Loading...
HomeMy WebLinkAbout02-04-2026 Operations Committee Complete Agenda Packet - v2NOTICE OF REGULAR MEETING AGENDA PUBLIC PARTICIPATION NOTICE ORANGE COUNTY SANITATION DISTRICT OPERATIONS COMMITTEE FEBRUARY 4, 2026 - 5:00 PM ACCESSIBILITY FOR THE GENERAL PUBLIC Your participation is always welcome. OC San offers several ways in which to interact during this meeting. www.ocsan.gov IN-PERSON MEETING ATTENDANCE OC San Headquarters: 18480 Bandilier Circle, Fountain Valley, CA 92708 ONLINE MEETING PARTICIPATION Join the meeting now PARTICIPATE BY TELEPHONE Dial: (213) 279-1455 https://ocsd.legistar.com/Calendar.aspx MEETING PARTICIPATION INSTRUCTIONS Details on how to participate can be found on our website at Phone Conference ID: 825 183 245# WATCH THE MEETING ONLINE The meeting will be available for online viewing at: SUBMIT A COMMENT Online at: https://ocsd.legistar.com/Calendar.aspx or by emailing: OCSanClerk@ocsan.gov OPERATIONS COMMITTEE Regular Meeting Agenda Wednesday, February 4, 2026 - 5:00 PM Headquarters - Board Room 18480 Bandilier Circle Fountain Valley, CA 92708 (714) 593-7433 View Current Board of Directors ACCOMMODATIONS FOR THE DISABLED: If you require any special disability related accommodations, please contact the Orange County Sanitation District (OC San) Clerk of the Board’s office at (714) 593-7433 at least 72 hours prior to the scheduled meeting. Requests must specify the nature of the disability and the type of accommodation requested. AGENDA DESCRIPTION: The agenda provides a brief general description of each item of business to be considered or discussed. The recommended action does not indicate what action will be taken. The Board of Directors may take any action which is deemed appropriate. MEETING RECORDING: A recording of this meeting is available within 24 hours after adjournment of the meeting at https://ocsd.legistar.com/Calendar.aspx or by contacting the Clerk of the Board. SUBMIT A COMMENT: You may submit your comments and questions in writing in advance of, or during the meeting by using the eComment feature available online at: https://ocsd.legistar.com/Calendar.aspx or by sending them to OCSanClerk@ocsan.gov with the subject line "PUBLIC COMMENT ITEM # [insert relevant item number]" or "PUBLIC COMMENT NON-AGENDA ITEM". All written public comments will be provided to the legislative body and may be read into the record or compiled as part of the record. NOTICE TO DIRECTORS: To place items on the agenda for a Committee or Board Meeting, the item must be submitted to the Clerk of the Board: Kelly A. Lore, MMC, (714) 593-7433 / klore@ocsan.gov at least 14 days before the meeting. For any questions on the agenda, Board members may contact staff at: General Manager: Rob Thompson, rthompson@ocsan.gov / (714) 593-7110 Asst. General Manager: Lorenzo Tyner, ltyner@ocsan.gov / (714) 593-7550 Director of Communications: Jennifer Cabral, jcabral@ocsan.gov / (714) 593-7581 Director of Engineering: Mike Dorman, mdorman@ocsan.gov / (714) 593-7014 Director of Environmental Services: Lan Wiborg, lwiborg@ocsan.gov / (714) 593-7450 Director of Finance: Wally Ritchie, writchie@ocsan.gov / (714) 593-7570 Director of Human Resources: Laura Maravilla, lmaravilla@ocsan.gov / (714) 593-7007 Director of Operations & Maintenance: Riaz Moinuddin, rmoinuddin@ocsan.gov / (714) 593-7269 Upcoming Meeting Dates ROLL CALL OPERATIONS COMMITTEE Engineering and Operations & Maintenance Meeting Date: February 4, 2026 Time: 5:00 p.m. COMMITTEE MEMBERS (14) OTHERS STAFF OPERATIONS COMMITTEE Regular Meeting Agenda Wednesday, February 4, 2026 CALL TO ORDER PLEDGE OF ALLEGIANCE ROLL CALL AND DECLARATION OF QUORUM: Clerk of the Board PUBLIC COMMENTS: Your participation is always welcome. Specific information as to how to participate in a meeting is detailed in the Special Notice attached to this agenda. In general, OC San offers several ways in which to interact during meetings: you may participate in person, join the meeting live via Teams on your computer or similar device or web browser, join the meeting live via telephone, view the meeting online, and/or submit comments for consideration before or during the meeting. REPORTS: The Committee Chairperson and the General Manager may present verbal reports on miscellaneous matters of general interest to the Directors. These reports are for information only and require no action by the Directors. CONSENT CALENDAR: Consent Calendar Items are considered to be routine and will be enacted, by the Committee, after one motion, without discussion. Any items withdrawn from the Consent Calendar for separate discussion will be considered in the regular order of business. 1.2026-4719APPROVAL OF MINUTES RECOMMENDATION: Approve minutes of the Regular meeting of the Operations Committee held December 3, 2025. Originator:Kelly Lore Attachments: 2.2025-4177SUNFLOWER PUMP STATION EFFLUENT CHANNEL REPAIR AT PLANT NO. 1, PROJECT NO. FR1-0026 RECOMMENDATION: Recommend to the Board of Directors to: A. Approve a Repair and Replace Services Contract with Structural Preservation Systems, LLC to provide the Sunflower Pump Station Effluent Channel Repair at Plant No. 1 (FR1-0026), Specification No. S-2025-709BD, for a total amount not to exceed $1,944,791; and B. Approve a contingency of $194,479 (10%). Page 2 of 5 OPERATIONS COMMITTEE Regular Meeting Agenda Wednesday, February 4, 2026 Originator:Mike Dorman Attachments: 3.2026-4741ON-CALL EMERGENCY MECHANICAL SERVICES, SPECIFICATION NO. S-2025-698BD RECOMMENDATION: Recommend to the Board of Directors to: A. Approve a General Services Contract to Jamison Engineering Contractors, Inc. to provide On-Call Emergency Mechanical Services, Specification No. S-2025-698BD, for an annual total amount not to exceed $1,056,605 for a one-year period with four (4) optional one-year renewals; and B. Approve an annual contingency of $105,661 (10%). Originator:Riaz Moinuddin Attachments: 4.2026-4764QUARTERLY ODOR COMPLAINT REPORT RECOMMENDATION: Receive and file the Fiscal Year 2025-26 Second Quarter Odor Complaint Report. Originator:Riaz Moinuddin Attachments: 5.2026-4770ACTIVATED SLUDGE CLARIFIERS 11 AND 13 REHABILITATION AT PLANT NO. 1 (MP1-017), SPECIFICATION NO. S-2025-692BD RECOMMENDATION: Recommend to the Board of Directors to: A. Approve a Service Contract to Vicon Enterprise, Inc. for Activated Sludge Clarifiers 11 and 13 Rehabilitation at Plant No. 1 (MP1-017), Specification No. S-2025-692BD, for a total amount not to exceed $1,950,500; and B. Approve a contingency of $195,050 (10%). Originator:Riaz Moinuddin Attachments: Page 3 of 5 OPERATIONS COMMITTEE Regular Meeting Agenda Wednesday, February 4, 2026 NON-CONSENT: 6.2025-4173NORTH TUSTIN-ORANGE SEWER REHABILITATION, PROJECT NO. 7-69 RECOMMENDATION: Recommend to the Board of Directors to: A. Approve a Professional Design Services Agreement with Stantec Consulting Services, Inc., to provide engineering services for North Tustin-Orange Sewer Rehabilitation, Project No. 7-69, for an amount not to exceed $5,086,373; and B. Approve a contingency of $508,637 (10%). Originator:Mike Dorman Attachments: INFORMATION ITEMS: 7.2026-4666WET WEATHER PREPARATION AND RESPONSES RECOMMENDATION: Information Item. Originator:Riaz Moinuddin Attachments: 8.2026-4765MID-YEAR FINANCIAL REPORT RECOMMENDATION: Information Item. Originator:Wally Ritchie Attachments: 9.2026-4766RATE SETTING PROCESS RECOMMENDATION: Information Item. Page 4 of 5 OPERATIONS COMMITTEE Regular Meeting Agenda Wednesday, February 4, 2026 Originator:Wally Ritchie Attachments: DEPARTMENT HEAD REPORTS: CLOSED SESSION: None. OTHER BUSINESS AND COMMUNICATIONS OR SUPPLEMENTAL AGENDA ITEMS, IF ANY: BOARD OF DIRECTORS INITIATED ITEMS FOR A FUTURE MEETING: At this time Directors may request staff to place an item on a future agenda. ADJOURNMENT: Adjourn the Board meeting until the Regular Meeting of the Operations Committee on March 4, 2026 at 5:00 p.m. AFFIDAVIT OF POSTING: I hereby certify under penalty of perjury and as required by the State of California, Government Code § 54954.2(a), that the foregoing Agenda was posted online at www.ocsan.gov, in the lobby, and outside the main door of Orange County Sanitation District Headquarters at 18480 Bandilier Cir. Fountain Valley, CA 92708 not less than 72 hours prior to the meeting date and time above. All public records relating to each agenda item, including those distributed less than 72 hours prior to the meeting to a majority of the Board of Directors, are available for public inspection with the Clerk of the Board. /s/ Kelly A. Lore, MMC Clerk of the Board January 28, 2026 Page 5 of 5 Orange County Sanitation District Minutes for the OPERATIONS COMMITTEE Wednesday, December 3, 2025 5:00 PM Board Room Headquarters 18480 Bandilier Circle Fountain Valley, CA 92708 (714) 593-7433 CALL TO ORDER A regular meeting of the Operations Committee of the Orange County Sanitation District was called to order by Committee Chairman Pat Burns on Wednesday, December 3, 2025 at 5:00 p.m. in the Orange County Sanitation District Headquarters. General Manager Rob Thompson led the Pledge of Allegiance. ROLL CALL AND DECLARATION OF QUORUM: The Clerk of the Board declared a quorum present as follows: PRESENT:Joyce Ahn, Debbie Baker, Pat Burns, Doug Chaffee, Jon Dumitru, Johnathan Ryan Hernandez, Stephanie Klopfenstein, Lisa Landau, Robert Ooten and Bonnie Peat (Alternate) ABSENT:Ryan Gallagher, Carlos Leon, Tom Lindsey and Jamie Valencia STAFF PRESENT: Rob Thompson, General Manager; Lorenzo Tyner, Assistant General Manager; Jennifer Cabral, Director of Communications; Mike Dorman, Director of Engineering; Laura Maravilla, Director of Human Resources; Riaz Moinuddin, Director of Operations and Maintenance; Wally Ritchie, Director of Finance; Lan Wiborg, Director of Environmental Services; Kelly Lore, Clerk of the Board; Mo Abiodun; Jon Bradley; Mortimer Caparas; Jackie Castro; Sam Choi; Raul Cuellar; Don Cutler; Thys DeVries; Martin Dix; Justin Fenton; Al Garcia; David Haug; Mark Kawamoto; Tom Meregillano; Rob Michaels; Kelly Newell; Nicholas Oswald; Victoria Pilko; Valerie Ratto; Thomas Vu; Sammady Yi; and Ruth Zintzun were present in the Board Room. OTHERS PRESENT: Mal Richardson, General Counsel; and resident Daniel Gary, Cascade Energy were present in the Board Room. Anni Larkins, Jacobs was present virtually. PUBLIC COMMENTS: None. REPORTS: Chair Burns announced OC San's holiday schedule and stated the December Board meeting would take place on December 17, one week earlier due to the holiday. Mr. Rob Thompson did not provide a report. Page 1 of 6 OPERATIONS COMMITTEE Minutes December 3, 2025 CONSENT CALENDAR: 1.APPROVAL OF MINUTES 2025-4616 Originator: Kelly Lore MOVED, SECONDED, AND DULY CARRIED TO: Approve minutes of the Regular meeting of the Operations Committee held November 5, 2025. AYES:Joyce Ahn, Debbie Baker, Pat Burns, Doug Chaffee, Jon Dumitru, Stephanie Klopfenstein, Lisa Landau, Robert Ooten and Bonnie Peat (Alternate) NOES:None ABSENT:Ryan Gallagher, Johnathan Ryan Hernandez, Carlos Leon, Tom Lindsey and Jamie Valencia ABSTENTIONS:None 2.ENGINEERING PROGRAM CONTRACT PERFORMANCE REPORTS 2025-4522 Originator: Mike Dorman Receive and file the Engineering Program Contract Performance Report for the period ending September 30, 2025. AYES:Joyce Ahn, Debbie Baker, Pat Burns, Doug Chaffee, Jon Dumitru, Stephanie Klopfenstein, Lisa Landau, Robert Ooten and Bonnie Peat (Alternate) NOES:None ABSENT:Ryan Gallagher, Johnathan Ryan Hernandez, Carlos Leon, Tom Lindsey and Jamie Valencia ABSTENTIONS:None 3.ORANGE COUNTY SANITATION DISTRICT 2025 ASSET MANAGEMENT PLAN 2025-4611 Originator: Mike Dorman Adopt the Orange County Sanitation District 2025 Asset Management Plan. Page 2 of 6 OPERATIONS COMMITTEE Minutes December 3, 2025 AYES:Joyce Ahn, Debbie Baker, Pat Burns, Doug Chaffee, Jon Dumitru, Stephanie Klopfenstein, Lisa Landau, Robert Ooten and Bonnie Peat (Alternate) NOES:None ABSENT:Ryan Gallagher, Johnathan Ryan Hernandez, Carlos Leon, Tom Lindsey and Jamie Valencia ABSTENTIONS:None NON-CONSENT: 4.SONAR INSPECTIONS & PIPELINE CLEANINGS OF INVERTED SIPHONS AND LARGE DIAMETER PIPELINES, SPECIFICATION NO. S-2025-695BD 2025-4540 Originator: Riaz Moinuddin Sonar Inspections & Pipeline Cleanings of Inverted Siphons and Large Diameter Pipelines, Specification No. S-2025-695BD, for a total amount not to exceed $1,750,000 for the period of January 1, 2026, through December 31, 2026; with four (4) optional one-year renewal options; and B. Approve an annual contingency of $175,000 (10%). AYES:Joyce Ahn, Debbie Baker, Pat Burns, Doug Chaffee, Jon Dumitru, Stephanie Klopfenstein, Lisa Landau, Robert Ooten and Bonnie Peat (Alternate) NOES:None ABSENT:Ryan Gallagher, Johnathan Ryan Hernandez, Carlos Leon, Tom Lindsey and Jamie Valencia ABSTENTIONS:None Page 3 of 6 OPERATIONS COMMITTEE Minutes December 3, 2025 Director Johnathan Ryan Hernandez arrived at the meeting at 5:13 p.m. during the presentation of Item No. 5. 