the partlos prior to the date that this document Is signed by the claimant, are walved and released by this document, unless listed as anException below, This o1ahnant bas received the following progress payment: --�-------------- Clahnant: \ht\00,(\ O\Cl,-\er, cd <;. Customer: Coss Consttuct!on. Ino. Job Location: ym11ee z south Storm pra,!n Contract: 57 5, 576, 585, & 587 ExccpUons: This dooumont docs not riffect any of the ·rollowing: (1) .Retentions, (2) Extro8 for which the0111:!mont has not roccl vcd payment, (3) Contract rights, including (A) a right b1U1ed on rescission, abandonment, or brcaoh of contract. and (B) tho right to recover oompcnsatlon for work not compensat� by the payment, The; following involc� and pay appllcariona are !noludcd In tho above referenced amount: Dato signed: _q.._,.[£14-f/ f__._7 _\ lul tllt\. yY\a-\t'r �a 1 ��mvcttA (Slgnaturo) 0[ "f'd d-(Y\.cuttac, er(Title) (j 855'✓ �-CJ'/!</ Claimant's Phone No, 2442, B•ldwln l Soni, lno, Vlllago 2 So,,rth • Storm Drain Coniract #51$ Coot Cede: 27-06 Job No. 02.0010.,16/0VBAALL Unconditional Waiver and nelease on Pro&P'ess Payment (California) Type 2 Form Pursuant to Civil Code 8134 (ltffectlve 7/1/2012) NOTICE TO CLAIMANT: THIS DOCUMENT WAIVES AND RELEASES LIEN, STOP PAY· MENT NOTICE, AND PAYMENT BOND RIGHTS UNCONDITIONALLY AND STATES THAT YOU HA VE DEEN PAID FOR GIVING UP THOSE RIGHTS, THIS DOCUMENT· IS ENFORCEABLE AGAINST YOU IF YOU SIGN IT, EVEN IF YOU HA VE NOT BEEN PAID, IF YOU HAVE BEEN PAID, USE A CONDmONAL WAIVER AND RELEASE FORM. This documont w•lves 11nd rclouca lien, atop payment notice, and payment bond rlglits the olnlmant has for labor and service provided, and equipment and material delivered, to the ous1omcr on thl1 job lhroush lhc Through Dato of ehla document, Rights billed upon labor or service i,rovlded, or cqulpmcnl or mlltcrlal dollvered, purruant to a wriimn chango order lhl!t has been fully executed by the panics prior to the date 1hat thla document la signed by the olalmnnt, ere walvcd and released by 1h11 dooumont, unless lbted as an Exooption below, This clnhnnnt hu rccolvcd the followlng progrcu peyment: $'--: __ 7.,,e{-=---4L'--'z&?tj==-· -="'�--..... ---- Claimant: /J?/9.1'< -C..,ON FR.. O L:>U-eTS Customer: Gou Construotton Ino, Job Looatlon: YIUAU 2 south Storm prn!n Contract: 575, 576, 585, & 587 OWoor. Yi'lm H QfOtwkB $lib & Sunrancb CfPll!l eartoea, UC Through Date: Y:.3/-/7 E:,u:eptlona: This document doea not affect any c:rf the followfns: (I) Rotc ot!oos, (2) Extn18 for which tho olalmont has not received poy111ent, (3) Contract rights, lnoludlng (A) a rlsht baaed on re.,olsslon, 11bondonn1ent, or brooch of contract, and (B) the right to recover compensation for work not compensated by !he payment, Tho following lnvoloe& Alld PIIY applications are IJloluded In tho ab<lve referenced amount: Doto signed: CJ -7 -17 7/40 ... 7</t/-3355 Clalmemt's Phone No, I 2 l I I I l ! Bnldwln & Son,, Inc, Vlll•s• 2 South• Storm. Drain Job Ho, 02--0020,, t 6/0VBR.ALI, 2442, Contract II 57 $ Co3t Code; 27-06 UncondltlonnJ Waiver a.nd Release on Progress Payment (California) Type 2 Form Pursuant to Civil Code 8134 (Effective 7/1/201:2) NOTICE TO CLAIMANT: THIS DOCUMEN'I' WAIVES AND RELEASES LIEN, STOP PAY­MENT NOTICE, AND PAYMENT BOND RIGHTS UNCONDITIONALLY AND STATES THAT YOU HAVE BEEN PAID FOR GIVING UP THOSE RIGHTS. THIS DOCUMENT IS ENFORCEABLE AGAINST YOU IF YOU SIGN IT, EVEN IF YOU HAVE NOT BEEN PAID, IF' YOU HAVE DEEN PAID, USE A CONDITIONAL WAIVER AND RELEASE FORM, Thia doo\lment waives 1111d releases lien, stop p11ymcnt ootlco, and paymont bond rights the claimant has for labor and service provided, 11nd equipment and mntorlal dollvcrcd, to tho customer on this Job througll tho Through Date or this dooutncnt, Rights besod upon labor or ,ervlce provided, or equipment or mate.rial delivered, pursuant to a wrl�n change order 1ht1t has boon fully oicocutod by the partlos prior to the dntc thut this documont it algned by the olalmant, 11rc waived tnd �leased by this document, unle89 listed as an Bxoeption below, This clalm1111t hu rcoelvcd the following progress payment: $!.,._ ___ o_.o_o __________ _ Cle11mai1t: ____ WE_S_T_C_O_A_S_T_S_A_N_D_A _N_D_G_RA_V_E_,L,'-I_N..:.C .... ________ _ cu�tomer: .Coss Constrnotfon Ino, Job Looatlo11: YJllnso z south Storm Pcnin Contract: ·575, 576, 585, & 587 Ownor; vw,so II o{Olay HS Syb & sun11ncb CIDIJ81 P1nners, LLC Through Dato: 8/31/2017 Excoptlons: T}lls document doos not affect any of the followlns: (I) Retoottons, (2) Extrt18 for whloh tho olalm1mt baa not received payment, (3) Conttnat rights, in0!11dtns (A) a right b11sed on re4o{sslon, t1b1111donment, or broach of oon tract, and (B) the right to recover compensation for work not eomponsntl)d by tho payment, . Tho follow Ing lnvoioea i,.od pay appl lcatiol\3 nro lncludod in the above rofercnoed amount: NONE Dato signed: __ 9/_6_/2_0_1_7 __ _ WEST COAST SAND AND GRAVEL 1:rr��{)CA-"� (Slgnatur ASSISTANT OFFICE MANAGER (Title) 7 I 4 -� J-2.. ..--U '1 cl.? Claimant's Pho11c No, ' \ \_ �,.,.,. •�,w;acsowt.._flC.Nt1 -­..,,..,....... V ,__""'•"-u V v.'en-W,w-""611,J .. � - .-.c� ...._ _ _.,,,,, ""4'M'll•nMl1erl.if1,llt(.. ,,,.,,,--!.__,.. V --�-��halk�o..tt (tit co. .. a-c,-..-.""�c... �( ..... Cit.'-.,, W""t"' Wllff Worb U,(� .. k ,.__---�Pwrer� cu,t:onrul'.CbCl"lnc V11w111s-o,-..ac-..c:ss1S i.i1so,,c��eo,,,ir11C1Ut; VJ--!.WRC.�&.� lltllMlllilcllll'YKtl:in&s"K i.i,�c.on•�s1s1s,, V?IMl'Jiln&SH&"l VJ�snun • -...:-j._ �., . "VJ:�sn1:s1i; Zt v:z1111unam V:Zs..ttil1Sa.D, '-'lAIHilllUl&.Uf .,_ VU<Mll)H&Sl\l s.r..-Vkt.,...a, • IW ZA-UC....-.wtMl '--"""'-S.SnUA:e.. �ffl liJ"8.,.-..-1!C.11tr.ctMI V1MIH.U.• ......... c..-i,-.c1'41 l'!t!lfl-.-M Vll'tPt\W•t.lMel-w -iw•��-l4d-l C--K1'41 ,... M1a�v.r.,r,,wc.-t,ae1.M1 �Cr-MMMIP'I •.;J..�r·,•,n.bl.t...._�., .. .1..i;.,,., . t,oczc»••----,.-Ol.(ICllOS,1 760&CMC020!!ttllltrxtll?UO i ""�'.i.' , ...... 11. ,·..-t .. ... r-,.;-,a. :.I• ·y-::,;,_�·:.'J''-•l"#b-J 't�-� rr<. •• ! "' .•• "'""" cznv:.1 1,10C-4YIOCI ..•.. , LUllOCIOCC Cl/l>l.i11 I< UJDIOCI ... ---··-·· s . ..,,., ---,.. .,, • .iii I< ,,.,,. 01(11\1)1 ,,--, IS .,,_,..,.,..,. ··-·· I ....... .,, 03Jt�Nf1'.t:i,I .. --· _.IS ..... t.UDUJC Ol/1'11' �u ' 1000000) ..,, .... Olll&h, $ ........ --·, I< .,.... ..--··· Is .. _, Is uo.u,.it ..,---;.;;, 1,-00 . _,,;,. I I , __ ,. ""'"' ,.,,,;;. I< ., ttlfl" 11 1vo1i1, I nmD' ,..-,. I< ,,. ..... ll/ l I I """"" ,=, tll/D?II, .. '"",--·, I m-ao .......,·-·· "'""'.. �.,,.U/'"'' I ...... ,_ •-m 1,nuu � ..... .,--, , .... , ...... Baldwin & So..ns, LLC DATE INVOICE NO 1/31/18 RC442-00003 CHECK 3/07/18 DATE Baldwin & Sous, LLC 20 Corporate Plaza Dr. Newport Beach, CA 92660 (949)640-8300 I CHECK NUMBER 2167 Cass Construction, Inc. DESCRIPTION V2 South Ret 1/31/18 151841 TOTAL> PLEASE DETACH AND RETAIN FOR YOUR RECORDS MECHANICS BANK 61 o Newport Center Dr. Suite 100 Newport Beach, CA 92660 DATE March 7, 2018 CHECK NO. 15184 INVOICE AMOUNT 9525.77 9525.77 90-4485 1222 AMOUNT *$9,525.77 Pay:*************Nine thousand five hundred twenty-five dollars and 77 cents PAY TO THE ORDER OF Cass Construction, Inc. P.O. Box 309 El Cajon, CA 92022-0309 Baldwin & So11s, LLC DATE INVOICE NO 1/31/18 RC442-00003 CHECK 3/07/18 I CHECK DATE NUMBER Beige Check Copy ** VOID * VOID * VOID ** **** NOT NEGOTIABLE **** 2167 Cass Construction, Inc. DESCRIPTION INVOICE AMOUNT V2 South Ret 1/31/18 9525. 77 151841 TOTAL>9525.77 PLEASE DETACH AND RETAIN FOR YOUR RECORDS I \-;'f'�OoN' CASS CONSTRUCTION, INC. GENERAL ENGINEERING CONTRACTORS P.O. BOX 309, 1100 WAGNER DRIVE EL CAJON, CALIFORNIA 92022 PHONE (619)590-0929 RC442-00003 NAME: BALDWIN AND SONS, INC. ADDRESS: 20 CORPORATE PLAZA DRIVE NEWPORT BEACH, CA 92660 PROJECT: OTAY RANCH VILLAGE 2 SOUTH OUR JOB#: 16-2442-0C YOUR ACCT#: 2003 DATE: 01/31/2018 ============================================;=====----------------------------- CONTRACT#: 587 TOTAL RETENTION BILLING: 9,525.77 l.l(o+ RECEIVED BALDWIN & SONS 0-d•d<,• ·�-·hlf•I& -c,-�-,, 11i-r-i�ccn 11;11 c.i1 011-,011 (>.Iott ll.f1,� Co4c Cur,...,Qr1 Ot4ttQlr <:.c, flCMIBIJ8 0.i,:il'tlCHnur �t 0r4c1 u.1,s TN.ill Ttt.11 ........... ,..,..i j ............ ,�,, st.31u1 CW,ra1111P.1•1 .,,,,;.,.·e1ot,et.1•t 1.•1�1111' ""' ""' m.:v: ,.w- ,.- ·'"'""' ..... l ' . "" Sl,t.u...U ,.,. UIS.&+ ,.., S.Hil.00' -St, .... 11 ...... SSU"' Utlffl _:., · ... "" l:t�•l .. .. , ... jJJ.7:, ,., ""' s:•u: � .. ...... "" st.OIJ J9;,:a.,ui .. ,.,, f�; 1--l='"-!"'"'.:!J'�"''"""'""" ··•c.· ----+-""""·"+--''l----+-..!"':!<'!j! ... ��•!c••.!!""""'!!I---.J'"-'"2'·••e,"'•"l----+-=�1--_i"l--""'"'"""'"'�;_-_J,$j..."--"",?,""""'""'·" 1-�-�.,.l---""'4 51f1,,.. '"' 1--'-""'-f"'-="'"'""'"""m-,.,.,,_· ---+=+--''1----+--''"'"''l'EA"'-lf-"''-'"'"'-''°"l----'"'""'" .. "'•'l· ---+--"J'"::.'"'"'"'"'l---�"'1--.,,"..,.=•-"l----'''""• l---"""'""�"f-"'-· __ "· �1----"""'lill,I s1».u · l--'-!°'·'-1'"'",._,=.•=--=:,'-·---l-,!!"""'"'-1----'-'l----+--"""''l'"'"-11-"''"'°"'-"00'-4--_..Cs"';'.:i·•!-t:,O�"!---l---"""'""""'"'1---!'-"il---"""'',..,;'-"1----""""l---"�"",;"'""'l--";..C·•C..•. _ _,",'-!----""-"'=-!:»f),U;1--""�· -!°"=-=· •=!0,!r;_ __ -4-.!!";e·"+--!!!i----+-.!!"�"!i!'!.' +.1•,a"e,"'+-....!l".!l"ll''!!l---+-.!":,!·'!1''·!'1---�l--''"''·''°'"��--"•·"1-"-..!'!!!'·'!:l"t!·" !------,-4---=-! u,,_.: 1--'-'"'-· -l'"'-"""K'"'"-""""'""'°'-""r----+-""::;·"+--'l----+--''"'"'l'"'"-lµ,'•'""'°"'"''+---"-""'"1---l---''"'?�'""'"'-'11-------'"'!---''"'l,!jie,<,."'1------'�"'l---''"''"""''"'l--"--�1-----"'"'""'-t nus �:::::�°"'::·:"':'.'.":'.'. ... ':::;;:,:;;,..,;;;::::::t:'.'"::'·":t:::::'t::::t::::'."'.'.'.'t"'::��'.:'.''':'°:·.,�====:'.'.�:'"':�:::::t:::''.:'.'.:'.'.:'.t:::::'.''.:'."�==='':'':"':"�::::'.:'.:'.'.�===•'::'':":"t:::::'::'.:t:::::"'�" ..,.,. t--'---+.!:''.!:"'::>'C,!Cltii!!!!'-"'°"-''---1-"'';e"+--'""�--+--'"'"'-"'"'I'''-' +-""'"'°''1---...J!l.2.!'1---+-l!""'"-"'be!Ooi---"'"1--1!''"-'>• "-�"!-•��·_..;. •ei,'' "'!--..!!"!!!"S!•.!!a�l----+--"-�!!..O(I IHl,1J 1--""--l--'-""="-"'""�"""""'""'...,."""-'--1-!!"""·"+--''l----+---''"'·'":;,""-ll-'"'"'"'"4---'"'"c..:'ffl"l---1-----"=1----''"'l-"---"'"""',,,..:.'·-�··._,,_,,;;l--_.,_,u:;""l--·-_;.__l-_-"',.,."'-lrs,:,..:] f---"..-f-£T_,,,.•� .. ,,,,..,.,_., ...... ,,·.,�;_ __ µ"-""c+-�'l-----l---''"'"•'j'"'"-Cf-"',nce,eSOO'-j-----"""-'"f----+--''!2'·�S,,-'i°'f---'-'"l-"-..!>:O,•·"'?l'"4-"--2'°!------'""-""'l-..,;.--+---"'""'l°"• �'OUI_ '--.:.'--''-""""''°'°''-''',=•-=T'---J....:!:,C:C."'-'---'"--......L-...2'c:,°'"",wc.te,IOO=.OO"'---"""''"°"''•er....--.l--'"="-"''°''=----='--''"''""=">-�---'=----"-'='---''---'---=.J J"•°'.il l \I ieicio. '!.:'- �C01slM'10A: �="" .. ,__ ____ _r,ce,.eX ... ssma ••t•• Cttl Od",-1-..J CII.MIJ( c..-c-1 ... 1(!1, 0t.s.1Qt1 EXHll:IITS ,,....:_ . ......., ..... ·� ·� JP>:J,TI :::--J ONt...rlllW� hdl�•GtffNlol 1e-Ltt� OlfA)u.l Ctr.lf.1(1 �"' o,m (Jrr u.;. µ•:e,•'e<' +-!!'":!"-+-'"''"'"'---+"'"!!'"'"-"'":!"'f-.!'•!!01'!•L• -+--'''"""'"'-' -+--"""'"--+--"'�"'"-+--" "•-='""-+---"""----{1-.L-l--J.!""'='"'=·==r--'--l-.£''""'"+----''1----l--...!'.!?l"�c�•-l--...!'!J."J.!"'!J-----''�"'2!""'1---+-...!:'..,2'1!!�1----'!!l---...!:""'="+-----'4--...!:!!ll!!I---''-:.+--"""-! M-7.S • t::::j:::""""""::::..�··�-"-�-;,.._,,-�-;•·;:::::t::::::t:::::t:::::t::::':"'r"'=:l:':':00::00'.!:::::::'::�:::::±::::':'·':"':�t::::::':"'t:::::':,.,:00:'t:::;:::·:"-=·[="t:::::':':":�t·::::::::t::::'::·'""':1 m.». �lffl.....,:�09�<'0"' 1MW110-.�,,.c;p,llf,��l Ol-1-�«0,e,•o_• -f::....,e,.e,le,O°""e;.,"'•�"'::"=,'--,�,-,_,--,-, .-c .. -,-+.":P.J"''+--f--'"'1---'-'·�"f"EA'-1-'""''·a!"a:"''!----""''!-'-''u"".,"'n.:,•t-"'"'""''"''-""!----"'_"½-_..,u .• ..,,.,"',-"1--,--�'---"u"'m"'""l-"---l----,."'"'"ls.i....,,.n �!lilVl."'°•�tlll-C•IOt Cl-ct,,,1 DDU•)1V,,\(lqll)HE �w��••C\11 IIVl-:><>dnot-wtVRYI 'I f-'"'=''-l"'OFC"-'::c"c:Ol,;:«::,l>ecl,:;O"-""="'K8:::0li::c·e'--+-"ll"",ll'-+--+--"'l---"'!--l--""-=l---'""'l--'"""""l--'="'1----=!--''"''·'"'"-"'+---,-!'.=ta'--"•"a=�•!1�.--..:.--l---'�-l�:.":al.·'J,; 1� .... •:1.�J '" " )�_4;:l�j .... IMJil.�) °'tWM'd<rnf.lli"r.llW�IDtlllC f-"C:,:O:,",J,:::�C::�::::"'°::!.';"::::i'�="'::;O°""'::;;,r::;w::;;;::;::'c.. __ ._L.::"'-L...-...l._..!.!"--'""-_,JC....,="1-----"'"1--�=Cj.-�=f--,-'4'"--'le,,,:'Joce•O�•·�--""f---'""'""""'""J-•---+---"'""'flA _S;,'8�v "' ,,.. �.:"' ,. .. i'>'l-"' _./ , ..!Cr1111dT01:11 1'U.lfr .. SB,1.1.1, fl'U.!IUl ,<V I Od�ot� l0-;«�:�,.1�To1�IC1f1Ct,kOI...,...._..,. !Mt JM,j :1.r, !>aC'-'..., �uiu.,,J Nll'IV..:.t .... ..... ,.., Ul1.)U.S• ......... ,..,,. .. ""-m" 1)'.lllM ,om .... WWl.ffl;OC S!,\t,U.U,� mt,,m,.,,. �..,.: CM\Oti: et,r.1·0t. ,�, �.!.."U,.I �1.Ht-01 .....""'sr..w ,.., ·-� c�;1�4�.s> __ .....,,,,,,,.,,.m�·",_')_.., C)5z..s . .-::i I ,�T«d l SM).,?�U m,::: '"' "" I c., ..... -rot.t I 1t'J,U,Pl � .. ..,. �,. "" .. oo Baldwin & Sons, Inc. Village 2 South• Storm Onun Job No. 02-0020-516/OVERALL 2442 Contract #S.75 CoSI Code: 27-06 Conditional Waiver and Release Upon Progress Payment (California) Type 1 Form Pursuant to Civil Code 8132 (Effective 7/1/2012) NOTICE Tl-l!S DOCUMENT WAIVES THE CLAIMANTS LIEN, STOP PAYMENT NOTICE, AND PAYMENT BOND IUGHTS EFFECTIVE ON RECEIPT OF PAYMENT. A PERSON SI--IOULb NOT RELY ON THIS DOCUMENT UNLESS SATISFIED THAT THE CLAIMANT HAS RECEIVED PAY­MENT. Clnimuni: Customer: Job Location: Owner: 111rough Dote: Cnss Constniaion Inc. Bnldwin & Sons Inc. Village 2 South Storm Drnin Contract: 587 VIiiage II of Otay HB Sub & Sunranch Capital Partners. LLC 1/31/18 This document waives and releases lien, stop payment notice, and payment bond rights the claimant hns for labor ond service provided, and equipment nnd moteriol delivered, to the customer on this job through the Through Date of this document. Rights based npon labor or service provided, or equipment or material delivered, pursuant to n written change order thnt hos bee1t fully executed b;; the portics prior to lhe dote that thi� document is signed by the claimant, nrc waived and released by this document, unless listed as an Exception below. This document is effective only on the claimoms receipt of payment fron, the financial institution on which the check is drawn: MnkerofCheck: Amount of Check: Check Payable To: Baldwll) & Sons. LLC 9 525.77 Cass Constniction Inc. Gxccpiions: This document does not affect ony of the following: (,I) Retentions. (2) Extms for which the clni mant hos not received payment. (3) The following progress payments for which the claimant hos previously given a conditional waiver and release but hos not received payment. Dote(s) of waiver and release: NA Amount(s) of unpaid progress pn;·mcnt(s): 0.00 (4) Contract rights. including (A) o right based on rescission, obundonmcnt, or breach of contract, ond (13) the right 10 recover compensation for work not compensated by the payment: The following invoices nnd pay applications ore included in the above referenced amount: Date signed: �l�/3=1/�1�8�------Cass Construction, Inc. (�anyNnm� �-'-Olhc<�',-'-'?,\.�V (Signature) Shannon Burke, Controller (Title) (619)590-0929Cloimont's Phone No. I u ( � � u 8/27/2021 Baldwin & Sons, LLC 20 Corporate Plaza Dr, Newport Beach CA 92660 (949)640-8300 Imaging -Vi-Transaction MECHANICS BANK e,o Newport Cemer or. Suite 100 � 8eecll, CA 112660 DATE August 29, 2018 CHECK NO. 16614 Pay:*!'""."'" .... ..,. ................................ Eight thousand dollars and no cents PAY­TOTHE ORDER OF ,-- . Cass Construction, Inc. .P.O. Box 309 El Cajon, CA 92022-0309 12Z2 AMOUNT *$8,000.00 0 □ o. 0 -u !l! §�C !�i 0 m g -t :z: I m m 0 ::u 0 ::u 0 Q !:: 0 ::u z )> � z ;;,;; https://Web17 .secureintemetbank.com/EBC_EBC1151/AccountDetalls/lndex/c97d46c-85a8--4116-9713-a4bb38e275a3?Token=pE5ZWX0nyN2hjW82c... 1 /1 CASS CONSTRUCTION, INC. GENERAL ENGINEERING CONTRACTORS P.O. BOX 309, 1100 WAGNER DRIVE EL CAJON, CALIFORNIA 92022 PHONE (619)590-0929 RC442-00004 NAME: BALDWIN AND SONS, INC. ADDRESS: 20 CORPORATE PLAZA DRIVE NEWPORT BEACH, CA 92660 PROJECT: OTAY RANCH VILLAGE 2 SOUTH OUR JOB#: 16-2442-0C YOUR ACCT#: 2003 RECEIVED Jul 2 I. ?1)'0 • _ -10 BALDWIN & SONS DATE: 07/31/2018 -------------------------------------------------------------------------------------------------------------------------------------------------------------- CONTRACT#: 587 TOTAL RETENTION BILLING: 8,000.00 Invoice# Q..c l-\41-- QOcD 4 _$ 80QD. cO. Contract# <;3 +Coding lApproval NP Entered IJ:ll1h�:JB & Soni!, In� V,11.,gc 2 Smuh • S1orn1 Drnm Joli Nv O�·OO�U-�16/0Vl,lll\l,I. 2442 Co1111:1t.·1 IIS'JS C'osl C1,,lc J"/-00 Conditional Waiver and Release Upon Progress Payment (Cul i forn ia) Type I Form Pursuant to Civil Code 8132 (�ffcctivt: 7/1/2012) NO'I ICE THIS POCUMI:oNT \VJ\IVl:::S THE CL,'\IM1\NTS UEN, STOI' 1'1\ YMENT NOTICE, AND f'>A YMENT DON!> RIGHTS £FFECT1VI:: ON RECEIPT OF I'.\ YMl!NT. A l'ERSON SHOULD NOT Hl:1. Y ON Tl IIS DOCUMENT UNLESS S,\TISFIED Tl IAT Tl 11: CI.All'vlANT H:\S RECEIVED l'AY· MIZNT. Cla1m.t11l. Cu.Slomer .loh Localicin Owner: Through Dn1c; �Uil.lllctim�'�•�·�---------------------------- lhJdwrn & Sons, In Yilhrnc 2 S<1111h S1onu Prniu Contract: 587 Villptq II of Otoy t<B Sub & Sunr•ncb� __ , _P?�'~tn_._,.-,�ll�(�--------------- 7/31/18 ·nus doeu111cn1 wn1vcs and n:knses hen, stop µ:t.)'ml'nt 1101icc. nnJ p-aymcu1 bond richts the clo1im:rnt hns for labor nnd service provided, and cquip111c111 and malcrinl delivcrctl, 10 lhc cuslomcr on 1his Joh through the Thruugh Dote of this docunu:ut. Righ1s trnscd upon Jal,or ur service JHo,•idcd. or eqm1,mc11t or nrnttrinl Udivcrcd, JJU1sun111 to J, wr111cn chnngc 01dt!1 thnl hns been nilly t?.\:cc111cd U)1 1hc parties prior 10 the d:uc thnt this doc11111cnt is slgnccJ by the clnimnnr, nrc wniwd and released hy 1his document. unless IISlcd ns "" Ex�•cplion below. 1'111s docum•nl is cffcclivc only 011 the .:l:dmunl.'i receipt of 1u,yincn1 from 1hc 1inunc1nl iust1u11ion on \\ hich 1hc chcc:k is druwu � l,,kcr of Check· ,\,un11111 of Check· la!!bY!!l..!,j�!!le.-,cl�-------------------------- 8,000,QO J:�i.£00llll!£,Ul.!l.!...LW...------------------------ Excep1ions: Tlus doc11111cnl docs not nffeci ony of the followinu. (I) Rc1c11tiuns. (2) Ex1rns for which the cloimn111 hns 1101 rccc1\'0d pa)''"'''" (3) The followinu progress 1rny111c111s for whicl1 1hc clninrnnt hos previously �11·c11 n condiliOnAI ,,111vcr and rclcnsc bu1 hns not rccei\'cd pa)·mcn1. Daic(s) of 1111i\'Cf 011d rclcnsc· NA Amo,ml(>) of unpoid p1o{lrcu pn)'mCnl(s): 0.00 (�J C,101raci nslns, 111cludm� (,\) a fl!:hl based on rcsc,ssion. nbnndonmcnl, or breach of contract. and (0) the right 10 f�covc, com1H:nsntio11 for work 11ot compt!llsn1c:d by 1he pnynH!lll. Th� followmg 111vo1<.;..:s ;111<l 1>uy appl1catio1,s are inctuch:d in the nl>uvc 1cfc.·1cncc<! :11uornH: !)31c Sl@ncd: 7/ . ..,J'-'l'-'/_,1..,_8,__ _____ _ =="-=��J::£i!��\£J_...._\j (Sig1111lUr·) ::ihannon Uurkc. CFO __ (Titk) (619)590-0929 Claimi\111's Phone No !1-1'1 17 1.011 e:. EXHIBIT B S!'.>4500 1 ,0000 u.��•• oo S�.:.11,1111. t-----,-.:•..:·P..:•:.::C""'Cb='"-'3C="'--------'i----'-'':::'•0:.:,'+---'2"'"':+----+-'":u"""'"'l>-lf'--+-__, .. :c-00""-l--�'""'"""'"''""''·"l-----l--"""-"""'"''@cc•1---''"'"'--'"""1---..!!"-'-'""""-'°""1-----''"'.,_."_,."l---''"'""'''"'"-"'"'t' ----+-----'-'':,.,""'"-! 38500 Oe!Sea!Ol'l Coupl:nc b Cl&ll c0nfc:n Cot,.!"°"l,m.m�eraatl'lftile�2V' r�:Tl on $&rn3 VieWM(f:tfC 116) 0'2- fl,1Jll! .. iu c�, Cod, CO • I l)Q20-51WACK80NE 21-\� !Remove 1rv.-atf:niM andl ro-o,g �1:gi :o HtaC.bhci'.e-... :ior.s (RiC :SlC) Ol-('() •? Oll&D-�11M$t..CK80NE ?M\ eact:::'lMJe io S::,.:.i; Paca.::11�r -C1.:c out, M.v.!ler ancl fttt>Meci 20" RW C-0 •J P.!='C * 17 02,0020-,!; IGfDACKDONE ?1-!'$ 0g up 31'od .-i.s'..ll Z-water Ml� on RC 1ir, s:ar,: Sile.�• rw� ul"llt""...e co...i (R�C>!2?)8.ACJ<80N£127-� .?M� C11>111,.1n .. ,11,:rtt•1 (l llmug,b cco tlJ) ,.., I 00 '"" J UCI EA 1.10000 C,uc CON Oin1iNlio• !� l'i' li-;5 ?; 29 ,-.io:.ttJ1>e1I .... oi Us,.;-J Nr-tUw-d EXHIBITB 0rii;j11;1I Contr•ct O,,.,.J:c0nrtr l<>ffNA�tlt1 ,C-uil<I•: e ...... ,aao,o· C.....:rM1: �°''"" Toul Toc;i,I Ro•.i:wilTot� S! \frQOO S41<'11 srn.uu, ,10000 SUOOOI) SlCl.llJ(,JI I 0ri,:in..J Cn111r,1,:t !Ct,:.;w Ord-trl I Tt.Oi'•I Tor;i,J ll,n,-i,:f'4 Tolal s�.,:-2.w $000 ''"'" "'"' S0.00 «IOI} ., .. S5'9,l.t--15-l """' S-0.(lo.1 sooo sooo Ut,o.;r-.oo s�_1.i.;� ''""' sooo ,.,,. S0.00 S666,ii:.OO SS9_,.u,s..i !!iTiii,51� 01C'l;k O!t.': Clffi 01\ <..,...,,i. 0.: '"' \"ill."'t�Rn'"'""""'·'"'' ,.., �Ullt. l,...,;;z,N IS9,:-M • .!o' Cu,,11il11ivf T111 ll (tu,Ml:c ToO.trt ·�· 11• 1"1>0 .. ,, S?iXHJO Sl,ll)lttJO S..U.IA7M'I $1U,,lll,H �-;1,.220.M �JiiD� sooo '°"' ., .. sooo s1:.-.'»l.l1-: 01cd,;m;. ·�· 100 IIIU..li',:CJ't'.111(111): i,,,..r,tDa1r: WM1:i-:■fftkr; la,oa,""'-1: ., •• t."'-11.i;; .. : Tot:.l S7WOI! SI lo1HIO SH l!l�MCI s1u.o,.J1 S1U,.�J11H su;.��-6S �j,f",1)(19 S0.00 "'-"' """' SU(al S116,.,J9()1; 0,ci.tOK ,,111A.'1)1.J1• tntl.!l!IS 1tCn� $:1,l)OO,IIO S!l..00 -11,v..1:.,:; Cimn1c IJ.illiui 1b•1oi•.,..•i«01>.nl"1 Oir,11111/1,-Tm� .. �, Sl)o(I $8,000.00 c,.nc•I Tot•I I S.'ll.lX!C:00 S0.00 �1)1) sooo $0.M sooo 5,-_U'.)J(!> Ol,,::d;Ot- Baldwin & Sons, LLC Date Invoice Description 2167 Cass Construction, Inc. 08/31/18 RC442-OOOO5 V2 South Ret 8/31 /18 Check 12/05/181 Date Baldwin & Sons, LLC 20 Corporate Plaza Dr. Newport Beach.CA 92660 Check 17296 Number . I Total > Mechanics Bank 610 Newport Center Dr. Suite 100 NEWPORT BEACH.CA 92660 Date December 05, 2018 Check 17296Pay:*******************************One Thousand Five Hundred Twenty-Five And 77 / 100 Pay to The Order Cass Construction, Inc.P.O. Box 309 El Cajon, CA 92022-0309 0BSLLC 17296 Amount Paid $1,525.77 $1,525.77 90-4485 1222 Amount $1,525.77 34209 I CASS CONSTRUCTION, INC. GENERAL ENGINEERING CONTRACTORS �r.�r, Iii I P.O. BOX 309, 1100 WAGNER DRIVE EL CAJON, CALIFORNIA 92022 PHONE (619)590-0929 1/ RC442-00005 / NAME: BALDWIN AND SONS, INC. ADDRESS: 20 CORPORATE PLAZA DRIVE NEWPORT BEACH, CA 92660 )'\ 'b , � � RECEIVEDCb' AUG 2 8 2018 BALDWIN & SONS PROJECT: OTAY RANCH VILLAGE 2 SOUTH OUR JOB#: 16-2442-0CYOUR ACCT #: 2003 DATE: 08/31/2018 ---ac---------------=-----------•••==•••=---=a---=-----=-------=--=--�=---=---- CONTRACT#: 587 TOTAL RETENTION BILLING: 1,525.77 Invoice# C f-iLt'L-oooos$ l 25.':\� Contract# 5c&-:\--. Coding ---=:::...--:.. ____ __ pprova/ P Enter:e:::;-d��...1..U�----..J blNI■ c.,. c-.. ,. Onai• ... c .. , O<, ' �•-�.-27-l!.1 • • Comec:t lo � ......... a-ll-19 1 �.,., ... ICcne.ltOft .. � •hie clig9tl,g 20'" �cnSanlaVclonl(RFCae!) 02-CO•I �tll8ACK80Nf H•SJ R� 1r.-.--■r1n■a!ldn-cfi; dicctl 110 iNta"OWt.,...abrlnl(A:FC•10) 02-COil OOzo.611/BACKBONE ?J.Sj � LO Sctiling P'9f»N • CU IM_cltwlwar'ld�20"RW co,;; RFC •� 1 oi,eo20,.51&19ACKB()lo1E !1-SJ 0.,�W.-.wlTMNt'�onAC 'fotP""S.baddilTWfl'MSl!t'YIC:AI co,� (RFC '20) BACKBONEm'-S.S H,SS EXHIBITB .,_,..,_ (ltwo.pCCO•J.) �-..,, ... On,;.MC:U..Rd t.."w■JTO™T Q<, """ \J■llt s T•� T"� ,,..EA 175.00 s1uooo 1.00 EA 1100.00 Sl,IOIIIOO 100 100 EA SJ..l.1:11 IO .. .,:D<l,111IO 100 100 SIIU}&JI ''"" Sw,1>631 I 00 100 S'9.UOGl .... J').•XI o,} 100 100 U.�'90.W .... SS.l'JO«t c-•-., c-�-°"'""('-IIG! < � '-"·c--. lrwi.�Toc-i S?OOOO Sl,10000 "4,111U s,or.-(.lt S9-000J SSJINI_,. ""M ""'-,ffl.N Sff 1M.Jt S'26,114S41 C..•ul•iivrTOfoll (iodate Q,,,aky A-• T•O»u• T•D•t ,.., S70000 100 Sl.10000 "'' SJ.U1180 I 00 Sl6-"6.}I ,o, SV.-000, I 00 ......... CrandToU1I ..... .,,. ... �.1 ..... � 5'7?4,,!H,..� {\/ . ....$7.?t.,JIU4 ................ ,. .. "" S12'.Sl6..5-I I ""•"""c..,..,, IC.-•O...,I I lo... ...... T .... I : T.-� : Toe� :R�Toof: Cotr CHc Oistrikuiea 27,19 Ui66.7i'1.00 IOJJO kle,6.n2.oo S671.ll0.M ?7.55 I0.00 SS9.144.S.l 559,:'.a� St SSJ,710..0'9 11� IOOO IOOO S0.00 Sl-'!S.'7 NO<""" sooo I0.00 '"' .... NocU,.,.'11 S0.00 so.oo sooo S0.00 Notl.,'lc,d sooo sooo sooo '°"" S666.712.00 SS9.7,U.,S.t SiU..!165"' S1?6.Sl6.S.. <.lta:'kOt.: Chcd:o.: Ch.\:tOK 0-...0K 2of2 n.. .. .,.,. £V lltL&.c,:IIJPl'.alOO: ...,.D-, -­....... "'-"'<: PriofBilliQ T•� ,.oo ""°"' 100 SI 10000 1.00 SMll110 100 UG,l)l,)I ,. .. s-,,.0001 , ... .U,J-,o.+O S?U.,J16,J.t ti '"71 &/)I/MIS ,.,..._ SISU,17 , .... , .... C.mac lit:li•� '"hui1oroitt,oal-.- n...-il .. To<,& sooo ''"' .., .. '""" "'" .. ,,. .... SI_ .. Sljn ,.l(v - S1k,¥,)O 1 $1S2$.n Pr.«T .. .t I C.,.,..Tvt .. Sl'i4J.110oS Sl,S!5.7i SS.J.7;()09 I0.00 S!,000.00 I0.00 '"' sooo ., ...IQ.DO .... S0.00 S?:U,'90.n s1.sin: o«-tOK O«tO< JOtlNAMI'-' -m.- iw,,.c--.... , ciu.o, ToO� 600 EA "" EA ,oo EA IOOEA '6.J,000 '716..IOOIJ 6tl(l EA $?7.�00 600 2 EA EA 17°1'1 S! !11()Clll s::oai.-. Sl?.'7000 U-,00 Sl!17C1110 11-1? 1.00 ] S?.111Hlo Oaldw,n & Sons, In� Vlll�s• 2 South • S1or111 Ora111 Job No. 02-0020·S I 6/0VERI\LI. 2442- Controcl •s,s Cost Cc>do, 27-06 Conditional Waiver and Release upon on Final Payment (California) Type 3 Fon11 Pursuant to Civil Code 8136 (Effective 7/1/2012) NOTlCE TIIIS DOCUMENT WAIVES THE CLAJMANTS LIEN, STOP PAYMENT NOTICE, AND PAYMENT BOND RIGHTS EFFECTIVE ON RECEIPT OF PAYMENT. A PERSON SI-IOULD NOT RELY ON THIS OOCUMENT UNLESS SATISFIED TIIAT THE CLAIMANT HAS RECEIVED PAYMENT. Claimant: Cass ConstrucUon lnc, �orrer: Pflld)Mn & Sons, Inc, Job Location: Village 2 Sou1h Stom, Pc•io Contract: 587 Owner. VjUm II of Otgy HB Sub Through Date: 8/31/ 18 This document waives and releases lien, stop payment notice. and payment bond rights the claimant has for lnbor and service provided, and equipment and material delivered, to the customer on this job through the Through Date of this document. Rights based upon labor or service provided, or equipment or material delivered, pursuant to a written change order that has been fully executed by the parties prior 10 the date 1h01 this document is signed by the elaim.1111, ore waived and released by this document, unless listed as an Exception below. This document is effective only on the claimants receipt of payment from the financial institution on which the check is drown: MakcrofCheck: Baldwin & Son:✓ Amount of Check: _l_,_52_5_.7_7 __ l_�--------------------- Check Payable To: Cnss Cons1□1ct1on lnc Exceptions: This document does not 11ffcc1 any of the following: Disputed claims for exlras in the amount of: $, __ t�) _ ___, ____ _ IJatc signed: 12/06/18 Cass Construction, Inc. �n�=�J (��e) Shannon Burke, CFO (Title) (619)590-0929 Claim8nt's Phone No. ------------------------------�--------- l3ft1dwin & So1•i.1 lno. VillAoe 2 South -Storm Drnin Job No. 02-0020-S I 610VERA L.L 2442- Contract IIS1S CoSI Cude. 27-06 Unconditional Waiver and Release upon on Final Payment (California) Type 4 Form Pursuant to Civil Code 8136 (Effective 7/1/2012) NOTICE TO CLAIMANT: THIS DOCUMENT WAIVES THC CLAIMANTS LLEN, STOP PAYMENT NOTlCE, AND PAYMENT BOND RIGHTS UNCONDlTTONALLY AND STATES THAT YOU HAVE BEEN PAID FOR UIVJNG UP THOSE RIGHTS. THIS DOCUMENT IS ENFORCEABLE AGAINST YOU IF YOU SIGN IT, EVEN IF YOU HA VB NOT BEEN PAID. IF YOU HAVE NOT BEP.N PAID, USR A CONDTTIONAL WAIVBR AND RELEASE FORM. This document wnives and releases lien, slop payment notice, and payment bond rights the claimant has for l11bor and service provided, nnd equipment nnd material delivered, to the customer on this job. Rights based upon lubor or service provided, or equip111e11t or mnlerial delivered, pursuant 10 a wri llco chnnge order th111 has bce11 fully cxcctHcd by the parti,cs prior to the d11tc that this document is signed by the claimimt, .ire waived nnd released by this documcnl, unless listed os nn Exception below. The clai111an1 hus been paid in full. Claimant: Atlas_yonstruction Supply, Inc. Cu8tomer: C q s s C o n st r u cl ion , Ip c , Job Locntlon: .YiUnee 2 south Storm Rrnin Contract: 575, 5761 585 1 & 587 Owner: v(llage II or Otay HO Sub & sunranch canl!al Partners, LLC Exceptions: This document does not affect any of the following: t>isputcd claims for extras in the amount of; $ 0.00 Dute signed: 10/5/2018 Atlas Construction Supply (�pony Name) \.,,.C_ / �\lQfitJU1Y)(). (J TJfJ_{J7--(y(Signatmc) Accounts Receivable Manager (Title) 714-441-9500 Claimant's Phone Nu. ORl<lwiu & Soos, h10. Vill.19c 2 South• Storm Dmin Joh No. 02-0020...IIGIOVER/ll,L 2442, Co111nicl 1/S7.I Cost Code: 2'/-06 Unconditional Waiver and Release upon on Final Payment (California) Type 4 Form Pursuant to Civil Code 8136 (Effective 7/1/2012) NOTICE TO CLAIMANT: THIS DOCUMENT WAIVES THE CLAIMANTS LIEN, STOP PAYMENT NOTICE, AND PAYMENT BOND RIGHTS UNCONDITIONALLY AND STATESTHAT YOU HAYE BEEK PA[D FOR GIVING UP THOSE RIGHTS. THJS DOCUMENT rs E>IFORCEABLE AGAINST YOU IF YOU SIGN IT, BVBN TP YOU HAVE NOT BEEN PAID. IF YOU HAVE NOT BEEN PAID, USE A CONDITIONAL WAIVER AND RELEASE FORM. This document waives and releases lien, stop payment notice, and payment bond rights the cluimant has for labor and service p1·ovided1 nnd equipment nnd material delivered, to the customer on this job. Rights based upon lobar or service provided, or equipment or material delivered, pursuant to a written chnngc order that has been fully executed by the parties prior to the d11te that this document is signed by the claimtmt, nrc waived nnd rclens:cd by this document, unless listed ns an Exception below. The cloimnnt hns been paid in foll. �-//c Clolmont: � U3)'1\ lJUGt \-e.¥ WO( k�Customer: 9_@ si C on st r y ct i Q n I 1 c. Job Locntion: .Village 2 south stonn Vrpin Contract: 575, 5761 585, & 587 Owner; YIHase Hof Ot;v HB Sub & S.unn,och Capital Partners 11 C Exceptions: This document docs not nffect any of the following: Disputed claims for extras in the amount of: Datesigncd: l O / Y (rs $ ().00 ·fex-8V�Oh lllt-b-wor,ks(Com Nftme) -, _,,,,e__,; ignature) CJ( e..c\ 1 ·:r t\:§1Std vrt (Tltlc) 8Sf2·-1Y;Jz. -5s?.)q Clnimnnt's Phone No. 2442· Doldw111 & So!ls, loo. V1lla30 2 Soulh • Slonn D<11in Coo:ntct MS15 Cos1cocla�IVED Job I-lo. 02-0020-�16/0V!;!lAI.I. NOV 2'g 2018 BALDWIN & SONS Unconditional Waiver and Release upon on Final Payment (California) Type 4 Form Pu.-sunnt to Civil Code 8136 (Effective 7/1/2012) NOTICE TO CLAIMANT: nus DOCUMENT WAIVES nm CLAIMANTS LIBN, STOP PAYMENT NOTICE, AND PAYMBNT BOND RIGHTS UNCONDITIONALLY AND STATES THAT YOU HA VE BEEN PAID FOR GfVlNO UP THOSE RIGHTS. TH1S DOCUMENT IS ENFORCEABLE AGAINST YOU IF YOU SIGN lT, BVBN JP YOU l·IAVB NOT DBBN PAID. IF YOlJ HAVE NOT BEEN PAID, USE A CONDITIONAL WAIVER AND RELBASB FORM. This document woive$ and releases lien, stop payment notice, and payment bond rights the claimant has for labor and service provided, nnd equipment and material delivered, to tho customer on this job. Rights based upon lobar or sorvicc provided, or equipment or material delivered, pursuant to a written chnngc order that has been fully executed by the parties prior 10 the dnle thnt this document is signed by the clahnnnt, nre waived and releoRcd by this document, unless listed ns an Exception below. The elolmant has been paid in full. Claimant: Customer: i.,Cc.1Pwl!1..,SL.l.C._o!Llln.,1S.1.!LCUll..!<.0.1.I 1u· PLIDll..>.., .1.(.1.1D..1<0 ... , _____________________ _ Joi> 1.ocHtion: .�.i.lJ.aec 2 south stoon Druio Contract: 575, 576, 585, & 587 Owner: Y.lllitt� HJ) Sub&; Synranch <:agital Partners, UC Onie signed: Clniinnnt's Phone No. 2442, O�ldwin A Sons, Inc. Vill•ao 2 souch. s IO(lll Pmi11 Contnol RS15 Co,i Code: 17-06 lob No. 02-00Z0-5 Id/OVERALL Unconditional Waiver and Release upon on Final Payment (California) Type 4 Form Pursuant to Civil Code 8136 (Effective 7/1/2012) NOTICE TO CLAIMANT: Tl-US DOCUMENT WAIVES TI-IE CLAIMANTS LIEN, STOP PAYMBNT NOTfCB, AND PAYMBNT BOND RIGHTS UNCONDITIONALLY AND STATES THAT YOU HAYE BEEN PAID FOR OMNO UP THOSE RIGHTS. nns DOCUMBNT rs ENF'ORCEABLB AGAINST YOU IF YOU SIGN IT, BVBN IF YOU HA YB NOT BBBN PAID. JF YOU HAVE NOT BEEN PAID, USE A CONDITIONAL WAIVER AND RELEASE FORM. This do.umcnt waives and releases lien, slop payment notice, and payment bond rights the olaimanl has for labor nnd scrvic:c provided, and cqu lpmcnt nnd material delivered, to the customer on this Job. Rights based upo11 labor or service provided, or equipment or material delivered, pursuant to a written chnnge order rtuu has been fully executed by the partlos prior to the dnte thnt this dooumont Is signed by tho claimant, nre w_aived and rcleued by this document, unless listod n� an Exception below. The clo!mnnt hu been p4id in full. Claimant: Customer: C n f., C o n.sJ..LU-Xl i o n • Inc , --------------- Job Locution: Yill•i•c 2-5.oJ•.lll.Sll.!lm Drnln Contract: 575, 576, 585, & 5_8_7 ___ _ Owner: �eJlo(Pt•YJ1ll.ill�h.caoJtil..ei.tl=,.....,._ ________________ _ Excoplions: This document docs not nt'fcct any of the following: Disputed claims for extras in the amount of: $ ________ _ Date signed: JD) \�I�\& Clnhnnnt'a Phone No. Dahlw111 & Sons, Inc. Viii•!!• 2 South • Storm Dn1in lob No Ol,0020-516/0V�JV\LI. 2442, Contract 1575 Cosr Code. 27-06 Unconditional Waiver und Rclcosc upon on Final Puyment (California) Type 4 Fol'm Pul'suunl lo Civil Code 8136 (Effective 7/1/2012) NOTICE TO CLAIMANT: THIS DOCUMENT WAIVJ3S Tiffi CLAIMANTS LfHN, STOP PA YM8NT NOTICE, AND PA YMBNT l:30ND RIGHTS lI'.'ICONDITIONAI.LY AND STATES Tl·IAT YOU HA YR BEEN PAIT) FOR GCVJNO UP THOSE RIGHTS. TIITS DOCUMBNT IS !1NPORCBAl3LE AGAINST YOU ff YOU SION IT, EVBN IF YOU HAVl3 NOT DEEN PAID. Ir-YOU HAVE NOT BEEN PAID, USE A CONDITIONAL WAIVt.m AND R.ELilASB FO.RM. This document wai vos and rolcoscs lion, stop pnymcnl notice, nud 1>11ymon1 bond rights the clnimnnt hos for lxbor nncl service provided, nnd equipment and materinl delivered, 10 tho customer on this job. Rights ba.sed upon lubor or service provided, or equipment or material dclivcl'ed, pur�u11nl to u wriltcn change order that has been fully executed by tho ponies prior 10 the date thal this document is signed by Lhc clafmnnt, nre waived nnd released by this document, unless listed n� nn E!xccption below, The cloi11111nt hns !>eon paid in full. Clo11nont: Customer: C n s a Con ti.Lil cJ.i.2..0���--------------------­ Job Locntion: 'illl"L'Q 2 south Sl!lmLD..mi Contract: 575, 576, 585, & 587 Owner: lo!1111ao Ii or Ot;1y 110 Sub & suo@ncb Ciotta' Pmocu, LLC Exceptions: This document docs not nfl'ect any or the following: D isputcd elcims for extrns i11 Jhc amount or: Dnto�igned: $ ________ _ AA Oflnktvr/Jllt/ trials � (Signature) 00 (Title) &t aMfJLH fJJ Clnimont'a Phonc No. 2442· ilaMw111 4 Son, Inc. VdhltJ� 2 South• Sto,in On1in Con1rac1 IS'l.S Cost Code. 27-0t Jot, �•o. Ol-0020-SIO/OV!,HAl,I. Unconditional Waiver and Release upon on Final Puymcnt (California) Type 4 Form l'ursuanl to Civil Code 8136 (Effective 7/1/2012) NOTICE TO CLAIMANT: THIS DOCUMENT WANES THE CLAIMANTS LIEN, STOP PAYMENT NOTICE, AND PAYMBNT BOND RIGHTS UNCONDITIONALLY AND STATES TIIAT YOU IIAVP. BEEN PAID FOR GIVING UP TI-IOSB RIGHTS. TJ-11S DOCUMENT IS 1::--IFORCEAl)I.P. AGAINST YOU IP YOU SIGN IT, EVIDI IF YOU HAVE NOT DEEN PAID. IF YOU 11/IVF-: NOT BEEN PAID, USE A CONDITIONAL WATVER AND RELEASE FORM. TIHS document w11ives nnd releases lien, slop payment notice, and payment bond rights the clnimanl has for labor ancl scrvi1:c provided, nnd equipment nnd material delivered, to tho customer on lhis job. Rights based upon labor or 5Crvicc providcct, or equipment or mnlerinf delivered, purRu11nl 10 n written chnngc order that Im� bc.:n fully ei-ccutcd by the parties prior to the date that this documcnl ts signed by the claimnnt, nre waived nnd ,�lco�cd by this documcuc, unless llslcd es an Exception below. The claimant hns l>ccn paid in ful!. Cln1111:1nl: Re 0 . .STB\ )c Jt )6F,S Cu�lf)lncr: <;;_nJ!�QJULI ... u�i e�1 i ... o�n� .... i�o ... c""'------------------­ Joh l.ocntion: Yilllu:.1Lli11.1Uh Storm Dmin Contrac�_: 575, 576, 585, & 507 <Jwi,ct �R.ILQLO_ta_yJlB Sub & SUnranch Capl1;,I Partners, LLC F.xccplions: This document docs not nffecl any of the followlng: Disputed clnims for cx1rns in tho nmount of: $ ________ _ Dal.:�igned: Jal DS 'ao13 A-j R vY\ l:\J.l B tr E g,(Tille) Cfllol '\) 1l tl l · 3�-S. Cfnimnnl'� Phone No. llaldwi11 & Sous, !no. VillaQo 2 South• Storm Drnin Jv� No. 02-0020-516/OVERALL 2442, Controot 157l Cost Code. 27-06 Unconditional Waiver and Release upon on Final Payment (California) Type 4 Form Pursuunt to Civil Code 8136 (Effective 7/l/2012) NOTICE TO CLAIMANT: Tl·US DOCUMENT WAIVES THE CLAIMANTS LIEN, STOP PAYMENT NOTICE, AND PAYMENT BOND RIGHTS UNCONDITIONAi.LY AND STATES THAT YOU HAVE BEEN PAID FOR GIVING UP THOSE RIOJffS. TIIIS DOCUMENT !S ENFORCEABLE AGAINST YOU IF YOU SIGN IT, EVEN IF YOU HAVE NOT DEEN PAID. Ir YOU HAVE NOT BEEN PAID, USE A CONDITIONAL WAIVER AND RELEASE FORM. Tltis document waives nnd releases lien, stop payment notice, and payment bond rights the elnimant has for labor nnd service provided, one! equipment and material delivered, to the customer on this Job. Rights based upon labor or service provided, or equipment or material delivered, pursuMI to a written change order that has been fully executed by tho parties prior to the date that this document is signed by the claimant, arc wnivec.l n11d released by this document, unless listed ns an Bxccptlon below. The clnlmant hns heen paid in full. Customer: C n s s C on st r u c Ii o o , r n c, Job Location: J'.illAee 2 south s,900 Proia Contract: 575, 576, 585, & 587 Owner: lllliUUUll.�Y HQ Syb & suoranch Capital Pmncrs UC Exceptions: This document docs not nffcct any of the following: Disputed claims for cxtrns In tho amount of: Dntoslgned: \Op/201� .5..rs.\ QI l c Eq u i t:rn (Company Name) I . . . Accour,t Rq> (TIiie) lp,02... l.83 2? I O L:,Claimant's Phone No 2442• Baldwin & Sons, Inc. Village 2 South • S1or1n Dmln Controct #S1$ Cost Code: l7-06 lob No. 02-0020-516/0VERALL Unconditional Waiver and Release upon on Final Payment (California) Type 4 Form Pursuant to Civil Code 8136 (Effective 7/1/2012) NOT[CE TO CLAIMANT: THIS DOCUMENT WAlVBS THE CLAIMANTS LIEN, STOP PAYMENT NOTICE, AND PAYMENT BOND RIGHTS UNCONDITIONALLY AND STATES THAT YOU HAVE BEEN PAID FOR GIVING UP THOSE RIGHTS. THIS DOCUMENT [S ENFORCEABLE AGAINST YOU IF YOU SION lT, BVBN IF YOU HA VB NOT BEEN PAID. JP YOU HAVE NOT BEEN PAID, USE A CONDITIONAL WArvER AND RELEASE FORM. This document waives and releases I icn, stop payment notice, and payment bond rights the claimant has for labor and service provided, and equipment and matcrlal delivered, to the customer on this job. Rights based upon lnbor or service provided, or equipment or material delivered, pursu1111t to a written change order that has bce11 fully executed by the part ics prior to the date that this document is signed by the claimant, are waived nnd released by this document, unless listed os an Exception below. The claimant has been paid in full. Claimant: l!owf5'0� f, pe-Grwf Customer: C11u Construction, Inc. Job Location: vmaae 2 south sionn DDlfo Contract:575, 576, 585, & 587 Ow11e1: Y)Um II of Olay HB Sub & 5\loranch C,pl!JI Partners. LLC Exceptions: This document docs not affect any of the following: Disputed claims for extras in the amount of: Date signed: -"-/_'2--t/_1./--J/'-/<8...;;_ ___ _ Cloimant'• Phone No. O•lrtwin &. Sons, Inc. Villa�<' 2 Soulh • :Storm Drnin Jub No. 02-0020-516/OV EHALL 2442• Con1ract #575 Cost CcMlo. 2'/-06 Unconditional Waiver and Release upon on Final Payment (California) Type 4 Form Pursuant to Civil Code 8136 (Effoctive 7/1./2012) NOTICE TO CLAIMANT: TI-llS DOCUMENT WAIVES THE CLAIMANTS LIEN, STOP PAYMENT NOTICE, AND PAYMENT BOND RIGHTS UNCONDITIONALLY AND STATES THAT YOU HAVE BEEN PAID FOR GIVING UP THOSE RIGHTS. THIS DOCUMENT IS ENFORCEABLE AGAINST YOU IF YOU SIGN lT, EVEN IF YOU HAVE NOT BEEN PAID. IF YOU HAVE NOT BEEN PAID, USE A CONDITIONAL WAIVER AND RELEASE FORM. This c.Jocumcnt waives anc.J relca,cs licit, stop payment notice, nnc.J payment bond rights the clnimant has for labor and service pro-vided, ond cquip111cnt ond material delivered, lO \he customer on this job. Rights based upon labor or service provided, or equipment or mnterial delivered, pllrsunnl lo a written cho11ge order thal has been fully exec111ed by the parties prior to the dote that this document is �igned by the claimnnt, nre waived nnd released by this document, unless listed as an Exception below. The claimant hos been paid in full. Claimant: Customer: �.Jl s s r: on s,..,,t_,_r.llu-"c ..... t,._,i o,_1u..J ._, _.1 .... n..,.cc.., __________________ _ Job Locution: .'li.ll.6�2ll11Lfilll.t.m..l2m· Contract: 575, 576, 585, & 587 -------- Owner: Yllla3c II of Otay HB Sub & Surmnch c.,p�,,iu...!,.L..,,L ----------------- Exceplious: This docu111c11l docs not nffecl any of the following; Disputed claims for extras in the amount of: Date signed: l l l Ct, l L '{\ L Lro.V\ VY\u_ -\f rcecC\ �IZ:e)\/urA (Signature) (Title) Ot'bbJe Vo1't Credit Maoager gs� .-'S3(J-CJ<-{('-{ Cloimnnt's Phone No. 2442• Oaldwon & Son,. lno. Viii•&• 2 So,�h • S1orm Dmln Con1111c1 IS1S Cost Code: 27•00 Job No. 02•0020•S l6/0VERALL Unconditional Waiver and Release upon on Final Payment (California) Type 4 Form Pursuant to Civil Code 8136 (Effeotlve 7/1/2012) NOTICE TO CLAIMANT: nus DOCUMENT WAIVES THE CLAIMANTS LIDN, STOP PAYMENT NOTICE, AND PAYMENT BOND RIGHTS UNCONDITIONALLY AND STATES THAT YOU HAVE BEEN PAID FOR GIVING UP THOSE RIGHTS. THIS DOCUMENT IS ENFORCEA13LB AGAINST YOU IF YOU SION IT, BVBN JP YOU HA VB NOT BBBN PAID. IF YOU HAVE NOT BEEN PAJD, USE A CONDITIONAL WAIVER AND RELEASE FORM. This !.locument woives and releases lion, stop payment notice, and payment bond right• the claimant has for labor and service provided, ond equipment and material delivered, to the customer on this job. Rights biued upon lnbor or serv lee provided, or equipment or malcriftl delivered, pursu11nt to n written chongc order thnl has been fully executed by tho parties prior to the dftte thot this document Is signed by the claimant, nre waived nnd released by this document, unless listed as an Exception below. The olol m11nt hns beon paid In full. Cloimont: WEST COAST SAND AND GRAVEi INC Customer: C a u C o n st CY o I I o n , I n o, Job Location: �Isae 2 sonlb siorm Qcalo Contract: 575, 57 6, 585, & 587 Owner: Y!Oocc n of PIAY HO sub & suacanch cao11a1 Partners uc Exceptions: This document docs not ol'fect any of the following: Disputed claims for extras In tho amount of: $ 0.00 --------- Dntoslgncd: 10/05/2018 ASST OFFICE MANAGER (Title) 714-522-4524 Cloimont's Phone No. ll�ldwin & Som,. Inc. Vl1h,gt.! 2 So\l!h � Sto1m Dmin Job llo. Ol-0020-S l�/OVERAI.I. 2442· Co1mno1 IH15 Co,i Code: l?-06 Unconditional Waiver nnd Relcnse upon on Final Puymcnt (C11Jifornia) Type 4 Form Pursunnt to Civil Code 8136 (Eft'eotive 7/1/20 J 2) NOTtCE TO CLAIMANT: THIS DOCUMENT WAIVES THB CLAIMANTS LIEN, STOP PAYMBNT NOTICE, AND PAYMENT BOND RIGHTS UNCONDITIONALLY AND STATESTHAT YOU HAVE BBEN PAID FOR GlVJNG UP THOSB RlGHTS. TJIIS DOCUMENTIS TINflORCEABLE AGAINST YOU JF YOU SIGN IT, EVEN IF YOU HAVE NOT BEEN PAID. IF YOU I-IA YE NOT BE6N PAID, USB A CONDITlONAL WAIVBR AND RELEASE FORM. This document wnivcs nnd releases !Ion, stop payment ,rntice, nnd pny111cn1 bond rights the clalmanl has for 1,,bor nncl service provided, nnd cqulp111cn1 nnd mnterlol delivered, to the customer 011 this job. Rights b�sed 1111011 h1bor or service provided, or equipment or mnlerinl delivered, pu1·�uaot to n wriltcn chnngc orctc,· thnl hus been fully executed by tho parlios 11rior to the dote lhnt this clocumcnl is signed by tho ulaiinnnt, ore waived nod rclcnsed by this doct1ment, ,mlMs listod os on Exocplion below. The clalma11t hns been paid in full. Claimant: Western Water Works Supply Co. Customer: C n s s Construe Ii 0_111_�[.,.,,..,o'-'-------- Juh Loc,,iion: �lllt'J..U:.\!lll�,�.l!l.!Jll.ll!!•.I Contrac':_:�_576, 585 1 & 587 Owuer: :{IJl..li!J' P of Otay HI} Sub & Suoc,nch Caplt;uJ.;l_(Ulll!_l,.11..1'. -----------·--·� Exccptlo,rn: This document docs not nffcct Hn)' of lhc following: Disputed claims for extms in the amounl of! Dntc signed:.1 _1_/0_6_/_1_8 ___ _ s None Western Water Works Supply Co. (Company Nnmc) ��(3� (Signature) AR Clerk (l'itle) 909-597-7000 Clnhnnnl'• Phone No. Subcontrocto, Vtttdor I Supplier Prtlim/Job (Ill) or Contl'Od (CIIJ JobNumMr OOte R«. the: Prtlim Dot� on the ftrtlim Amto,,�lim Cus Coonrucuon, Inc.. V2 South Storm Drain Contr.)ct 575 516/0vttaft/27-06 03/02/16 02/29/16 $ 1.100.000.00 Cass Construction, lne. V2 South Sewtt Contract 576 60 & 020020516 03/03/16 02/l'J/16 s 1,120,000.00 Cm Construction, Inc. V2 Swlh 575 & 576 10/08/16 10/07/16 s 1,600.00000 Aec"d Re�ase--No Prehm Atlas Construction Su ... .-J... Inc.. ,t--V2 South St0tm Otain Contract S75 Rec'd N U-,dltloanl r1nol 8/3/16 Ob:leline lumber Co.OBA Probuild Is oo W.IJ V2 South 575 & 576 03'14/16 03/10/16 $ U,000.00 ,. fer•uson Waterworks � V2 E>st 575 & 576 03/17/16 03/15/16 $ 100,000.00 I· Fe:r•uM>n Waterworks v v:z South 575&576 03/21/16 03/18116 s 100.000.00 .. H�nson A--re•-1tt1 PM:ific; Southwest Crtd1t .)( V2 South Cotltl'"Mt 575 & 576 03/04/16 03/01/16 s 5,765.00 f Hanson 6ureutes Pacific SouthwHt Credit V V2 South 08/29/16 08/25/16 s 16,000.00 A Mar-Con Products ..x.V2 South 575 & 576 03/10/16 0)/08/16 s 60,000.00 I Moont111n M�t<l-115, Inc. V V2 South 515 & S76 I 04/1)/16 04/11/16 s 12,500.00 I R&C StrlKtvres Inc. x' V2 Sou-th 515 & S76 03/10/16 03/08/16 s 177,000.00 Sunsate Equipment (o_ �Santa VK:1:oria & San� AJe•ia Contract 575 11/07/16 11/03/16 s 2,970.06 Thompson Pipe Group tX' V2 Randi JI 575 & 576 06/13/16 06/08/16 s 280,119.34 Vulcan Mattri�s Co. ,>(" V2 Sou1h Storm Ot-ain & Sewer OJ./03/16 03/01/16 $ 19,000.00 -, West Ccmt �nd & Gr-1vel, Inc.. vi. V2 South conttxu S75 & S76 Ol/02/16 02 /29/16 s 4.000.00 Western Water Works ""'V2 South $75 & 576 Ol/28/16 03/08/16 $ 900.000.00 '-.. Weit Coast Sand & Gravel. Inc.. V V2 SOuth S85 06/11/18 06/05/18 s 3,000.00 I ' Hanson -"-"•rHatM Pacific Southwest Cr�lt V I V2 Sou-th 585,587 08/20/18 I 08/10/18 I s S.800.00 P2084 BALDWIN & SONS, LLC REIMBURSEMENTSUBMITTALS PACKET Contrad with Cass Construction, Inc Doldwln & Sons. In�. ('onaxl ,511 Vill•�C 2 Saum-�lolmcd Waler Casi Code 27-19 fah Ne, 02·0020.,tO/PACKBONE/27 • .S.S • S6)9,21UJ0 & 02-0020.Sl6/1NTRACT5n7•3' • S27.$GO.OO Subcontract Agreement No. 587 This Agreement is made in San Diego, CA on May 17, 2016 between: Baldwin & Sons, Inc. 610 W. Ash Street, Suite 1500 Son Diego, CA 92101 herewith referred to as I.he Contractor and/or Owner Cass Construction, Inc. P.O. Box 309 El Cajon, CA 92020-0309 herewith referred to u the Subcontractor. Subcontr1clor shall perform its pOftlon or the woric according 10 the plan, and specifications applicable addenda, and the followina cenns and condiliol\$. 1 Contract Documents "Contract Documents• means this subcontractor agreement llld the Project Manual includina, but not llmi1cd 10, lbe plal'ls ind -1pc,ifi�rions, S11bcon1m;tor ccrtifi� lhn! ii is fully f1mili1r wllh all of1hc Con1111ct Documents, the location of the jobsile, and the conditlo11S undec which the work Is to be performed, that it enters into this Agreement based upon its own investigation of all such mauers, and that it is not relying on any opinions or repre.seotatlons of Contnictor. This Aarccment represents the entire agreement between Contractor and Subcontractor. and supersedes any bids, prior oral or written egrcemcnts, or r1.11rcscntations. 2 Scope Subcontractor shall furnish all labor, service.,, equipment, materials and other facilities required to perform the work to complete the work specified In Exhibit F {Subconcractor bid proposal) and Exhibit 8 Scope of Work in accordance with the Contract documents. lfany dispute occurs between Contractor and Subcontractor over the scope of Subconlroctor.s work under the Contract Documents, Subcontractor will not stop work but will prosecute the work diligently to completion as directed by Contract.or, and the dispute will be resolved under the dispute resolution procedures in !his Agreement. 3 Contract Price Coruractor shall pay Subcontractor for the strict perfonnance of its worlc the sum of: Six Hundred Sixty. Six Thousand, Seven Hundred Seventy-Two US Dollars ($666,771.00) or 11s set out in the Special Provisions, below, subject to additions and deductions for changes in the work u may be directed in writing by Contractor, and to make payment according to the payment provisions in this Agreement. 4 Payment Contractor shall pay Subcontractor in monthly progn:ss payments of 90% of the value of labor and ma.tcrials provided and installed. Final payment to Subcontractor shall be made, af\er the entire work required by this subcontr1ct agreement ha, been fully completed and delivered lo and ac:copted by Owner. Subcontnctor slutll furnish, when requested by Contractor and in a form ac:ccplllble to Contn1ctor, payroll affidaYits, receipts, vouchers and releases of claims for labor and metcri11l, and shall furnish same Jrom its subcontnictors, matcrialmen and lessors who performed work or furnished marerials or equipment used in the performance of this Agreement. No payment is due and payable until such documents have been furnished, if n:quested. Contractor may malice any payment reundcr by check made payable, jolmtly to Subconlrtctor and any of its subconrract0r5, matcrialrnen o Page I [nilial: I Subcollr.letor Bolcl,vin & So.._ Inc. C'onlracl#5 87 Villo,c 2 Sou,h-Rc-cbimed W>l<r C'o.1 C'odc: 27-19 lob No 02-0020-S 16/0ACKBONE/27-H -S6l9.2 ll.00 ,t 0l-DU20-S I 611NTRACiSf17 •SS • S11,S60.00 No p11yment made hereunder, prior to the final payment �ferred to above, sh,oll be construed as evidence of acccplana: or acknowledg1cmcnt of complellon of any part ofSubeon1n1ctors work, nor shall it be consb'Ued as II waiver ofany of Conln!cton rights. 5Time Time is of the essence of this Agreement. When requested by Conlnlctor, Subcontn1c1or shall provide scheduling infonnotion and a proposed sechedule for its work in o fonn accept.able to Conts;actor. S11bcontractor sl111II confunn lo a mutu11lly agn:cablc pmgres.1 schedule and all n:visions or ch11ngcs m1de thereto. Subcontractor shall prosecute its work in a prompt and diligent manner in eccoroanco with I mutually agn:CGbh: progn:ss schedule without delaying or hindering Co111tn1clors work or the work of others on the jobslte. Subconlnlclor shall coordinate the work covered by this Agreement with the work of Contractor. and the work of all other contractor:, and matcrialmcn, in 11 maMer that will facilitate the efficient completion of the entire work. TfSubcontractor fails to maintain its part of Contractors mutually agreed upon schedule due to facton; wi1hin Subconlnlctor's control, Subconlrllclor shall, without additio11J1I compcns.ation, accelerate its work 11s Coniractor may direct until Subconln!ctors work is in eccoroance with that schedule. Contnictor and Subcontractor shall mutually egrce on the time and order in which work shall be pcrfonned, the: relative priority of the work of Subcontractor and otlter conbraclors, and 111 other matters pertaining to the timely ond orderly conduct of Subcontractor's wort< on thejobsitc:. If any act or omission for which Subcontractor is responsible causes delay 10 the prime contract work, Subcontractor shall be liable for all losses, costs, expenses, l.i1bilitics and damages, including consc:quc:mial d1magC$ 1nd liquidotc:d d■ma&Q, sus111incd by Cumrac:tor, o:r fur which Contruwr may be liable to Owner or any other party because: of that act or omission 6 Changes in the Work Subcontractor shaJI make no change ro the work described in the Contract Documents and this Agreement unless directed 10 do so, in writ.in&, by Contractor. IfSubcontractor makes any change without wriuen direction from Contractor, Subconlnlctor (a) shall receive 110 additional compensation for 1he changed work end (b) shall be lioble for all losses, costs, expenses, damages and liability of any nature whatsoever arising from or related to such change. Subcontractor shall m■lce all changes in the work described in the Contract Documents end this Agreement as directed, in writina, by Contnlctor. Such writlen direction shall not invalidate this Agreement. Once Subcontractor receive., and agrees to Con1nctors written direction. Subcontractor is solely responsible for timely performance of the work as changed by the wriireo direction. lfnecessal)', the contract price stated in lhls Agreement, and the time for Subcontractors pcrfonnence, shall b-c adjusted by appropriate additions or deductions mutually agreed upon before Subcontractor performs any changed work. Subcontractor shall supply Contr.1ctor with all documentation necessary to substantiate the amount of the addition to or deduction from the price or time. lfSubcon1rac1or intends to submit a claim for the di.sputcd work, it shall give wriucn no1ice of its intention to do so before proceeding with the disputed work. In addition, Subcontractor shall submit its written claim for any additional compensation or time: ex1enslo111. Subcontractor's fallu,-c eill,er to give: the: written notice before proceeding with the disputed work, or 10 timely submit the written claim after the disputed work is pcrfonned, cons1i1u1cs Subeontractor's aareemc:nt that It is entitled to no addltionlll compensation, nor any lime extension, for perfonnance of the disputed work. No change. alteration or modification to, or deviation from, this Agreement or 1hc Contract Documents, whetl1cr made in the manner provided In this section or not, sl1all release or exonerate, in whole or in part., any bond or any surety on any bond given in connection with Ibis Agreemenl, and no nO(ice is required to be given to such surety of any such change, alteration. modification or deviation. Page2 Initial; 1/,/y,J SubcontracCor '-4� Bald,,ln & Sons, Inc. t'onlracl IJS7 Vlll•M• 2Sou1h-R<"clolmcd\V11c:r C"0>IC-mr 27•19 Job No 01-0020.,16/llACKDONli/l7,S, • $639.212,00 & 02-CJOl0·516/IN'TRAn"SflMS • S27.360.00 7 Liens and Stop Notices lfany claim, lien, stop notice or lawsuit Is filed fur any labor, services, cquipmonl or tn.11terials claimed to have been provided to or for the project by Subcontnctor's sulx:ontractors, materialmen or lcs.sors, or their subcontroctors, malcti11lmen or lessors or all tiers, Subcontnctor shall defend, indcmnjfy and hold Contractor hannless from such claim, lien, stop notice or lawsuit provided subcontractor has been paid for work pcrtalalna to such lien or claim. Within IO days of written demand by Contractor, Subcontractor shall cause the effect of any such claim, lien, stop notice or lawsuit to be removed from the project. and, if Subcontractor fails so to do, Contnetor, may use whatever meins it deems appropriate 10 cause that claim, lien, stop notice or lawsuit to be removed or dlnniS&od, and the costs thereof, including altomcy fees, shall be immediately due and payable: by Subcontractor to Contnctor. SubcontTector may litigate any such claim, lien, 5top notice or lawsuit, provided it ea uses the effect thereof to be promptly removed from the project and does everything else necessary to assure that Owner will not withhold money from Contractor by reason of such claim, lien, stop notice or lawsult. All money paid to Subcontractor pursuant 10 1his Agreiemcnt shall be impressed with a trust in favor of all laborers, subcontractors, mareri;dmcn and lessors furnishing labor, services, equipment or materials to Subcontractor for �,e work. 8 Inspection and Audit Subcontnictor ihall furnish to Owner, Contractor and their representatives, at ell limes, sarc end imple facilitie.s to inspect work and m1teri1ls 11 thejobsite and in any 1hops, fac1ories or other places where materials required under this Agreement are bcln1 prepared, processed, manufactured, fabricated or assembled. Subcontl'lctor shall fumish, as often as required by Owner, Contractor or their representatives, full report.� of the progress of the worlc at ■ny place where materials required under this Asreement arc being prepared. procmcd, manufactured, fabricated or assembled. Such reports shall be in such detAil es may be required by Owner, Contractor or their rq,rcsentalives, includina. but not limllcd to, plllnS, dnlwings and diagrams. lfo dispute arises between Conrractor and SubconlrllclOr the scope, narurc, quality or timing of any of Subcontractor's work, then, within 10 days of written demand by Cont.nctor, Subconlractor shall produce for inspection and audit by Contractor: (I) All agreements with, invoices from, and records of payment to subcontnlctors, materialmen end lessors for any labor, services, equipment or materials provided 10 or for the project; (2) all records of the lime Subcontractors own forces were employed on or for the project, and all n:cords of payments to and for those: fon:cs, inc.luding all payments of taxel and benefits; ind (3) all n:cords of work done by Subcontractor on or for the project that were made contemporaneously with the performance of that work. 9 Acceptance of Materials or Work of Others If Subcontractor's work Includes installation of materials or equipment furnished by others, or performance of work in arus conslTUctcd or prepared by others, Subcontractor shall examine at the time of delivery or first access, the items or areas so provided, and thereupon shall handle, store and Jnsrall the Items with the ,!till and care necessary to Insure a satisfac1ory completion of the work. Los� or damage to those items or areas due to acts or omissions of Subconmc1or shall be charged to tJ,c accounc of Subcontractor and deducted from money othawlsc due under this A&m:mcnr. 10 Protection of Work Subcontractor shell effectually secure and protect the work done hcn:under and assumes full responsibility for the condition thereof until final accep111nce by Agency, Owner and Contnctor. Subcontractor shall provide such measures as ■re necessary to prolect the work and the worl<men ofContractor, Owner end other con1n1ctors from Subcontractor's operations. Subcontractor shall be liable for any loss or damage: caused by It or Its ag�ts, employees or guests to any work in place or 10 any equipment or materials on thcjobsitc. Page3 Initial: Subeonlltc;tor I� 81ldwin & Sons. Inc. C'.onll"l<I �517 VIIL,ae 2 Sourh-Rc<l1l111<d W11.« C'bst C'odc· 27-IQ Job No. 02.0020-,1618ACKOONE/2MS · 1639.:m.oo & D2·0020•S IMNTRACTSl27-5S •S27.S60.00 11 .Jobsitc Representative Subcontractor shall keep A representative at lhc jobsite during all limes when Subcontn1ctors work is in progress, and such rc:prcscntalive shall be euthorized to rcpr=ent and bind Subcontractor in all mattcn related to Subcontractor's wori<. Prior lo commencement of work, Subcontractor sh:all notify Contractor of the identity of Subcontractors representative, and hcforc any change of rcprcsculative, Subcontractor shall notify Contractor of the identity of the ne\Y representative. 12 Compliance with Applicable Laws :and Regulations Subcontractor shall compty with all applicable federal," state and local laws ond regulations, includin11, but not limited lo, all provisions of lhc Fair labor Stand:mh Act, the Ami:ricaos with Disablliries Act, 11,e Family and Medical Leave Act, lhc California Labor Code, the California Fair Employmcnr and Housing Act and the California Family Righi$ Act Subcontnctor shall defend, indemnify and hold Contractor harmless from any fin.es, forfeitures, domagcs, liabilities, losses, pen•ltles, assessments, attorney's fees, costs or any other expenses arising out of or related in any way to Subcontl"ICtor's alleged or actual failure to comply with any federol, state or local laws or regulations. 13 Insurance and Bonding (See E.thiblt C) 14 Recourse by Contractor 14, l Failure of Performance 14.l.lRight to Adequate InsuranceWhen reasonable grounds for insecurity arise with respect to Subcontraeton perfonnance, Contractor may demand, in writing, adequate assurance of due performance Subconlractors failure to provide,within IO days, such assul'Dnce of due performance as is adequate under the circumstances is a defaultunder thi� A�mcnl. 14.1.2Notice to Cure If Subcontractor (a) refuses or neglects to supply enough properly skilled workers or proper maaerials, (b) fails to properly and diligently prosecute its work, {c:) falls to lllllke prompt payment to its workers,subcontractors, malerlalmen or lessors, (d) falls to make prompt payment to any he.Ith and welfare, pension, vacation, apprenticeship or other employee benefit progr1m or l1'\.1$1, (e) falls to provide adequate assurance of due performance, or (f) otherwise materially brcadu:s this Agreement, and fails within 48 hours atler receipt of written notice of such default to commence and diligently continue satisfactory and timely cor:recrion of the default, then Contractor, without prejudice to any other rights or remedies, may: (A) Supply such workers, materials, equipment and other facilltic:s u Contractor deems necessary 10complete all or any part of Subcontractors work, and to ch11rge the costs thereof to Subcontractor,plu.s a markup of IS¾ on those costs for overhead and profit;(B)Contract with others to perform such part of Subcontractors worlc as Contractor deems willprovide the most expeditious completion of the total work. and to charge the costs thcrcor toSubcontractor, plus III mukUp of 15% on those costs for overhead and profit; and(C)Withhold payment of any money due to Subcontractor lo the extent necessary to cover the costof the corrective action. In an emergency effecting the s11fety of person.