5.SUPPLEMENTAL ENGINEERING SERVICES, Contract no. PSA2021-002 2025-4524 Originator: Mike Dorman AYES:Joyce Ahn, Debbie Baker, Pat Burns, Doug Chaffee, Jon Dumitru, Johnathan Ryan Hernandez, Stephanie Klopfenstein, Lisa Landau, Robert Ooten and Bonnie Peat (Alternate) NOES:None ABSENT:Ryan Gallagher, Carlos Leon, Tom Lindsey and Jamie Valencia ABSTENTIONS:None 6.SANTA ANA TRUNK SEWER REHABILITATION, PROJECT NO. 1-23 2025-4618 Originator: Mike Dorman Approve an Agreement for Purchase and Sale and Joint Escrow Instructions with C.J. Segerstrom & Sons (“Segerstrom”) that defines the terms and conditions for temporary construction easements in the amount of $509,300 for Santa Ana Trunk Sewer Rehabilitation, Project No. 1-23, and disbursement of severance damages from an escrow holding account with an upper limit amount of $1,009,270 for potential adverse impacts during construction. Page 4 of 6 OPERATIONS COMMITTEE Minutes December 3, 2025 AYES:Joyce Ahn, Debbie Baker, Pat Burns, Doug Chaffee, Jon Dumitru, Johnathan Ryan Hernandez, Stephanie Klopfenstein, Lisa Landau, Robert Ooten and Bonnie Peat (Alternate) NOES:None ABSENT:Ryan Gallagher, Carlos Leon, Tom Lindsey and Jamie Valencia ABSTENTIONS:None 7.A-SIDE PRIMARY CLARIFIERS REPLACEMENT AT PLANT NO. 2, CONTRACT NO. P2-98A 2025-4521 Originator: Mike Dorman Approve a contingency increase of $4,456,235 (4%) to the existing Construction Contract with PCL Construction, Inc., for A-Side Primary Clarifiers Replacement at Plant No. 2, Contract No. P2-98A as part of Primary Treatment Rehabilitation at Plant No. 2, Project No. P2-98, for a new total contingency amount of $11,140,588 (10%). AYES:Joyce Ahn, Debbie Baker, Pat Burns, Doug Chaffee, Jon Dumitru, Johnathan Ryan Hernandez, Stephanie Klopfenstein, Lisa Landau, Robert Ooten and Bonnie Peat (Alternate) NOES:None ABSENT:Ryan Gallagher, Carlos Leon, Tom Lindsey and Jamie Valencia ABSTENTIONS:None INFORMATION ITEMS: 8.INFORMATION TECHNOLOGY UPDATES 2025-4632 Originator: Wally Ritchie Information Item. Page 5 of 6 OPERATIONS COMMITTEE Minutes December 3, 2025 DEPARTMENT HEAD REPORTS: None. CLOSED SESSION: None. OTHER BUSINESS AND COMMUNICATIONS OR SUPPLEMENTAL AGENDA ITEMS, IF ANY: None. BOARD OF DIRECTORS INITIATED ITEMS FOR A FUTURE MEETING: None. ADJOURNMENT: Chair Burns declared the meeting adjourned at 5:29 p.m. to the next Regular Operations Committee meeting to be held on Wednesday, February 4, 2025 at 5:00 p.m. Submitted by: __________________ Kelly A. Lore, MMC Clerk of the Board Page 6 of 6 OPERATIONS COMMITTEE Agenda Report Headquarters 18480 Bandilier Circle Fountain Valley, CA 92708 (714) 593-7433 File #:2025-4177 Agenda Date:2/4/2026 Agenda Item No:2. FROM:Robert Thompson, General Manager Originator: Mike Dorman, Director of Engineering SUBJECT: SUNFLOWER PUMP STATION EFFLUENT CHANNEL REPAIR AT PLANT NO.1,PROJECT NO. FR1-0026 GENERAL MANAGER'S RECOMMENDATION RECOMMENDATION: Recommend to the Board of Directors to: A. Approve a Repair and Replace Services Contract with Structural Preservation Systems, LLC to provide the Sunflower Pump Station Effluent Channel Repair at Plant No. 1 (FR1-0026), Specification No. S-2025-709BD, for a total amount not to exceed $1,944,791; and B. Approve a contingency of $194,479 (10%). BACKGROUND Orange County Sanitation District (OC San)operates the Sunflower Pump Station,which lifts wastewater from deep trunk sewers into the Headworks at Plant No.1 for treatment.The pump station uses two screw pumps,each with a capacity of 40 million gallons per day,to convey flows from the Sunflower Trunk Sewer into the treatment process. Wastewater discharged from the pumps flows into concrete effluent channels before entering downstream facilities.These channels operate under high flow velocities and are exposed to wastewater conditions that require protective coatings to preserve structural integrity.OC San last recoated the effluent channels with a polyurethane coating in 2010 and 2011. RELEVANT STANDARDS ·Comply with California Public Contract Code Section 20103.8, award construction contract to lowest responsive, responsible bidder ·Maintain a proactive asset management program ·24/7/365 treatment plant reliability PROBLEM The protective coating in both effluent channels at the Sunflower Pump Station has reached the end of its service life and has failed in several areas.The underlying concrete has deteriorated and now requires repair to prevent further damage.Due to the extent of the concrete deterioration,OC San Orange County Sanitation District Printed on 1/27/2026Page 1 of 4 powered by Legistar™ File #:2025-4177 Agenda Date:2/4/2026 Agenda Item No:2. requires repair to prevent further damage.Due to the extent of the concrete deterioration,OC San installed temporary support beams in both channels to maintain safe operation. Construction work in the effluent channels is limited to the dry season because both pumps are required to handle high flows during the winter.During the six-month dry season,OC San can only take one pump out of service at a time, which limits the available window to complete the repairs. PROPOSED SOLUTION Approve a Repair and Replace Services Contract to rehabilitate both effluent channels at the Sunflower Pump Station during the 2026 dry season. TIMING CONCERNS Rehabilitation of the effluent channels is expected to take up to six months to complete.Delaying approval would reduce the available dry-season construction window and increase the risk that the work cannot be completed before the wet season begins. RAMIFICATIONS OF NOT TAKING ACTION If this work does not proceed,deterioration of the effluent channels will continue,increasing the risk of structural failure.Continued degradation could disrupt wastewater flow through the Sunflower Pump Station and affect the reliable operation of Plant No. 1. PRIOR COMMITTEE/BOARD ACTIONS N/A ADDITIONAL INFORMATION A Request for Proposals (RFP)was advertised on November 6,2025,for the Sunflower Pump Station Effluent Channel Repair at Plant No.1 (FR1-0026),Specification No.S-2025-709BD.The following evaluation criteria were described in the RFP and used to determine the most qualified Contractor: CRITERION WEIGHT Qualifications of the Firm 30% Proposed Staffing & Project Organization 30% Work Plan 30% Cost 10% Two proposals were received on December 11,2025,and evaluated in accordance with OC San’s Purchasing Ordinance by a pre-selected Evaluation Committee consisting of an Engineering Supervisor, a Construction Inspector Supervisor, a Senior Engineer, and an Engineer. The Evaluation Committee first reviewed and scored the proposals based on all criteria other than cost.Proposals were accompanied by sealed cost proposals.Based on the evaluation results, Structural Preservation Systems,LLC was ranked highest and selected as the most qualifiedOrange County Sanitation District Printed on 1/27/2026Page 2 of 4 powered by Legistar™ File #:2025-4177 Agenda Date:2/4/2026 Agenda Item No:2. Structural Preservation Systems,LLC was ranked highest and selected as the most qualified Contractor.The firm demonstrated strong qualifications,relevant experience,and a comprehensive understanding of the work required.Only the cost proposal for Structural Preservation Systems,LLC was opened,as the score differential between the top and second-ranked proposers was such that there would have been no impact on the overall rankings.The evaluation results are summarized in the table below. Firm Qual. of the Firm (Max 30%) Staffing & Organizatio n (Max 30%) Work Plan (Max 30%) Cost (Max 10%) Total Weighted Score (Max 100%) 1 Structural Preservation Systems LLC 27.75%27%25.13%--79.88% 2 Tharsos Inc.18%16.50%14.25%--48.75% Best and Final Offer: Structural Preservation Systems,LLC was requested to submit a Best and Final Offer (BAFO)by January 8,2026.Structural Preservation Systems,LLC submitted its BAFO by the requested date, resulting in a reduced proposed fee. The results are shown in the table below. Firm Original Cost BAFO 1 Structural Preservation Systems, LLC $1,983,981 $1,944,791 2 Tharsos Inc.-- Staff has determined that the final proposed fee is fair and reasonable for the level of effort required and recommends approval of the Repair and Replace Services Contract with Structural Preservation Systems, LLC. CEQA The project is exempt from CEQA under the Class 1 categorical exemptions set forth in California Code of Regulations Section 15301.A Notice of Exemption will be filed with the OC Clerk-Recorder after OC San Board of Directors approval of the Service Contract. FINANCIAL CONSIDERATIONS This request complies with the authority levels of OC San’s Purchasing Ordinance.This recommendation would be funded under the Repairs and Maintenance line item for the Operations and Maintenance Department (Budget FY 2025-26,Page 33)and the available funding is sufficient for this action. Orange County Sanitation District Printed on 1/27/2026Page 3 of 4 powered by Legistar™ File #:2025-4177 Agenda Date:2/4/2026 Agenda Item No:2. ATTACHMENT The following attachment(s)may be viewed on-line at the OC San website (www.ocsan.gov)with the complete agenda package: ·Repair and Replace Services Contract SS:lb Orange County Sanitation District Printed on 1/27/2026Page 4 of 4 powered by Legistar™ Repair and Replacement Services Contract 1 of 16 Specification No. S-2025-709BD Revision 103025 REPAIR AND REPLACEMENT SERVICES CONTRACT Sunflower Pump Station Effluent Channel Repair at Plant No. 1 (FR1-0026) Specification No. S-2025-709BD This REPAIR AND REPLACEMENT SERVICES CONTRACT (hereinafter referred to as “Contract”), is made and entered into as of the date fully executed below, by and between Orange County Sanitation District (hereinafter referred to as “OC San”) and Structural Preservation Systems, LLC (hereinafter referred to as “Contractor”) and collectively referred to herein as the “Parties.” R E C I T A L S WHEREAS, OC San desires to obtain the services of Contractor for Sunflower Pump Station effluent channel repair (“Services”) as described in Exhibit “A” attached hereto and incorporated herein by this reference; and WHEREAS, Contractor is qualified to perform the Services by virtue of experience, training, education, and expertise; and WHEREAS, OC San desires to engage Contractor to provide the Services; and WHEREAS, OC San selected Contractor to provide the Services in accordance with OC San’s current Purchasing Ordinance; and WHEREAS, on February 25, 2026, OC San’s Board of Directors, by minute order, authorized execution of this Contract. NOW, THEREFORE, in consideration of the above recitals and the mutual promises and benefits specified below, the Parties agree as follows: 1. General. 1.1 This Contract and all exhibits hereto are made by OC San and the Contractor. 1.2 The following exhibits are incorporated by reference and made part of this Contract. Exhibit “A” – Scope of Work Exhibit “B” – Proposal Exhibit “C” – Determined Insurance Requirement Form Exhibit “D” – Contractor Safety Standards Exhibit “E” – Human Resources Policies Exhibit “F” – General Conditions Exhibit “G” – Bonds 1.3 In the event of any conflict or inconsistency between the provisions of the Contract and any of the provisions of the exhibits hereto, the provisions in the document highest in precedence shall be controlling. The order of precedence of the applicable documents is set forth below: a. Amendments to the Repair and Replacement Services Contract – the last amendment issued will have the highest precedence b. Repair and Replacement Services Contract Repair and Replacement Services Contract 2 of 16 Specification No. S-2025-709BD Revision 103025 c. Addenda issued prior to the deadline for submitting the Proposal – the last addendum issued will have the highest precedence d. Permits and other regulatory requirements e. Exhibit “A” – Scope of Work f. Exhibit “F” – General Conditions g. Exhibit “C” – Determined Insurance Requirement Form h. Exhibit “D” – Contractor Safety Standards i. Notice Inviting Bids j. Exhibit “B” – Proposal 1.4 Except as expressly provided otherwise, OC San accepts no liability for any expenses, losses, or actions incurred or undertaken by Contractor as a result of work performed in anticipation of providing the Services to OC San. 1.5 Work Hours: Shall be as specified in Exhibit “A.” 1.6 Days: Shall mean calendar days, unless otherwise noted. 