� or property, Contractor may proceed as above without notice 10 Subconlnlctor. However Contnactor must notify Subcontractor of emergency within 48 hours of proc�ing with tl1c work. Pagc4 Joid�, w.J I I .,.Su..,.tx:-o"'"ntrsdO--,--· � lloldwln ls-. Inc. C'orUrxl#.SZ7 Vllloac 2 Soulh-Rcdmmcd Wiler C'DII Code 27•10 Job No. 02-CI020,Sl618ACICBONE/21-H-S6)9,2 ll.00 & 02-00l0·Sl61lNTRAC'TS/l7.J5 • t27.$60,00 14.1.3 TennJnation for Default If Subconltllctor fails to commence satlsfactoiy correction of a dcfllult within 48 hours aflcr receipt of a notice lo cure, or lo diligently continue satisl'aclory and timely corTeclion of the default thereafter, then Contractnr (a) may terminate Subcontractors right In pcrfonn under this Agreement, (b) may Ui!C any m11erials, equipment, tools or other facilities furnished by Subcontractor to complete Subcontractors work wiU1out any funhcr compensation to Subcontractor for such use, and (c) may furnish those materials, equipment, tools end other facilities to others to the extent Contractor deems necessary to maintain U1e orderly progress of the work. Subcontractor shall be entitled to no further payment unlll Ilic balance of Subcontmctors work hos been c:omplctcd. At that lime, 1111 of Ilic co!ts incurred by Contractor in performing Subcontractors work, plus a markup of I 5% on those costs for overhead nnd profit. shall be deducted from any money due or to become due lo Subcontractor. Subcontractor shall pay 10 Contractor any amount by which chose cosis and murkup exceed the unpaid balance of !lie Contract Price. 14.1.4 Grounds for Withholding Payment Contnc1or may withhold, or 011 account of subsequen1ly discovered evidence moy nullify, the whole or part of any payment IO the extent necessary lo protect Contractor from loss, including inve.,llgatJon and litigation c0$tS, 011 account of(!) any defective work not timely remedied; (2) any claim J)fescnted 10 Contnlctor or Owner by any worker, subcontractor, 1T111lerialman, lessor or employee benefit progn1m or ttust, (3) any failure to make proper payments lo any worker, subcontractor, material• men, lessor or employee benefit program or trust; (4) ■ reasonable doubt that this Agreement can be completed for the balance then unpaid; (S) any damage to Contractor or another conlrllclor for which Subcontractor is responsible; (6) any penalties assessed for Subcontractor's failure IO comply will, any st.ate, federal or local law or regulation; or (7) any other reason allowed by s1111e or federal law or this Agrc:cmenL When the reason for the withhold is rectified. such amounts as are then due and owing shall be paid or credited to Subcontractor. 14.2 Bankruptcy 14.2.l Termination Absent Cure lh receiver Is appointed for Subcon1T1clor, if Subcontractor makes an assignment for the benefit of credi1on, if Subcontractor seeks protection under the Bankruptcy Code or if Subcontrac1or commiu any Olher act of insolvency, Con1rae1or may terminate this Agreement, unless leplly barred from doing so, upon giving 48 hours written n01ice, by certified mall to Subcontractor, its trustee. and Its surety, If any, unless Subco111rac1or, the surety, or the trustee (a) promptly cure 111 defaults, (b) provide adequale assurance of future performance, (c) compensate Contnclor for aclual pecuniary loss resulting from S11ch defaults, and (d) assume the obligallons of Subcontractor within the statutory time limits .. 14.2.2 Interim RemedieslfSubcontractor Is not performing in accordance with the schedule of work at the lime or entering an Ofdet for relier; or at any subsequent lime, Contractor, while awaiting the decision or Subcontractor or its trus(cc lo reject or to accept this Agreement and provide adequate assurance of its ability 10 perfonn hereunder, may avail itself of such remedies as are reasonably neccssaty to meintaln the schedule of work. Contr11c1or may offic:r against any sums due or to be(:ome due to Subcon1rae1or all costs incum:d in pun uing any of such re.medics, including. but 1101 limited lo, rc.asonable ovcmcad, profil and actual attorney's fees incurred as a result of Subcontractors non•pcrfonn1nce. Subcontractor shall be liable for paymenl of any amount by which such costs exceed the unpaid balance of the Coalracl Price. 15 RJsk of Loss and Indemnity 15.1 Risk of Loss All worlc covered by this Agrecmc,nl, whether pcrfonned on or off of the jobsite, shall be al the risk of Subcontractor exclusively unlil the completed work is accepted by Con1rnctor. PageS lnilial: UAJ Sulx:onlnletOr R•Jd,-in & Sons, Inc. C-on1rac1 JSS7 vui,G" 2 Soull,-Rcclalmcd WM<r C-oJI Cod<: l7-tQ /ob HD. 02-0020-'16/ll,\CKBONf/27-Sj • S6J9,ll2 00 & 07-00l0-Sl6nN1 RI\CTS/27-jj • S-27,560.00 15.2 Scope of Indemnity Except that SubconU'aclor shall be required lo provide no ln<lcmnificuion precluded under California law. Subcontractor shall defend, indemnify ond hold harmless Owner and Contractor, and all of their officers, directors, partnm, joint ventures, agents, 1employees, affilia1cs, parents and subsidiaries("lndemnitccs" ), from any claims, demantls, cawes of action, damages. costs, expenses, anomey·s fees, los,es or liabilities, of every kind and nature whatsoever, arising out of or n:lated to Subcontractors operations under this Agreemcn� whether &rising during or after those operations (Claims), for. but not limited lo, the following: (a)Any personal injury, including, bul not limited to, bodily injury, emotional Injury,sicknes.,, disease or death to any person, including, but not limited co, any employees or 1genlSof Sub-contractor, Owner, Contractor, or any other contractor, alleged to be caused, in wholeor part, by any act or omission of Subcontrnctor, anyone directly or indirectly employed bySubcontractor or anyone for whose acts or omissions Subcontractor may be liable regardlessof whether such pc1'0nal injury is caused by a party indemnified hereunder.(b)Any damage lo property (Including diminution of value and loss of use) alleged to beCIU$ed, In whole or pllrt, by any act or omission of Subcont�ctor, anyone directly or indirectlyemployed by Subcon1r1ctor or anyone for whose acts Subcontnetor may be liable regardles.s ofwhether such property damage is caused by a party indemnified hereunder.(c) Any violation or Infraction of any law, ,111utc, ordinance, reaulatioo, rule, order, citationor slandard (including any penahies) arising out of any act or omission of Subcontrac1or or anyperson ror whose acts or omissions Subcontractor may be liable, including, but not limited to,those pertaining to occupational health and safety or the use or operation of equipment, hoistJ,elevators and sea ff olds.(d)Any alleged infringement of any patent ri&hlS or copyrights. (c)Any liens, nap notices or bond claims by subcontractors, laborers, matcrialmen, lessors,.govern-mental 1gmcics, unions or union tn1s1 funds, including oil lncidenllll or consequentialdamages resulting to C0111ractor or Owner from such liens, slop noliccs or bond claims providingSub-contractor has been paid for work pertaining lo such lic:n or cl■ Im.(f) Any alleged failure of Subcontractor, or any pcrsoa for whose acts or omissionsSubcontractor is responsible, 10 comply with the terms of this Agreement or tlie ContractDocuments, Including, but not limited 10, provisions perlaining to (I) safely and (2) insurance. The foregoing indemnity provisions apply regardless of any passive negligenr acr or omission of lndcnmitees. Subcootractor, however, shall not be obligated to indemnify Owner or Conlractor for claims arising from the sole negligence or willful misconduct of any Cndcmnitce or independent contractors who are directly responsible to lndemnitecs, or for defects in design furnished by such persons. Subcontraclor's indemnity obligations under this section arc not affected by insurance. Subconlnlctor shall pay ■nd satisfy any judgment or decree rcndcretl ag11insl any Jndemnilee Sub­contraetor shall reimburse lndemnitecs for any expenses, costs or fees incum:d by any of them in enforcing any indemnity granted in this section. Subcontractor shall, al Subconlnlctors own cost, expense and risk, defend (with independent counsel reasonably approved by Conlractor) all claims, cause.s of 11clion, adminlslnltive proceedings, lawsui1s and arbitrations brought against lndtnmitees by ,ny third persons, including, but nol limited to, govern mental agencies or employees of Subcontracror. 16 Compliance with All Laws and Safety Practices Subcontractor shall comply fully with all laws, starures. onlinanees, regulations, rules, orders, cit1lions and standards applicable to this Agreement or its performance, including. but not limited to, those pertaining lo occupational health and safety, handling and storage of heurdous materials. accident prevention, safety equipment and practices, including the accitlcnt prevention and ufety ograms of Owner em.I Contractor. Subcontractor shall conduct inspections to determine that afc worlcing conditions and equipment cicist wherever Subcontractor i::ondncts any operations. Suhcon etor accepts Page 6 Initial: -r/ I Subconlnlelor --=!'-,�!'-\:- Baldwin & Som, Inc. Conlrlc:I fSB1 VlllaF2Soulh-Rcclnlmcd Waler C-011 C-odc 27-19 Job I-lo. 02-0020-'16/DACKBONE/21•5$. $6)9.212.00 A 01-00:l0,516/INTRACTS/27,,S • S27,'60 00 sole rc.1ponsibility for providing n safe place to work for it, employees and for lhe employees of its subcoouac1ors end suppliers, for the adequacy of 11nd required use of ell safety equipment and for full compliance with the aforesaid laws, statulcs, ordinances, rcgul1tio11s, Nies, orders, citations and s1andards. 17 Warranty Subcontractor warrants to Owner and Contn1c1or 1h11 all malcriels and equipment furnished shall be new, unless otherwise specified, and that all worlc under this Agrccmenl shall be perfunncd in II good and workmanlike manner, free from faults and dtfccts, and in conformance wi1h the Contract Documents. All wort failing to conform to these requirements, including substitulions not properly authorized, may be considered defective. The warranty provided In thi� section is in addition to, and not in limilation of, any 01her warranly required by law or tho Conttact Documents. 18 Use of Contractor's Equipment If Subcontractor uses Contractors labor, equipmenl, materials or f11cilitics, Subcontraclor shallreimburse Contractor a.I the agreed-upon rate, unless otherwise provided in this Agn:emenl Subcon1n1etor ah■II accept Contractor's labor, equlpmeru, materials or (eeilities u-is and without w■rra nties of any kind. Subcontroctor assumes nil rcspoiuibility for any damage to any equipment, materials and facilities used by Subcontractor or its agents, employees or permilees. Subcontractor shall be respoosible for all acts or omissions of Contractors employees while Subco11u-ac1or is using them. 19 Assignment of Contract Subcon1ractor shall not, without written consent of Contnrctor, assign, l11111$ftr or sublet any portion or part of tho work rcquin:d by this Agreement, nor assign any payment hereunder to od1ers. 20 Jmdependent Contractor Subcontractor is en independenl contr1ctor. Subcontractor shall, at its sole cost and C.'tpense, end willrout any increa5e in lite Con1111c1 Price, (a) comply with all laws, sl1tulcs, ordinaoces, regulations, rules, orders, ci1.1tions and standards of all governing bodies having jurisdiction over the worlc, (b) obtain all necessary pcrm1ts and licenses required for Subcontractor's work. (c) pay all value-added tucs, manufachlrers taites, sales taXC$, use taxes and processing taxes, (d) pay for all parking fees, end (e) pay all insurance premiums, federal taxes, state lllXes and contributions for social security and unemployment, which an: measured by w■ges, snlarlt$, or orher remunerations paid to Subcontractors cmployeCJ, whether levied under existing or subsequently enacted laws, rules or replations. Upon n:ques11, Subcontractor sliulll furnish evidence satisfactory to Conrractor that all of lhe foregoing obligations have been fulfilled. 21 Cleanup Subcontraclor shall maintain the jobsite in a clean, safe end orderly condition. Upon comple-tion of Its work, Subcontractor 5hllll remove from thejobsile all hazardous mareriols, temporary suucturcs, debris :and waste incident lo its operations and shall clean 11ll surfaces, fixcures, equipment and olher pieces where Subcontnctor performed any work. If Subcontractor fails to fulfill its obligations under this section, Contractor may use whatever means it deems appropriate to cause that clean-up to be performed, and the costs then:of shall be immediately due and payable by Subcontrac1or to Conlr,actor. 22 Special Provisions All documents and U1ings gcnc,ra1ed under rhis Subcontract, including. but not limited lo, all CAD files, shall be works made for hire by Subcon1nic1or for the benefit of Contractor, and Contn1etor shall own all proprictaiy rights, including copyrights in such documents and t.hlnigs. Contractors arc required to be licensed and regulaled by the Contractors Stile License Board lras jurisdiction to invcstig■tc (a) complaints about any patent acts or omission., wi of the elate of the act or omission, and (bl complaints about any latent acts or omi$sio Page 7 Ba1clwin & Sons, loc. Conll'ICl #S87 Villop<: l SO<Jtll-RecuhllCd W11cr COJ1 t·ock: ll-19 /ob Na. 02-00l0-.11619AC'KBONr:127-5.S • $6)9.212.00 � 02-00?0-S 1611 NTRAC-TS/17-H -fl7.560.00 structurol defects within 10 years of the date of the ocl or omission. Qucsrions concerning a c-onrractor may be 11ddrtsscd to: Registrar, Contractors Stale License Board, P.O. Box 26000. Sacramento, CA 9::.826. Subcontracts and Other Agreements All ponioRS of the Work that the Contractor's orpnizalion does not pcrfonn shall be pcrfonned under subcontracts in accordance with the pcovisicns contained in these Coouact Documtnls. All subconlract, shall conform to the n:quirements of the Contract Docume111ts. By an appropriate wrirten ■gm:ment, 1he Contnclor shall n:qulrc each Subcontractor, 10 the extent of llte Work to be petformed by theSubcontraclor, to be bound lo the Contractor by the terms of the Contnct Documents, and to assume toward theContractor all the obligatioos and n:sponsibilitics which the Contractor, by these Contnct Documents, assumes.Said agreement shall preserve and protect the rights of Contractor under the Contract Document� with respect tothe Work to be penonned by the Sttbcoau�ctor so that the subcontrac1ing thereof will nO( prejudice such rights,and shall allow to t11e Subcon1n1c1or, unless specifically provided olhuwisc in the Contnctor-Subcontraclora,remient, the benefit ofall righ!S, remedies and rcdrcss against the Contractor. Whcl-c appropriate, the Contractorshall require each subcontractor ID enter into similar 1gieements \\ilh hl_s Sub-subcontractors. The Contr■Clor shallmake avallablc to each proposed s\lbcontractor, prior to the execution of the subcontnct, copie of the ContractDocuments to which the Subcontractor will be bound and identify to 1hc Subcon,tractor �ny tenns and conditions of lhe proposed Subcontract which may be at variance with the Contract Documeiits. Each Subcontraetor shall similarly moke copies of such documc:nts available to his Sub-Subcon1r11ctors. Provided Owner pays Contrilctor as provided in these ConlJlld Documents, Contractor shall promplly pay 111 bills for labor and material f!'rfonncd and furnished by iu Subc1m1r1c1m, m11!:rialm� and supplil:rli in conn�lon with the constnJction, fumishing and equipping of the Improvements on the Project and the performance or the Work. Each subcontnK:t shall con lain a provision for a retffltion of ten percent (10-/4), with such retention 10 be payable upon full �eipt of final payment by Contractor from Owner pur.1uant 10 1he provisions of Paragniph 9.5 of these GenC1111I Condirions; provided, however, that upon request by Contr.ictor, retention amount. or if approved, paymerit in ru11 of the retention 11moun1, shall be made by Owner to selected Subcontractors whose work is fully completed during the cerly itage or 1he Project. Feden1l Arbitratlon Act Cootractor end Subcontractor acknowledge 1hat because many of the materials and products incorporated in10 the home an: manuf1cturcd in other .states, this Agreement evidence, a transaction involvlng inlcrstate wmmen:e end the federal Arbitration Acl (9 U.S.C. Section I, et seq.) now in elTcct and as It may be hereafter amended will govern the inlcrpn:tation ■nd enforcement oflhe arbitntion provisions of d1is Agr.:cmcnt Agreement to arbitration of dl,putes By e,cccuting this agreement, Contractor and Subcontra.ct01 agree to have any dispute decided by neutral arbitration in accordance with the federal 1rblb1tion eel and the California arbiln1ion act, to the c.-ttcnt the Caliromia arbitration act is consistent wilh the federal arbitration act, end Conlractor and Subcontractor are giving up any ri3bts Contractor and Subcontractor might possess to have the dispute lltipted in e court or jury trial. Contractor and Subconlractor are giving up their respcclive judicial rights to discovery and appeal, unless those rights arc specifie-elly Included in this section 12. If Conrnclor or Subcontractor refused lo submit to arbitra1ion after agreeing to this provision, such piny may be compelled to erbitnte under the federal arbitration act and the California arbitration act, to lhe extent the California arbitration act is conslstcnl with the federal arbitration act Final end Binding Award Th; da;ision of th; arbilritor or, if an •P�•l is h�rd, lhe d�ision of !he •11�1 1!bi1Btors, shall be liool and binding. A petition to confirm, vacate, modify or cOrTCcl an award may be filed In 11ny court of competent jurisdiccion in tho county in which the Projccr is located, but the award may be vacated, modified or corrected only as pcnnincd by the Federal Arbitration Act. PageS Initial: IMa/ Sllbtonll'DCIOI' I� to to voidable Delays or Ooldwin , S0111, Inc. C'c>•«nlCI lf.SE7 Vilbs:• 2 Soulh-Reclalmtd WIICI' C'asl ('ode,: 27-1 Q Job Mo. 01-0020-$16/IIAC'KBONF.nM.s-SdJ9,21l.OO t: 02-0020-316/INTRhCTSm-ss • .S27..S60.00 Subcontrador hu ■greed 1h11t it will bllild Otoy Ranch Village 2 SoutJ, Reclaimed W11er, which is the subject or this agreement, among odierhnprovcmcnts required by Olny W11ter District and/or d1e Clcy of Chula Vista. Exhibit A Drawing Lisi ■nd Documents Exhibit B Scope of Work Exhibit C Insurance ■nd Bonding Exhibit D Invoice Sample E.'<hibit E Subconltlctors Terms Exhibit F Subconll'llclOr's Bi() Proposal Exhibit G Bid Notes Sicned on: � /3" SUBCONTRACTOR Cass Construction P.O. Box 309 El Cajon, CA 92020-0309 •2016 By. ............ /44.�..:;_;�:c__--- Titlc:_-f1 .... r:'--,��.,,• .-k'::"-lt..L. ___ _ Oote:__,.,¢.L.Jlili��/ft.--__ _ Page 10 Signed on: fl k( / 'j [11:-- CONTRACTOR Baldwin & Sons, Inc. 610 West Ash Street ,2016 By. sz:v � Title;'. 8-t.Mrf\ �1.1,aintel'id Cl\ r L --/61-fi/_ Date:_aa..7_ ........ _...__/ __ t:? ____ _ Initial: WI Subc:oolt1clor I� Oald'"UI 6 So-. In�. C'or.ox1 /#SU Vllloa• 2 Sootlll-ll&lalmc,I Waler Cati Code: 27-11) Job No. 0l-OOJ�,t�ACICJIONE/27-JJ • $639,212.00 � 0l-l020-J 16/INTlti\C"TS/27-JJ • sn.soo.oo Page: 11 Exhibit A Document and Orawins List Bid Set I.Subcontract Asr=ment and all Exhibits. 2. Project Plans/Documents collectively called "Project Drawings" labeled: a.INTRACT & IMPROVEMENT plans, prepared by HUNSAKER & ASSOCIATES dated 7/10/IS sheets! thru 26, and BACKBONE IMPROVEMENT plans, prepared by HUNSAKER & ASSOCIATES dated 9/02/15, Sheets 1-30 and the soils report dated June 611 2014 prepared by GEOCONJNC. 3.Geotcchnical Information a."Otey Ranch Village 2 South -Update Oeotechnlcal Report" dated June 6, 2014 prepared by Gecxon. (Electronic file ·•v2 South Geotechnical Report Update (6-6-14).pdr') Daldwlii & SDU. Inc. C'on1111:1 WJU \/Olaic:2 SO<ltb-ll«IAlmcd W11et C'o,1 ('ode: 27-J? Job No. 02-0020-516!01\CKnONE/27-Jj. S639,2 ll 00 I:. Ol-0020-jl61JJiTRAC"TS/27-jj • 527,SGO.no Exhibit B SCOPE OF WORK This allechment shall nol limit more stringent ri:quin:men1s fouml elsewhere in the contract documents unless specifically listed as an exclusion below. This Exhibit is intended 10 ,upplement the Subcontract Agreement. In the event thar thc:rc is a cooflict fo language or intent. the tams and conditions or Subcontract shall prevail. The SUBCONTRACTOR under this AOREEMENT has n:pn:set1tcd himself as an expert and as such h.as included in his Schedule of Prices, all or the following unless norcd otherwise, labor, material, inS1allation, s1on1gc, tnnsportation, supervision and all applicable taxes and n:-inspection fees. Conslnlction Drawings, described in the Description of Materials, listed hm:io or n(l( specifitally shown, but reasonably Inferable for the completion of the project indicated, shall be included as part of this CONTRACT. SUBCONTRACTOR Is to pcrfonn a complete ·'Tal:e-011'" of bid set plans: SUBCONTRACTOR ls not lo ilSSume the quantities listed are ec:curote. In the event the scope ofwor1c changes or the approved plans dilTCI' from the bid set, R Change Order will be issued afler the scope, price nnd or quantity h.n.s been ogrced upon by both parties. It is the SUBCONTRACTOR'S rcsponsibility to provide the revisions in writing within 45 days of reeeipt of 1he approved plans; feilun: 10 do so will result in non-payment of requested additi0ru1. SUBCONTRACTOR is to provide et rime of bid subminal a copy of his 1ime, Materials, Equipment Rate Sheet and a detailed limelinc schedule or all activities from commenc.emcnt through completion SUBCONTRACTOR is required to upda1c and forward o copy oflhe schedule 10 CONTRACTOR"S Representative II theCONTR.I\CTOR ·srequest every Monday by I 0:00 am unril the project is compiclc. SUDC01'ITRACTOR is ID foll-ow lhe Instructions onnchcd 10 the ·'Stlllldord lm-oice Form-oflhis Contract ns stat.:d, FAILURE TO COMPLY WILL RESULT IN THE RETURN OF YOUR INVOICE PACKAGE AND A DELAY IN PAYMENT. I)SUBCONTRACTOR hereby represents and warrants lo CONTRACTOR lhll he is licensed by the Slale ofCalifornia to perform the Worlc and is experienced in and competent 10 perform 1he Wo,t, 2)SUBCONTRACTOR acknowledges 1hal he hos visited the site 10d reviewed all construction documents,is familiar with and h:as provided for the conditions that aist thereon. 3)The SUBCONTRACTOR acknowledges C1amining and receiving the approved plans and specificationsfor 1his work and guarani= 10 constrvct the improvements as designed. 4)SUBCONTRACTOR has �cwcd the plans, and all governing codes having jurisdiction over such work.SUBCONTRACTOR undcrstend5 Ute governing agencies slandards end specifications and has iocluded allilems necessary for a comple1e and acccp11ble job. No extns or premiums shall be p3id 10 SUBCONTRACTOR due to SUBCONTRACTORS failure lo know codes or agency specificationsgoverning such work. S)All 1na1crial will be free from defects occurring in manufacturing and/or delivery process.SUBCONTRACTOR shall replace m11lc1iols irthey don't meel approved specification. 6)SUBCONTRACTOR shell provide all labor, mare-rial, tools and cquipmcnl necessary IQ 1=ompfe,; the joba,nd all the work reasonably Inferable from the construction documents. 7)SUBCONTRACTOR shall complete all work per approved plans, cu�t 11andards, specifica1ions 1ndM!"'"""m"-,.,,, """'"'" ,r m,ori, ... ,,.;,.;., ""' ••m ... ,, .... , .. by CO � OR pnor to commencement. Page 12 lnitial: � / S11bcoutrael0t' Bald . ltdldwin & Sc;,,. Ifie. ('11111mc1 111R7 Vilb�cl Sou1h-Rccl•bncd Wo1cr C'osi C'oJ< 27-19 Job No. 0l.00l0-Sl618AC"KDONFJ27-5' • S639,212.0D & 02-ooza.,16/tNTRACTS/27-SS-S27,S60 00 8)SUBCONTRACTOR shall 1alt0 every pn:caution and provide suitable means 10 protect finished work/work in progress from dAniage (including weather and stonn cvcnls), TI1e c:ost of proteccion and/or rq,alrof the SUBCONTRACTOR'S work as nffected by storm waters during, inclement weathc!r,.shall be lheSUBCONTRACTOR'S responsibility untfl the CONTRACTOR has accepted the she. The SUBCONTRACTOR shftll be further resporuible for cwn11ge lo adjacent propcnics or improvements es arcsul1 of his nol pro1cc1ing ,uch areas from stonn waters flowing 0111 of his work aren. Progres.sive payn1entsby CONTRACTOR shnll nol bt cons\rued as indicating lhe CONTRACTOR'S occcptan� of1he work 9)SUBCONTRACTOR shall, at his own expense, correct any work that is no1 acceptable to 1heCONTRACTOR. I 0) Any e.�pcnse incurred lhrougll CtTOr, incompetence, or negligence on lhe part or the SUBCONTRACTORwill be home by lhe SUBCONTRACTOR. 11)SUBCONTRACTOR shall be l'C$ponsible for verifying with lhc: CONTRACTOR's n:prcscntacive thatSUBCONTRACTOR has all the l111est sets of plans and specifications P"P•red and approved for con�trucllon. CONTRACTOR will notify SUBCONTRACTOR of plan changes. 12)SUBCONTRACTOR agrees to correct any end all pick up work that is not complelcd during constructionor that is found unsatisfaclory due to SUBCONTRACTOR'S workmanship or f■ully mlllerials in e timely manner. 13) Notwilhstanding the exercise by CONTRACTOR of aoy remedies provided in the CONTRACTAGREEMENT, including but not limltcd 10 lennfna.llon of SUBCONTRACTOR'S righr to proceed with the work, SUBCONTRACTOR shall not be ilischarged from any guarantee or responsibilities for workperfonncd or materials supplied and shall remain liable therefore I◄) Should 1l1is AGREEMENT be termin11ed for any reason. CONTRACTOR shall requireSUBCONTRACTOR to provide I Letler of Cl'l'dil or I Pcrform11ncc Bond equal 10 ten pen:cnt ( I 0%) ofcompleted contnlct work for a periou of one year 10 cover the warranty obligation of 1hcSUBCONTRACTOR. CONTRACTOR to pay for lhc cost of the Perfonn11nce Bond. 15) All of the SUBCONTRACTOR·s equipment and/or rented equipment used lo complclc lhe Work ofimprovement defined in this Agrccmenc shall be maintained in a aood stale of rqiair. Eicpenscs incurredby the CONTRACTOR due co break.downs of d1e SUBCONTRACToR·s equipment causing excessivedelay of the schedule· shall be back cb111cd 10 the SUBCONTRACTOR. 16) 'If SUBCONTRACTOR causes damage to materials, site or workmanship furnished by ocher trades, SUBCONTRACTOR wiU be held responsible for the cost of repair. If SUBCONTRACTOR fails to repair damages Immediately and causes CONTRACTOR delay in scheduling and/or causes CONTRACTOR rornalte repairs, the costs incum:d by CONTRACTOR will be back-charged to SUBCONTRACTOR. 17)SUBCONTRACTOR shall be responsible for the damage sust1ined by CONTRACTOR. including I.herepair/ replacement of SUBCONTRACTOR'S work as necessary, if said work is placed over known faultyworkmanship by SUBCONTRACTOR or others in re!acioo to the lnsmllarlon of his wor1<. 18) SUBCONTRACTOR shall cooperate and coordinate with the CONTRACTOR'S schedulin, of oiliertrades. 19)SUBCONTRACTOR. shall, upon receipt of signed contract, order all necessary materials so as 10 preventany loss of lime on CONTRACTOR·s production schedule. 20)SUBCONTRACTOR. shall follow progress cf job tnd rnainlain sufficient stock to keep up with metprogress. 21)All or nny portion of the work oulhorizcd by this CONTRACT maybe canceled due to marke1 conditions Page 13 or other factor, el 1he sole di.scretion of the CONTRACTOR and Ille SUBCONTRACTOR s I be p11idfor 1he ponion of the work completed and other actual costs incurred at the 1ime of such cane l■rio . Initial: \Ml Subconl11ctar Ba lllldlVln & Stw. Inc, rnntmet #587 Vllla,c 2 Sooth-Rccl1hncJ Wtltt C'OII C"odc: 27-19 Job No. 0:.()021l,J16/8AC'KBONE/27-JJ • S6J9.212 00 & 02.()02�510/INTRAC'TS/27-SJ • S27,.5CIO.DO 22) All work lo be completed In accordance with CONTII.ACTOR'S mutually •greeablc schctlulc. 23)SUBCONTRACTOR is hereby aler1ed that he must be prepared lo lntem.tpl his consrruction schedule 10 provide for the work of othc,s and thcn:by prevent a connicr or damage lo his own or other underground facilities. 24} SUBCONTRACTOR agrees that the amount of the CONTRACT represents a l�/4 complete job 11nd includcJ completion of all pick up work within ten ( 10) working days of notification. 25)SUBCONTRACTOR shell furnish the CONTRACTOR'S rcpr?Smtotive with the name. _____ ..,... _____ ,--and tc·lcphone number __________ _ of II person to contact for emergency work. 26) SUBCONTRACTOR shall at all limes provide knowledgeable/ responsible on-site supavision for this q>ention. 27) :SUBCONTRACTOR shall endeavor at all times to keep his WOt'k area IICIII, safe & clean. 28}The cost of cleanup of all dirt on public streets {including 1rack-ou1) generated by SUBCONTRACTOR ·swork is included as a part of this AGREEMENT. This does not mean wubina the dirt from the s1rce1 intolhc Catch 8ll$il\S and the Stonn Drain system. This meon, �sweeping·· either by hand or m�hinc. 29) The cost of cleanup of all Wdste materials, generated by SUBCONTRACTOR. 30)SUBCONTRACTOR will begin work in tbe area designaled by CONTRACTOR and cooperate with the CONTRACTOR in regard ro, CONTRACTOR'S scheduling ofconstruc1io11 and subsequent trades 31) SUBCONTRACTOR is responsible for unloading of all their material. 32) Price of contracts or change order items shall include manufact\Jrc and installation, applicable 14:ccs and e11nagc. 33} SUBCONTRACTOR shall be responsible for any subsequent lot blue top staking or otha-constructionstakine ond gr11dlng resulting from SUBCONTRACTOR ·s ca�lessncss. 34)The SUBCONTRACTOR sball obtain and pay for all licenses requiml to c�ccutc the worlc and the costd1cm:if shall be included in the unit prices �iarcd bmin. 35) II is the SUBCONTRACTOR'S responsibility lo hove on lhcjob site a set of approved plans and cul sheets at all times. If al'iy worit is done conlraty to the approved cut sheets, it shall be done at SUBCONTRACTOR'S own risk. 36}SUBCONTRACTOR shall compare the cut sheets with the approved plans and notify the CONTRACTOR of any discrepancies. 37)SUBCONTRACTOR shall install his items of work al those elevations (clcp<hs) shown on the approvedplRns. 38) SUBCONTRACTOR is responsible for notifying '·DIG ALERT' (mark-out service) I 800 227-2600 48 hours prior to any eiicavutions. 39} SUBCONTRACTOR is responsible 10 call for, schedule, and pass all required t�ts and inspections for all ,v-ork u it n:l11te$ to lhc:SUBCONTRACTOR"S seopeofwork. 40) SUBCONTRACTOR is required 10 "Pol Hole" ALL e:dsting underground u1ili1ics whether plans or not within the scope of his work limils. Page 14 11114,,i n & S9fl!. Inc, ("oqlfi�I �,uVlllo�c-2 South-Ra:l1hnal W14.cr Coot Code 27°19 Job No. 02•0020,516/llACKDONl:/27•'1 • $639,l llJID� 02·00JO-,i6/INTRACTS/l7•'' • S21_,60 00 41} 42) 43) 44) 45) 46) 47) 48) 49) SO) 51) 52) Page IS It is undmtood and agreed hciwn that alcoholic hcveragcs, chihllCll ,nd pets an: .!!£! pennined on tl1e conslruction site at nny time. It is the �nslbility of SUBCOl'ITRACTOR lo enforce !his policy with his work=. Failu� to comply will constitulc grounds for n:voe11tion of this CONTRACT AGREEMENT. SUBCONiRACTOR shall, upon award of a Conlr.lct, provide all MSDS infonnation to the CONTRACTOR's rcp11:$t:IIL111ivc ot time of the preconstruclion meeting or prior lo any deli�·cry of ony MSDS sensitive materials to the project she. SUBCONTRACTOR. his employees, and his sub-SUBCONTRACTORs shall be knowledgeable and comply wilh the requirement! or(CAL) OSHA. SUBCONTRACTOR shall immedialely correct any unsafe condition crea1cd by the SUBCONTRACTOR as • result of their woric, to the s11isfacrlon of lite CONTRACTOR"s n:p�nt.nlives. SUBCONTRACTOR shall furnish the CONTRACTOR"s rcptit$Cnlodve with Werner $her end telephone number lplq ·S'W ·O'l'l.."1compclcnt pctSOl1 as ttquircd by OSHA. the nome of their SUBCONTRACTOR shall fi1mish tJ1c CON'"mACTOR's re!rcs.:nlntive \\hh the name _.,\":lc.=? ......... n,=;..er.__0 ...... ·<;, .... b .... , .... r....._ __ and number 1, )'\ . '5"'\ 0 . D 'l 2fl oflhcir Safely supavisor. SUBCONTRACTOR shall provide drinking watu for its employees per OSHA requirements. Materials and constniction methods shall conform ltO the lelesl edition of the design and construction standards of the Local Authority ,nd any other agencies h1vin1jurildic1ion within the service area of the project SUBCONTRACTOR shall also comply with oll safety requirements set forth by CAL OSHA CONTRACTOR shall provide Conwuction water. SUBCONTRACTOR shell supply all equipment and labor to distribure water for �ding, compactioo and dust control in accordance with A.Q.M.O. fugitive dust conlrol regulation #403. Soils li:stine to be completed by CONTRACTOR"S soils engineer. Re-tests due lo failures caused by SUBCONTRACTOR. will be back charged 10 SUBCONTRACTOR. All compoclion shall be tested by CONTRACTOR'S soils engineers for compliance. CONTRACTOR sh:JII provide one s(t of CJ1iµn¢er0S slllk�'1. Rl!Stokin& due lo the negligence or emir of SUBCONTRACTOR'S workmen wlll be bockchnrged to SUBCONTRACTOR. SUBCONTRACTOR. is required 10 know, undentand and comply with the requirements of The Sr ate Water Quality Control Board as it directly �hues to SUBCONTRACTOR'S ,cope of work. a)All consuuction activities shall be CMicd out in Ml ct>mpliance with the General CoastructlonPermit issued by the Stare Water Quality Control Board fur the purpose of preventing pollulantsfrom leaving the construction she and enraing the municipal stt>rm wacer system, pursuant to Section 401 (p) ofrhc Fedc:nil Clean Water AcL b)As required by the Gcnml Construction Pcnnit.. a Stonnwom Pollu1ion Prevention Plan(SWPPP) shall be provided by CONTRACTOR and shall be mainrainc:d onsitc and available forlnspccrion. It is the responsibility of each SUBCONTRACTOR co CI\S\Jrc that the measures contained in the SWPPP plan aod NPDES General and Regional Pam its, to prevent unaurhorized discharges into municipal stonn water systems, ore carried out for all work paformcd on this site. Any person or group who violated any conditions of the SWPPP and/or General Pc:nnit may besubject 10 substllntial penalties in accordance with Section 3()1) of the Clean W,1er Act and the Porter-Cologne Water Quality Control Act. You are encouraged 10 advise each of your employees working on this projCCI of the pollu1ion prevention plan end permit reaulalions governing thisprojectc)Payment of any fines or penahies levied by local, s1111c, ur federal agencies for failure 10 complywith the General ConstnJction Permil shall be the responsibility orrhc SUBCONTRACTOR, andthe SUBCONTRACTOR shall hold CONTRACTOR hannlcss against all claims, ands and lnilial: # SU�lrllGlllr Bolch•�• & Sons. ,� ron1me1 _,&1 Vilbce 2 Sou1h-R<:clafm<d Wlf OT C-011 !"ode: 27-1� Job No. 02,0020..! 1619ACKBONE/Z7•.!S • S6J9,212.00 & 0l-0020., 16/INTRACTSllMS-S17..500.00 linbili1y for damages for pcr3ons or properly arising from or connected to compliance with rhc General Constroction Penni I and the SW PPP. d)Erosion &nd sediment control BMPs slulll he pro1cc1ed in place. Any BMPs, which an: rcqui�dto be removed, shall be c:arc(ully stockpiled. BMPs shall be rcinslallcd by SUBCONTRACTORprior to any fon."CIISted 111instonn ond upon ccm!)lction of SUl3CONTRACTOR'S work. Allstockpiled material generated by SUBCONTRACTOR shall be pro<eelt<l by requl� BMPs. S3) SUBCONTRACTOR is required to know, understand and comply with The Environmental Hcal1h and Safely requirements. a)The safe Drinking Water and To�ic Enforccmmt ect of 1986 (Proposition 65) prohibits emplo�sfrom knowingly dbcharging or releasing a. themlc:al known to the state of California lo causecancer, birth defects or other reproductive hann into Willer or onto land when: such chemicalpasses or probably will pass into any source of drinking water notwithstanding any other provisionor 1uthorize1ion of law except as provided in scclion 25249.9 of tl1e Toxic Enforcement Act of 1986. SUBCONTRACTOR hmby egrecs to comply with all provisions of lhis Act relating to the discharge orhazurdoUJ chem!cnls on the job site. b)SUBCONTRACTOR further agrees that SUBCONTRACTOR, SUBCONTRACTOR'SEmployees and SUBCONTRACTOR·s sub-SUBCOl'rrRACTORs shall not discharge suchchemicals on the job site, shill n(){ engage in clean-up or discharge of such chemicals, and shallupon compfction of perfonnance of all duties under the 1gn:emen t, remove all supplies, ma1m1lsand waste remaining on the job sire which, if ctposed could result i11 the discha11e of suchi:hcmii:als, SUBCONTRACTOR shall bear full fin1ncl1l responsibility, H bc1w1:cn the p1111ics ofthis conn-act, for the compliance of all persons menlioncd In lhe previous sentence. c)Should SUBCONlRACTOR. SUBCONTRACTOR"S Employees or SUBCON1RACTOR'Ssub-SUBCONTRACTO!u or their employees fail within 24 hours from the rime CONTRACTORissues SUBCONTRACTOR a wrilten notice of non-compliance or within the time of enabatement period specified by any go vemment agency, whichever �riod l.s shoro:rCONTRACTOR may give notice of default ID SUBCONTRACTOR. failure of SUBCONTRACTOR to cure such defaull wi1hin 24 hours afler such notice shall give CONTRACTOR the option to elect any and all rights for rcmcdie3 set forth in the AOREEMENT. S4) SUBCONTRACTOR understands tha1 any previous agreement (verbal or written) made by nny past or CUIT'Cnt CONTRACTOR employee not specified within lhis CONTRACT will not be honored. Any eittrl work Rquircd beyond this scope must be authorized by the CONTRACTOR'S on-site representative. 55) This is a UNIT PRICE CONTRACT. All quantities shall be field verified by the CONTRACTOR Field Manager prior to Invoicing. S6) Prices shall rcm8ln in effect for lhe duration of flny and all work under lhls Contract. 57)Request for payment of Retention shell be accompanied by a completed �Certification of SubslanlialCompletion� form (E:d!ibit "P' of this conlr&Ct where appllc:able). Reuntlon will only bc rcleDSed when oil.. AS BUILT'" drawing ha\·e been provided to CONTRACTOR or a letter (on SUBCONlRACTOR'S�'Letterhead'") Slatin& ''AI.L work was performed In occonlance 111th the npproved plans�. Ldler musl idcnrify tl1e plan name and includll type of work perft>rmc:d, loca1lon of work. time period of when workwas performed, Tract# and CONTRACTOR for which the work was pcrfonncd. S8) If required, SUBCONTRACTOR agrees to oblain a Bu�incss License, a copy of which shall be submincdto CONTRACTOR prior lo co111mcncemcnt of work. 59)SUBCONTRACTOR agrees 10 submit a copy of his cu1TC11t C1lifomia State SUBCOJIITRACTOR"sLicense to CONTRACTOR prior to commenccmenl of work. Page 16 Initial: � Subcontmdor I� lltklwln & Soos, Inc C"ootnlC! 11,&1 Vlll11clSoulh-Rrclalmcd\Vt1u C"ot!C"odc: l?-19 Job !"lo 02-0010-J 16/lll\C"KBONE/27•" • $639,212.00 & 02-00?�Sl6/INTRACTSll7•SS -$27,$60 00 Exhibit B-1 Reclaimed Water System -Seope of Work 1)CONTRACTOR shall inspect ALL EXISTING IMPROVEMENTS with the OWNER'S authorizedrcprcscnlativc to idaitify any damege prior lo his srarting work. Damage sh�ll be noted, ony additionaldamage shall be repaired al CONTRACTOR'S expense. 2)CONTRACT includes all labor, materials, tools and equipment necessary lo iruloll improvcmcn1s, per the INTRACT & IMPROVEMENT plans, prepared by HUNSAKER & ASSOCIATES dated 7/10/15 sheets I thru 26, and BACKBONE IMPROVEMENT plans, prepared by HUNSAKER & AS SOCIA TES dated 9/02/ I 5, Sheets 1-30 and the soils report dated June 6'' 2014 prepared by GEOCON INC. 3)Cono-act includes but is not limited to the following: 4) S) 6) 7) 8) 9) I 0) II) Page 17 a) All reclaimed watcdines (main & services) including locator wire (if required) per plans enc.I details. b)Valves (gate/ buucrny) and valve cans per plans and details. c)Finings (Tees, crosses, reducers, bends) per plans and dclails. d)Air vacs, air valves and blowoffs per plans and details. c)fire hyc.lRnts &:. Thrust Blocks, if required per plans, per plans &nd details. f)Waler services, mc1cr boxes wilh lids and eppuncnanccs per plans and dclBils g)All nece$Sat}' materials tnd markings as required by OTAV WATER DISTRICT, the City orCHULA VISTA and the Stnte of Colifomio requirements to dcsign�lc th� sys1em as a "Rccycl�Weter'' system. All w11cr system lrerlchcs shell be compacted to am inimum or90% compaction (Greater If RC1Juircd) and tt.1itt:d by soils engineers for c:ompliancc prior 10 equipment being Rmovcd from job site. E�cClS spoils from CONTRACTOR ·s trenches lo be evenly spn:ad along trenching line. All work to be completed in accordance wilh lhc plans prcp11red by HUNSAKER & ASSOCIATES and approV1:d by the City of CHULA VISTA and OTAY W11c:r DistricL CONTRACT inclucJcs testing as required by 1he Ciry of CHULA VISTA and OTAY Water District. SUBCONTRACTOR is to CI\Sllre proper backfill and achieve proper compae1ion including slun-y if required. SUBCONTRACTOR shall be responsible for final ■djustm011 of all valve cans and 1ppunenances upon cotnple1ion of srreet improvements as required by the City of CHULA VISTA •nd OTA Y W11e1 District SUBCONTRACTOR shall lnscall final paint as approved by the: City or CHULA VISTA uid OTA Y WATER DISTRICT on all fin: hydmt uscmblics and appurtenances irtcludin8 valve lids. SUBCONTRACTOR shall make adjusuncncs on fin; hyc.lran1s and air vacs upon completion of curb and gutter. Initial: \V\, Subcon�ctor I� O.ld' .. ln & SON. In<. C-omr1c1 Ull VOla,c: 2 Souoh-Rcolahcd W01a C"OOI C"nJc: 17-19 Job No. 0�-0020•5161DACKDONE/27•U • $6)9,212.00 � 02--0020•516/INTRAC"TS/27•.Sl • S27,.S60.00 12)Water M:rViccs, ih,:,quircd, 1holl be inslellcd and sccun:d with 2 X 4 pain1cd PURPLE and prolnlding ou1oflhc ground a minimum ofl'. 13)CONTRACT includes the pun:hase and lnsl■llotion of the water meter boxc�, the lowering of the service Into the mclcr box, and the final adjusunent of bo:ites upon c01npletion of the finish grade. Ir mcn:r boxesare located within Im: sidewalk, CONTRACTOR shall adjust boxes to finished grade prior tu d1e sidewalltbeing poured. 14)CONTRACT lachldcs all thrust blocks, mcchnnical joint adapton, rcsrralnina per dislrict s11ndards Mdnanged fillings, bends and valves needed for inst1llalion of water ,ysrem per plans. I 5) Includes all 1ie-ins lo existing water system per plans. 16)CONTRACT inch,des all end cap/plugs and temporary blow-offs as nttdcd. 17)SUBCONTRACTOR shall be responsible to maintain adequate measures to provide for Public Safety during process or trenching. while the �nch is opcA, during back-fill and compaction and for spoil piles inprocess. 18)SUBCONTRACTOR shall be B\llilable durln1 street sub gnide mce to raise valves end repair any tll!nchfailures. •• £ND OF SCOPEtt Page 18 Initial: W4AI Sullconcnctor ,Ji "' ll:lldmn a Sonr.. Inc. C-ani,xU•ll7 Vllll.ae lSouell-Rccloimcd Wal<f C'otl C'odc: 27-M Job NI>. Ol-OO?B-,iG/9AC'K80NE/27-Jl • S6.19.212.00 A 0l,00211'•516/INTitJ\C"TS/27•'$. SlUG0.00 PRICE: Reclaimed Water Backbone 02-0020-S l 6/BACKBONE/27-S5 SG39,212.00 lntncls 02-0020-516nNTRACTS/27-SS S 27,560.00 Subcontract amount S 666,772.00 Payment Schedule (I) Monthly proaress billina (2) JO% retention released 3 months after work completion. Accepted by: Cass Con.rtruct/011, l11c. Bn/rmir, & Sons, t,ic. By:� = By: u4ttL A-es,;/e,/1.t_ Tille; Title: Oca11:1I :i11RGd111eall1iDI D11e: ¢y1, Date: .5-l'=J-I� .. Page 19 Initial: 1"' SubcODltlclar ,-.k- 8.lldwfn 6 SOIII, Inc c-.. ,1111� �J:K7 Vnlaic l Sou1h-Ra:llimcd Wirer C'ost ('ode: 17-19 Job No 02 0020,516/lli\CKBONF-'27-H • $63'.211.00 & 02-0020-S 16/lN'TIVICT!;/27-SS • S27.SGO.OO Exhibit C INSURANCE APPENDIX (A)Insurance Requirements Pegc20 (I) I. Subcootncror, and or any of its subcontractors, suppliers, vendors, employees or personswhom is performing 11ny work under this agreement shall, at ils own expense, maintain ineffect 111 all rimes during the pcrfonn■nce of the work under the subconU'tlct, not Je5s than the following covcra1cs and limits or insurance which shall be maintained witll insurers,policy fonns and deductibles satisfactory 10 Baldwin & Sons, Inc. and the Owner. If Subcont111ctor, or any of its subcontractors, supplicrs, vendors, employees or persons uses existing coverage to comply with thc:sc req111ircmenls and tlu1t coverage does not meet therequirements sci forth herein, Subcontractor, or eny or its subcontractors, suppliers, vendors,employees or persons agrees to amend, supplement or endorse the e,tisting covcruge to do so, 01 no 1dditlonal cost 10 Baldwin & Sons, Inc .. (a)Workers' Compensation end Employer's Liability Insurance State Workers Compensation -coverage· as required by law. Employers LiebiliLy \Yithlimits not less than each of the following: •Sl,000,000 each accident for bodily injury; •Sl,000,000 policy limh for bodily injUT)' by disem: •SJ,000,000 each employee for bodily injury by disease. In eddition, coverage must Include II H'oh'f!r of S11brogatio11 Et1dorrffllelll in favor of Baldwin & Sons, Inc .. Owner and all other parties required of the Contn1ctor. (b)Commercial General Liability (COL) The primary limi1s of liability shall not be less than: Each Occurrence LimitPersonal Advertising Injury LimitProducts/Completed Openitions Aggregate Limit(Other than Products/Completed Opentions) St,000,000 Sl,000,000 S2,000,000 (I) CGL coverage shall include a "Pu l'roject Aggr,egnte Endorsen,en.lH andattached to the Certificate. (2)CGL coverage shall be written on ISO Occurrence fonn CG 00 OJ 1093 or anequivalent form providing cquiv■lonr coverage and shall cover liability arulng from premises, operations, independent con1111c1or., products-completetl opcnrioos, andpersonal and advertising injury. (3)Baldwi:n & Sons, Inc., its parent end affiliated companies, Owner and other par­ties required by Owner shall be ir,cfud•d as fnsurtds on the CGL, using ISOAdditional ln11urcd Endorsement CG 20 10 11 BS or an endo!'lement pmvidingequivalent completed operations coverage to the oddi1ion11I insureds. Thisinsurance for 1he additional insureds ,shall be as broad as lhe coverage provided forthe named Insured subcontnictor. (4)CGL covcraac shall include an El]dorscment stating: "Sucf, co,Y!rnge as is ajforded by11,/s policy for the b1mcjlr of the addllfonal inmn,d(s) is primary and any other co1f!ro1e mnlnlained by sudi nddi/101111/ lns11rtd(s) shall be non-contrlbuffng ll'ltl, the 1-ernge pro,·idcd under tltls policy." Initial: �� SubconllllClor O�ldwin & Sou. !ne. Cot1ll'ICI 11587 Vlllll;c 2 Scllrh-k.cclahnc� W>lct C'o11 ('I'd<; 27-IQ Job No, 02-0020-516/DACKOONEf.!7•55 • S639.2 ll.OO .� 02-0020-.ldMNTRAC'TS/27•5' • Sl7.560 00 Page 21 (5)COL Covenise should include a General Liability Wai11er of Subroga1iou in favorof B1'ldwin & Sons. Inc., its pnrcnc and ofliliatcd comp;inics, Owner end all otherparties required by Owner. (6)Subc:ontrac:tor 1hnll maintain CGL coverage for itself and all additional insureds forthe duration of the projeer and maintain Complete Operations coverage for illclfand e1c:h additional insured for at lean (S) years after completion of the WorkCommen:ial General Liabllily coveruac shall provide limit� es required fOf your!TIide in accordance with subsection i or ii below. Baldwin &: Sons, Inc. n:scrvesthe riglu to amend the required limits of insurance commcns1111tc with theSubc:ontnct0t1 risk. If the policy is In CJ1c:ess of • Subcontnctor SIR (self-insuredretention), the amount of such SIR must be clearly identified on the Cenificate of Insurance. Baldwin & Sons, Inc:. l"C!ervcs the right to n:jcc:t the application of such SIR, or require the Subcontrac:tor 10 provide a bond on the SIR at no additional cC1.1t 10 Bftldwin & Sons, Inc. (i)Specified Trodes: (Defined as Excavation, Shoring. Demolition, Crane rclnledwor:tc, Exterior Skin, Stci:1 Erection. .Metal Deckina over three (3) stories, Roofing.Waterproofing. Fire Protcc1ion, Mechanical and Electrical. Arc:hilects, Engine�. Coruulrants and Design/Install Subconll'Bclors must provide this :level ofcoverage: in addition to the Professional Liability lnurancc described In Item ebelow.) The Limits of Liability for Bodily lnjury and Property DamRge underchis section shall not be less than: $4.000,000 SS,000,000 $5,000,000 Each Occurrence; Products/Comple1ed Operations Aggr;egate; Oencnl Aggregate (ii)All Other Trades: The Limil5 of Liability for Bodily Injury and PropertyDam•gc nnder tl1i1 section sh■IJ not be less than; 52,000,000 S2,000,000 $2,000,000 Each Occurrence; Products/Completed Operations Aggregate; General Agarcaale. (c) Automobile Insurance Sl,000,000 Each Accident (I)Business Auto Coverage must include coV1:rage for Bodily lnjwy and PropertyDamage Liability lnsurencc includi1111, but not limited to owned autos, hired ornon-owned autos. (2)Baldwin & Sons, Inc., 115 parent and affiliated companies, Owner and other partiesrequired by Owner shall be included as Insureds on the auto policy. (3)Covc111gc sho11ld incl11<lc an Aulo Liability Waiver of Subrogation Endorsement infavor o! Baldwin & Sons, Inc., its parent and affiliated companic.s, Owner and otherparties required by Owner.(Note: Requinments a, b and c may be sotisfied 11.si11g a11y combi11atfo11 of primary and excess/umbrella liability fnsura,ice) (d)Utnbrclla/Exccss Insurance (1)Umbrella/Excess coven1gt must include as insureds all entities that arc additionalinsurcus on the COL (2) Umbrella/Excess coverage for such additlonal insureds shall apply as primary before any other insurance, including any deductible, 1Mint1incd by, or provided to theadditional insured other than the COL Auto Liability and Employers Oal1h1,1n & Soos. Inc. C-111,ncc U&7 Vlllasc l Sovd1-Rccbhncd Wocct ("NJ C"ode! l7•1� Job No. 0Z.0010.S 16/BAC"KBONE/l7•5l • sG,9,212.00 ,t 02-0oio..51611NTRAC7'Sll7-SS • s;nsao.oo Page 22 Liabi lily coverage.,; maintained by the Subcontractor. (J) Subcontractor, and or any of Its s-ubcontractons, suppllers, llcndon, employees or persons whom b performing any work under this Acreement shall adhere to ell insurance requiremcnlS outlined obovc. (c) Property/ln�nd Marine In surance Coveraee: To be paid for by Contractor If required. Subcontractor, and or any of its subconll'llclors, rupplicn. vendors, employees, or person whom is performing ony work under this •11rcement shall purchase and maint.ein insurance to the full conrract and insurable value thereof, commonly referred to a.s aCourse of Construction, Builders Risk or an Inland Marin policy thot offers Installation coverage for all equipment, and propcny obtained by, or for Subcontractor, which is to become a part of the work while such equipment and property is stored at thejobsite, at temporary locations, or while in lnlnsit to the project from such temporary locations. Subcontractor, and or any of Its subconlnclon, auppllen, nndon, employeu, or penon whom Is performln& any work under lhls agreementsh11II also be responsible for Insuring their owned, lcascd//rcnted, or borrowed equipment. (2)The General Liability and Umbrella/Excess and must contain tl1e following: (a) Project Spcc;ific Additional Insured Listing: •Baldwin & Sons, Inc., iu pa=it and affiliated componies; • Owncc; •Other panics as required by Oivner. (b) An Additional Insured Eudor.semtml adding as en additional insured each paity noted in Section 21 of this attachment, or otherwise identified in the Prime Contract, asn::spccts liabilir.ic:s aming out of Subcon�tors work und'c:r this contncl (inc::luding Products/Comple1cd Operations) on tlte ISO COL Endor:sement CG 10 JO I 1 85 Owners, Lessees or Contractors (Form 8) or iu equivalenL The parties intend that the insurance coverage requln:d hereunder and/or provided by the Subconlrlccor apply on a primary basis with any other insurance pollcy(s) of Baldwin & Sons, Inc., the Owner end those additional insured entities as identified in the Prime Contnsct being excessand not contnbuting. Such Primary Wording shall be Included on theAdditional Insured Endorsement. (c) Cross Liability coverage as would be achieved under the standard ISO separation of Insureds cl:auac. (d)Provision or endorsement stating that such Insurance, subject to terms and con ditions usual to Standard General Liability and Aulomobile Policies, applies to the liebiliry assumed by Subeon1rac1or under this con1rac1. (c) Modified Occurrence Liability Policies arc 11ot acceptable. Claims Mode General Li• ability Policies are not 1cccpt1ble. Subcontractors providing such insurance will beconsidered in default of the requirements of this Subcontract Agreement. (3) Waivers of Su brogation are requi� by the Prime Contrac1, Subcontractor will have the appropriate policiC$ endorsed accordingly. (4) On exec ution of the Subconrnic1 and prior lo commencement of work, Subconrractor shall file on fonns eccepllbh: lo Baldwin & Sons. Inc. a eertificetc of insurance properly e.J1ecutcd and signed by an authorized representative on behalf of the insurer(s) evidencingthe above c:overases and conditions 10 Boldwln & Sons, Inc. Subconrractor shall maintain the rcquin::d Insurance and Additional Insureds for the period of time for which the Subcontractor rmy be held leg■lly liable for its work Also, the required Ccrtific:arcs of Insurance and Additional Insured Endorsements shell be provided and meinlaincd during warranty period of the Subcontractors work. Subcontractor further agrees, upon ritten request by Baldwin & Sons, Inc. or Owner, lo furnish copies of such policie.s, cc · red by nn authorized ri:prcscntativc of the insurer(s). Initial: v-1 S11bcontmdor llaldwi1t & S....s. lno. C-0111� 11,11 Vnl11,1c l S0111h -Rccllrno,J W.11er C' .. 1 C'nole: l7•fq Job No. 02-00lO.J f6111AC'K80NE/27-5$ • S6J9,11l,00 f< 0?,0020.Sl�IO'MC'TS/fMS • Sll.560.00 P11e23 (5)All Insurance cowngo provided by tho Subconlraclor shall be 1Jvough ,cccptable insu1111eccorriers licensed in 1bc statc(s) whmi work is bcln1 pc:rf'ClffllCd with I minimum A.M. Bue Cornp1ny standard or A:VII or grcarcr. (6) All Subcontractors policies shall hive the Cancell11ion Provision typed on the IN11111nceCertificate and It must be co1uistcn1 with the Cancellation rrovision In the pol icy or, aJO-day notice or cancdll1ion e11ccp1 (10) Days for non-paymel\l of premium endorscmmt&hall be ■uached to lhe insurance certificate. (7) A Written notice sh•II be &ivcn to Baldwin & Sons, Inc. ,nd Owner et last dtirty (30) days prior to termination. non-renewal, cancellation or reduction or coverage in the policy. Inili1I: W Subcolllnclor I� Dald"1n a SGN. 111�. C'onnc, �,ft1 VAl•c.• 2 South-R•d•hn<d \Yater ('otlC'oclc, 17-19 fob N,o, 02,0020,5161tlAC'KOONEn7-H-S6�9.ll2 00 A Ol-0020-Sl61'1NTRAC"TSl27·55 • SH,560.00 Subcontractor: Updated: Invoice#:--�--Retention BlRing: $ ___ _ Exhibit D Billing Period: From To Ow,ur-Ofrslte BIUing Form •nd Payment Schedule Date Printed: Contract#: Job Name: Contract Date: Change Orders: Cumulative Totals ITo Date) Current Billing (This Invoice OnM Item Description Quantity Unit Total Qu1mtity AmoWII QuauUty Total I. 2. 3. 4. 5. 6. 7. 8. 9. 10. Price to Date to Date Page 1 Total Total Tota.I: Less 10% LC$$ 10�o RelentJon Rctendon I Percent Compldfli TotaJ Amount ToDatc: ¾ To D11te Due This format must be used for billing. Failure to use this format will result in a delay in payment! Page24 Jnilial: t»J / r. I Sulxoolrador � leklwbl & S0111. bit. C-0111111e1 U17 Vi� l Soulh-�laimod \Ylla C'111l ("ode; 17-19 Job !'lo. 02.00l0-Sl618AC-KOONEl21•U. SOJ9.Ul.OO & Ol.OO?O-l 1611NTRAC'TSf.!1•5S • S21�.00 Exhibit E SUBCONTRACTOR TERMS THE INFORMATION PACKAGE CONTAINED HEREIN WILL PROVIDE YOU WITH KEY DETAILS CONCERNING: I.EXPLANATION OF OUR CONTRACT BILLINO PROCEDURE 2.A LIST OF CONTACTS rN OUR OFFICES 3. PRELIMINARY INFOR.MATION 4. EXPLANATION OF INSURANCE REQUIREMENTS 5.COPIES OF ALL RELEASES, TO BE USED EVERY TIME YOU INVOICE 8.W-9TAX FORM TO BE FILLED OUT AND RETURNED WITH VOUR CONTRACT. •NOPAYMENT WILL BE MADE UNTIL THIS FORM IS COMPLETED ANDR.ETURNEO.• IF YOU HAVE ANY FUR.THER QUESTIONS, PLEASE EMAJL DAWN MENDOZA AT dmendon@ba)dwjnsons.c:om OR CALL AT 949-640-8300 Ext. 316 NOTE: PLEASE BE SURE TO SIGN THE SUJJCONTRA.CT. INITIAL EVERY PAGE AND ALL EXHIBITS, AND SIGN THE UST PAGE OF THE GENERAL CONDITIONS A.1Til.CHED TO THE BACK OF YOUR CON­TRACT. WE CANNOT PROCESS THE CONTRACT UNTIL IT IS SIGNED. ALSO INCLUDE COPIES OF YOUR CONTRACTORS STATE UCENSE .4.ND CITY UCENSE. WITHOUT THIS INFORMATION THE CONTRA.CT WILL BE RETURNED TO YOU.• Pl.EASE RETURN BOTH CONTRACT OIUOJNALS TO THE ABOVE ADDRESS. ONCE WE HAVE. RECEIVED ALL THE REQUIRED rNFORMAT!ON AN EXECUTED COPY OF THE CONTRACT WILL BE SENT TO YOU. THANK YOU FOR YOUR PROMPT ATTENTION IN THIS MATTER. Pase25 All Invoices 1h■II be �ivc:d on or before the 27th of the month to be paid within 30 days. Example: For July 2013 all invoices received July 1st, will be p■id Ausuat 1st. Any lnvoiC41s received after the 1st of the month will be· paid in 60 days from date rtcelved NOTE: All invoices and payments arc still subject to Baldwin & Sons, Inc. receiving proper releases and billing documents. Initial: WI Suticonll1el.Or I� Oaktilln a SOIII. In<, C-onl!'KI 11317 VUla�lSo.rh-�bimal WnlOI' C'OII C'o<le: 27-19 Job No. oi-0020.jl6/BAC'KDONE/l7,H • $6)9,2 ll 00 t,. 02-00�0-s IOIINTlt,\n'S/27•5S • Sl7.S60.00 SUBCONTRACTOR'S RETURN LIST BAidwin & Sons, Inc. ("Co11tractor") EXPLANATION OF CONTRACT BILLING Processing of all invoices and preliminory notices is done through our Newport Beach office. Please direct all Invoices and preliminary notices lo: Bnldwin & Sons, Inc. 20 CORPORATE PLAZA NEWPORT BEACH, CA 92660 PAY POINT BILLINO The contracts an: ,er up with specific "Poy Points", representing percentages of the contract to be released by the project superintendent per their review of the woric completed. Please bill according 10 the completed and approved work only. RELEASES PLEASE ATTACH ONLY Baldwin & Sons, lnc.'s ISSUED RELEASES TO ALL SUBMITTED INVOJCES. You will be responsible for submitting your supplier release with each invoice. Any invoke s'llbmiued without a supplier release will be sent back to you for corrcctlon (if supp tier pre limed the job). In the e\'ertt invoices are returned the invoice date will be entered os the date the invoice is CORRECTLY REC.EIVED. If billing for retention, you must submit the Unconditional Waiver and RcleiJse Upon Final Payment. ACCOUNTS PAYABLE WILL NOT PROCESS ANY INVOICES WITHOUT THE PROPER RELEASES!f! CONSULTJNG CONTRACTS; These contracts are set up with a "Lump Sum� amount and work for these contracts arc approved by the superintendent on a "Per Invoice• basis as submitted by the subcontractor. Your invoices shnuld be fonnattcd lo match your proposal/contract breakdown. Please send 1111 invoices to the above ad­dress accompanied with lhe proper n:l1:1ses. WHEN SUBMITTINO INVOICE Before submitting an Invoice for payment, please ensure you have attached all of the necessary docu1111en1S. Any invoice chat is nol submined according to these requirements will be retumcdl 10 you. 1. Progress Payment Billing Fonn AIA-O703 (Contract Specific, provided after we receive signed ,contnlcl) 2.fahibit B Request for Payment (Only required for consultant contracts) 3. !Release and release for any suppliers that prclimcd d1e job. ONLY Baldwin & Sotu, Inc. FORMS ARE ACCEPTABLE 4. Signed PO for any additional work over SS00.00 (Only required for subcontractors) S.Signed Change Order RcquC!St for additions to the contract � Page 26 Jnitial: YA// "'s,'"'1bcM--1r:i_e1_o_r__ Baldwin S Dalch,in I Soris, Ir,,;. l"aniraci JIJU vnia,e 2 SOUi� -Ra:letnlCd w.,.. ('OSI C'odlr: 27. Ill Joi, Ho. 01.anm.,wpACKBOHl:l.!7•.SS • $639.212.00 & OJ.OOl0..516/INTlll\C"TS/27•'5 • S27,S60,IIO SOME ISSUES TRAT MAY RESULT IN A RETURNED INVOICE l.Expired insurance2.Failure 10 provide Additional Insured wnn (Sample At11chcd)3. Lacie or releases or submhtal or a release on a "Baldwin & Sons, Inc." form4. Billing for work not completed These Special Provisions are a part of the Subcontractors' Agreement. OWNER: Village II ofOtay HB Sub 20 Corporate Plaza Drive Newport Beach. CA 92660 Sunranch Capilal Partners, LLC 20 Corporate Plaza Drive Newport Beach, CA 92660 CONTRACTOR: Baldwin & Sons, loc. 20 Corporate Plaza Drive Newport Beach, CA 92660 LENDER: Cathay Bank 4128 Temple City Boulevard Rosemead, CA 91770 ADDWQNAL TERi'\1S: Civil Enafneer: Geotechnlc:al/Solls Enaf neer: Dry Utility Con$11lt&nt: Hun.saker & Assoeialcs Yolanda Calvo/Jessica Nishiura Geocon,Inc .. Shawn Weedon Eneineering Partners, fnc. Tom Perez The "Scope or Work" shall include, but not limited to, providing all labor, equipment, material, tools, and incidentals necessary to complete V1.llage 2 South Reclaimed Water. All work shall be perfonned per plans, specifications and,'or soils �ports as applicable for completion of work. Specific:: soils report reference for this project was completed by Geocon, Inc. This Contract and provisions herein shall be considered additional requirements for work to complete. Poge27 Initial: � Sllbcontractor I� NOTICE THIS DOCtJMENT WAIVI:.S THE CLAIMANTS UEN, STOP PAYMENT N01'1C'F� ANO PAYMENT BOND RIOHTS EFFECTIVE ON RECEJPT OF PAYMCNT. A PERSON SHOULD NOT RELY ON THIS DOCUMENT UNLESS SATISFIED TtlAT TltE CLAIMANT HJ\S R£CEIVEO PAY­MENT. Owner: &NI by pc1or Amount of Check: Check Payable To: (l) which 1co111p111y N1111e) Initial: � s� Dold,�• & sone. IM-(oninld 1111 Unconditional Waiver and Release on Progress Payment (CalJfornia) AND PAYMENT (ComJ)lllly Name) Pa&c29 Dold,..ln I Son.. Inc. Vllllcc 2 S0\1111-�IIIIIICd Wonr C-1>11 C-odc: 27-19 Job No. 0l.00?0-Jl6/IIACltDON1,127-,S, S6J9,ll J.00& 0!