1.7 OC San holidays (non-working days) are as follows: New Year’s Day, Martin Luther King, Jr. Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Day after Thanksgiving, Christmas Eve, and Christmas Day. 1.8 Work: Shall mean all work, labor, and materials necessary to provide the Services. 1.9 The provisions of this Contract may be amended or waived only by an amendment executed by authorized representatives of both Parties. 1.10 The various headings in this Contract are inserted for convenience only and shall not affect the meaning or interpretation of this Contract or any paragraph or provision hereof. 2. Scope of Work. 2.1 Contractor shall perform the Services identified in Exhibit “A” in accordance with generally accepted industry and professional standards. 2.2 Modifications to Scope of Work. OC San shall have the right to modify the Scope of Work at any time. All modifications must be made by an amendment or change order signed by both Parties. Refer to Exhibit “F” - General Conditions (General Conditions), including the sections entitled REQUEST FOR CHANGE (CHANGES AT CONTRACTOR’S REQUEST) and OWNER INITIATED CHANGES. 2.3 Familiarity with Work. By executing this Contract, Contractor warrants that: (a) it has investigated the Work to be performed; (b) it understands the facilities, difficulties, and restrictions of the Work under this Contract; and (c) it has examined the site of the Work and is aware of all conditions at the site. Should Contractor discover any latent or unknown condition materially differing from those inherent in the Work or as represented by OC San, it shall immediately inform OC San of this and shall not proceed, except at Contractor’s risk, until written instructions are received from OC San. Repair and Replacement Services Contract 3 of 16 Specification No. S-2025-709BD Revision 103025 2.4 Performance. Time is of the essence in the performance of the provisions hereof. 3. Contract Term. 3.1 The Services shall be completed within two hundred fifteen (215) calendar days from the effective date of the Notice to Proceed. 3.2 Extensions. The term of this Contract may be extended only by an amendment or change order signed by both Parties. Refer to the General Conditions, including the section entitled EXTENSION OF TIME FOR DELAY. 4. Compensation. 4.1 As compensation for the Services provided under this Contract, OC San shall pay Contractor a total amount not to exceed One Million Nine Hundred Forty-Four Thousand Seven Hundred Ninety-One Dollars ($1,944,791.00). 4.2 Contractor shall provide OC San with all required premiums and/or overtime work at no charge beyond the amount specified above. 5. Payments and Invoicing. 5.1 OC San shall pay itemized invoices for Work completed in accordance with Exhibit “A” thirty (30) days from receipt of the invoice and after approval by OC San’s Project Manager or designee. OC San shall be the determining party, in its sole discretion, as to whether the Services have been satisfactorily completed. 5.2 Contractor shall submit its invoices to OC San Accounts Payable by electronic mail to APStaff@OCSan.gov. In the subject line, include “INVOICE” and the Purchase Order Number. 5.3 The invoices shall be consistent with the General Conditions, including the section entitled PAYMENT FOR WORK. 6. California Department of Industrial Relations Registration and Record of Wages. 6.1 To the extent Contractor’s employees and/or its subcontractors perform Work related to this Contract for which Prevailing Wage Determinations have been issued by the California Department of Industrial Relations (DIR) as more specifically defined under Labor Code section 1720 et seq., prevailing wages are required to be paid for applicable Work under this Contract. It is Contractor’s responsibility to interpret and implement any prevailing wage requirements and Contractor agrees to pay any penalty or civil damages resulting from a violation of the prevailing wage laws. 6.2 Contractor and its subcontractors shall comply with the registration requirements of Labor Code section 1725.5. Pursuant to Labor Code section 1771.4(a)(1), the Work is subject to compliance monitoring and enforcement by the DIR. 6.3 Pursuant to Labor Code section 1773.2, a copy of the prevailing rate of per diem wages is available upon request at OC San’s principal office. The prevailing rate of per diem wages may also be found at the DIR website for prevailing wage determinations at http://www.dir.ca.gov/DLSR/PWD. 6.4 Contractor and its subcontractors shall comply with the job site notices posting requirements established by the Labor Commissioner per Title 8, California Code of Repair and Replacement Services Contract 4 of 16 Specification No. S-2025-709BD Revision 103025 Regulations section 16461(e). Pursuant to Labor Code sections 1773.2 and 1771.4(a)(2), Contractor shall post a copy of the prevailing rate of per diem wages at the job site. 6.5 Contractor and its subcontractors shall maintain accurate payroll records and shall comply with all the provisions of Labor Code section 1776. Contractor and its subcontractors shall submit payroll records to the Labor Commissioner pursuant to Labor Code section 1771.4(a)(3). Pursuant to Labor Code section 1776, the Contractor and its subcontractors shall furnish a copy of all certified payroll records to OC San and/or the general public upon request, provided the public request is made through OC San, the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement of the DIR. Pursuant to Labor Code section 1776(h), penalties for non-compliance with a request for payroll records may be deducted from progress payments. 6.5.1 As a condition to receiving payments, Contractor agrees to present to OC San, along with any request for payment, all applicable and necessary certified payrolls and other required documents for the period covering such payment request. Pursuant to Title 8, California Code of Regulations section 16463, OC San shall withhold any portion of a payment, up to and including the entire payment amount, until certified payroll forms and any other required documents are properly submitted. In the event certified payroll forms do not comply with the requirements of Labor Code section 1776, OC San may continue to withhold sufficient funds to cover estimated wages and penalties under the Contract. 6.6 The Contractor and its subcontractors shall comply with Labor Code section 1774 and section 1775. Pursuant to Labor Code section 1775, the Contractor and any of its subcontractors shall forfeit to OC San a penalty of not more than two hundred dollars ($200) for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the DIR for the work or craft in which the worker is employed for any work. 6.6.1 In addition to the penalty and pursuant to Labor Code section 1775, the difference between the prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate shall be paid to each worker by the Contractor or its subcontractor. 6.7 Contractor and its subcontractors shall comply with Labor Code sections 1810 through 1815. Contractor and its subcontractors shall restrict working hours to eight (8) hours per day and forty (40) hours per week, except that work performed in excess of those limits shall be permitted upon compensation for all excess hours worked at not less than one and one-half (1.5) times the basic rate of pay, as provided in Labor Code section 1815. The Contractor shall forfeit, as a penalty to OC San, twenty-five dollars ($25) per worker per calendar day during which such worker is required or permitted to work more than eight (8) hours in any one calendar day and forty (40) hours in any one calendar week in violation of Labor Code sections 1810 through 1815. Repair and Replacement Services Contract 5 of 16 Specification No. S-2025-709BD Revision 103025 6.8 Contractor and its subcontractors shall comply with Labor Code sections 1777.5, 1777.6, and 1777.7 concerning the employment of apprentices by Contractor or any subcontractor. 6.9 Contractor shall include, at a minimum, a copy of the following provisions in any contract it enters into with any subcontractor: Labor Code sections 1771, 1771.1, 1775, 1776, 1777.5, 1810, 1813, 1815, 1860, and 1861. 6.10 Pursuant to Labor Code sections 1860 and 3700, the Contractor and its subcontractors will be required to secure the payment of compensation to employees. Pursuant to Labor Code section 1861, Contractor, by accepting this Contract, certifies that: “I am aware of the provisions of section 3700 of the Labor Code which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the Work of this Contract.” Contractor shall ensure that all its contracts with its subcontractors provide the provision above. 6.11 Contractor shall comply with the provisions specified in the General Conditions section entitled LAWS TO BE OBSERVED. 7. Damage to OC San’s Property. Any of OC San’s property damaged by Contractor, any subcontractor, or by the personnel of either will be subject to repair or replacement by Contractor at no cost to OC San. Refer to the General Conditions, including the section entitled PRESERVATION OF PROPERTY. 8. Freight (F.O.B. Destination). Contractor assumes full responsibility for all transportation, transportation scheduling, packing, handling, insurance, and other services associated with delivery of all products deemed necessary under this Contract. 9. Audit Rights. Contractor agrees that, during the term of this Contract and for a period of three (3) years after its expiration or termination, OC San shall have access to and the right to examine any directly pertinent books, documents, and records of Contractor relating to the invoices submitted by Contractor pursuant to this Contract. 10. Contractor Safety Standards and Human Resources Policies. OC San requires Contractor and its subcontractor(s) to follow and ensure their employees follow all Federal, State, and local regulations as well as the Contractor Safety Standards while working at OC San locations. If, during the course of the Contract, it is discovered that the Contractor Safety Standards do not comply with Federal, State, or local regulations, the Contractor is required to follow the most stringent regulatory requirement at no additional cost to OC San. Contractor, its subcontractors, and all of their employees shall adhere to the safety requirements in Exhibit “A,” all applicable Contractor Safety Standards in Exhibit “D,” and the Human Resources Policies in Exhibit “E.” 11. Insurance. Contractor and all its subcontractors shall purchase and maintain, throughout the term of this Contract and any periods of warranty or extensions, insurance in amounts equal to the requirements set forth in the signed Exhibit “C” – Determined Insurance Repair and Replacement Services Contract 6 of 16 Specification No. S-2025-709BD Revision 103025 Requirement Form. Contractor shall not commence Work under this Contract until all required insurance is obtained in a form acceptable to OC San, nor shall Contractor allow any subcontractor to commence service pursuant to a subcontract until all insurance required of the subcontractor has been obtained. Failure to obtain and maintain the required insurance coverage shall result in termination of this Contract. Nothing contained in these insurance requirements is to be construed as limiting the liability of the Contractor or the Contractor’s Sureties. 12. Bonds. Contractor shall furnish bonds (attached hereto in Exhibit “G”), consistent with the requirements specified in the General Conditions, and which shall be approved by OC San’s General Counsel. The bonds shall be one in the amount of one hundred percent (100%) of the total Contract price, to guarantee the faithful performance of the Work, and the other in the amount of one hundred percent (100%) of the total Contract price, to guarantee payment of all claims for labor and materials furnished. This Contract shall not become effective until such bonds are supplied to and accepted by OC San. Bonds must be issued by a California admitted surety and must be maintained throughout the life of the Contract and during the warranty period. Contractor is hereby notified that it is required that the person executing the bonds either (1) attach a power of attorney authorizing the person who executed the bond to do so for and on behalf of the insurer; or (2) must have on file with the County Clerk, County of Orange, a Power of Attorney and authorization to execute said bonds for and on behalf of the corporate surety. The purpose of this requirement is to ensure that the provisions of Code of Civil Procedure section 995.630 requiring such authority to be on file with the Orange County Clerk are satisfied in order for OC San and its officers to approve the bond. 13. General Indemnification. The Contractor shall, with respect to all Work covered by or incidental to the Contract Documents, be responsible for any liability imposed by law and shall indemnify, defend and hold OC San, the ENGINEER, the CONSULTANT and its subconsultants, and each of their directors, officers, agents and employees, and all public entities issuing permits to the Contractor, free and harmless from and against all of the following: Any claim, suit or action of every name, kind, and description, loss, damage, cost, expenses, including reasonable attorney’s fees and expert fees, costs of compliance with administrative orders and directives, litigation, arbitration, awards, fines, and administratively or judicially-imposed penalties or judgments, arising by reason of death or bodily injury to person(s), injury to property, or other loss, damage or expense, resulting from the construction or performance of the Work, design defects (if design originated by the Contractor only), defects in the Work, or by or on account of acts, errors or omissions of the Contractor or Contractor’s subcontractors, suppliers, employees, invitees, or agents or from any other cause whatsoever arising during the progress of the Work or at any time prior to its completion and Final Acceptance, including any of the same resulting from OC San’s alleged or actual acts, errors, or omissions regardless of whether on or off of the worksite. Said responsibility shall extend to claims, demands or liability for loss, damage or injuries occurring or discovered after completion of the Work, as well as during the progress of the Work. However, the Contractor shall not be obligated under this Contract to indemnify OC San, the ENGINEER or its CONSULTANT(s) with respect to the active negligence, sole negligence or willful misconduct of OC San, the ENGINEER, or its CONSULTANT(s). In addition, if any action is brought against the Contractor or any subcontractor to enforce a stop payment notice or Notice to Withhold, which names OC San as a party to said action, Repair and Replacement Services Contract 7 of 16 Specification No. S-2025-709BD Revision 103025 OC San shall be entitled to reasonable attorney’s fees, costs and necessary disbursements arising out of the defense of such action by OC San. OC San shall be entitled to deduct its costs for any stop payment notice filed, whether court action is involved or not. In any and all claims against the indemnified parties by an employee of the Contractor, any subcontractor, any supplier, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation as specified herein shall not be limited in any way by the amount or type of damages, compensation, or benefits payable by or for the Contractor, or any subcontractor, or any supplier or other person under Workers’ Compensation acts, disability benefit acts, or other employee acts. The obligations of the Contractor as specified herein shall not extend to the liability of the ENGINEER, the CONSULTANT or its subconsultants, and each of their directors, officers, agents and employees, arising out of or resulting from or in connection with the preparation of approval of maps, Drawings, opinions, reports, surveys, designs or Specifications, provided that the foregoing was the sole and exclusive cause of the loss, damage, or injury. The Contractor shall also be responsible for and shall indemnify, defend, and hold harmless OC San, the ENGINEER the CONSULTANT and its subconsultants, and each of their directors, officers, employees, and agents from and against all losses, expenses, damages (including damages to the Work itself), attorney’s fees, and other costs, including all costs of defense, which any of them may incur with respect to the failure, neglect, or refusal of the Contractor to faithfully perform the Work and all of the Contractor’s obligations under the Contract. Such costs, expenses, and damages shall include all costs, including attorney’s fees incurred by the indemnified parties in any lawsuit to which they are a party. In the event Contractor or its insurer refuses or fails to provide a legal defense to OC San after receiving written notice of the legal action and a tender and demand for defense, OC San shall have the right to select counsel of its own choice to represent all the interests of OC San at Contractor’s cost and expense. Contractor agrees that the amount of legal costs and expenses, including attorneys’ fees, may be withheld by OC San from any Contract amounts due and owing to Contractor until such time as a final determination is made as to the responsibility for payment of said fees and costs. Contractor further agrees that to the extent OC San incurs such damages and the damages exceed any remaining Contract amounts due and owing to Contractor, Contractor shall reimburse OC San for all such additional damages upon demand by OC San for the same. Contractor and OC San agree that nothing in this section is intended to be or is a prevailing party clause as it pertains to attorney’s fees. 14. Independent Contractor. The relationship between the Parties hereto is that of an independent contractor and nothing herein shall be deemed to make Contractor an OC San employee. During the performance of this Contract, Contractor and its officers, employees, and agents shall act in an independent capacity and shall not act as OC San’s officers, employees, or agents. Contractor and its officers, employees, and agents shall obtain no rights to any benefits which accrue to OC San’s employees. 15. Subcontracting and Assignment. Contractor shall not delegate any duties nor assign any rights under this Contract without the prior written consent of OC San. Subcontractors not specifically listed in the Proposal will not be recognized as such and will not be allowed to work on the Project unless the value of said Work is less than one-half of one percent (1/2%) Repair and Replacement Services Contract 8 of 16 Specification No. S-2025-709BD Revision 103025 of the total Contract price. All persons engaged in the Work will be considered as employees of the Contractor, and not as independent contractors. No assignment of any portion of the Work or of any obligation or duty under the Contract is permitted without the express prior written consent of OC San, and as otherwise authorized by the Contract Documents. Any such attempted delegation or assignment shall be void. 16. Disclosure. Contractor agrees not to disclose, to any third party, data or information generated from this Contract without the prior written consent from OC San. 17. Non-Liability of OC San Officers and Employees. No officer or employee of OC San shall be personally liable to Contractor, or any successor-in-interest, in the event of any default or breach by OC San, or for any amount which may become due to Contractor or to its successor, or for breach of any obligation under the terms of this Contract. 18. Third-Party Rights. Nothing in this Contract shall be construed to give any rights or benefits to anyone other than OC San and Contractor. 19. Applicable Laws and Regulations. Contractor shall comply with all applicable Federal, State, and local laws, rules, and regulations. Contractor also agrees to indemnify and hold OC San harmless from any and all damages and liabilities assessed against OC San as a result of Contractor’s noncompliance therewith. Any provision required by law to be included herein shall be deemed included as a part of this Contract whether or not specifically included or referenced. 20. Licenses, Permits, Ordinances, and Regulations. Contractor represents and warrants to OC San that it has obtained all licenses, permits, qualifications, and approvals of whatever nature that are legally required to provide the Services. Any and all fees required by Federal, State, County, City, and/or municipal laws, codes, and/or tariffs that pertain to the Work performed under this Contract will be paid by Contractor. 21. Regulatory Requirements. Contractor shall perform all Work under this Contract in compliance with the General Conditions, including the section entitled STORMWATER REQUIREMENTS, and in strict conformance with applicable Federal, State, and local regulatory requirements including, but not limited to, 40 CFR 122, 123, 124, 257, 258, 260, 261, and 503, Title 22, 23, and Water Codes Division 2. 22. Environmental Compliance. Contractor shall, at its own cost and expense, comply with all Federal, State, and local environmental laws, regulations, and policies which apply to the Contractor, its subcontractors, and the Services, including, but not limited to, all applicable Federal, State, and local air pollution control laws and regulations. 23. South Coast Air Quality Management District’s Requirements. It is Contractor’s responsibility to ensure that all equipment furnished and installed complies with the latest rules and regulations of the South Coast Air Quality Management District (SCAQMD). All Contract Work practices, which may have associated emissions such as sandblasting, open field spray painting, or demolition of asbestos containing components or structures shall comply with the appropriate rules and regulations of SCAQMD. 24. California Air Resources Board Mobile Source Regulations. Contractor and its applicable consultants, subconsultants, and subcontractors shall comply with the following California Air Resources Board Mobile Source Regulations: Repair and Replacement Services Contract 9 of 16 Specification No. S-2025-709BD Revision 103025 • Advanced Clean Fleet (ACF): 13 CCR 2013-2013.4; 13 CCR 2015-2015.6 • Truck & Bus Regulation (T&B): 13 CCR 2025 • Clean Truck Check (CTC): 13 CCR 2195-2199.1 • Off-Road Diesel Amendments (ORD): 13 CCR 2449-2449.2 25. California Voluntary Protection Program Annual Reporting Requirement. If Contractor will potentially work 1,000 combined hours in a quarter, for the term of the Contract, Contractor shall provide an annual report detailing its safety and health information, including, but not limited to, its total number of employees, work hours, number of injuries and illnesses, and number of injury and illness cases involving days away from work, restricted work activity and/or job transfer. Contractor shall furnish this report to OC San no later than January 20th each calendar year. Failure to provide this data by the required due date may result in suspension of Contractor’s services with OC San. Any delay arising out of or resulting from such suspension shall be Contractor’s sole responsibility and considered Contractor caused delay, which shall not be compensable by OC San. 26. Warranties. Contractor shall provide the warranties required in the Scope of Work and in the General Conditions, including the section entitled WARRANTY (CONTRACTOR’S GUARANTEE). 27. Dispute Resolution. 27.1 Any disputes between the Parties shall be resolved as specified in the General Conditions, including the section entitled DISPUTES 27.2 In the event of a dispute as to the construction or interpretation of this Contract, or any rights or obligations hereunder, the Parties shall first attempt, in good faith, to resolve the dispute by mediation. The Parties shall mutually select a mediator to facilitate the resolution of the dispute. If the Parties are unable to agree on a mediator, the mediation shall be conducted in accordance with the Commercial Mediation Rules of the American Arbitration Agreement, through the alternate dispute resolution procedures of Judicial Arbitration through Mediation Services of Orange County (“JAMS”), or any similar organization or entity conducting an alternate dispute resolution process. 