-002D-Jl611NTR/\C"TSl:27•JS-Sll,5611,00 Conditional Waiver and Release upon on Final Payment (California) Type 3 Fnnn Pursuant to Civil Code 8136 (Effective 7/1/2012) NOTICE THIS DOCUMENT WAIVES THE CLAIMANTS LIEN, STOP PAYMENT NOTICE, AND PAYMENT BOND RIOHTS EFFECTIVE ON RECEIPT OF PAYMENT. A PERSON SHOULD NOT RELY ON THIS DOCUMENT UNLESS SATISFIED THAT THECLAIMANT HAS RECEIVED PAYMENT. Claimant: -------------------------------- Customer. B■ld»io A Sons, Jnc, Job Locnlion: 2 Sovtb flee)ajmcd Wllq-ConJmct #587 ymagc II or Ogy HB $w Sunranch C,ej14I PeelMl LLC Tl110111h Dale: This document waives and rdcHes lien, stop pc,y,ncnt notice. and peymcnl bond rlpts the claimanl hns for lobor and ,crvicc provided. and cquipmenc and 11111erilll �livered, lo che cul\oml:1' on 1hi, jab tluo111h Che Tbrou1li Dase or this documcmL Ri,tits btlsed upon labor or 1ervico provided, or cqulpm1111 or mllerlnl delivcml. punuanl to a wrlnen change 0tder th1c his been f11Uy uecUled by lhe plftic1 prior to Ille d11e IINlt 1h11 clocutnanl Is 1l1ned by lhe debnenl. arc IY&ivcd and rtlcued by this document, unl11111 llllffld as an Exccplion below. Thi.s document is e�tivc only on the:: cl■imants receipt or paymcm rrom the financial lnflltulion on which the check Is drawn: MakcrorCheck: \8oldwin & Sons. LLC Amount or Check: Clleclt Payable To: Exceptions: This document does not affect any of lhe rollo.wlnc: Disputed claims for n1ras in the amount of: Date sl1ncd:. _________ _ (Coinpany N■me) (Si1nah1tc) Clalmant's Ph0<1e No. P11e30 Initial: S11bco1unctar I� Baldwin & 5Clfts. IRe. C°OUIDCl#Sl7 vm,ac 5alltb-kcd•�IICII l<lb No. 0?-0020-S1618ACKDONE1'27-SS • $6)9.212,00& 02-00?0.S116/l,rflt,\C'TS/17-SS • U:7.560.00 Type 4 Form Pursuant to Civil Code 8136 (Effective 7/1/2012) NOTICE TO CLAIMANT: THIS DOCUMENT WAIVES THE CLAIMANTS LIEN, STOP PAYMENT NOTICE, AND PAYMENT BOND RIGHTS UNCONDITIONALLY AND STATES THAT YOU HAVE BEEN PAID FOR GIVING :UP THOSE RIGHTS. THIS DOCUMENT IS ENFORCEABLE AGAINST YOU IF YOU SIGN IT, EVEN IF YOU liA VE NOT BEEN PA(D. IF YOU HAVE NOT BEEN PA(O, USE A CONDITIONAL WAIVER AND RELEASE FORM. This doc\lment walvo, and rdeuc, lien. 11op payment notice, and peyment boad riahts tl1c clalraant 1to1 for labor and service provided, and equipment and material dclive,ed, 10 lhe c1111amcr on !his job. Ri1hu bued IIJ)On lmlor or setvi<:e provided, or cqlllpmcnc or material dclivem!, punuent IQ I writlCn ctuan,c ardor lhlt hu been fully cucutcd by the pinios prior lo 1he dare thM thlt document Is •i&ned by lhc clalnw11, are waived end rclcalCd by this document, unless listed a, an E:tccptioo below. The claimant has been paid in full. Customer: BnJdwln &. Job L-oc:ali011: vmgge 2 Sosnb Rccl•lrncd Concca,1 #SU Owner: E.ueplfons: This clocumen1 doea not affect any of the rollov.•in1: Disputed cl■lms c.,1111S in Ille amount of: Oatesiancd: ________ _ Page 31 $. _______ _ (Compony Name) (S IJIIIIIUre) (Title) Cl■iman1'1 Phone Na. Initial: W Slllleoclllllclor Baldwift 4 Seftl, IM. C'OCllta<I 11,a7 vni.,c 2 Sot11b-R«lahllcd w .. 1.,. C'Ml Co.Jc, 27.19 Job No. o:-OOl0-516/OACKIIOh'E'Jl7-5$ • $639,212.00 � 01·0020-jl6Jltn"MCTSIH·J3 • D?.560.00 Exhlbit F SUBCONTRACTOR'S am PROPOSAL (See Att1clled dated 11125/15) Pqe32 Initial: ya/ subcou1nc1.or '-� ---------- " ,., Exhibit F -Bid Schedule CASS CONSTRUCTION, INC. OTAY RANCH Vll.LAGE-2 SOUTH RECLAIM!D WATER SCHEDULE F Item DNCrlptlon BACKBONE Reclaimed Water 1 e· PVC (Clasa 305) 2 20" P'JC (Clan 165) a 8" Gate Valve AIHmbly 4 20· Buhar:fty Valve AsSlmbly 5 e• Cap with Thruat Block & Blowoll 8 e· Cap with Thrust Block 7 6" DI TN wllh Thru11I Bk>ck 8 6" K 24" Lo119 01 Spool 9 20" DI TN with Thrust Block 10 20" x 24" CMU.C Spool 11 20" x 8" CML&C Crou wHh Thivat Bl'1'k 12 2· Irrigation Sel\'lee AIHITlbly 13 Alr-Vac AN1mbly 2• 14 Alr-Vac Asaombly 4' 15 BloW olf Assembly 2• 18 Blow off Assembly 6' 17 Deflection Coupling 20" 18 Deflection Coupling 6" 19 Connect to, Exlatlng 6" 20 Connect lo 20· Reclaimed Wat■r Subtotal IN TRACT Reclalmed Water 1 8" PVC (Clau 305) 2 6" cap wtlfl. Thrust Block 3 2· lrrtgallon Service 4 etow off Assembly 2· 5 Delleclk>n CoupUng 6" 8 Connect to cxllll!!EI 6" Project Total Summery Phase 1a. Phase 1blc VIiiage 2 South Wet Utilities Qty Units 3984 LF 1,971 LF 8 EA 4 EA 3 EA 1 EA 1 EA 5 EA 1 EA 2 EA 1 eA 24 !!A 6EA 2 EA 2 EA 2 EA 17 EA 41 EA 2 EA 2EA 234 LF 1 EA J EA 1 EA 4 EA 1 EA SD Sewer #REA •REFI #REF! #REFI lof2 Add1ndum#2 5(16/20115 Unit Price Total 55.00 $219, 120.00 79.00 S155,709.00 1,885.00 $11,910.00 9,800.00 S35.200.00 5,070.00 $15,210.00 385.00 $385.00 545,00 $545.00 695.00 $3,476.00 2,858.00 $2,858.00 3,185.00 $6,330.00 e.4�.oo S8,455.00 3,235.00 $17,840.00 4,510.00 s21.oeo.oo 7,500.00 $15,000.00 2,800.00 SM00.00 5,325.00 $10,650.00 1,850.00 $31,460.00 175.00 $7,175.00 1,100.00 $2,200.00 2.�20.00 le.240.00 $839.212.00 55.00 $12,870.00 385.00 $386.00 3,235.00 $9,705.00 2,800.00 $2,800.00 175.00 $700.00 1,100.00 !11100.00 S27,580.00 $688,T72.00 PW RW Total #REFI $838,212.00 #REFJ #Rt:FI $27.580.00 #REFI 11/13/15 -' llem DescrlptlDfl Total Exhibit F -Bid Schedule VIilage 2 South Wet Utilities Units #REF! 2of 2 Uni( Price IIREFI Addendum #2 Total SS68,772.00--•#RiioiiiEFI., 11/13/15 ------ VUlo1c? Sou1l1-Rcclll11cd W11cr C'oal C'oclc: 17-19 lob t'o. 02-00ZO.J16/DACKBONE/27-S, • S6)�,21i.oo .t. 16/lNTRACTS/27-'5 • 00 SUBCONTRACTOR'S BID NOTES (See Attnched Cass Construction Bid Notes for vm:11,e 2 South RecJalmed Water dated 11/25115) I� � u Exhib it � '' CASS CONSTRUCTION, INC. BIO NOTES OTA Y RANCH VILLAGE 2 SOIJTH: 11-25-15, 1. 2. 3. "· 5. 6. T. B. 9. 10. II. 12. 13. I.C. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26 .. 27. 28. 29. JO. 31. 32. No roes l0t permits. boncts. spedol lnspeclfon, compoclion tests. concrele lesling. surveying. slating. conn.-cuons. 01 engineering. Any blosllng. dtlUlng. handling, Of' redlggll,g ol ,oct wil be done on o limo ond moleriol plus 15!\ bosls. My motcrlol, rock OI cemenlcct conglomefales not 1)10duc:Rvefy diggable wllh a Col 3◄S •�cavato, la be exc0Y0lect on time and molerfol plus 151' Eic�s QSP & QSO Monll011ng ond re,:)0!11ng '°' SWPP. Excludes swrP Plan. lneludes SWPP IOI OlK work only. Proposal lncludos select motcriol obove pipe zone. ?ropo,ot based on using Olay Gfay for select DG bacltllft. Bid lnclUdes one I II move In onlv. Grounctwotar requtlng deW0t&1fng meosures to be done by olhers. P10pasal oasect on unll prices. Ftnal payment subject lo 11eld meosuremenl. Proposol bosad on qvonHtlas provlctod al bid Hme ond quonHly dlllerences belwee-n plo,u ond propo$01 lo be reconcWed In o change order. Consfruc:llon waler lo be luni5hed and paid 101 by owner. A�lmenlS 1o g,ode one I II time Ollly. Proposal based on Cau CorulrucUon. Inc. Slondard ln.iuronce one! eiu:.ructe1 any Wrop lruUfOIICe, Builders ltlJk. PrOQOsol vokl lor lhltly (301 days. Proposol eacludos cxcovolion. liner. �• Pipe, s• Riser. 8iomed'10. ond londscoplng of Blotalenllon lloilns and lnleflm 5edimenl 8oslns. The wort Is lo be perlotrned non-union and will not be subject lo stole p,evollng woge requirements. All onllle anct olfslle e&cess spolls lo be spreact evenly over ltenc.h OI onlo Pods. l'roposol olldoudes ony t>lologlcol ·monll01i11g, noise monllorlng, ond nobe bonlers. ProPOS()I based on completing proJecl In one conllnuous operollon. fheso notes ore lo be inclvdect in ony con11ocluof agreement. Proposal boseO on negotiated ond Ogteed upon schedule by bolh potlles. l'topolol excludes Jn!ot Nilan. "" Ullllles lo be overexcovoti,d I' below deepesl Ul■ly ond recompoclect. PrOpOSOI ucludos Nyaplosl oroln Basins. Elldudes bOllards on Are Hydlonls. ExclUdes Marllole coolings and Unlngs. t:xcludes any l!onds. PVC ptpo to bo orderod prior 12-25-ISond shipped by 1-25-1501 PVC pipe prices 1ubjecl lo change. EJccludes Tamper Switch ror Fite Systom. Excludes PrCJfflJf• 1!90Ulolors. &eludes Striping. Proposot assumes Chol'lg(tS lo Conl,ocl and lho Conl1oc1 wiU be negolialed. Prop010l e�hms Cteanovls on Sewer Lol1110b. Proposol axeludes any Colhodie resting ood Reporting. &ldwi• & son,. Inc. C'on1111e1 #387 Ville�• 2 Solid, -Rcclohn<d Wota C'o>1 C'odc-17-iq Job No. 02-01120-516/l!A.C'KBONF.127-H • $6�0,l 12.00 & Dl-0020-J 16nNTRA<TS/l7-JS • S27,SliO 00 PRELIMARY NOTICE INFORMATION SHEET FOR VILLAGE 2 SOUTH -RECLAIMED WATER **PLEASE LIST JOB NUMBER/CONTRACT NUMBER ON ALL PRELIMARY NOTICES.** Owner: Village II of Otay HB Sub, Sunranch Capital Partners, LLC and affiliated and adjacent owners. 20 Corporate Plaza Drive Newport Beach, CA 92660 Lender: Cathay Bank 4128 Temple City Boulevard Rosemead, CA 91770 General Contractor: Baldwin & Son's, Inc. 20 Corporate Plaza Drive Newport Beach, CA 92660 Jobsite Location: Village 2 South Chula Vista, CA Job/Contract Number: 02-0020-516/BACKBONE/27-55 & Page 34 02-0020-516/INTRACTS/27-55 &Contract#587 Initial: ,C.V Subcootl'lldnr I� C/0#: Wn-(Jl.f 11, 2011) By: Title: Title: Date: CASS CONSTRUCTION, INC. P.O. BOX 309, 1100 WAGNE� t>R. EL CAJON, CALIFORNIA 92022-0309 BALDWIN & SONS, INC. 610 West Aah Street. Suite 1500 San Diego, CA 92101 PHONE: 590-0929 FAX: 590-1202 Project: Otay Ranch VrUage 2-SOU\h CCI Job#: 2442 Attention: Steve Moffatt RFC# DATE: PAGE ws/jun 6 612412016 1 OF 1 r�":WC:>Ri<'ooei'e,G0Hesjoo LESS____Mgj_M WHILE ptGGING �o·-RE<:;1461 MED ,WATERfc>N SANJA VICTORIA J � 530•�-oT,e""'"''�lluetoNon�-M .. ,O• @ S 6.00 LF S 3.180.00 iU-oOOE1 153 Tons 1-1/2 • Rock Material 1' below Aipe Zone @ $ 32.05 Tons s 4,903.65 280 LF NC Filter Fa bric @ S 3.00 LF S 840.00 r000 1 1 955 Tons AddltlonalDGMaterlalaroundplpe @ $ 18.13 Tons$ 17,314.15 W-000 530 LF Additional compaction due lo unsuttable material .._,.._...., ___ � @ S 15.00 LF S 7,950.00 9fIJ9Nf2 Ove r Excavate Trench due to Due to Non-Cohesive Matenal 44-0001 153 Tons 0G Material 1' below 44-0001 280 LF 44-0001 955 Noles: LF Addillonal compaction due to Ulll!Ullable material •Excludes Redigging Trench. •RFC #6 does not Include any coMectlons or closure coopllngs. •Exdudes Backfllllng and Redlgglng Trench for Safety Reasons. TOTAL OPTION #1: @ $ 6, @ $ 18.13 @ s 21.18 @ $ TOTAL OPTION #2: $ Tons $ LF $ Tons S 34,1117.80 2,TT3.89 5.930.40 17,314.15 7,950.00 •May not obtain necessary compaction if we use DG Material 1' below Pipe Zone Option #2. Cass Construction, Inc. ly: >rinl: We.s Wise itle: President >ate: Baldwin & sons, Inc. By: ______________ _ Print: ______________ _ TIiie: --------------- Date: ______________ _ $ By: By: CASS CONSTRUCTION, INC. P.O. BOX309, 1100WAGNERDR. EL CAJON, CALIFORNIA 92022-0309 PHONE: 590-0929 FAA: 690-1202 BALDWIN & SONS, INC. 610 West Aah street, Suite 1500 San Diego, CA 92101 Project: Ot,y RaQCih VIiiage 2-Soulh CCI Job#: 2442 AttenUon: Stave Moffatt � 44-9910 44-9910 44-9910 44-991Cil 44-9910 449910 Mls01Haneous extra WOl1s � 1 LS l Removed 12" waleolna and redlg ditch from Sia 11+50 lo 12+30 and dug up 3 each Rao W.tar Servlcel 1I ala 17♦00, 17+28, 17+70 tD establish proper Elevallons and ■8f)8raUone. 1 LS I Remove 6" Rec Waler, cut oul 3 each Rec Waler Servlcea, and n,fayed 12" Potable Water to maintain proper 1IBV1Uons and separaUon. LS Sanded and Relayed Potable 12" water and two 12x8 toea on Uza g 111111+60 due to plan change. 1 LS Reaandad Ind Relayed 6" Rea Waler tie In point llnd compaclad and baclcfllled 3 ea 2" R110 Weter ■ervloe110 m11lntan proper lllvelloo and eeperatlon. 1 LS I Redig from Sia 21+87 lo 22+48 on CM1llne, Redig from Sta 21+86 to 2H44 end ramoved 20 LF or 8" Re-a Water lo match el11v1tlont. LS Relayed 20' of 6' Rec Water nor1h and south out of ct011 on Christina and added 4 eech 8" High Oetledlon Coupllnga lo malch elellatlona GI 0 @ G @ RFC# 10 DATE: .912.12016 PAGE 1 OF 1 WS)un $ 2,239.0fi LS $ 2,239.05 - S 2,547.16 LS s 2,5-47.16-L- S 5,013.03 LS s 5,01a.oo 4 $ 2,187.86 LS $ 2,187.86 .,__ $ 2,568.80 LS $ 2,586.80- $ 1.296.-44 LS $ 1,295.� Ji IO,gJ6.� TOTAL R.F,C. #10: s 16,849.34 C11111 Conettuctlon, Inc. By: Print: Wea Wlae Title: Prealdtnt Dale: Baldw!n & acme, Inc. By: ____________ _ Print: ____________ _ rr1111: ____________ __., Date: ____________ _ /DAILY !XTRA WORK REPORT CASS CONSTRUCTION, INC, P.O. 80)( 91» • l!L c,.JON, 04 � (11t)IIO-Ot2' N� 46758 &TATE LIO. 121113311A 4 / _/ f CASS CONSTR. INC. CUSTOMER:_..JR�C:.:..�L.-..C.&v:;..•.;.;Pw>_..__.;::S:;.,O,-,.),:.;;;...:>;.._ _______________ FOAEMA�-@,____ ____ _ ADDRESS:----------------------------04TE PERFORMED":)½� 9-/' LO CATI ON OF WORK: _V.;:;_• ·...,1.;..1 _.,"$(.;__..a:«::-.s=�'---\-._l.. ______________ CHARGE TO joe, c2Y:f:l, 0£80AIPTIONOFWORJ<: f?e.r"'QJ:e/ (7-" LJ<;kr ,,�I fro,... sfs I/ +sa1'Qn.fjp W�v-3 � �-l. vJ/s tn :;.·h t2tou, ,1:tvt at?Q o..> kis q ,./ ,� l:JJ � D ,.Jli, (Jt)j/2 f l CASS CONSTRUCTION, INC. le lo pllfform the lollowlng work. Reuonfo,Oh111gt: f'C° Wf.-\fl l1.:.t. u)�� e,._�"' 1-<f a.,·� .Di:> /4-4}0ntoo 1 {7�,, 17f��-�,� l>� .. � i.,,i" � .. � �:OHkiE � REOUEST£0 BY: (Prlnl) °S-n.w CWffi';' OROEAI ----------PHONE: l/'i f f/0 /"_ - • • /.I. 7&.J.,. • , IAI, �lO wiµ. t,p\,c,- f)t \� . 1-l.,.bif LABOR & EQUIPMENT EQUIP HOURS No. s/T orr ·:u-w fl- f'II#_ L� I.½3 R�TE TOTAL 9h.<.O l9Q.QO (10lY' IJOS.00 1<o.CO •'-At+OO 5d,oC> '"'"'·dJ 1947.00 MATERIALS -I Cer11fy work performed on thll Wotlc Of!ler has been recelvod fn good condition •�""-"'"'"'°'Oodo�OOnkO. 1,w. agr pay or 11 gn nol l■ler then the time Ille WOfk le �mpleted. STOME HOAIZ;;;:�ESENT'ATIVE: b b-10 ,.I -r� .. tlh Dele WIIIII, Oltlce ea,,..,.,, eio- /�/4 �GJS.O!S I . 1-r�\ ��:R.05; '/ i QTY, UNITS RATE TS,TAL I ' . If no price la stated, It ht understood that the price 1h1ll be cost ol L1bor. Equipment end Materlaf plue Hi". 4 houre minimum. for labor & equipment. Labor over 4 houre to i,. charged 11 a houra. ... DAILY EXTRA WORK REPORT CASS CONSTRUCTION, INC, P.O. BOX 309 • EL CAJON, CA 92022� (111) H0,0929 ITATELIC,12"33M ,.,",t N2 46762 � I J • " C CASSCONS� CUSTOMER:_ .... Qi.::i'i..:.=.:llf;.::,W�'.;.."".-c.....:SO=-"�'------------------FOREMAN;-�.-�:....:. __ _ ADDRESS:---------------------------DATE PERFORMED:l1w<.t'144 LOCATION oF woRK: _..Jv�;;...:1.:..1 .;.!q...15?�....cc!lz..:.so ..... ..::. .... :....;t_i.. _______________ CHAAQE ro Joe, i2v"li. DE8CRIPTI0N0FW0RK: Be.t>\') O'°'\\ •· R-'· f,� 4-,r 5.\-.. 17-loo CHc--r :t:h<c ·or.tJ:· ot� /()W-"" 011J ,-;,or� � ehtt'.'>:k� 3 f,C, w/4 ou L.1-z'I Y:':"": v,,.Jv n.' wc.'k'-1"\'l';,i ,...,}..,te./o/+''1,.I p.r CASS CONSTRUCTION, INC, Is to perform lhe following worlc. fofll.� w,ll-.,.� 320 'v.,,µ. �\'kl:" n,l..u � '->•�'"Tl'Zu� I-PL/-Lc;W GJ&l) wi'� ()(lit/"'" nG 1 'D�l .:J l c.-a.cr LA8OA & EQUIPMENT I r.: · �e.."Oi!.) tJor� ��1u\ 3�-�.c. v/J. oiJ J.h4, MATERIALS EQUIP No, JOSI/ -,,r, �' v� QTY, �s,t/J. IS'' HOURS SIT 0/T RATE TOTAL I 9",CO q�,C() a� l1Q.O'J lf.;il5,0b °'� 7/o.cD 190.00 J� 9� !>¼OOs� s-�.oD ,�.oe1½ �.co 1�.00 11:l IY:,.ro ;/'f'f,00 UNITS RAtE TOTAL I,,/� �a.� 1-1s a'!>'l."4-l �>4.� }<gf. �=t�4 I Certify WOik perfOtnl8d on lhl I Work Order has bel!ln rtetlVlld ln good c:ondlllon And the lebor ind equipment hour, and ma111rltl1 reported are c:orreol. 11w1 1gree to pay IOI' 111 ch1,giu not later than the time the work 19 completed. �TO,;Mj-R'S �THOB!ZED REPRESENTATIVE: ?V�"?-� .....,,itute" , ,,.. Wt,llt, Ollllco 6-ttf-�f.bDale -,;;+at ol?':¥7Jv i If no price 1111!11llld, It /11 und11ratood lhat the price ehall be ! 00,1 of L.ebor, Equipment and Materlal plua 15'1L ; -4 houra minimum for labor & equipment. '' Labor over ◄ hourw to be cti.rged • a houra. / CUSTOMER: ftp.L/wr;,,.1 . t: !j.q"S DAILY !XTRA WORK REPORT CASS CONSTRUCTION, INC, P.O. BOIC • • l!l CAJON, CA t20224'0II (11t) IIIIO-oa2t aTl,TE LIC, 1218331A N� 47330 CASS CONST�O. FOREMAN:---'�=;__ ___ _ ADDRESS: ____________________________ DATE PEAFORMEO.'°J"� 11{../I LOCATION OF WORK: _ _.:::V.:..;0 .:..l l::..;1\:,,1!1....J _ _,_,g_=.S.i.Q:'-=�::..L.. _______________ CHARGE TO JOB ,,_I __ Y.._n., __ _ oESOfllPTIOt,/ oF woRK: wss,.¼°l""' l-� • w/s o,:, R, C //Af. Q" L,< g,? 8<Ur9"'1 'frl..J.. �� s�� �� R.c.\o.yff 6' &c a,.)CN-rt'""\ /lf" ,rr...,� CASS CONSTRUCTION, INC. 11 to perform the lollowlng work, , D ,.a...r .. �•·-/J .. ,.A,/' ,1;,,::1::u ✓,11/C�1•·,1.,,:,.' ''•"-"-·'"' I R,uontorChange: f¥•�"t ' /\IGw/, o,·el IJd) � ..,..,..,-_, PY -�k;a:!_:1_ .. !.:_"'l-'/ll'4,,,-'ff9, -\ /' PUR°'"1ASE �oa !7).S REQUESTED BY: (Prtnl) _..:'S:...:..(...;;l)..;;(.....:.f"\..;0,<;;'-'--�...:'1£.;.;;._ ______ OROERI ________ PHONE: 7 _, -7?',?· $ LABOR & EQUIPMENT EQUIP HOURS AATE TOTAL 1..•A, If. C, �-»-l1'1\it 04J �+•;..,'i No. SIT 0/T -For�,.:,� -,t¼\r' J-Pl. A1 3� €0.t:? t;'S'O w:<¼l � 'S -;1' �.c. v,/s �re,,Q.., 1...>rl.l. �� I -J.�w �so w,� ofW LJ�if MATERIALS t)G, ,�\... , • .4 ,l,,. 1. hi ►l.!(.,t'()I. �,� . I c.,1Uy work performed on Ihle Work Order hu be■n rec;tllfld In good condlllon -nd lh• l1bor and equipment hours 11\d m1lerlel119ported art e011ec1. "�' '"'"''" '" ""' "" , ... "-.. ·"" ,. _, ... ,.7 OM. ., .......---,�;.ESENTATIVE. / It ·16 �.,..,.... .Tlh D•t• Canny, CU010flMr JtS, I '2 �co l'f'+.CX) ,, �.00 �ro "'S7 lh /ldw::,,to c;>4¥i,a) o..oWZ� 30St I ACo.r:x:J 9b.00 ..3 �.co 1S<coc) t'4e I Yz. lldc,CO �y:q,O'.) {L>Cf. L-/S )10,tj) QTY, UNIT'S RATe TOTAL .J� t-I c, '-f,Lf,Of,t( .3 '-I<; q4,o't. l��.'11:f'fftt, I-ORS.� To� �,�n.So/ • If no price 11 s11ted. It Is understoPd that the price shall be reoS1 of Labor. Equipment and Material plua 15'!1,. 4 houre minimum for labor & ,equipment. Labor over 4 houra 10 be<:hllrged aa 8 houra . DAILY EXTRA WORK A!PORT CASS CONSTRUCTION, INC, P,0, BOX 3119 • EL QA.ION, 0A t2()22.030I (911J51CM929 8TATE LIO, l208S38A N2 47334 P. t! ID W,N' C SOI.I., OASS CONS�HC, , CUSTOMER:_. _ _._._,._.:,:_;.. _ _.,_a...a-... _'-------------------------FOREMAN:.,. _______ _ :"10 w-1 A� s��-., �:J.1s-co �--.!1&.JJ ADDRESS: ___ _.�......., _____ '<"<>_.._.___,_'-'--"'�'-'--II'"----�---------------OATE PERFORMED >J'1-o·,., LOCATION OF WORK: LJ,Tf 1 $:C c9 .So,,,.#,, CHARGE TO JOB, J\'VZ Oe&CRIPTION OF WORK: Re I o.v.1.v d2t/ o£ C 'fi'lf' e0 w o/ fJDf� W so.mo t).e e""ss QV �J.1, ){:,;,f W &tf/ 'l-t 1 #'4A Dt�.icfi,. (!p..f/,,,. CASS CONSTRUCTION, INC. le to perform the lonowlng work. R11eon tor Ching« ...-'\ _ • _ tr_ ,r. PURCHASE ( J ,/ ' REQUESTED BV: (Print) -'"".;;nw""""'""-'--'l"l'--O�r_r-_''V....._ _____ OflOERI --------PHON (0£ ]'.72 -�.:, (/' 1.ASOR & EQUIPMENT �� , ., ,r¼J. , ,AJ..,-.!L PL. AT -9 Hrs Q..t.,. 91 qrt) � .: ..,.., . � MATERIALS Rf�'\. bl C ,�J.u-> c.o...?l1� D<' .. , +1t>-e.� EQUIP No. � � QTY, 'I :}(1 ,-.,. J HOURS RATE TOTAL srr orr I f7'LCC 9<o,<O g--$"�.Cl(") ldl� ( l(.:lc,,C() tk,00 UNITS RATE TOTAL t-1s. I�.� &.-IS ¾r3,.o5 \'Q<p,41 15"2 fbiR7 -r61t'l I I��'¼+-. / ' I Certify work perfOlmed on lhls Worll Order hall been rK1ived In QOod conct�lon If no price l1 slaled, It Is underslood that the price 11h1U be �net the l1bo• and equipment hours and me1erlel1 reported an, correct. cost ol Labor, Equipment and Materfal plu1 151'. 1,wa ■grH 10 pay for ,11 ch■rges not l■ler than th• time lh• wo,k II compl11■d. ◄houra minimum for labor IL equipment. ��8f'll?;;::;tESENTATIVE: Ii ,Zf1ffe Llbor OVl'r ◄ hourw to b• chargtd •• 8 hourt. : --,,,,://r7 �-TIii• Dale -: P2084 BALDWIN & SONS, LLC REIMBURSEMENTSUBMITTALS PACKET Executed RelmburaemantAgraernent, dated June 6, 2018 First Amendment to Agraernent, dated Februay Januay 20, 2022 Board Approval to enter Into RelmblnementAgreernent, dated May4,2018 Engineering Committee Report for RelmlnnamentAgl88ment. datedAprl 19, 2018 REQUEST FOR ACTION BY THE GENERAL MANAGER FROM: Dan Martin CIP NO.: R2084 DATE: May 25, 2016 SUBJECT: CIP 2084 RecPL -20-lnch 680 Zone, Village 2 Heritage/La Media Reimbursement Agreement CONTRACT AMOUNT, IF APPLICABLE: $265,994.40 The following action by the General Manager is requested on the attached form: □Review, comment, and return to Department. □Sign and return to Department for further processing. x Sign and return to _Mary Lee Carrillo_ to process. This document has been reviewed and approved by the following persons: ASSISTANT GENL.,V\11')'\L. MANAGER:��/.u����7---- GENERAL COUNSEL:_--1.c-,f--+-,,�,'l!--l,,<-'"""'--�--"'--­ CHIEF, ENGINEERING��� ? DATE: DATE: DATE: DATE: DATE: �/2/4, �II I (6 S \ u.\\b s/�l1c. �/2�h" COMMENTS: Mark, attached for your signature are two (2) copies of the reimbursement agreement for the construction of approximately 2,000 linear feet of 20- inch recycled water main located in Santa Victoria Road between Santa Carolina Road and Santa Alexia Avenue (CIP R2084 ). Also attached for reference is a copy of the May 4, 2016 Board report where the Board provided authorization for the agreement. P:\WORKINGICIP R2084 Santa Victoria Reimbursement\Agreements-Contracts-RFPs\Reimbursement Agreement\Agreement\R2084 General Manager Signature Request REIMBURSEMENT AGREEMENT For CAPITAL IMPROVEMENT PROGRAM WATER FACILITIES Associated With BALDWIN & SONS, LLC AT OTA Y RANCH VILLAGE 2 SOUTH BBIPR2084 1 This Reimbursement Agreement ("Agreement") is entered into as of this 6,-C-day of _ju ne , 2016, by and between the Otay Water District, a Municipal Water District formed under the Municipal Water District Act of 1911 ("District") and Baldwin & Sons, LLC a California Limited Liability Company, with an address at 610 West Ash St., Suite 1500, San Diego, CA 92101 ("Developer"), in view of the following facts and for the following purposes: RECITALS A.District's Board of Directors has adopted a Master Plan and approved a Capital Improvement Program ("CIP") for all regional water facilities ("Planned CIP Facilities") throughout the District. There are a number of Planned CIP Facilities within and adjacent to Otay Ranch Village 2 South BBIP (the "Development"), which Developer will construct within District's service area in the City of Chula Vista, California (the "Required CIP Facilities"). B.In connection with the Development and the Required CIP Facilities, Developer was required to complete a Sub-Area Master Plan (the "SAMP") upon which the Required CIP Facilities are identified. If required, the SAMP has been completed, is entitled "Subarea Water Master Plan of Potable and Recycled Water for Otay Ranch Village 2," dated June I, 2006, and is incorporated herein by reference. Developer will complete the Required CIP Facilities as identified in the SAMP, if any, or/and as depicted or described in Exhibit A attached hereto. C.Developer intends to develop its property, which will include substantial public improvements, including the construction of certain Required CIP Facilities, as more fully depicted or described in Exhibit B. D.Developer recognizes that District will need to construct regional facilities to support this Development, typically in advance of the Developer paying all capacity fees. E.Developer shall conform to, and comply with, all of the conditions set forth in District's current Policy 26, attached hereto as Exhibit C. F.Developer shall comply with all terms and conditions in the current District's Code of Ordinances and in the District's Standard Specifications. G.Developer agrees to encourage participation by Emerging Business Enterprises on construction contracts related to this Agreement. H.In coordination with this Agreement, Developer and District have entered into that certain Agreement Otay Ranch Village 2 South BBIP for Construction of a Water System dated March 16, 20 I 6 ("Construction Agreement"), wherein Developer's obligations regarding the construction and completion of the Required CIP Facilities are more fully set forth. The Parties Page 1 of 6 acknowledge that, where the terms and conditions of this Agreement conflict with the Construction Agreement on matters pertaining to construction and completion of the Required ClP Facilities, the Construction Agreement will control. Similarly, where the terms and conditions of the Construction Agreement conflict with this Agreement on matters pertaining to the reimbursement of Developer by District, this Agreement will control. OPERATIVE PROVISIONS NOW, THEREFORE, in consideration of the above Recitals and of the promises and agreements contained herein, and for other good and valuable consideration, the receipt and adequacy of which is hereby acknowledged, District and the Developer do hereby promise and agree as follows: I.Project Cost and Construction Developer shall design, construct, install, and complete the Required CIP Facilities in the manner more fully set forth in the Construction Agreement, and shall provide all funds needed for the design, construction, installation, and completion of the Required CIP Facilities. In order to remain eligible for reimbursement as provided under this Agreement, the Required CrP Facilities must be constructed and completed within the time provided in the Construction Agreement. Furthermore, to remain eligible for reimbursement, Developer must construct the Required CIP Facilities in compliance with all applicable laws, rules and regulations. The estimated cost of the Required ClP Facilities, as set forth in the Construction Agreement, is Two Hundred Sixty-Five Thousand Nine Hundred Ninety-Four Dollars and forty cents ($265,994.40). 2.Reimbursement Developer shall be entitled to reimbursement for the cost and expense of constructing and completing the Required CIP Facilities consistent with District's Policy No. 26 and consistent with the Construction Agreement. Except as provided in Policy 26, the District will pay 100% of the reimbursement cost after the General Manager accepts the project and the Board approves the request for reimbursement. Developer shall submit a request for reimbursement in writing to District and shall attach all documents necessary to demonstrate, to the satisfaction of District, that the Required CIP Facilities have been completed and accepted and the costs and expenses have been actually and reasonably incurred. The necessary documents shall include (i) copies of bid documents, (ii) invoices, (iii) unconditional lien releases, and (iv) any other documentation as requested by the District. 3.Termination Ifnot otherwise earlier terminated, this Agreement shall terminate on the earlier of (i)the date on which the reimbursements contemplated herein have been paid, or (ii) five (S)calendar years from the date first set forth above, whiclh shall be the date of Board approval;however, all of Developer's warranties and indemnification obligations shall remain in effect untilterminated in accordance with their respective terms. District may terminate this Agreement andits obligations upon thirty (30) days written notice to Developer, if the General Manager Page 2 of 6 determines that Developer has failed to comply with its obligations under this Agreement or under the Construction Agreement. 4.Plan Submittal Developer shall be required to adhere to District's process for submittal of improvement plans, which includes securing bonding for all facilities to be constructed, construction agreements, deposits for District staff time and project acceptance. 5.Record Keeping Developer sh al I keep an accurate record of the actual costs to construct the Required CIP Facilities for which reimbursement is requested, in accordance with generally accepted accounting procedures. Developer shall allow an authorized District representative, during Developer's regular business hours and upon reasonable notice, to examine and duplicate any records relevant to verifying the actual cost to construct the Required CIP Facilities, including, without limitation, all contract bids and invoices. Any changes occurring during construction shall be properly documented. Back-up documentation shall be kept by Developer for four (4) years after the completion of the Required CIP Facilities and be provided to District for its review upon its request. 6.Change Orders No change orders will be permitted unless the change order results from a change in the work, design or specifications initiated by District during the construction of the Required CIP Facilities. 7.General Provisions a.Incorporation of Recitals and Exhibits. The recitals set forth above and allexhibits referenced in this Agreement are hereby incorporated by reference into this Agreement to be given the same force and effect as if fully set forth herein. b.Amendments. No amendment, modification, supplement, termination orwaiver of any provision of this Agreement shall be effective unless executed in writing by both parties and then only in the specified instance and for the specific purpose given. c.Notices. Any demand upon or notice required or permitted to be given byone party to the other party shall be in writing. Except as otherwise provided by law, any demand upon or notice required or permitted to be given by one party to the other party in connection with this Agreement shall be effective (i) on the date a personal delivery is accepted; (ii) on the date a facsimile of the notice is sent, or on the next business day if the fax is sent after 5:00 p.m. or on a Saturday, Sunday or holiday, provided that receipt and confirmation of the facsimile transmission is attached to a copy of the faxed notice; (iii) on the second business day after mailing by certified or registered United States mail, return receipt requested; or (iv) 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, addressed to the party at the address shown below: Page 3 of 6 If to District: 1f to Developer: Otay Water District 2554 Sweetwater Springs Boulevard Spring Valley, California 91978-2004 Attn: General Manager Nick Lee Baldwin & Sons, LLC A California Limited Partnership 610 West Ash St San Diego, California 92101 Telephone: (619) 234-4050 Facsimile: (619) 234-4088 Notice of change of address shall be given by written notice in the manner set forth in this paragraph. d.Indemnity. Developer agrees to defend (with attorneys approved by District), indemnify, protect, and hold harmless District, its elective and appointive boards, officials, officers, agents, and employees from and against any and all claims asserted or liability established after actual trial which arise from or are connected with or are caused or claimed to be caused by Developer or its agents, officers or employees, in the construction of the Required CIP Facilities, or any part thereof, and all expenses of investigation and defending against same; provided, however, that Developer's duty to defend, indemnify and hold harmless shall not include any claims or liability determined to be due to the sole or active negligence of the District, its elective and appointive boards, officials, officers, agents, and employees. e.Applicable Law and Venue. This Agreement and each provision herein shall be interpreted in accordance with the laws of the State of California without regard to its conflict of laws principles. The Parties agree that the proper venue for the resolution of any disputes under this Agreement shall be with the Superior Court of the County of San Diego. f.Successors and Assigns. This Agreement and alJ of the terms, conditions,and provisions hereof shall inure to the benefit of and be binding upon the parties hereto, and their respective successors and assigns; provided, however, that no assignment of this Agreement shall be made without written consent of the parties to this Agreement. Any attempt by the Developer to assign or otherwise transfer any interest in this Agreement without the pr:ior written consent of the District shall be void. g.Counterparts. This Agreement may be executed in multiple counterparts, each of which counterpart, if fully executed, shaJJ be deemed an original. No counterpai1 shall be deemed to be an original or presumed delivered unless and until the counterpart executed by the other party to this Agreement is in the physical possession of the party seeking enforcement thereof Page 4 of 6 h.Effective Date. This Agreement shall not bind the parties and become effective until such time as the authorized representative of Developer has executed the Agreement, and District has approved and the authorized representative of District has executed this Agreement. i.Corporate Authority. The persons executing this Agreement on behalf of the parties hereto represent and warrant that: (i) such party is duly organized and existing; (ii)they are duly authorized to execute and deliver this Agreement on behalf of said party;(iii)by so executing this Agreement, such party is formally bound to the provisions of anyother Agreement to which said is bound. j.Waiver. The waiver of any term, condition or provision of this Agreementis valid only as to that specific waiver and does not constitute a waiver of, and shall not be construed to waive, any other term, condition or provision of this Agreement. k.Compliance with Applicable Laws. Developer agrees to comply with all federal, state and local laws, rules, regulations and ordinances that are now or may in the future become applicable to Developer, Developer's business, equipment and personnel engaged in activities covered by this Agreement or arising out of the performance of such activities, including the California Labor Code. Where approval by the District or a District official is required, it shall be deemed general approval only and does not relieve Developer of responsibility for compliance under this Section. [Remainder of page intentionally left blank] Page 5 of 6 rN WITNESS WHEREOF, this Agreement is executed by District and by Developer as of the date first above written. OT A Y WATER DISTRICT A California By: BALDWIN & SONS, LLC A CAL � TED LIABILITY COMPANY By: .;, Its Vice President Date: 5,b, o Ji & Page 6 of 6 PROJECT SITE VICINITY MAP OTAY WATER DISTRICT 20-INCH RECYCLED WATER MAINLOCATION MAP EXHIBIT A CIP R2084 OTAY WATER DISTRICT CAPITAL IMPROVEMENT PROGRAM PROJECT TITLE: RecPL - 2,0-lnch, 680 Zone, Village 2 -Heritage/La Media EXHIBIT B CIP Number:R2084 DIRECTOR DIVISION: 1 PROJECT MANAGER: Stephen Beppler ORIGINAL APPROVED DATE: 6/2/2004 RELATED CIP PROJECTS: R2083, R2085 DESCRIPTION OF PROJECT: 1.D. LOCATION: PRIORITY: BUDGET AMOUNT: 22 2 $365,000 Construction of approximately 2,000 feet of 20-inch pipeline within the 680 Pressure Zone in Village 2 in Santa Victoria Road from Santa Carolina Road to Santa Alexia Avenue. JUSTIFICATION OF PROJECT: This project will provide transmission capacity for tihe recycled water supply pumped from the 680-1 Pump Station to the 680 and higher pressure zones. Significant energy savings will occur due to lower total dynamic head requirements for the 680-1 Pump Station. Funding opportunity is the United States Bureau of Reclamation Water Reclamation and Reuse Program, Title XVI of P.L. 102-575. COMMENTS: This is a developer driven project. A reimbursement agreement is expected to be considered by the Board in FY 2017. Developer budget is 2,000 LF at a cost of $150 per foot for a total of $300,000 Inspection and staff budget is $65,000 This CIP budget was reduced from $970,000 to $365,000 for the FY 2017 CIP budget. FUND DETAILS: FUNDING SOURCE: Expansion Betterment Replacement New Water Supply Total Expansion 100 % 0% 0% 0% 100% TOTAL: 100 % 0% 0% 0% 100% EXPENDITURE SCHEDULE (X $1,000): PRIOR YEARS: FY FY FY FY FY FY FY TOTAL 2017 2018 2019 2020 2021 2022 Total $0 $10 $40 $315 $0 $0 $0 $365 EXHIBIT C OTAY WATER DISTRICT BOARD OF DIRECTORS POLICY Subject Policy Date Date Number Adooted Revised DISTRICT ADMINISTRATION OF REIMBURSEMENT 26 2/10/93 7/05/06 AGREEMENTS PURPOSE This policy establishes guidelines for how the District will administer reimbursement agreements for facilities, both Master Plan and Non-Master Plan. It also describes when and how the District will participate in the cost of such facilities. BACKGROUND Policy 26 requires that development which creates the need for new facilities must bear all costs to construct and finance the on-site, in-tract and off-site water, wastewater, and recycled water systems. "On-site" facilities are defined as those pipelines, pump stations and reservoirs required within a developer's project boundaries. "Off­site" facilities are those facilities located outside a project's boundary that are required to serve the project. "In-tract" facilities are defined as those non-regional facilities that serve only the project being constructed. These facilities are typically 6 inch through 12 inch pipelines. In-tract facilities are the sole responsibility of the developer/property owner until the facilities and all required property easements are dedicated to, and accepted by, the District pursuant to authority granted by the Board to the General Manager. The District's Master Plan includes all regional on-site and off-site facilities anticipated to be necessary to provide service throughout the District. The District's capacity fees have been calculated to pay for the cost of all the regional facilities identified in the Master Plan including the developer/property owner portion of such facilities. The District does not subsidize development but it does undertake responsibility to insure that those regional facilities necessary to serve a particular development are constructed and that the costs associated with the construction of said facilities is fairly distributed among all users. POLICY A.Master Plan Facilities-Reimbursement by the District: Forfacilities identified in the Master Plan, both on-site and off-site,the District may reimburse the developer for construction and designcosts if the project meets the following guidelines: OTAY WATER DISTRICT BOARD OF DIRECTORS POLICY Subject Policy Date Date Number Adooted Revised DISTRICT ADMINISTRATION OF REIMBURSEMENT 26 2/10/93 7/05/06 AGREEMENTS 1.The project must be in the District's approved five-year CapitalImprovement Program (CIP) at the time of the request, and shallnot exceed the CIP budget amount without prior Board approval. 2.The District has approved a Sub-Area Master Plan (SAMP) and anyrequired maps, upon which the facilities are clearly described. 3.The developer makes an irrevocable offer to dedicate thefacilities and any easements required for the operation andmaintenance of the facilities to the District, which offer isaccepted by the General Manager and all applicable language anddocumentation of the dedication(s) is prepared and recorded, allin the manner authorized by the Board. 4.The developer enters into an Agreement for Construction of aWater System with the District. 5.The developer/property owner obtains bids from qualifiedcontractors and provides copies of the bids to the District. Thedeveloper/property owner is responsible for selecting the lowestresponsive responsible bidder. The developer/property owner willbe reimbursed for the CIP portions of the project based on theunit prices submitted with the lowest responsive responsible bid. 6.The cost of addressing environmental issues, such as burying areservoir, shall not be reimbursable unless they are currentlyaddressed in the District's Master Environmental Impact Reportand CIP. 7.All soft costs, such as engineering, inspection, bonds, etc.,will be included in the reimbursement cost at five percent of theconstruction costs. 8.Except as provided below, the District will pay 100 percent ofthe reimbursement cost after the General Manager accepts theproject. 9.The District may elect to finance the facilities by borrowing if,after analysis by the Finance Department, it is determined thatthe borrowing fits into the District's financial plan as outlinedin Policy 25. 10.If for any reason reimbursement funds are not vailable at thetime the project is operationally complete, the District mayelect to defer or a portion of the reimbursement the Districtdetermines is due the developer until the General Manager accepts Page 2 of 7 OTAY WATER DISTRICT BOARD OF DIRECTORS POLICY Subject Policy Date Date Number Adooted Revised DISTRICT ADMINISTRATION OF REIMBURSEMENT 26 2/10/93 7/05/06 AGREEMENTS the dedication of the project and until all liens, claims and/or bonds, as applicable, have been released in the manner provided under the Agreement for Construction of a Water System. 11.Funds for reimbursement shall be carried as a CIP until thereimbursement is made. 12.Each reimbursement agreement requires approval by the Board. AStaff Report will be prepared and reviewed with the FinanceDepartment prior to presentation to the Board for approval. 13.This type of reimbursement agreement ends five (5) years afterBoard's original approval. The reimbursement agreement may beterminated prior to said (5) year term by the General Managerupon a determination that the developer has failed to comply withits obligations under the Reimbursement Agreement or theAgreement for Construction of a Water System. 14.If the reimbursement agreement expires prior to the facilities bythe District or prior to payment of reimbursement, the Developershall no longer be entitled to reimbursement. The Developer maysubmit new documentation andrequest that the District enter intoa new reimbursement agreement. If the District agrees to enterinto a new reimbursement agreement for the facilities, however,the District may revise the terms and amounts of reimbursement atits discretion based on information available at the time of therequest. 15.All reimbursement requests shall be submitted to the Board forconsideration and shall not be processed without prior Boardapproval. B.Non-Master Plan Facilities-Reimbursement to Developer by FutureUsers: Occasionally, a developer/property owner requests the Districtto administer a reimbursement agreement to collect money from futurecustomers who connect to the facility built by the developer/propertyowner. If the District agrees, the District collects thereimbursement amount from each customer connecting to the facility,together with any other District connection fees. The reimbursementportion of the customer's payment is forwarded by the District to thedeveloper/property owner as reimbursement. The District may administer this type of reimbursement agreement if the developer/property owner's project meets the following criteria and guidelines: Page 3 of 7 OTAY WATER DISTRICT BOARD OF DIRECTORS POLICY Subject Policy Date Date Number Adooted Revised DISTRICT ADMINISTRATION OF REIMBURSEMENT 26 2/10/93 7/05/06 AGREEMENTS 1.The developer/property owner demonstrates the facilities to beconstructed have adequate capacity to serve future customers. 2.The developer/property owner requests and executes areimbursement agreement, which is presented to the Board forapproval in conjunction with the presentation of an agreement toconstruct. 3.The property owner deposits with the District the estimated costfor District staff to prepare a nexus study and obtain Boardapproval for the reimbursement agreement. District staff willprovide a written estimate of the required deposit to theproperty owner within 15 days of the property owner's request. 4.The property owner provides three (3) bids from qualifiedcontractors for the purpose of establishing the cost of thefacilities and the portion of the reimbursement amount which isto be allocated to future connections. 5.A nexus study shall be performed by District staff to identifythose who may benefit from the construction of the proposedfacility and the amount they shall reimburse thedeveloper/property owner who constructed the facility. 6.Prior to the public notice being sent to those property ownersaffected by the reimbursement agreement, an informational staffreport will be presented to the Board. 7.The District shall notice all those property owners that will besubject to the reimbursement charge. These property owners willthen be responsible to pay their fair share of the cost of thefaciljties at such time as they connect to the system. The fairshare will be based on their Assigned Service Unit/EquivalentDwelling Unit (ASU/EDU) contribution to the total projectedASU/EDU to use the system. The reimbursement charge will be inaddition to any other fees a property owner would pay to theDistrict to obtain service. 8.Each reimbursement agreement requires approval by the Board.Prior to presenting a reimbursement agreement to the Board, staffmust obtain two originals signed by an authorized representativeof the developer/property owner. A Staff Report must then beprepared and reviewed with the Finance Department prior topresentation to the Board for approval. Page 4 of 7 OTAY WATER DISTRICT BOARD OF DIRECTORS POLICY Subject Policy Date Date Number Adooted Revised DISTRICT ADMINISTRATION OF REIMBURSEMENT 26 2/10/93 7/05/06 AGREEMENTS 9.This type of reimbursement agreement shall be valid for 10 yearsfrom the date of Board approval. After the 10 year period haslapsed the collection of the reimbursement amount by the Districtshall cease. 10.Concurrently with submission of a signed reimbursement agreement,the developer/property owner must pay an administrative fee tothe District to defray costs related to the review of the requestand the negotiation and execution of the reimbursement agreement.The amount of the administrative fee will be calculated at thestaff rate existing at the time of said submission. 11.In addition, concurrently with payment of the fee describedabove, developer must pay a fee to defray costs estimated to beincurred per each connection to be established during the term ofthe reimbursement agreement. The amount of this fee will becalculated based on an estimated 6 man hours per connection. Thestaff rate in existence at the time the reimbursement agreementis executed will be used as a base and it will be projected tochange each year to account for changes in the COLA, asdetermined by the District's finance department. 12.The District will not distribute any reimbursement funds to thedeveloper/property owner until the project has been accepted bythe Board. The distribution of reimbursement funds will occur asthe District collects the funds from new customers who connect tothe facility, but not more frequently than once per year. 13.District staff shall collect the reimbursement amount due at thesame time the standard District capacity fees for the new serviceare collected. 14.If the reimbursement agreement expires prior to the facilities bythe District or prior to payment of reimbursement, the Developershall no longer be entitled to reimbursement. The Developer maysubmit new documentation andrequest that the District enter intoa new reimbursement agreement. If the District agrees to enterinto a new reimbursement agreement for the facilities, however,the District may revise the terms and amounts of reimbursement atits discretion based on information available at the time of therequest. 15.All reimbursement requests shall be submitted to the Board forconsideration and shall not be processed without prior Boardapproval. Page 5 of 7 OTAY WATER DISTRICT BOARD OF DIRECTORS POLICY Subject Policy Date Date Number Adooted Revised DISTRICT ADMINISTRATION OF REIMBURSEMENT 26 2/10/93 7/05/06 AGREEMENTS C.Non-Master Plan Facilities-Reimbursement to Developer by theDistrict: Normally the District would not participate in the cost of facilities which are not identified in the Master Plan. These facilities are of benefit only to the adjoining property and should ordinarily be financed solely by the developer/property owner proposing the new facility. Nonetheless, there may be circumstances where the General Manager determines that it is appropriate for the District to participate in the cost of a non-Master Plan facility. Typical reasons would be in order to accommodate future growth or betterment of the system. In these instances, the District may establish special fees to recover the reimbursement costs from benefiting property owners as they connect to the system. The District may reimburse the developer/property owner for construction costs if the project meets the following criteria and guidelines: 1.The General Manager has determined that it is appropriate for theDistrict's customers to participate in the construction of theproject. 2.The developer/property owner shall obtain three (3) bids fromqualified contractors and provide copies of the initial bids tothe District. The developer/property owner is responsible forselecting the lowest responsive bidder. The developer/propertyowner will be reimbursed for the CIP portions of the projectbased on the unit prices submitted with the lowest responsivebid. 3.A nexus study will be performed by the District to identify thoseproperty owners who may benefit from the construction of theproposed facility. 4.Prior to the public notice being sent to those property ownersaffected by the reimbursement agreement, an informational StaffReport shall be presented to the Board. 5.The District shall notice all those property owners which will besubject to the reimbursement charge. These properties will thenbe responsible to pay their fair share of the cost of thefacilities, plus interest, at such time as they connect to thesystem. 6.The developer/property owner shall request and execute thereimbursement agreement with the District prior to awarding anycontracts for construction. Page 6 of 7 OTAY WATER DISTRICT BOARD OF DIRECTORS POLICY Subject Policy Date Date Number Adooted Revised DISTRICT ADMINISTRATION OF REIMBURSEMENT 26 2/10/93 7/05/06 AGREEMENTS 7.Each reimbursement agreement requires approval by the Board.A Staff Report shall be prepared and reviewed with the FinanceDepartment prior to presentation to the Board for approval. 8.Except as provided below, the District will pay 100 percent ofthe reimbursement cost after the General Manager accepts theproject. 9.The District may elect to finance the facilities by borrowing, ifit is determined that borrowing is in the best interest of theDistrict's customers. 10.If for any reason reimbursement funds are not available at thetime the project is operationally complete, the District mayelect to defer the reimbursement until the General Managerdetermines that it is appropriate to make payments. 11.Funds for reimbursement shall be carried as a CIP until thereimbursement has been made. 12.This type of reimbursement agreement contains no end date for thecollection by the District of its contributed share of the cost,and shall be the responsibility of all current and subsequentproperty owners. 13.District staff shall collect the reimbursement amount due at thesame time the standard District capacity fees for the new serviceare collected. 14.If the reimbursement agreement expires prior to the facilities bythe District or prior to payment of reimbursement, the Developershall no longer be entitled to reimbursement. The Developer maysubmit new documentation andrequest that the District enter intoa new reimbursement agreement. If the District agrees to enterinto a new reimbursement agreement for the facilities, however,the District may revise the terms and amounts of reimbursement atits discretion based on information available at the time of therequest. 15.All reimbursement requests shall be submitted to the Board forconsideration and shall not be processed without prior Boardapproval. Page 7 of 7 DocuSign Envelope ID: 606DOCB8-D433-40EF-6C4C-CFOEOB7CA82F FIRST AMENDMENT TO REIMBURSEMENT AGREEMENT FOR CAPITAL IMPROVEMENT PROGRAM WATER FACILITIES ASSOCIATED WITH BALDWIN & SONS, LLC AT OTAY RANCH VILLAGE 2 SOUTH BBIP R2084 This First Amendment ("Amendment'') to the Reimbursement Agreement For Capital Improvement Program Water Facilities Associated With Baldwin & Sons, LLC At Otay Ranch Village 2 South BBIP R2084 Is made and entered into and effective on the date specified on the signature page (the MEffective Oaten). by and between the Otay Water District, a municipal water district organized and operated pursuant to the Water Code Section 71000, et seq. ("Otay"), and Baldwin & Sons, LLC a California Limited Liability Company, with an address at 610 West Ash St., Suite 1500, San Diego, CA 92101 ("Developer") Bs.Q!I&!:§ A.Developer and District entered into that certain Agreement Otay RanchVillage 2 South BBIP for Construction of a Water System dated March 16, 2016 ("Construction Agreement"), wherein Developer's agreed to construct and complete CIP Facilities as described in the Construction Agreement. B.In coordination with the Construction Agreement, Otay and Developerentered into that certain Reimbursement Agreement For CapitalImprovement Program Water Facilities Associated With Baldwin & Sons,LLC at Otay Ranch Village 2 South BBIP R2084 wherein Otay will reimburse Developer for 100% of the cost and expense of constructing and completing the Required CIP Facilities consistent with Otay's PolicyNo. 26 and consistent with the Construction Agreement, after the GeneralManager accepts the project and the Board approves the request forreimbursement. C.Agreement shall terminate on the earlier of (i) the date on which thereimbursements contemplated herein have been paid, or (ii) five (5)calendar years from the date first set forth above D.Under the Agreement, Developer agreed to complete construction of theFacilities within two years from the date of the Agreement. E.District and Developer desire to amend the terms and provisions of theAgreement to extend the date for completion of such work for a period of two years from the date of this Amendment and to extend the term of the Agreement. NOW, THEREFORE, in consideration of the foregoing and the mutual promises and covenants hereinafter contained, the parties agree as follows: AS7 Law San Diego/004344/000002/K/S0501605.DOC{ DocuSign Envelope ID: 606DOCB8-D433-40EF-8C4C-CFOEOB7CA82F I I 1.Pursuant to the Agreement, Section 3, the parties agreed that theconstruction would be completed on or prior to two years from the date of the Agreement. The parties hereby agree that the time for completion is hereby extended to require that all work covered by the Agreement be completed within two (2) years of the date of this Amendment. 2.Pursuant to the Agreement, Section 19, the parties agreed that the termof the Agreement would be thirty (30) months and is anticipated to expire on or about October 22, 2023. The parties hereby agree that the term of the Agreement is hereby extended 30 months from the date of this Amendment. 3.Developer represents and warrants that the security required by Section 7of the Agreement remains In effect and shall remain In effect until released by the District under the terms of the Agreement. Developer shall provide evidence concerning such security satisfactory to the District, including providing contact information for the provider of the security, prior to execution of this Amendment. 4.The parties agree that all terms and conditions of the Agreement notmodified or amended by this Amendment, including without limitation all indemnity and insurance requirements, are and shall remain in full force and effect. [Remainder of page intentionally left blank] AS7 Law San Diego/004344/000002/K/S0501605.DOC{ DocuSign Envelope ID: 606DOC88-0433--40EF-8C4C-CFOE087CA82F IN WITNESS WHEREOF, the parties have caused this agreement for first amendment to the basic agreement to be executed as of the day and year first above written. OTAY WATER DISTRICT By: �:7':.'i,w:, ""16s'e Martinez General Manager Approved as to form: By: .:.-...... (iJ,,,,u,fuJ. �� e•iieral Counsel DEVELOPER: BALDWIN & SONS, LLC January 20, 2022 Date A CALIFORNIA LIMI ED LIABILITY COMPANY Signature DatJ Its: CH1€F ()pe.eFtnPG-0FP'<-e i:.. Title Af,u<:.. La Please Print Name of Person Signing AS7 Law San Diego/004344/000002/K/S0501605.DOC{ DocuSign Envelope 1:D: 606D0CB8-D433-40EF-8C4C-CF0E0B7CA82F ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of l {°'-fl DI ogo On\T(J...()v� I g, zoz2 before me, --'\...._[v_.,a, ....... � _Tri_ltn-'-__ N_o_,_�_.,�_rv_b_/ I(,"-----(insert name and title ot'the officer) personally appeared �J ivk UJLJ who proved to me on the basis of satisfactory evidence to be the personOO whose name('�(�!er-e­�bscribed to the within instrument and acknowle5!aed to me that@tsl=leAAey executed the same in �sfher/thei-r authorized capacity(�). and that by�i�fherftflsir signature(� on the instrument the person(�. or the entity upon behalf of which the person(}() acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature --+-1-�-+-) f: ____ _ (Seal) ,,l � .. . AGENDA ITEM 6b TYPE MEETING: Regular Board SUBMITTED BY: Dan Martin Engineering Manager STAFF REPORT MEETING DATE: PROJECT: R2084-001103 APPROVEDBY: 1:8] Rod Posada, Chief, Engineering May 4, 2016 DIV.NO.1 � German Alvarez, Assistant General Manager � Mark Watton, General Manager SUBJECT: Reimbursement Agreement with Baldwin & Sons, LLC, a California Limited Liability Company, for a Portion of the Capital Improvement Program Project R@cPL -20-Inch, 680 zone, Village 2 -Heritage/La Media, Project Location Santa Victoria Road GENERAL MANAGER'S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) approve the request for the General Manager to execute a Reimbursement Agreement with Baldwin & Sons, LLC, a California Limited Liability Company (Baldwin & Sons) for the construction of a 20-inch recycled water pipeline on Santa Victoria Road between SantaCarolina Road and Santa Alexia Avenue, for a portion of the CapitalImprovement Program Project RecPL -20-Inch, 680 Zone, Village 2 -Heritage/La Media, in an amount of $265,994.40 (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 Reimbursement Agreement (see Attachment C) with Baldwin & Sons, for reimbursement of construction costs for a 20-inch recycled water pipeline on Santa Victoria Road between Santa Carolina Road and Santa Alexia Avenue, for a portion of the Capital Improvement Program Project RecPL -20-Inch, 680 Zone, Village 2 -Heritage/La Media, in an amount of $265,994.40. ANALYSIS: Baldwin & Sons is developing Otay Ranch Village 2. As part of this development, the District required the developer to prepare a Sub­Area Master Plan (SAMP) to document the potable and recycled water demands, existing facilities, and recommended facilities associated with servicing the development. The Otay Ranch Village 2 SAMP was approved by the District in June 2006. The approved SAMP also identified the District's Capital Improvement Program (CIP) facilities, as defined by the District's approved Water Resources Master Plan, that are to be constructed concurrent with the Otay Ranch Village 2 improvements. The Otay Ranch Village 2 CIP facilities eligible for reimbursement includes the construction of a 20-inch recycled water pipeline in Santa Victoria Road). Since the Developer is currently required to improve Santa Victoria Road, the Developer has agreed to install approximately 2,000 linear­feet of the 20-inch recycled water pipeline and enter into a Reimbursement Agreement (see Attachment C) per Policy No. 26 with the District. In compliance with Policy No. 26, the Developer has received three responsive bids for the pipeline construction and submitted copies to the District. Staff evaluated and certified that the bids are in compliance with Policy No. 26 requirements. The total reimbursable bid items and soft costs for each of the responsive bidders is as follows: CONTRACTOR BID AMOUNT SOFT COSTS TOTAL (5% PER POLICY 26} Cass Construction Inc. $253,328.00 $12,666.40 $265,994.40 LB3 Enterprises Inc. $276,972.00 $13,848.60 $290,820.60 Shilling -Paradise $296,774.00 $14,838.70 $311,612.70 In accordance with Policy No. 26, Baldwin & Sons is responsible for selecting the lowest responsive and responsible bidder and will be reimbursed for the CIP portions of the Project based on the unit prices submitted with the lowest responsive responsible bid. The District will inspect the contractors work for compliance with the District's approved plans and facilitate coordination with the contractor and developer. 