27.3 In the event the Parties are unable to timely resolve the dispute through mediation, the issues in dispute shall be submitted to arbitration pursuant to Code of Civil Procedure, Part 3, Title 9, sections 1280 et seq. For such purpose, an agreed arbitrator shall be selected, or in the absence of agreement, each party shall select an arbitrator, and those two (2) arbitrators shall select a third. Discovery may be conducted in connection with the arbitration proceeding pursuant to Code of Civil Procedure section 1283.05. The arbitrator, or three (3) arbitrators acting as a board, shall take such evidence and make such investigation as deemed appropriate and shall render a written decision on the matter in question. The arbitrator shall decide each and every dispute in accordance with the laws of the State of California. The arbitrator’s decision and award shall be subject to review for errors of fact or law in the Superior Court for the County of Orange, with a right of appeal from any judgment issued therein. Repair and Replacement Services Contract 10 of 16 Specification No. S-2025-709BD Revision 103025 28. Liquidated Damages. In the event the Contractor fails to achieve Final Completion of the Work within the term of this Contract; or fails to meet any other time requirements set forth in the Contract Documents, including timely submittal or update of the Project Schedule; or fails to achieve any designated Milestones or deadline as required in Exhibit “A” Scope of Work, after due allowance for extensions of time made in accordance with the Contract Documents, if any, OC San will sustain damage which would be extremely difficult and impracticable to ascertain. The Parties therefore agree that in each such event, Contractor will pay to OC San liquidated damages (Liquidated Damages) as specified in the General Conditions, including section entitled TIME OF COMPLETION AND LIQUIDATED DAMAGES, not as a penalty, for each and every calendar day during which Final Completion of the Work, as required in Exhibit “A,” is so delayed or timely submittal or update of the Project Schedule is so delayed. If deadlines for Milestones are identified in Exhibit “A” Scope of Work, Contractor shall pay OC San the Liquidated Damage amount corresponding to that Milestone for each and every day during which the achievement of the Milestone is delayed. Contractor agrees to pay such Liquidated Damages and further agrees that OC San may offset the amount of Liquidated Damages from any monies due or that may become due to the Contractor under this Contract. Contractor also agrees that to the extent the amount of Liquidated Damages exceeds any monies due to the Contractor under this Contract, Contractor shall pay all such amounts to OC San upon demand. Liquidated Damages due to delays in achieving a Milestone or deadline will not be credited toward Liquidated Damages due to delays in achieving subsequent Milestones, deadlines, or Final Completion of the Project. If this provision is found for any reason to be void, invalid, or otherwise inoperative so as to disentitle OC San from claiming Liquidated Damages, OC San is entitled to claim against the Contractor damages at law for the Contractor’s failure to complete the Work during the term of this Contract. 29. Remedies. In addition to other remedies available in law or equity, if the Contractor fails to deliver the goods and Services or repudiates its obligations under this Contract, or if OC San rejects the goods or Services or revokes acceptance of the goods and Services, OC San may (a) cancel the Contract; (b) recover whatever amount of the purchase price OC San has paid, and/or (c) “cover” by purchasing, or contracting to purchase, substitute goods and Services for those due from Contractor. In the event OC San elects to “cover” as described in (c), OC San shall be entitled to recover from Contractor as damages the difference between the cost of the substitute goods and Services and the Contract price, together with any incidental or consequential damages. 30. Force Majeure. Neither party shall be liable for delays caused by accident, flood, acts of God, fire, labor trouble, war, acts of government, or any other cause beyond its control, but the affected party shall use reasonable efforts to minimize the extent of the delay. Work affected by a force majeure condition may be rescheduled by mutual consent of the Parties. 31. Termination. 31.1 Termination for Convenience. OC San reserves the right to terminate this Contract for its convenience, with or without cause, in whole or in part, at any time, at its own discretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when OC San is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority, or upon a determination that such termination is in the best interest and convenience of OC San, or whenever OC San is prohibited from completing the Work for any reason, by written notice from OC San of intent to terminate. Repair and Replacement Services Contract 11 of 16 Specification No. S-2025-709BD Revision 103025 Upon receipt of such written notice of termination, Contractor shall: 1. Immediately stop all Work under this Contract (unless the notice directs otherwise); 2. Terminate all orders and subcontractors except as necessary to complete Work which is not terminated; 3. If directed in writing by OC San to do so, assign all right, title, and interest in subcontracts and materials in progress, in which case OC San will have the right at its discretion to settle, or pay any or all claims arising out of the termination of such subcontractors, but in no event shall recovery by any Contractor include lost profits for uncompleted portions of Work; 4. Deliver or otherwise make available to OC San all data, Drawings, Specifications, reports, estimates, summaries, and such other information and material as may have been accumulated by the Contractor in performing this Contract whether completed or in process; 5. Settle outstanding liabilities and claims with the approval of OC San; 6. Complete performance of such part of the Work as has not been terminated; and 7. Take such other actions as may be necessary, or as may be directed by OC San for the protection and preservation of the Project and/or property related to the Contract. Upon receipt of OC San’s written notice of termination for convenience, and within a period of fifteen to thirty (15 to 30) days, as determined by the ENGINEER at the time of termination, the Contractor shall submit to the ENGINEER a termination proposal which shall include, but is not limited to, the Contractor’s estimated costs to be incurred by the Contractor as a result of the termination for convenience, and as allowed by the Contract Documents, including all documentation to support such costs; the status of the Work at time of termination; the status of termination of the Contractor’s Subcontractor(s) and Supplier(s) agreement(s) including the amount of each said agreement, amount paid under each agreement up to the date of termination, and the amount that currently remains due and owing under each agreement for Work completed as of the date of termination, if any; a list, certified as to quantity and quality, of termination inventory not previously disposed of, excluding items authorized for disposition by the ENGINEER; and any other information and/or documentation as required by OC San. Upon receipt of OC San’s written notice of termination for convenience, the Contractor shall submit to the ENGINEER, within thirty (30) days, a request for final payment. The final payment to the Contractor after termination for convenience shall be limited to amounts due and owing under the Contract at time of termination, including the following: 1. Any actual costs incurred by the Contractor for restocking charges; 2. The agreed upon price of protecting the Work in any manner, if any, as directed by OC San; 3. The cost of settling and paying claims arising out of the termination of the Work under subcontract agreements or orders with OC San’s approval, as specified above, exclusive of the of the amounts paid or payable on account of goods Repair and Replacement Services Contract 12 of 16 Specification No. S-2025-709BD Revision 103025 delivered or Work furnished by subcontractor prior to the effective date of the termination; and 4. The actual costs incurred by the Contractor allocable to the portion of the Work properly performed or goods supplied by the Contractor as of the date of termination, reduced by any sums previously paid to the Contractor. Contractor expressly waives any claim to receive anticipated profits to be earned during the uncompleted portion of this Contract. Such notice of termination shall terminate this Contract and release OC San from any further fee, cost, or claim hereunder by Contractor other than for Work performed through the date of termination. OC San shall have the right to withhold any portion or the whole of the final payment under this provision in the event there are any outstanding claims for compensation asserted by OC San against the Contractor, or by any third party against OC San which arises out of the Contractor’s Work. All OC San’s property in the possession or control of the Contractor shall be returned by the Contractor to OC San on demand, or at the termination of this Contract, whichever occurs first. 31.2 Termination for Default. OC San reserves the right to terminate this Contract immediately upon OC San’s determination that Contractor is not complying with the Scope of Work requirements, if the level of service is inadequate, or for any other default of this Contract. If the Contractor refuses or fails to prosecute the Work under the Contract or any separable part thereof with such diligence as will ensure its completion within the time specified herein, or any authorized extension thereof, or fails to perform the Work in a manner required by the Contract Documents and/or industry standards, or fails to complete such Work within such time as required under the Contract Documents or, if the Contractor should be adjudged as bankrupt, or is otherwise deemed insolvent by OC San based on good cause and is unable to proceed with the Work, or if the Contractor should make a general assignment for the benefit of creditors, or if a receiver should be appointed on account of insolvency, or if the Contractor files a petition to take advantage of any debtor’s act, or should any subcontractor violate any of the provisions of the Contract, or if the Contractor should persistently or repeatedly refuse or fail, except in cases for which an authorized extension of time is provided, to supply enough properly skilled workers or proper materials to complete the Work in the time specified, or if the Contractor should fail to make prompt payment to subcontractors for material or labor, or if the Contractor should persistently disregard laws, or instructions given by OC San, or if the Contractor otherwise substantially fails to fulfill its obligations under the Contract Documents, OC San may, without prejudice to any other right or remedy, serve written notice upon the Contractor and sureties of OC San’s intention to terminate the Contract and the Contractor’s performance under the Contract. Said notice shall contain the reasons for such intention to terminate the Contract and the Contractor’s performance under the Contract, and unless, within ten (10) days after the service of such notice, such violations cease and/or satisfactory arrangements for the corrections thereof have been made, OC San may terminate the Contract and Contractor’s performance under the Contract and the Contractor shall not be entitled to receive any further payment until the Work is finished. Repair and Replacement Services Contract 13 of 16 Specification No. S-2025-709BD Revision 103025 In the event of any such termination, OC San shall serve written notice thereof upon the Surety and Contractor, and the Surety shall have the right to take over and perform the Work under the Contract. However, if the Surety, within five (5) days after the service of a notice of termination, does not give OC San written notice of its intention to take over and perform the Contract, and if it serves such notice of its intent to take over and perform the Work under the Contract and does not begin performance thereof within fifteen (15) days from the date of serving said notice, OC San may take over the Work and prosecute the same to completion by contract or by any other method it may deem advisable for the account and at the expense of the Contractor, and the Sureties and/or Contractor shall be liable to OC San for any excess cost or other damage incurred by OC San thereby. In such an event, OC San may, without liability for so doing, take possession of and utilize such materials, tools, equipment, supplies, and other property belonging to the Contractor and/or assume assignment of any and all subcontracts for subcontractors and/or suppliers that may be on the worksite and be necessary to complete the Work. For any portion of such Work that OC San elects to complete by furnishing its own employees, materials, tools, and equipment, OC San shall be compensated in accordance with the schedule of compensation for force account Work as stated in the General Conditions section entitled PRICE ADJUSTMENTS AND PAYMENTS. If the Surety assumes the Contractor’s terminated Work, it shall take the Contractor’s place in all respects for that part and shall be paid by OC San for all Work performed by it in accordance with the terms of the Contract Documents. If the Surety assumes the entire Contract, all money due the Contractor at the time of its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract Documents. Contractor hereby consents to assigning to OC San and/or OC San’s replacement contractor all subcontracts and other agreements of any and all subcontractors and/or suppliers that may be on the worksite and/or may be necessary to complete the Work in the event of Termination for Default or Termination for Convenience, as set forth below. Contractor agrees to obtain, by way of a subcontract provision, the consent of each and every subcontractor and/or supplier for such assignment prior to the commencement of each such subcontractor’s and/or supplier’s Work on the Contract. In the event of such termination, the Contractor will be paid the actual amount due based on unit prices or lump sums in the Contract and the quantity of Work completed at the time of termination, less damages caused to OC San by acts of the Contractor causing the termination, including but not limited to, all costs to OC San arising from professional services and attorneys' fees and all costs generated to insure or bond the Work of substituted Contractors or subcontractors utilized to complete the Work, such excess shall be paid to the Contractor. If such costs exceed the unpaid balance, the Contractor shall pay the difference to OC San promptly upon demand. On failure of the Contractor to pay, the Surety shall pay on demand by OC San. Any portion of such difference not paid by the Contractor or Surety within thirty (30) days following the mailing of a demand for such costs shall earn interest at the maximum rate authorized by California law. The Contractor and OC San agree that nothing in this section is intended to be or is a prevailing party clause as it pertains to attorney’s fees. Repair and Replacement Services Contract 14 of 16 Specification No. S-2025-709BD Revision 103025 The foregoing provisions are in addition to and not in limitation of any other rights or remedies under law or in equity available to OC San. If it is later determined by OC San that the Contractor had an excusable reason for not performing, such as a fire, flood, or other event which was not the fault of or was beyond the control of the Contractor, OC San, after setting up a new performance schedule, may allow the Contractor to continue Work, or treat the termination as a termination for convenience, and the rights and obligations of the Parties shall be the same as if the termination had been issued for the convenience of OC San. All OC San’s property in the possession or control of Contractor shall be returned by Contractor to OC San on demand or at the termination of this Contract, whichever occurs first. 32. Attorney’s Fees. If any action at law or in equity or if any proceeding in the form of an Alternative Dispute Resolution (ADR) is necessary to enforce or interpret the terms of this Contract, each party shall bear their own attorney’s fees, costs, and other dispute resolution costs. 33. Waiver. The waiver by either party of any breach or violation of, or default under, any provision of this Contract shall not be deemed a continuing waiver by such party of any other provision or of any subsequent breach or violation of this Contract or default thereunder. Any breach by Contractor to which OC San does not object shall not operate as a waiver of OC San’s rights to seek remedies available to it for any subsequent breach. 34. Severability. If any section, subsection, or provision of this Contract; or any agreement or instrument contemplated hereby; or the application of such section, subsection, or provision is held invalid, the remainder of this Contract or instrument in the application of such section, subsection, or provision to persons or circumstances other than those to which it is held invalid, shall not be affected thereby, unless the effect of such invalidity shall be to substantially frustrate the expectations of the Parties. 35. Survival. The provisions of this Contract dealing with payment, warranty, indemnity, and forum for enforcement shall survive expiration or early termination of this Contract. 36. Governing Law. This Contract shall be governed by and interpreted under the laws of the State of California and the Parties submit to jurisdiction in the County of Orange in the event any action is brought in connection with this Contract or the performance thereof. 37. Notices. 37.1 All notices under this Contract must be in writing. Written notice shall be delivered by personal service, by electronic telecommunication, or sent by registered or certified mail, postage prepaid, return receipt requested, or by any other overnight delivery service which delivers to the noticed destination and provides proof of delivery to the sender. Rejection or other refusal to accept or the inability to deliver because of changed address for which no notice was given as provided hereunder shall be deemed to be receipt of the notice, demand, or request sent. All notices shall be effective when first received at the following addresses: Repair and Replacement Services Contract 15 of 16 Specification No. S-2025-709BD Revision 103025 OC San: Jeremey Arbiso Senior Buyer Orange County Sanitation District 18480 Bandilier Circle Fountain Valley, CA 92708 JArbiso@ocsan.gov Contractor: Thomas Tabor Senior Business Development Manager Structural Preservation Systems, LLC 11800 Monarch Street Garden Grove, CA 92841 ttabor@structural.net 37.2 Each party shall provide the other party written notice of any change in address as soon as practicable. 38. Read and Understood. By signing this Contract, Contractor represents that it has read and understood the terms and conditions of the Contract. 39. Authority to Execute. The persons executing this Contract on behalf of the Parties warrant that they are duly authorized to execute this Contract and that by executing this Contract, the Parties are formally bound. 40. Entire Agreement. This Contract constitutes the entire agreement of the Parties and supersedes all prior written or oral communications and all contemporaneous oral agreements, understandings, and negotiations between the Parties with respect to the subject matter hereof. Intentionally left blank. Signatures follow on the next page. Repair and Replacement Services Contract 16 of 16 Specification No. S-2025-709BD Revision 103025 IN WITNESS WHEREOF, intending to be legally bound, the Parties hereto have caused this Contract to be signed by their duly authorized representatives. ORANGE COUNTY SANITATION DISTRICT Dated: _________________ By: Ryan P. Gallagher Chair, Board of Directors Dated: _________________ By: Kelly A. Lore Clerk of the Board Dated: _________________ By: Kevin Work Purchasing & Contracts Manager STRUCTURAL PRESERVATION SYSTEMS, LLC Dated: _________________ By: Print Name and Title of Officer LDR EXHIBIT A Specification No. S-2025-709BD EXHIBIT A SCOPE OF WORK For Sunflower Pump Station Effluent Channel Repair at Plant No. 1 (FR1-0026) ____________________________________________________________________________ EXHIBIT A Page 1 of 3 Specification No. S-2025-709BD EXHIBIT A SCOPE OF WORK Sunflower Pump Station Effluent Channel Repair at Plant No. 1 (FR1-0026) Specification No. S-2025-709BD 1. BACKGROUND Sunflower Pump Station has two 40 mgd Archimedes screw pumps that were built in 1987 as part of the P1-20 Project to lift raw sewage from the Sunflower Trunkline up to the Plant No. 1 Bar Screens. The effluent channels were rehabilitated and recoated with polyurethane under Projects FR10-004 (2011) and FE08-14-R (2010). Under Project FE19-04, Pump 1 was recently replaced, and the trough areas were recoated. Pump 2 received temporary repairs to the trough in 2024. Over time, the coating has deteriorated in the pump effluent channels allowing the concrete to erode and disintegrate to a point where the structural integrity has been compromised. Temporary steel beams were installed in 2024. OC SAN recently performed a condition assessment of the area. See Appendix A-7. 2. SCOPE OF WORK 2.1 GENERAL The Work includes demolition of coating, unsound concrete, rebar, and other materials as well as the repair, and lining activities within the two effluent channels. 2.1.1 All Work shall be performed, and all components and materials shall be provided by the CONTRACTOR in accordance with Appendix A-1 (Specifications) and Appendix A- 2 (Drawings). Provide all labor, elements, accessories, and appurtenances for a complete system. 2.1.2 See Appendix A-1 (Specifications) Section 01110, Summary of Work for a more detailed description of the Work. 2.1.3 See also Appendix A-3 through A-9 for additional requirements and information. 2.2 PROJECT MANAGEMENT AND SUPERVISION At all times during the progress of the Work, the CONTRACTOR shall have assigned a qualified Project Manager and Superintendent who shall not be replaced without prior written notice by the CONTRACTOR and acceptance by the ENGINEER. Meet requirements of Section 01110, Summary of Work and Section 01160, Contractor Staff Qualifications in Appendix A-1 (Specifications). The Superintendent shall be on-site during all field Work. The Project Manager shall have the authority to act on behalf of the CONTRACTOR, including executing the orders or directions of the ENGINEER without delay. The Project Manager and Superintendent shall attend all meetings with OC SAN. The Project Manager and Superintendent shall have full authority to promptly supply products, tools, equipment, and labor as may be required to diligently prosecute the Work. 2.3 MISCELLANEOUS WORK When utilizing Access Point No. 1 (see Appendix A-5) remove sections of the FRP covers, as necessary for the Work. Provide two airtight gas and odor barriers (one from common effluent channel and a separate one from the screw pump side). Protect removed cover segments from damage. Replace when done and reseal joints. Maintain barriers whenever the cover segments are off and when people are in the Work area. If Access Point No. 2 (see Appendix A-5) is utilized note that existing concrete around the opening is compromised. Take precautions when utilizing this access point. Remove existing plate when using this access point. Install a temporary marine grade plywood cover to seal the area that accommodates ventilation vents and as needed for fall protection. Provide two airtight gas and odor barriers between the access/work area and the raw sewage effluent (one from common effluent channel and a separate one from the screw pump side). Protect the removed plate from damage. Replace when done and reseal joints. Maintain barriers whenever the