2 FISCAL IMPACT: l:8J Joe Beachem, Chief Financial Officer The total budget for CIP R2084, as recommended in the draft Fiscal Year 2017 budget is $365,000. Expenditures to date are $599. Total commitments to date, including this Agreement, are approximately $330,994 (see Attachment B for budget detail). The Project Manager anticipates that, based on the attached financial analysis, the proposed budget, if approved by the Board will be sufficient to support this Project. Finance Department has determined that, under the current rate model, 100% of the funding will be available from the Expansion Fund. STRATEGIC GOAL: This Project supports the District's Mission statement, "To provide the best quality of water and wastewater service to the customers of the Otay Water District in a professional, effective, and efficient manner" and the District's strategic goal, "To satisfy current and future water needs for potable, recycled, and wastewater services." LEGAL IMPACT: None. DM/RP:mlc P:\WORKING\CIP R2084 Santa Victoria Reimhursement\Staff Report.s\BD 5-4-16, Staff Report, Baldwin Reimbursement Attachments: Attachment A -Committee Action Attachment B -Budget Detail Attachment C -Reimbursement Agreement Exhibit A -Location Map 3 SUBJECT/PROJECT: R2084-001.l03 ATTACHMENT A Reimbursement Agreement with Baldwin & Sons, LLC, a California Limited Liability Company, for a Portion of the Capital Improvement Program Project RecPL -20-Inch, 680 Zone, Village 2 -Heritage/La Media, Project Location Santa Victoria Road COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on April 19, 2016, and the following comments were made: •Staff reviewed the staff report with the Committee and statedthat the purpose of this item is to obtain Board authorizationfor the General Manager to enter into a Reimbursement Agreement(See attachment C) with Baldwin & Sons, for reimbursement ofconstruction costs for a 20-inch recycled water pipeline onSanta Victoria Road between Santa Carolina Road and Santa AlexiaAvenue. •In response to several questions from the Committee, staffstated that the reimbursement agreement for the construction ofregional Capital Improvement Program (CIP) facilities asincluded in this Developer project is routine and very standard.The District had processed similar reimbursement agreements backin 2006 and 2007 when there were many active developer projects.Staff indicated that more new developments are beginningconstruction in the City of Chula Vista, and that some developerprojects will require these type of reimbursement agreements. •In response to a question that was asked from the Committeeabout prevailing wage requirements associated with thereimbursement of the CIP project, Legal Counse1 respondedaffirmatively that the Developer is responsible for complyingwith all federal, state, and local laws, including theCalifornia Labor Code. The agreement (Attachment C to the staff report) includes language regarding compliance with applicable laws. Following the discussion, the Committee supported staffs' recommendation and presentation to the full board as a consent item. SUBJECT/PROJECT: R2084-001.103 ATTACHMENT B -Budget Detail Reimbursement Agreement with Baldwin & Sons, LLC, a California Limited Liability Company, for a Portion of the Capital Improvement Program Project RecPL -20-Inch, 680 Zone, Village 2 -Heritage/La Media, Project Location SantaVictoria Road Olay Water District Date: April 5, 2016 R2084-RecPL -20-lnch, 680 Zone, VIiiage 2-Heritage/La Media Outstanding Proj11ct11d Flnsl Budgst Committed Expenditures Commitment & VtJndor/Comments 365,000 Cost For8C8SI Plannlng ------- Total Plannlng ---- Design -------- Total Design ---- Construction Conversion Cost Type --- Labor 65,000 599 64.401 65,000 Reimbursement Agreement 265,994 -265,994 265,994 Baldwin & Sons, LLC Total Construction 330,994 599 330,395 330,994 Grand Total 330,994 599 330,395 330,994 5 REIMBURSEMENT AGREEMENT For CAPITAL IMPROVEMENT PROGRAM WATER FACILITIESAssociated With ATTACHMENT C BALDWIN & SONS, LLC AT OTAY RANCH VILLAGE 2 SOUTH BBIP R2084 This Reimbursement Agreement ("Agreement") is entered into as of this __ day of ____ __, 2016, by and between the Otay Water District, a Municipal Water District formed under the Municipal Water District Act of 1911 ("District") and Baldwin & Sons, LLC a California Limited Liability Company, with an address at 610 West Ash St., Suite 1500, San Diego, CA 92101 ("Developer"), in view of the following facts and for the following purposes: RECITALS A.District's Board of Directors has adopted a Master Plan and approved a CapitalImprovement Program ("CIP") for all regional water facilities ("Planned CIP Facilities") throughout the District. There are a number of Planned CIP Facilities within and adjacent to Otay Ranch Village 2 South BBIP (the "Development"), which Developer will construct within District's service area in the City of Chula Vista, California (the "Required CIP Facilities"). B.In connection with the Development and the Required CIP Facilities, Developerwas required to complete a Sub-Area Master Plan (the "SAMP") upon which the Required CIP Facilitiies are identified. If required, the SA.MP has been completed, is entitled "Subarea Water Master Plan of Potable and Recycled Water for Otay Ranch Village 2," dated June 1, 2006, and is incorporated herein by reference. Developer will complete the Required CIP Facilities as identified in the SAMP, if any, or/and as depicted or described in Exhibit A attached hereto. C.Developer intends to develop its property, which will include substantial publicimprovements, including the construction of certain Required CIP Facilities, as more fully depicted or described in Exhibit B. D.Developer recognizes that District will need to construct regional facilities tosupport this Development, typically in advance of the Developer paying all capacity fees. E.Developer shall conform to, and comply with, all of the conditions set forth inDistrict's current Policy 26, attached hereto as Exhibit C. F.Developer shall comply with all terms and conditions in the current District's Codeof Ordinances and in the District's Standard Specifications. G.Developer agrees to encourage participation by Emerging Business Enterprises onconstruction contracts related to this Agreement. H.In coordination with this Agreement, Developer and District have entered into thatcertain Agreement Otay Ranch Village 2 South BBIP for Construction of a Water System dated March 16, 2016 ("Construction Agreement"), wherein Developer's obligations regarding the construction and completion of the Required CIP Facilities are more fully set forth. The Parties Page 1 of 6 acknowledge that, where the terms and conditions of this Agreement conflict with the Construction Agreement on matters pertaining to construction and completion of the Required CIP Facilities, the Construction Agreement will control. Similarly, where the terms and conditions of the Construction Agreement conflict with this Agreement on matters pertaining to the reimbursement of Developer by District, this Agreement will control. OPERATIVE PROVISIONS NOW, THEREFORE, in consideration of the above Recitals and of the promises and agreements contained herein, and for other good and valuable consideration, the receipt and adequacy of which is hereby acknowledged, District and the Developer do hereby promise and agree as follows: 1.Project Cost and ConstructionDeveloper shall design, construct, install, and complete the Required CIP Facilitiesin the manner more fully set forth in the Construction Agreement, and shall provide all funds needed for the design, construction, installation, and completion of the Required CIP Facilities. In order to remain eligible for reimbursement as provided under this Agreement, the Required CIP Facilities must be constructed and completed within the time provided in the Construction Agreement. Furthermore, to remain eligible for reimbursement, Developer must construct the Required CIP Facilities in compliance with all applicable laws, rules and regulations. The estimated cost of the Required CIP Facilities, as set forth in the Construction Agreement, is Two Hundred Sixty-Five Thousand Nine Hundred Ninety-Four Dollars and forty cents ($265,994.40). 2.ReimbursementDeveloper shall be entitled to reimbursement for the cost and expense ofconstructing and completing the Required CIP Facilities consistent with District's Policy No. 26 and consistent with the Construction Agreement. Except as provided in Policy 26, the District will pay 100% of the reimbursement cost after the General Manager accepts the project and the Board approves the request for reimbursement. Developer shall submit a request for reimbursement in writing to District and shall attach all documents necessary to demonstrate, to the satisfaction of District, that the Required CIP Facilities have been completed and accepted and the costs and expenses have been actually and reasonably incurred. The necessary documents shall include (i) copies of bid documents, (ii) invoices, (iii) unconditional lien releases, and (iv) any other documentation as requested by the District. 3.TerminationIf not otherwise earlier terminated, this Agreement shall terminate on the earlier of(i) the date on which the reimbursements contemplated herein have been paid, or (ii) five (5)calendar years from the date first set forth above, which shall be the date of Board approval;however, all of Developer's warranties and indemnification obligations shall remain in effect untilterminated in accordance with their respective terms. District may terminate this Agreement andits obligations upon thirty (30) days written notice to Developer, if the General ManagerPage 2 of 6 determines that Developer has failed to comply with its obligations under this Agreement or under the Construction Agreement. 4.Plan SubmittalDeveloper shall be required to adhere to District's process for submittal ofimprovement plans, which includes securing bonding for all facilities to be constructed, construction agreements, deposits for District staff time and project acceptance. 5.Record KeepingDeveloper shall keep an accurate record of the actual costs to construct the RequiredCIP Facilities for which reimbursement is requested, in accordance with generally accepted accounting procedures. Developer shall allow an authorized District representative, during Developer's regular business hours and upon reasonable notice, to examine and duplicate any records relevant to verifying the actual cost to construct the Required CIP Facilities, including, without limitation, all contract bids and invoices. Any changes occurring during construction shall be properly documented. Back-up documentation shall be kept by Developer for four (4) years after the completion of the Required CIP Facilities and be provided to District for its review upon its request. 6.Change OrdersNo change orders will be permitted unless the change order results from a changein the work, design or specifications initiated by District during the construction of the Required CIP Facilities. 7.General Provisionsa.Incorporation of Recitals and Exhibits. The recitals set forth above and allexhibits referenced in this Agreement are hereby incorporated by reference into this Agreement to be given the same force and effect as if fully set forth herein. b.Amendments. No amendment, modification, supplement, termination orwaiver of any provision of this Agreement shall be effective unless executed in writing by both parties and then only in the specified instance and for the specific purpose given. c.Notices. Any demand upon or notice required or permitted to be given byone party to the other party shall be in writing. Except as otherwise provided by law, any demand upon or notice required or permitted to be given by one party to the other party in connection with this Agreement shall be effective (i) on the date a personal delivery is accepted; (ii) on the date a facsimile of the notice is sent, or on the next business day if the fax is sent after 5:00 p.m. or on a Saturday, Sunday or holiday, provided that receipt and confirmation of the facsimile transmission is attached to a copy of the faxed notice; (iii) on the second business day after mailing by certified or registered United States mail, return receipt requested; or (iv) 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, addressed to the party at the address shown below: Page 3 of 6 H to District: If to Developer: Otay Water District 2554 Sweetwater Springs Boulevard Spring Valley, California 91978-2004 Attn: General Manager Nick Lee Baldwin & Sons, LLC A California Limited Partnership 610 West Ash St San Diego, California 92101 Telephone: (619) 234-4050 Facsimile: (619) 234-4088 Notice of change of address shall be given by written notice in the manner set forth in this paragraph. d.Indemnity. Developer agrees to defend (with attorney's approved byDistrict), indemnify, protect, and hold hannless District, its elective and appointive boards, officials, officers, agents, and employees from and against any and all claims asserted or liability established after actual trial which arise from or are connected with or are caused or claimed to be caused by Developer or its agents, officers or employees, in the construction of the Required CIP Facilities, or any part thereof, and all expenses of investigation and defending against same; provided, however, that Developer's duty to defend, indemnify and hold harmless shall not include any claims or liability determined to be due to the sole or active negligence of the District, its elective and appointive boards, officials, officers, agents, and employees. e.Aru,licable Law and Venue. This Agreement and each provision hereinshall be interpreted in accordance with the laws of the State of California without regard to its conflict of laws principles. The Parties agree that the proper venue for the resolution of any disputes under this Agreement shall be with the Superior Court of the County of San Diego. f.Successors and Assigns. This Agreement and all of the terms, conditions,and provisions hereof shall inure to the benefit of and be binding upon the parties hereto, and their respective successors and assigns; provided, however, that no assignment of this Agreement shall be made without written consent of the parties to this Agreement. Any attempt by the Developer to assign or otherwise transfer any interest in this Agreement without the prior written consent of the District shall be void. g.Counterparts. This Agreement may be executed in multiple counterparts,each of which counterpart, if fully executed, shall lbe deemed an original. No counterpart shall be deemed to be an original or presumed delivered unless and until the counterpart executed by the other party to this Agreement is in the physical possession of the party seeking enforcement thereof. Page 4 of 6 ' , h.Effective Date. This Agreement shall not bind the parties and becomeeffective until such time as the authorized representative of Developer has executed the Agreement, and District has approved and the authorized representative of District has executed this Agreement. i.Corporate Authority. The persons executing this Agreement on behalf ofthe parties hereto represent and warrant that: (i) such party is duly organized and existing; (ii)they are duly authorized to execute and deliver this Agreement on behalf of said party;(iii)by so executing this Agreement, such party is formally bound to the provisions of anyother Agreement to which said is bound.j.Waiver. The waiver of any term, condition or provision of this Agreementis valid only as to that specific waiver and does not constitute a waiver of, and shall not be construed to waive, any other term, condition or provision of this Agreement. k.Compliance with Applicable Laws. Developer agrees to comply with allfederal, state and local laws, rules, regulations and ordinances that are now or may in the future become applicable to Developer, Developer's business, equipment and personnel engaged in activities covered by this Agreement or arising out of the performance of such activities, including the California Labor Code. Where approval by the District or a District official is required, it shall he deemed general approval only and does not relieve Developer of responsibility for compliance under this Section. [Remainder of page intentionally left blank] Page 5 of 6 • < IN WITNESS WHEREOF, this Agreement is executed by District and by Developer as of the date first above written. OTAY WATER DISTRICT A California Municipal Water District By: General Manager Approved as to Form::General Counsel BALDWIN & SONS, LLC A CALIFORNIA LIMITED LIABILITY COMP ANY By: Its Vice President Date: Page 6 of 6 P2084 BALDWIN & SONS, LLC REIMBURSEMENTSUBMITTALS PACKET TAB NOD 7 CIPSheets OTAY WATER DISTRICT CAPITAL IMPROVEMENT PROGRAM PROJECT TITLE: RecPL -20-lnch, 680 Zone, Village 2 -Santa Victoria Road from Santa Christina Ave. to Santa Alexia CIP Number: R2084 DIRECTOR DIVISION: 1 PROJECT MANAGER: Stephen Beppl,er ORIGINAL APPROVED DATE: 6/2/2004 RELATED CIP PROJECTS: R2083, R2085 DESCRIPTION OF PROJECT: This project will be built in two phases. Phase I I.D. LOCATION: PRIORITY: BUDGET AMOUNT: 22 2 $350,000 Construction of approximately 2,000 feet of 20-inch pipeline within the 680 Pressure Zone in Village 2 in Santa Victoria Road from Santa Christina Avenue to Santa Alexia Avenue. phase II Construction of approximately 1,200 feet of 20-inch pipeline from This project will be construicted by developers and is subject to reimbursement per Board policy. JUSTIFICATION OF PROJECT: This project will provide transmission capacity for the recycled water supply pumped from the 680-1 Pump Station to the 680 and higher pressure zones. Significant energy savings will occur due to lower total dynamic head requirements for the 680-1 Pump Station. Funding opportunity is the United States Bureau of Reclamation Water Reclamation and Reuse Program, Title XVI of P.L. 102-575. COMMENTS: This is a developer driven project. A reimbursement agreement is expected to be considered by the Board in FY 2017. Developer budget is 2,000 LF at a cost of $150 per foot for a total of $300,000 Inspection and staff budget is $50,000 This CIP budget was reduced from $970,000 to $350,000 for the FY 2017 CIP budget. FUND DETAILS: FUNDING SOURCE: Expansion TOTAL: Expansion 100 % 100 % EXPENDITURE SCHEDULE (X $1,000): PRIOR YEARS: TOTAL $1 FY 2017 $10 FY 2018 $330 Betterment Replacement 0% 0% 0% 0% FY 2019 $9 FY 2020 $0 FY 2021 $0 New Water Supply 0% 0% FY 2022 $0 FY Total $350 Total 100 % 100 % CIP Number: R2084 PROJECT SCHEDULE: ESTIMATED ESTIMATED ESTIMATED PROJECT PHASE: START DATE FINISHED DATE COST (X $1,000): PLANNING: 7/1/2004 6/30/2017 $2 DESIGN: 7/1/2017 12/31/2017 $3 CONSTRUCTION: 1/1/2018 6/30/2019 $966 PROJECTED INCREMENTAL OPERATING EXPENDITURES SCHEDULE($): 2017 2018 2019 2020 2021 2022 Total MAINT: $0 $0 $1,900 $1,900 $1,900 $0 $5,700 ENERGY: $0 $0 $0 $0 $0 $0 $0 CHEMICAL: $0 $0 $0 $0 $0 $0 $0 PROJECT LOCATION: OWD Map Book: 82 G Submitted By: Bernardo Separa Date: 1/29/2016 P2087 BALDWIN & SONS, LLC REIMBURSEMENTSUBMITTALS PACKET -f.. ?_,f . , ' � ' RECORDING REQUESTED BY: Jolene Fielding AND WHEN RECORDED MAIL TO: Otay Water District 2554 Sweetwater Springs Blvd. Spring Valley, CA 91978 DOC# 2021-0487494 1 111111 11111 lllll 111111111 111111111111111111111 11111111111111111111111 Jul 07, 2021 03:09 PM OFFICIAL RECORDS Ernest J Dronenburg, Jr., SAN DIEGO COUNTY RECORDER FEES $0 00 (SB2 Atkins: $0.00) PAGES 3 Space above this line reserved for Recorder's Use Only. Govt. Code 27361.6 NOTICE OF COMPLETION "Otay Ranch Village 2 South BBIP" (Project No. D0740-090205) Govt Code 27324 THIS PAGE ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION Govt. Code 27361.6 (Additional recording fee applies) RECORDING REQUESTED BY AND AFTER RECORDING MAIL TO Jolene Fielding Otay Water District 2554 Sweetwater Springs Boulevard Spring Valley, CA 91978 NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN THAT: 1.The following work of improvement, which is anintegral part of the water distribution system and/or sewer system of the Otay Water District, was accepted as completed by the District on May 11, 2021. 2.The name of the project is "Otay Ranch Village 2South BBIP (Tract No. 12-05) (Project No. 00740-090205) ." 3.The nature and location of the work of improvementis the construction of water and/or sewer improvements which are located on portions of lots 30&31 in the City of Chula Vista, in the County of San Diego, State of California, according to map thereof No. 15350 filed in the office of the County Recorder of said County May 26, 2006 (APNs: 644-313-02 & 644-313-03). 4.The name and address of the Developer is: Baldwin & Sons, LLCA California Limited Liability Company 610 West Ash Street, Suite 1500 San Diego, CA 92101 5.The property on which said work of improvement wascompleted is in the Otay Water District located in the County of San Diego, State of California. 6.The undersigned Otay Water District (whose officeand mailing address: 2554 Sweetwater Springs Boulevard, Spring Valley, CA 91978) is Owner in fee of the said Work and Improvement all of which is in areas dedicated to a public use of the type engaged in by said District. OTAY WATER DISTRICT T�� District Secretary Tita Ramos-Krogman, being first duly sworn, deposes and says that she is the District Secretary of the Otay Water District and is familiar with the facts stated in the foregoing Notice of Completion executed for and on behalf of said agency, that she has read the foregoing Notice of Completion and knows the contents thereof and that the same are true and correct. OTAY WATER DISTRICT D� A notary public or other officer completing this certificate verifies only the identity of the individual who sigrued the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA) ) ss. COUNTY OF SAN DIEGO) Subscribed and sworn to before me on this 17 th day of June, 2021, by Tita Ramos-Krogman, proved to me on the basis of satisfactory evidence to be the person who appeared before me. N�bl i6--'in andf said County and State - ---DATE: 05-03-2021 ■ Project No.: D0740-090205 INSPECTOR: Dennis Truesdale DEVELOPER SUBDIVISIO,N PROJECT ACCEPTANCEFORM ACCEPTANCE OF: OTAY RANCH VILLAGE 2 SOUTH BBIP DEVELOPER: BALDWIN & SONS, LLC, A CALIFORNIA LIMITED LIABIL TY COMPANY PROJECT LOCATION: CITY OF CHULA VISTA, COUNTY OF SAN DIEGO DIRECTOR DIVISION: 1 WATER ID: 22 BONID AMOUNT: $2,460.064.82 To: To: To: ENGlNEERING Michael Long The subject project has been completed in accordance with the District standards and specifications, including all items on the Final Inspection/Operations Punch List. The Record Drawings and the Soils Test Results have been received from the Developer. This project can now be presented to the General Manager for acceptance. The'Project contains� feet of pipe with a value of$2,460,064.82 PUBLIC SERVJCES Public Services Project Account Bal.: $23,893.64 Please take the following action on this Project: ( X)Transfer from this Project account for the warranty inspection to R 11-4137, $11,210.44( X ) Transfer from this Project account for mapping to R 11-4134, $ (mapping applied duringconstruction)( X)Review and process project account for closure, transfer, and/or refund after GM signature GENERAL MANAGER Tita Ramos-Krogman Permit No.: DEV-I 5-013 Please take the following action on this Project: ( X)Generate Correspondence to Developer & Bond Company ( X ) Process Notice of Completion to County of San Diego( X ) Process Capitalize Asset to Finance ✓Sign and return to TITA RAMOS-KROGMAN for acceptance process.✓Originals return to PUBLIC SERVICES for processing. GENERAL MANAGER:��;:::.����....::::::�...§�� CHIEF, ENGINEERING: __ .;;;;;.;;.lo<J&,.-��..,..,......,.:.....----=­ ENGINEERING MANAGER:_L-�{L!A��====��-- DATE: �/11 /wi I i DATE: � laJ �-?..) DATE: ? /4 /4-o 2-/ I I DATE: [, t • LoZ-1 DA TE: __ S/:_6....;./_z_oz._,__:_;;::::_: cc: Mid 1aeH:-GA9 �ndori EJiPi�o Miike O'Donnell Jonathan Chambers Alex Shultz (w/record Mylars to be delivered later Pedro Porras (w/black lines to be delivered later) P2087 BALDWIN & SONS, LLC REIMBURSEMENTSUBMITTALS PACKET OWD Polley No. 28 OTAYWATER DISTRICT BOARD OF DIRECTORS POLICY Subject Policy Date Date Number Adopted Revised DISTRICT ADMINISTRATION OF 26 02/10/93 06/01/16 REIMBURSEMENT AGREEMENTS PURPOSE This policy establishes guidelines for how the District will administer reimbursement agreements for facilities, both Master Plan and Non-Master Plan. It also describes when and how the District will participate in the cost of such Regional Facilities. BACKGROUND Policy 26 requires that a development which creates the need for new facilities must bear all costs to construct and finance the on-site, in-tract and off-site water, wastewater, and recycled water systems. "On-site" facilities are defined as those pipelines, pump stations and reservoirs required within a development's project boundaries. "Off-site" facilities are those facilities located outside a project's boundary that are required to serve the project. "In-tract" facilities are defined as those non­regional facilities that serve only the project being constructed. In-tract facilities are the sole responsibility of the developer/property owner until the facilities and all required property easements are dedicated to, and accepted by, the District pursuant to authority granted by the Board to the General Manager. The District's Master Plan includes all Regional Facilities anticipated to be necessary to provide service throughout the District. The District's capacity fees have been calculated to pay for the cost of all the Regional Facilities identified in the Water Facilities Master Plan including the developer/property owner's portion of such facilities. The District does not subsidize development but it does undertake responsibility to ensure that those Regional Facilities located within a development are constructed and that the costs associated with the construction of said facilities is fairly distributed among all users. Page 1 of 9 OTAYWATER DISTRICT BOARD OF DIRECTORS POLICY Subject Policy Date Date Number Adopted Revised DISTRICT ADMINISTRATION OF 26 02/10/93 06/01/16 REIMBURSEMENT AGREEMENTS POLICY A.Master Plan Regional Facilities-Reimbursement by the District: The District may reimburse the developer/property owner for construction and design costs on both on-site and off­site Regional Facilities identified in the Master Plan, if the project meets the following guidelines: 1.The project must be in the District's approved five-yearCapital Improvement Program (CIP) at the time of therequest, and the construction and design costs shall notexceed the CIP budget amount without prior Board approval. 2.The District has approved a Sub-Area Master Plan (SAMP)that defines all In-tract, Off-Site, and On-Site facilitiesrequired to serve the Development and includes any requiredfire flow calculations, maps, and modeling upon which thenon-regional facilities are clearly described. As part of the SAMP approval, the District will determine whether the non-Regional Facilities need to be upsized to meet a regional need. If needed, the District will require the developer/property owner to upsize the non-Regional Facilities to meet the regional need. These Regional Facilities will be included in the approved SAMP. The incremental increase between the non-Regional to Regional Facilities will be the basis for the reimbursement agreement. The District will amend the Water Facilities Master Plan based upon the facilities included in the Development's SAMP. 3.The developer/property owner makes an irrevocable offer todedicate to the District the facilities and any easementsrequired for the operation and maintenance of thefacilities, which offer is accepted by the General Manager,and all applicable language and documentation for the dedication (s) is prepared and recorded, all in the manner authorized by the Board. 4.The developer/property owner entersConstruction of a Water System orDistrict. into Sewer an Agreement System with for the Page 2 of 9 OTAYWATER DISTRICT BOARD OF DIRECTORS POLICY Subject Policy Date Date Number Adopted Revised DISTRICT ADMINISTRATION OF 26 02/10/93 06/01/16 REIMBURSEMENT AGREEMENTS 5.The developer/property owner obtains three (3) bids from qualified contractors and provides copies of the bids tothe District. The developer /property owner is responsible for selecting the lowest responsive responsible bidder. The developer/property owner will be reimbursed only for the Regional Facility CIP portions of the project based on the unit prices submitted with the lowest responsive responsible bid. 6.The cost of addressing environmental issues, such as burying a reservoir, shall not be reimbursable unless theyare addressed in the District's Master Environmental ImpactReport and CIP. 7.All soft costs, such as etc., will be included in engineering, inspection, the reimbursement cost percent of the construction costs. bonds, at five 8.Except as provided below, the District will pay 100 percentof the reimbursement cost after the General Manager acceptsthe project. 9.The District may elect to finance theborrowing if, after analysis by the Financeis determined that the borrowing fits intofinancial plan as outlined in Policy 25. facilities by Department, it the District's 10.If, for any reason, reimbursement funds are not availableat the time the project is operationally complete, the District may elect to defer or a portion of the reimbursement the District determines is due to the developer/property owner until the General Manager accepts the dedication of the project and until all liens, claims and/or bonds, as applicable, have been released in the manner provided under the Agreement for Construction of a Water System. 11.Funds for reimbursement shall be carried as a CIP until thereimbursement is made. 12.Each Reimbursement Agreement requires approval by the Board.A Staff Report will be prepared and reviewed with Page 3 of 9 OTAYWATER DISTRICT BOARD OF DIRECTORS POLICY Subject Policy Date Date Number Adopted Revised DISTRICT ADMINISTRATION OF 26 02/10/93 06/01/16 REIMBURSEMENT AGREEMENTS the Finance Department prior to presentation to the Board for approval. 13.This type of Reimbursement Agreement ends five (5) yearsafter Board's original approval. The reimbursementagreement may be terminated prior to said (5) year term bythe General Manager upon a determination that thedeveloper/property owner has failed to comply with its obligations under the Reimbursement Agreement or the Agreement for Construction of a Water System or Sewer System. 14.If the Reimbursement Agreementacceptance of the facilities bypayment of reimbursement, the shall no longer be entitled expires prior to the the District or prior to developer/property owner to reimbursement. The Developer may submit new documentation and request that the District enter into a new Reimbursement Agreement. If the District agrees to enter into a new Reimbursement Agreement for the facilities, however, the District may revise the terms and amounts of reimbursement at its discretion based on information available at the time of the request. 15.All reimbursement requests shall be submitted to the Boardfor consideration and shall not be processed without priorBoard approval. B.Non-Master Plan Facilities-Reimbursement to Developer byFuture Users: Occasionally, a developer/property owner requeststhat the District administer a reimbursement agreement tocollect money from future customers who connect to the facilitybuilt by the developer/property owner. If the District agrees,the District collects the reimbursement amount from eachcustomer connecting to the facility, together with any otherDistrict connection fees. The reimbursement portion of thecustomer's payment is forwarded by the District to thedeveloper/property owner as reimbursement. The District may administer this type of reimbursement agreement if the developer/property owner's project meets the following criteria and guidelines: Page 4 of 9 OTAYWATER DISTRICT BOARD OF DIRECTORS POLICY Subject Policy Date Date Number Adopted Revised DISTRICT ADMINISTRATION OF 26 02/10/93 06/01/16 REIMBURSEMENT AGREEMENTS 1.The developer/property owner demonstrates that thefacilities to be constructed have adequate capacity toserve future customers. 2.The developer/property owner requests and executes aReimbursement Agreement, which is presented to the Boardfor approval in conjunction with the presentation of anAgreement To Construct. 