plate is off or when people are near the Work area. 3.0 QUALITY ASSURANCE AND QUALITY CONTROL CONTRACTOR and its personnel assigned to this Project shall be qualified in the field of concrete repair per Section 01160, Contractor Qualifications in Appendix A-1 and as indicated elsewhere in the Contract Documents. For installation of the Work, the CONTRACTOR shall utilize qualified personnel who have received training from the product manufacturer’s representative for each product installed. The CONTRACTOR shall perform all Work in accordance with the approved written Work Plan and Schedule per Appendix A-1 (Specifications), Section 01300, Contractor’s Construction Schedule and Reports. The Work Plan shall include a description of the CONTRACTOR’s procedures for completing the Work, calibrating test equipment, establishing procedures, maintaining compliance with procedures, monitoring quality of Work, identifying inspection milestones, and training of CONTRACTOR personnel. The CONTRACTOR’s procedures for recording data, organization and retention of records, and transmittal to the ENGINEER for review and acceptance shall be included. The Work Plan for the Project shall include all phases of the Work, all activities shown on the Baseline Construction Schedule, all major equipment, all deliveries, all shutdowns, all field assessments, and all inspection milestones and hold points. Describe in detailed each Work task. 4.0 LIQUIDATED DAMAGES In the event the CONTRACTOR fails to achieve completion of the Work within the term of this Contract or achieve the Milestones designated below, the CONTRACTOR shall pay to OC SAN the amount shown below per calendar day, as Liquidated Damages. CONTRACTOR agrees to pay such Liquidated Damages and further agrees that OC SAN may offset the amount of Liquidated Damages from any monies due or that may become due CONTRACTOR under this Contract. 4.1 MILESTONE ONE Substantial Completion of the two effluent channels shall be achieved no later than October 15, 2026. Substantial Completion is achieved when all of the field Work is completed, including testing and repair, and OC SAN has the ability to place the channels back into service. Liquidated Damages for Milestone One is $1,000 per calendar day. 4.2 MILESTONE TWO Final Completion of all Contract requirements shall be achieved no later than 215 calendar days from the effective date of the Notice to Proceed. Final Completion is achieved when all Contract Work is completed to the satisfaction of OC SAN. Liquidated Damages for Milestone Two is $400 per calendar day. ____________________________________________________________________________ EXHIBIT A Page 2 of 3 Specification No. S-2025-709BD ____________________________________________________________________________ EXHIBIT A Page 3 of 3 Specification No. S-2025-709BD 5.0 APPENDICES Appendices A-1, A-2, A-5, A-6, A-8, and A-9 are part of the Work of this Contract. Appendices A-3, A-4, and A-7 are for reference only. Sunflower Pump Station Effluent Channel Repair Source OPERATIONS COMMITTEE Agenda Report Headquarters 18480 Bandilier Circle Fountain Valley, CA 92708 (714) 593-7433 File #:2026-4741 Agenda Date:2/4/2026 Agenda Item No:3. FROM:Robert Thompson, General Manager Originator: Riaz Moinuddin, Director of Operations & Maintenance SUBJECT: ON-CALL EMERGENCY MECHANICAL SERVICES, SPECIFICATION NO. S-2025-698BD GENERAL MANAGER'S RECOMMENDATION RECOMMENDATION: Recommend to the Board of Directors to: A. Approve a General Services Contract to Jamison Engineering Contractors, Inc. to provide On- Call Emergency Mechanical Services, Specification No. S-2025-698BD, for an annual total amount not to exceed $1,056,605 for a one-year period with four (4) optional one-year renewals; and B. Approve an annual contingency of $105,661 (10%). BACKGROUND The Orange County Sanitation District (OC San)operates and maintains extensive mechanical equipment,systems,structures,and utilities to convey and treat wastewater at its plants and pump stations.During urgent,or emergency mechanical events occurring especially outside of normal business hours (holidays,nights,or weekends)OC San may lack immediate access to critical technical support.Engaging a capable contractor will ensure that OC San has readily available resources and expertise to promptly mitigate urgent issues affecting its treatment and conveyance systems. RELEVANT STANDARDS ·Protect OC San assets ·Maintain a proactive asset management program ·24/7/365 treatment plant reliability PROBLEM In urgent or emergency situations,the required work may exceed the capacity of mechanical maintenance staff to effectively respond to and mitigate these events,particularly when these events occur outside of normal business hours. Orange County Sanitation District Printed on 1/27/2026Page 1 of 4 powered by Legistar™ File #:2026-4741 Agenda Date:2/4/2026 Agenda Item No:3. PROPOSED SOLUTION Approve a General Services Contract with the selected contractor to provide on-call emergency mechanical support for critical mechanical and compliance needs. TIMING CONCERNS Proceeding as expeditiously as possible is necessary to ensure staff have the required resources in place prior to an urgent or emergency event. RAMIFICATIONS OF NOT TAKING ACTION Failure to act in a timely manner increases the risk of treatment process downtime,process failure,or risk of wastewater spill occurs. PRIOR COMMITTEE/BOARD ACTIONS N/A ADDITIONAL INFORMATION On September 11,2025,OC San issued a Request for Proposal and on October 21,2025,OC San received seven (7)proposals.The proposals were evaluated in accordance with OC San’s policies and procedures by a team consisting of an OC San Project Manager,a Maintenance Superintendent, two (2)Maintenance Supervisors,and an Engineer.A Purchasing representative chaired the team as a non-voting member. Proposals were individually scored based on the following criteria: CRITERION WEIGHT 1. Qualifications of the Firm 30% 2. Staffing and Project Organization 25% 3. Work Plan 25% 4. Cost 20% The evaluation team first reviewed and scored the proposals based on the criteria listed above, excluding the cost criterion. Orange County Sanitation District Printed on 1/27/2026Page 2 of 4 powered by Legistar™ File #:2026-4741 Agenda Date:2/4/2026 Agenda Item No:3. Rank Proposer Criterion 1 (Max 30%) Criterion 2 (Max 30%) Criterion 3 (Max 20%) Subtotal Score (Max 80%) 1.Jamison Engineering Contractors, Inc. 28%22%22%72% 2.Murray Company 25%19%20%64% 3.Innovative Engineering and Maintenance 23%19%19%61% 4.W.A. Rasic 21%17%15%53% 5.GSE Construction 20%17%15%52% 6.Vicon Enterprises 20%16%11%47% 7.Mehta Mechanical Company 17%15%14%46% A sealed cost proposal accompanied all proposals. Only the cost proposals for the three (3) highest- ranked firms were opened. Rank Proposer Subtotal Score without cost (Max 80%) Cost (Max 20%) Total Weighted Score (Max 100%) 1.Jamison Engineering Contractors, Inc. 72%18%90% 2.Murray Company 64%20%84% 3.Innovative Engineering and Maintenance 61%15%76% The two (2)highest-ranked firms were invited to submit a Best and Final Offer (BAFO)following review of the cost proposals. Rank Proposer Original Cost BAFO 1.Jamison Engineering Contractors, Inc.$1,056,605 $1,056,605 2.Murray Company $966,990 $963,990 3.Innovative Engineering and Maintenance $1,293,551 N/A Based on these results,staff recommend approving the General Services Contract with Jamison Engineering Contractors,Inc.The term of this Contract will commence on the effective date of the Notice to Proceed with four (4) optional one-year renewals. Orange County Sanitation District Printed on 1/27/2026Page 3 of 4 powered by Legistar™ File #:2026-4741 Agenda Date:2/4/2026 Agenda Item No:3. CEQA The project is exempt from CEQA under the Class 1 categorical exemptions outlined in California Code of Regulations Section 15301.A Notice of Exemption has been filed with the OC Clerk- Recorder after the OC San Board of Directors’ approval of the General Services Contract. FINANCIAL CONSIDERATIONS This request complies with the authority levels of OC San’s Purchasing Ordinance.This recommendation will be funded under the Repairs and Maintenance line item for Operations and Maintenance Department (Budget Update FY 2025-26,Page 33).The available funding is sufficient for this action. Date of Approval Contract Amount Contingency 02/25/2026 $1,056,605 $105,661 (10%) ATTACHMENT The following attachment(s)may be viewed on-line at the OC San website (www.ocsan.gov)with the complete agenda package: ·General Services Contract RM:at:ls Orange County Sanitation District Printed on 1/27/2026Page 4 of 4 powered by Legistar™ General Services Contract 1 of 11 Specification No. S-2025-698BD Revision 121924 GENERAL SERVICES CONTRACT ON-CALL EMERGENCY MECHANICAL SERVICES Specification No. S-2025-698BD This GENERAL SERVICES CONTRACT (hereinafter referred to as “Contract”), is made and entered into as of the date fully executed below, by and between Orange County Sanitation District (hereinafter referred to as “OC San”) and Jamison Engineering Contractors, Inc. (hereinafter referred to as “Contractor”), and collectively referred to herein as the “Parties.” R E C I T A L S WHEREAS, OC San desires to retain the services of Contractor for on-call emergency mechanical services (“Services”) as described in Exhibit “A” attached hereto and incorporated herein by this reference; and WHEREAS, Contractor is qualified to perform the Services by virtue of experience, training, education, and expertise; and WHEREAS, OC San desires to engage Contractor to provide the Services; and WHEREAS, OC San selected Contractor to provide the Services in accordance with OC San’s current Purchasing Ordinance; and WHEREAS, on February 25, 2026, OC San’s Board of Directors, by minute order, authorized execution of this Contract. NOW, THEREFORE, in consideration of the above recitals and the mutual promises and benefits specified below, the Parties agree as follows: 1. General. 1.1 This Contract and all exhibits hereto are made by OC San and Contractor. 1.2 The following exhibits, in order of precedence, are incorporated by reference and made part of this Contract. Exhibit “A” – Scope of Work Exhibit “B” – Proposal and BAFO Exhibit “C” – Determined Insurance Requirement Form Exhibit “D” – Contractor Safety Standards Exhibit “E” – Human Resources Policies Exhibit “F” – Not Used Exhibit “G” – Not Used 1.3 In the event of any conflict or inconsistency between the provisions of this Contract and any of the provisions of the exhibits hereto, the provisions in the Contract shall control and thereafter the provisions in the document highest in precedence shall be controlling. 1.4 Except as expressly provided otherwise, OC San accepts no liability for any expenses, losses, or actions incurred or undertaken by Contractor as a result of work performed in anticipation of acquisition of the Services by OC San. General Services Contract 2 of 11 Specification No. S-2025-698BD Revision 121924 1.5 Work Hours: Shall be as specified in Exhibit “A.” 1.6 Days: Shall mean calendar days, unless otherwise noted. 1.7 OC San holidays (non-working days) are as follows: New Year’s Day, Martin Luther King, Jr. Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Day after Thanksgiving, Christmas Eve, and Christmas Day. 1.8 Work: Shall mean all work, labor, and materials necessary to provide the Services. 1.9 The provisions of this Contract may be amended or waived only by an amendment executed by authorized representatives of both Parties. 1.10 The various headings in this Contract are inserted for convenience only and shall not affect the meaning or interpretation of this Contract or any paragraph or provision hereof. 2. Scope of Work. 2.1 Contractor shall perform the Services identified in Exhibit “A” and any Work Order in accordance with generally accepted industry and professional standards. 2.2 Modifications to Scope of Work. OC San shall have the right to modify the Scope of Work at any time. All modifications must be made by an amendment signed by both Parties. 