3.The developer/property owner deposits with the District theestimated cost for District staff to prepare a nexus studyand obtain Board approval for the Reimbursement Agreement.District staff will provide a written estimate of therequired deposit to the developer/property owner within 15days of the developer/property owner's request. 4.The developer /property owner provides three ( 3) bids fromqualified contractors for the purpose of establishing thecost of the facilities and the portion of the reimbursementamount which is to be allocated to future connections. 5.A nexus study shall be performed by District staff toidentify which property owners may benefit from theconstruction of the proposed facility and the amount theDistrict will reimburse the developer/property owner. 6.An informational staff report will be presented to theBoard before the public notice is sent to those propertyowners affected by the Reimbursement Agreement,. 7.The District shall give notice to all property owners whowill be subject to the reimbursement charge. Theseproperty owners will then be responsible to pay their fairshare of the cost of the facilities from the time they connect to the system. The fair share will be based on their Assigned Service Unit/Equivalent Dwelling Unit (ASU/EDU) contribution to the total projected ASU/EDU to use the system. The reimbursement charge will be in addition to any other fees a property owner would pay to the District to obtain service. Page 5 of 9 OTAYWATER DISTRICT BOARD OF DIRECTORS POLICY Subject Policy Date Date Number Adopted Revised DISTRICT ADMINISTRATION OF 26 02/10/93 06/01/16 REIMBURSEMENT AGREEMENTS 8.Each Reimbursement Agreement requires approval by the Board.Prior to presenting a Reimbursement Agreement to the Board, staff must obtain two original Reimbursement Agreements signed by an authorized representative of the developer/property owner. In addition, a Staff Report must be prepared and reviewed with the Finance Department prior to presentation to the Board for approval. 9.This type of Reimbursement Agreement shall be valid for 10years from the date of Board approval. After the 10 yearperiod has lapsed the collection of the reimbursementamount by the District shall cease. 10.Concurrently with submission of a signed ReimbursementAgreement, the developer/property owner shall pay anadministrative fee to the District, to defray costs relatedto the review of the request and the negotiation andexecution of the Reimbursement Agreement. The amount ofthe administrative fee will be calculated at the staff rateexisting at the time of said submission. 11.In addition, concurrently with payment of the fee describedabove, developer must pay a fee to defray costs estimatedto be incurred for each connection to be established duringthe term of the Reimbursement Agreement. The amount ofthis fee will be calculated based on an estimated 5 manhours of District Permit Technician work per connection.The staff rate in existence at the time the ReimbursementAgreement is executed will be used as a base and it will beprojected to change each year to account for changes in theCOLA, as determined by the District's Finance Department. 12.The District will not distribute any reimbursement funds tothe developer/property owner until the project has beenaccepted by the Board. The distribution of reimbursementfunds will occur as the District collects the funds fromnew customers who connect to the facility, but not morefrequently than once per year. 13.District at the staff shallsame time the collect the reimbursement amount due standard District capacity fees for the new service are collected. Page 6 of 9 OTAYWATER DISTRICT BOARD OF DIRECTORS POLICY Subject Policy Date Date Number Adopted Revised DISTRICT ADMINISTRATION OF 26 02/10/93 06/01/16 REIMBURSEMENT AGREEMENTS 14.If the Reimbursement Agreement expires prior to acceptanceof the facilities by the District or prior to payment ofreimbursement, the developer/property owner shall no longerbe entitled to reimbursement. The developer/property ownermay submit new documentation and request that the Districtenter into a new Reimbursement Agreement. If the Districtagrees to enter into a new Reimbursement Agreement for thefacilities, however, the District may revise the terms andamounts of reimbursement at its discretion based oninformation available at the time of the request. 15.All reimbursement requests shall be submitted to the Boardfor consideration and shall not be processed without priorBoard approval. C.Non-Master Plan Facilities-Reimbursement to Developer/Property Owner by the District: Normally the District would not participate in the cost of facilities which are not identified in the Master Plan. These facilities are of benefit only to the adjoining property and should ordinarily be financed solely by the developer/property owner proposing the new facility. Nonetheless, there may be circumstances where the General Manager determines that it is appropriate for the District to participate in the cost of a non-Master Plan facility. Typical reasons would be in order to accommodate future growth or betterment of the system. In these instances, the District may establish special fees to recover the reimbursement costs from benefiting property owners as they connect to the system. The District may construction costs and guidelines: reimburse the developer/property owner for if the project meets the following criteria 1.The General Manager has determined that it is appropriatefor the District's customers to participate in theconstruction of the project. 2 . The developer/property owner from qualified contractors initial bids to the District. is responsible for selecting shall obtain three ( 3) bidsand provide copies of the The developer/property owner the lowest responsive bidder. Page 7 of 9 OTAYWATER DISTRICT BOARD OF DIRECTORS POLICY Subject Policy Date Date Number Adopted Revised DISTRICT ADMINISTRATION OF 26 02/10/93 06/01/16 REIMBURSEMENT AGREEMENTS The developer/property owner will be reimbursed for the CIP portions of the project based on the unit prices submitted with the lowest responsive bid. 3.A nexus study will be performed by the District to identifyproperty owners who may benefit from the construction ofthe proposed facility. 4.Prior to the public notice being sent to the propertyowners affected by the Reimbursement Agreement, aninformational Staff Report shall be presented to the Board. 5.The District shall provide notice to all property ownerswhich will be subject to the reimbursement charge. These properties will then be responsible to pay their fair shareof the cost of the facilities, plus interest, at such timeas they connect to the system. 6.The developer/property owner shall request and execute theReimbursement Agreement with the District prior to awardingany contracts for construction. 7.Each Reimbursement Agreement requires approval by theBoard. A Staff Report shall be prepared and reviewed withthe Finance Department prior to presentation to the Boardfor approval. 8.Except as provided below, the District will pay 100 percentof the reimbursement cost after the General Manager acceptsthe project. 9.The District may elect to finance the facilities borrowing, if it is determined that borrowing is in best interest of the District's customers. by the 10.If for any reason reimbursement funds are not available atthe time the project is operationally complete, theDistrict may elect to defer the reimbursement until theGeneral Manager determines that it is appropriate to makepayments. Page 8 of 9 OTAYWATER DISTRICT BOARD OF DIRECTORS POLICY Subject Policy Date Date Number Adopted Revised DISTRICT ADMINISTRATION OF 26 02/10/93 06/01/16 REIMBURSEMENT AGREEMENTS 11.Funds for reimbursement shall be carried as a CIP until thereimbursement has been made. 12.This type of Reimbursement Agreement contains no end datefor the collection by the District of its contributed shareof the cost, and shall be the responsibility of all currentand subsequent property owners. 13.District staff shall collect the reimbursement amount dueat the same time the standard District capacity fees forthe new service are collected. 14.If the Reimbursement Agreement expires prior to acceptanceof the facilities by the District or prior to payment ofreimbursement, the developer/property owner shall no longerbe entitled to reimbursement. The developer/property ownermay submit new documentation and request that the Districtenter into a new reimbursement agreement. If the Districtagrees to enter into a new reimbursement agreement for thefacilities, however, the District may revise the terms andamounts of reimbursement at its discretion based oninformation available at the time of the request. 15.All reimbursement requests shall be submitted to the Boardfor consideration and shall not be processed without priorBoard approval. Page 9 of 9 P2084 BALDWIN & SONS, LLC REIMBURSEMENTSUBMITTALS PACKET TAB NOD 10 Accoll'ltlng Depa bt.e,ltAppruval of Reimbursement Binder Brandon DiPietro From: Sent: To: Cc: Brandon DiPietro Tuesday, February 22, 2022 2:58 PM Marissa Dychitan Kevin Koeppen Subject: RE: CIP 2084, permit number DEV-15-013, developer project nLlmber D740-090205 Baldwin & Sons, LLC. Reimbursement Binder Marissa, Thank you. I will take you last reply as approval of the binder and reimbursement of Baldwin & Sons, LLC in the amount of $265,911.45. Respectfu I ly, Brandon DiPietro Field Services Manager Otay Water District 0 619-987-6374 or 619-670-2203 From: Marissa Dychitan <MarissaD@otaywater.gov> Sent: Tuesday, February 22, 2022 2:27 PM To: Brandon Di Pietro <BrandonD@otaywater.gov> Cc: Kevin Koeppen <Kevin.Koeppen@otaywater.gov> Subject: RE: CIP 2084, permit number DEV-15-013, developer project number D740-090205 Baldwin & Sons, LLC. Reimbursement Binder Hi Brandon, I see the check copy for check# 16614 now. I am done reviewing the reimbursement agreement binder for R2084. Thanks. Marissa From: Brandon DiPietro <BrandonD@otaywater.gov> Sent: Tuesday, February 22, 2022 1:32 PM To: Marissa Dychitan <MarissaD@otaywater.gov> Cc: Kevin Koeppen <Kevin.Koeppen@otaywater.gov> Subject: RE: CIP 2084, permit number DEV-15-013, developer project number D740-090205 Baldwin & Sons, LLC. Reimbursement Binder Marisa, Thanks for the quick response. I have added check #16614 for $8000.00 to page 75 of the attached PDF. Please review the attached document and let me know if there is anything else needed. Thank you. Baldwin Reimbursement Request(l).pdf (47.5 MB) Shared using SecuriSync Respectfully, Brandon DiPietro 1 Field Services Manager Otay Water District 0 619-987-6374 or 619-670-2203 From: Marissa Dychitan <MarissaD@otaywater.gov> Sent: Tuesday, February 22, 2022 12:12 PM To: Brandon DiPietro <BrandonD@otaywater.gov> Cc: Kevin Koeppen <Kevin.Koeppen@otaywater.gov> Subject: RE: CIP 2084, permit number DEV-15-013, developer project number D740-090205 Baldwin & Sons, LLC. Reimbursement Binder Hi Brandon, I have reviewed the reimbursement agreement binder for R2084. Everything looks good except for a few minor things. 1.I don't see a copy of check 16614 for $8,000. 2.I put some comments on Baldwin and Son's spreadsheet. They are minor and do not affect the total amount. Thanks. Marissa From: Brandon DiPietro <BrandonD@otaywater.gov> Sent: Thursday, February 17, 2022 2:32 PM To: Marissa Dychitan <MarissaD@otaywater.gov> Cc: Kevin Koeppen <Kevin.Koeppen@otaywater.gov> Subject: CIP 2084, permit number DEV-15-013, developer project number D740-090205 Baldwin & Sons, LLC. Reimbursement Binder Marissa, Please see the linked document. This is for reimbursement of If all appears correct please reply to this email that Finance approves of the reimbursement and the reimbursement binder. This approval will be included under tab 10 and submitted to the Engineering committee for approval. If you have any questions please feel free to contact me. Thank you. Baldwin Reimbursement Reguest.pdf (47.2 MB) Shared using SecuriSync Respectfully, Brandon DiPietro Field Services Manager Otay Water District 0 619-987-6374 or 619-670-2203 2 ATTACHMENT C – Budget Detail SUBJECT/PROJECT: R2084-001103 Reimbursement Request from Baldwin & Sons, LLC, a California Limited Liability Company, for a Portion of the Capital Improvement Program Project RecPL - 20-Inch, 680 Zone, Village 2 – Heritage/La Media (CIP R2084), Project Location Santa Victoria Road Level Title1 Committed Expenditures Outstanding Commitment Projected Final Cost Vendor Project Phase Budget Salary $599.44 $599.44 $0.00 $599.44 Budget Total $599.44 $599.44 $0.00 $599.44 Reimbursement Agreements $265,994.40 $0.00 $265,911.45 $265,911.45 BALDWIN & SONS LLC Construction Standard Salaries $3,704.37 $3,704.37 $0.00 $3,704.37 Construction Total $269,698.77 $3,704.37 $265,911.45 $269,615.82 Budget $365,000.00 Total $270,298.21 $4,303.81 $265,911.45 $270,215.26 Project Budget Detail R2084-RecPL - 20", 680 Zone, Village2 Heritage 1/1/2004 - 3/4/2022 Construction STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: April 6, 2022 PROJECT: Various DIV. NO.ALL SUBMITTED BY: Michael Kerr, Information Technology Manager APPROVED BY: Adolfo Segura, Chief of Administrative Services Jose Martinez, General Manager SUBJECT: DISCUSSION AND DIRECTION REGARDING THE PROPOSED FY2023-FY2026 STRATEGIC PLAN GENERAL MANAGER’S RECOMMENDATION: No recommendation. This is an informational item only. COMMITTEE ACTION: Please see “Attachment A”. PURPOSE: That the Board provide comments, input, and direction on the content of the District’s proposed FY2023-FY2026 Strategic Plan, including strategies, objectives, and performance metrics that were discussed during the January 5, 2022, Board meeting. ANALYSIS: As a follow-up to the January 5, 2022, public Board meeting, and for additional comments and input, staff is presenting the proposed FY2023- FY2026 Strategic Plan strategies, objectives, performance metrics, and associated targets. The plan proposes 11 strategies, 35 objectives, AGENDA ITEM 7 and 34 key performance metrics for the District to accomplish throughout the 4-year plan. BACKGROUND: Alignment of a shared vision and mission is considered essential for the success of the agency. In preparation for the development of the new District Strategic Plan, and noted during the January Board meeting, staff from all departments participated in workshops to identify, evaluate, and prioritize new strategies, objectives, and review of key performance metrics. The next step in building a new strategic plan is the development of performance measures and expected outcomes across the agency, incorporating benchmarks and best practices. Staff has engaged in considerable discussion and effort in this regard with these workshops to develop a robust set of performance measures and outcome targets for every functional area to support the new plan. Additionally, consistent with past strategic plans, performance measures were benchmarked from a combination of local and regional water agencies and AWWA (American Water Works Association) to support the District’s new objectives. On October 19, 2021, at the Board of Directors retreat, senior staff presented preliminary high-level focus areas based on some of the challenges identified through internal SWOT and brainstorming activities. Staff also solicited input during the retreat to further gain Board perspective and feedback was consistent with staff's new list of objectives to include employee and leadership development, infrastructure stability, financial viability, community sustainability, and operational resiliency. DISCUSSION: The efforts described in this staff report will move the District to a new strategic plan for the upcoming fiscal year. This plan is a roadmap for how the District will respond to current challenges and make the best of future opportunities for the benefit of our customers. It reaffirms our mission “To provide exceptional water and wastewater service to its customers, and to manage District resources in a transparent and fiscally responsible manner.” Staff has incorporated the information developed in the strategic planning workshops into the attached “FY2023–FY2026 Strategic Plan Draft” (see “Attachment B”) provided for the Board’s review, discussion, and comments. RECOMMENDATION: That the Board provide comments, input, and direction and approve the District’s FY2023-FY2026 Strategic Plan. FISCAL IMPACT: Joe Beachem, Chief Financial Officer Informational item only; no fiscal impact. STRATEGIC GOAL: Strategic Plan and Performance Measure reporting is a critical element in providing performance reporting to the Board and staff. LEGAL IMPACT: None. ATTACHMENTS: Attachment A – Committee Action Report Attachment B – FY2023–FY2026 Strategic Plan Draft Attachment C – PowerPoint Presentation ATTACHMENT A SUBJECT/PROJECT: DISCUSSION AND DIRECTION REGARDING THE PROPOSED FY2023- FY2026 STRATEGIC PLAN COMMITTEE ACTION: The Engineering, Operations, & Water Resources Committee, and the Finance & Administration Committee reviewed this item at a meeting held on March 15 and 17, 2022, respectively. The Committees support presentation to the full Board for their consideration. 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 ATTACHMENT B Customer: Enhance customer and community engagement to increase public awareness of the water industry and the District, while continuing to provide superior customer service. Strategy: Enhance and build public awareness of the District’s priorities, initiatives, programs, and services. Objectives: • Collect and analyze customer feedback on District operations, projects, programs, service experience, and expectations. • Advance the District's web and social media presence. • Enhance internal communications, tools, and technology to disseminate information to District staff effectively. • Enhance education, outreach, and communication tools to the public on the understanding of water supply constraints and rates and how they affect/support a reliable water supply. KPI: ▪ Answer Rate ▪ Technical Quality Complaint ▪ Potable Water Compliance Rate ▪ Implement Customer Opinion Survey (NEW) Financial: Operate the District in a financially sustainable and transparent manner while maintaining a Fair Rate Structure. Strategy: Maintain a long-range financing plan that sets forth the long-term funding needs of the District. Objectives: • Evaluate grant funding opportunities. • Evaluate banking functions for lower cost and process efficiencies. • Evaluate the District’s cash reserve policies to consider optimal uses and levels of reserves to ensure financial resiliency. • Conduct an evaluation of a health savings investment account program for an optional post- employment benefit. • Conduct a compensation study to evaluate labor industry conditions and the District’s competitiveness. Strategy: Invest in technology infrastructure to enhance customer engagement and satisfaction. Objectives: • Evaluate AMI (Advanced Metering Infrastructure) implementation in other service areas to improve the District’s operations. • Evaluate IVR (Interactive Voice Response)/online customer portal for water use management and assistance. 2 KPI: ▪ CIP Project Expenditures vs. Budget ▪ Construction Change Order Incidence ▪ Billing Accuracy ▪ Sewer Rate Ranking ▪ Water Rate Ranking ▪ Water Debt Coverage Ratio ▪ Sewer Debt Coverage Ratio ▪ Reserve Level ▪ Accounts per FTE ▪ Distribution System Loss ▪ Planned Potable Water Maintenance Ratio in $ ▪ Planned Recycled Water Maintenance Ratio in $ ▪ Planned Wastewater Maintenance Ratio in $ ▪ Direct Cost of Treatment per MGD ▪ Injury Incident Rate Internal Business Process: Practice ongoing infrastructure renewal and organizational improvement through planning and increased operational efficiency. Strategy: Leverage the use of renewable and clean energy resources and reduce the use of hazardous chemicals. Objectives: • Evaluate and implement energy-efficient systems. • Evaluate and implement alternative energy opportunities. • Advance Clean Fleet Regulations District Implementation Program of Zero or near Zero Emissions Vehicles. • Evaluate the District’s current chemical footprint and implement safer and more efficient alternatives, where possible. Strategy: Implement technologies to improve response time, security, and operational effectiveness. Objectives: • Conversion of the District’s enterprise GIS (ESRI) Geometric Network to a Utility Network Model. • Conduct needs assessment/replacement of District’s financial management system. • Maintain and regularly evaluate internal financial controls. • Leverage Cityworks to further develop job task process standardization and work order cost modeling. Strategy: Develop appropriate water resource mix to meet the water reliability needs of the community. Objectives: • Use the Water Facilities Water Management Plan/Urban Water Management Plan to analyze future needs and prescribe approaches to meeting future requirements. 3 • Evaluate City of San Diego’s recycled water purchase. • Develop the District’s long-term water supply strategies and planning efforts with regional partnerships. Strategy: Respond to anticipated water shortages through rate structure modification, conservation assistance, and outreach. Objectives: • Monitor and modify the Water Shortage Contingency Plan, as needed. • Identify, evaluate, and implement new opportunities for recycled water, including potential for potable reuse. Strategy: Advancement of District's Asset Management Program. Objectives: • Standardization of Standard Operating Procedures (SOP) and Planned Job Observations (PJO). • Develop long-term strategic operations and maintenance program (Total Asset Management). • Collect and maintain accurate asset records, including criticality, maintenance history, asset condition, and performance for continuous improvement. • Cloud migration of the District’s enterprise GIS System (ESRI) and the associated Asset Management and Field Applications. Strategy: Cyber and Physical Security Objectives: • Advance the use of the District’s Supervisory Control and Data Acquisition (SCADA) system to ensure a secure, reliable, and efficient management controls of the distribution system. • Evaluate new disaster recovery solutions and advance the District’s enterprise business continuity program. KPI: ▪ Business Recovery Exercises (NEW) ▪ Vulnerability Assessment (NEW) ▪ Mark-out Accuracy ▪ Easement Evaluation and Field Inspection ▪ System Valve Exercising Program ▪ Potable Water Distribution System Integrity (Leaks) ▪ Potable Water Distribution System Integrity (Breaks) ▪ Recycled Water System Integrity (Leaks) ▪ Recycled Water System Integrity (Breaks) ▪ Sewer Overflow Rate ▪ Potable Tank Inspection and Cleaning ▪ Hydrant Maintenance Program 4 Learning and Growth: Foster a workforce culture of employee development and innovation. Strategy: Coordinate workforce planning activities to determine future needs, identify gaps, and implement actions to close the gaps. Objectives: • Maximize opportunities to develop employees through training and mentoring. • Evaluate the implementation of learning and development programs in coordination with partner agencies. • Analyze and identify workforce trends to address critical gaps between the current workforce and future needs. Strategy: Improve Organization Effectiveness. Objectives: • Negotiate successor Memorandum of Understanding (MOU) with the employee association and unrepresented employees to focus on employee recruitment and retention. • Implement a cross-functional innovation committee to advance the District’s culture of collaboration and process improvement among departments. KPI: ▪ Employee Turnover Rate ▪ Training Hours per Employee ▪ Safety Training Program OTAY WATER DISTRICT STRATEGIC PLAN WORKSHOP ATTACHMENT C DEC-FEB 2021OCT 19 2021SEPT 2021 OCT 7 2021 MAR –APRIL 2022 Meet with staff to discuss ideas for the new Strategic Plan (SP) DETERMINE POSITION First draft of SP ideas and inputs DEVELOP STRATEGIES Board of Directors Workshop/ Inputs & Direction Develop formal goals, strategies, objectives, and key performance indicators (KPI’s) BUILD PLAN Present draft SP during March committees and April Board adoption ADOPTION Timeline 2 Themes in the Upcoming Plan AGING WORKFORCE/ KNOWLEDGE TRANSFER CULTURE (RETENTION & RECRUITMENT OF TOP TALENT) CUSTOMER SERVICE FINANCIAL (BUSINESS SYSTEMS & LONG-TERM BENEFIT COST ANAYLSIS) CYBERSECURITY RIGHT SIZING STOARGE & DISTRIBUTION SYSTEM ASSET MANAGEMENT 3 CUSTOMER Enhance customer and community engagement to increase public awareness of the water industry and the District, while continuing to provide superior customer service STRATEGIES DESIRED OUTCOMES •Enhance and build public awareness of the District’s priorities, initiatives, programs, systems, and services | 4 Objectives •Increase brand awareness,customer experience,efficiency,enhance social media presence, provide customers information on the understanding of water rates/changes,state regulations, etc. 4 PERFORMANCE MEASURES •Answer Rate •Technical Quality Complaint •Potable Water Compliance Rate •Implement Customer Opinion Survey (NEW) FINANCIAL Operate the District sustainably in a financial manner while maintaining a Fair Rate Structure STRATEGIES DESIRED OUTCOMES •Maintain a long-range financing plan that sets forth the long-term funding needs of the District | 5 Objectives •Invest in technology infrastructure to enhance customer engagement and satisfaction |2 Objectives •Evaluate grant funding opportunities,water shortage contingency plan,evaluate cash reserves, AMI technology,real-time water usage/online portal assistance,low-income assistance,etc. •CIP Project Expenditures vs. Budget •Construction Change Order Incidence •Billing Accuracy •Sewer Rate Ranking •Water Rate Ranking •Water Debt Coverage Ratio •Sewer Debt Coverage Ratio •Reserve Level •Accounts per FTE •Distribution System Loss •Planned Potable Water Maintenance Ratio in $ •Planned Recycled Water Maintenance Ratio in $ •Planned Wastewater Maintenance Ratio in $ •Direct Cost of Treatment per MGD •Injury Incident Rate 5 PERFORMANCE MEASURES INTERNAL BUSINESS PROCESS Practice ongoing infrastructure renewal and organizational improvement through planning and increased operational efficiency STRATEGIES •Leverage the use of renewable and clean energy resources and reduce the use of hazardous chemicals | 4 Objectives •Implement technologies to improve response time, security, and operational effectiveness | 4 Objectives •Develop appropriate water resource mix to meet the water reliability needs of the community | 3 Objectives •Respond to anticipated water shortages through rate structure modification, conservation assistance, and outreach | 2 Objectives •Advancement of District's Asset Management Program | 4 Objectives •Cyber and Physical Security | 2 Objectives DESIRED OUTCOMES •Drought initiatives,contingency plan for water scarcity,long-term maintenance/operational savings,future sales analysis, water supply/demand assessment,wastewater master plan update,etc. •Energy saving opportunities,energy storage projects extend the life of the District's infrastructure;integration with SDG&E for energy trends,peak/non-peak,duration reduction,and space requirements of main breaks PERFORMANCE MEASURES •Business Recovery Exercises (NEW) •Vulnerability Assessment (NEW) •Mark-out Accuracy •Easement Evaluation and Field Inspection •System Valve Exercising Program •Potable Water Distribution System Integrity (Leaks) •Potable Water Distribution System Integrity (Breaks) •Recycled Water System Integrity (Leaks) •Recycled Water System Integrity (Breaks) •Sewer Overflow Rate •Potable Tank Inspection and Cleaning •Hydrant Maintenance Program 6 LEARNING AND GROWTH Foster a workforce culture of employee development and innovation STRATEGIES DESIRED OUTCOMES PERFORMANCE MEASURES •Coordinate workforce planning activities to determine future needs, identify gaps and implement actions to close the gaps | 3 Objectives •Improve organizational effectiveness |2 Objectives •Organizational analysis,FTE/staff management,department leveling (supervisor -FTE ratio), new recruitment strategies,interdepartmental training for District staff,innovation committee/ incentives,building competitive pay and performance retention and hiring structure •Employee Turnover Rate •Training Hours per Employee •Safety Training Program 7 8 KEY PERFORMANCE INDICATOR (KPI)FY19-21 AVERAGE FY22 TARGET FY23 TARGET/ AWWA BENCHMARK Answer Rate 98.45%97%97% *Technical Quality Complaint (AWWA)3.85 < 7.1 < 4.6 | 4.6 *Potable Water Compliance Rate (AWWA)100%100%100% | 100% Implement Customer Opinion Survey (NEW)> 85% 9 KEY PERFORMANCE INDICATOR (KPI)FY19-21 AVERAGE FY22 TARGET FY23 TARGET/ AWWA BENCHMARK CIP Project Expenditures vs. Budget 101%95% but not to exceed 100%≥ 95% Construction Change Order Incidence 4.4%< 5%< 5% Billing Accuracy 99.97%99.80%99.80% Sewer Rate Ranking 4 Below 50th percentile (14)Below 50th percentile (14) Water Rate Ranking 4 Below 50th percentile (11)Below 50th percentile (11) Water Debt Coverage Ratio 208%150%150% Sewer Debt Coverage Ratio 806% (FY20-21 only)150%150% Reserve Level 95%85%85% Accounts per FTE 409 406 Target will be available in FY22 Q4 Distribution System Loss 3.8%< 5%< 5% Planned Potable Water Maintenance Ratio in $72%66%70% Planned Recycled Water Maintenance Ratio in $66%70%70% Planned Wastewater Maintenance Ratio in $90%77%80% Direct Cost of Treatment per MGD $1,147.55 $1,050 $1,315 Injury Incident Rate 3.13 < 4.1 Target will be available in FY22 Q4 10 KEY PERFORMANCE INDICATOR (KPI)FY19-21 AVERAGE FY22 TARGET FY23 TARGET/ AWWA BENCHMARK Business Recovery Exercises (NEW)2 per year Vulnerability Assessment (NEW)2 per year Mark-out Accuracy 99.98%100%100% Easement Evaluation and Field Inspection 143%100%100% System Valve Exercising Program 3663 valves 3080 valves 20% *Potable Water Distribution Integrity (Leaks) (AWWA)10.40 L/B 16 L/B 6 | 6 *Potable Water Distribution Integrity (Breaks) (AWWA)6.2 | 6.2 Recycled Water System Integrity (Leaks) 3.07 L/B 6.6 L/B 6 Recycled Water System Integrity (Breaks)6.2 *Sewer Overflow Rate (AWWA)1.14 0 0 | 0 Potable Tank Inspection and Cleaning 9 8 8 Hydrant Maintenance Program (Previously Main Flushing and Hydrant Maintenance) 20% 11 KEY PERFORMANCE INDICATOR (KPI)FY19-21 AVERAGE FY22 TARGET FY23 TARGET/ AWWA BENCHMARK Employee Voluntary Turnover Rate 2.7%< 5%< 5% *Training Hours per Employee (AWWA)34.41 hours 12 hours 15.6 hours | 15.6 hours Safety Training Program 47.16 hours 24 hours 24 hours