2.3 Familiarity with Work. By executing this Contract, Contractor warrants that: (a) it has investigated the work to be performed; (b) it understands the facilities, difficulties, and restrictions of the work under this Contract; and (c) it has examined the site of the work and is aware of all conditions at the site. Should Contractor discover any latent or unknown condition materially differing from those inherent in the work or as represented by OC San, it shall immediately inform OC San of this and shall not proceed, except at Contractor’s risk, until written instructions are received from OC San. 2.4 Performance. Time is of the essence in the performance of the provisions hereof. 3. Contract Term. 3.1 The Services shall be completed within three hundred sixty-five (365) calendar days from the effective date of the Notice to Proceed. 3.2 Renewals. At its sole discretion, OC San may exercise the option to renew this Contract for up to four (4) one-year periods. This Contract may be renewed by an OC San Purchase Order. OC San shall have no obligation to renew the Contract nor to give a reason if it elects not to renew it. 3.3 Extensions. The term of this Contract may be extended only by an amendment signed by both Parties. 4. Compensation. 4.1 As compensation for the Services provided under this Contract, OC San shall pay Contractor a total amount not to exceed One Million Fifty-Six Thousand Six Hundred Five Dollars ($1,056,605.00). General Services Contract 3 of 11 Specification No. S-2025-698BD Revision 121924 4.2 Contractor shall provide OC San with all required premiums and/or overtime work at no charge beyond the amount specified above. 5. Payments and Invoicing. 5.1 OC San shall pay itemized invoices for work completed in accordance with Exhibit “A” thirty (30) days from receipt of the invoice and after approval by OC San’s Project Manager or designee. OC San shall be the determining party, in its sole discretion, as to whether the Services have been satisfactorily completed. 5.2 Contractor shall submit its invoices to OC San Accounts Payable by electronic mail to APStaff@OCSan.gov. In the subject line include “INVOICE” and the Purchase Order Number. 6. California Department of Industrial Relations Registration and Record of Wages. 6.1 To the extent Contractor’s employees and/or its subcontractors perform work related to this Contract for which Prevailing Wage Determinations have been issued by the California Department of Industrial Relations (DIR) as more specifically defined under Labor Code section 1720 et seq., prevailing wages are required to be paid for applicable work under this Contract. It is Contractor’s responsibility to interpret and implement any prevailing wage requirements and Contractor agrees to pay any penalty or civil damages resulting from a violation of the prevailing wage laws. 6.2 Contractor and its subcontractors shall comply with the registration requirements of Labor Code section 1725.5. Pursuant to Labor Code section 1771.4(a)(1), the work is subject to compliance monitoring and enforcement by the California Department of Industrial Relations (DIR). 6.3 Pursuant to Labor Code section 1773.2, a copy of the prevailing rate of per diem wages is available upon request at OC San’s principal office. The prevailing rate of per diem wages may also be found at the DIR website for prevailing wage determinations at http://www.dir.ca.gov/DLSR/PWD. 6.4 Contractor and its subcontractors shall comply with the job site notices posting requirements established by the Labor Commissioner per Title 8, California Code of Regulations section 16461(e). Pursuant to Labor Code sections 1773.2 and 1771.4(a)(2), Contractor shall post a copy of the prevailing rate of per diem wages at the job site. 6.5 Contractor and its subcontractors shall maintain accurate payroll records and shall comply with all the provisions of Labor Code section 1776. Contractor and its subcontractors shall submit payroll records to the Labor Commissioner pursuant to Labor Code section 1771.4(a)(3). Pursuant to Labor Code section 1776, Contractor and its subcontractors shall furnish a copy of all certified payroll records to OC San and/or the general public upon request, provided the public request is made through OC San, the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement of the Department of Industrial Relations. Pursuant to Labor Code section 1776(h), penalties for non-compliance with a request for payroll records may be deducted from progress payments. 6.5.1 As a condition to receiving payments, Contractor agrees to present to OC San, along with any request for payment, all applicable and necessary certified payrolls General Services Contract 4 of 11 Specification No. S-2025-698BD Revision 121924 and other required documents for the period covering such payment request. Pursuant to Title 8, California Code of Regulations section 16463, OC San shall withhold any portion of a payment, up to and including the entire payment amount, until certified payroll forms and any other required documents are properly submitted. In the event certified payroll forms do not comply with the requirements of Labor Code section 1776, OC San may continue to withhold sufficient funds to cover estimated wages and penalties under the Contract. 6.6 Contractor and its subcontractors shall comply with Labor Code section 1774 and section 1775. Pursuant to Labor Code section 1775, Contractor and any of its subcontractors shall forfeit to OC San a penalty of not more than two hundred dollars ($200) for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the DIR for the work or craft in which the worker is employed for any work. 6.6.1 In addition to the penalty and pursuant to Labor Code section 1775, the difference between the prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate shall be paid to each worker by Contractor or its subcontractor. 6.7 Contractor and its subcontractors shall comply with Labor Code sections 1810 through 1815. Contractor and its subcontractors shall restrict working hours to eight (8) hours per day and forty (40) hours per week, except that work performed in excess of those limits shall be permitted upon compensation for all excess hours worked at not less than one and one-half (1.5) times the basic rate of pay, as provided in Labor Code section 1815. Contractor shall forfeit, as a penalty to OC San, twenty-five dollars ($25) per worker per calendar day during which such worker is required or permitted to work more than eight (8) hours in any one calendar day and forty (40) hours in any one calendar week in violation of Labor Code sections 1810 through 1815. 6.8 Contractor and its subcontractors shall comply with Labor Code sections 1777.5, 1777.6, and 1777.7 concerning the employment of apprentices by Contractor or any subcontractor. 6.9 Contractor shall include, at a minimum, a copy of the following provisions in any contract it enters into with any subcontractor: Labor Code sections 1771, 1771.1, 1775, 1776, 1777.5, 1810, 1813, 1815, 1860, and 1861. 6.10 Pursuant to Labor Code sections 1860 and 3700, Contractor and its subcontractors will be required to secure the payment of compensation to employees. Pursuant to Labor Code section 1861, Contractor, by accepting this contract, certifies that: “I am aware of the provisions of section 3700 of the Labor Code which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract.” Contractor shall ensure that all its contracts with its subcontractors provide the provision above. General Services Contract 5 of 11 Specification No. S-2025-698BD Revision 121924 7. Damage to OC San’s Property. Any of OC San’s property damaged by Contractor, any subcontractor, or by the personnel of either will be subject to repair or replacement by Contractor at no cost to OC San. 8. Freight (F.O.B. Destination). Contractor assumes full responsibility for all transportation, transportation scheduling, packing, handling, insurance, and other services associated with delivery of all products deemed necessary under this Contract. 9. Audit Rights. Contractor agrees that, during the term of this Contract and for a period of three (3) years after its expiration or termination, OC San shall have access to and the right to examine any directly pertinent books, documents, and records of Contractor relating to the invoices submitted by Contractor pursuant to this Contract. 10. Contractor Safety Standards and Human Resources Policies. OC San requires Contractor and its subcontractor(s) to follow and ensure their employees follow all Federal, State, and local regulations as well as the Contractor Safety Standards while working at OC San locations. If, during the course of the Contract, it is discovered that the Contractor Safety Standards do not comply with Federal, State, or local regulations, Contractor is required to follow the most stringent regulatory requirement at no additional cost to OC San. Contractor, its subcontractors, and all of their employees shall adhere to the safety requirements in Exhibit “A,” all applicable Contractor Safety Standards in Exhibit “D,” and the Human Resources Policies in Exhibit “E.” 11. Insurance. Contractor and all its subcontractors shall purchase and maintain, throughout the term of this Contract and any periods of warranty or extensions, insurance in amounts equal to the requirements set forth in the signed Exhibit “C” – Determined Insurance Requirement Form. Contractor shall not commence work under this Contract until all required insurance is obtained in a form acceptable to OC San, nor shall Contractor allow any subcontractor to commence service pursuant to a subcontract until all insurance required of the subcontractor has been obtained. Failure to obtain and maintain the required insurance coverage shall result in termination of this Contract. 12. Bonds. Not Used. 13. Indemnification and Hold Harmless Provision. Contractor shall assume all responsibility for damages to property and/or injuries to persons, including accidental death, which may arise out of or may be caused by Contractor’s Services under this Contract, or by its subcontractor(s), or by anyone directly or indirectly employed by Contractor, and whether such damage or injury shall accrue or be discovered before or after the termination of the Contract. Except as to the sole active negligence of or willful misconduct of OC San, Contractor shall indemnify, protect, defend, and hold harmless OC San, its elected and appointed officials, officers, agents, and employees from and against any and all claims, liabilities, damages, or expenses of any nature, including attorneys’ fees: (a) for injury to or death of any person, or damage to property, or interference with the use of property arising out of or in connection with Contractor’s performance under the Contract, and/or (b) on account of use of any copyrighted or uncopyrighted material, composition, or process; or any patented or unpatented invention, article, or appliance furnished or used under the Contract, and/or (c) on account of any goods and services provided under this Contract. This indemnification provision shall apply to any acts or omissions, willful misconduct, or negligent misconduct, whether active or passive, on the part of Contractor or anyone employed by or working under Contractor. To the maximum extent permitted by law, Contractor’s duty to defend shall apply whether or not such claims, General Services Contract 6 of 11 Specification No. S-2025-698BD Revision 121924 allegations, lawsuits, or proceedings have merit or are meritless; or which involve claims or allegations that any of the parties to be defended were actively, passively, or concurrently negligent; or which otherwise assert that the parties to be defended are responsible, in whole or in part, for any loss, damage, or injury. Contractor agrees to provide this defense immediately upon written notice from OC San, and with well qualified, adequately insured, and experienced legal counsel acceptable to OC San. This section shall survive the expiration or early termination of the Contract. 14. Independent Contractor. The relationship between the Parties hereto is that of an independent contractor and nothing herein shall be deemed to make Contractor an OC San employee. During the performance of this Contract, Contractor and its officers, employees, and agents shall act in an independent capacity and shall not act as OC San’s officers, employees, or agents. Contractor and its officers, employees, and agents shall obtain no rights to any benefits which accrue to OC San’s employees. 15. Subcontracting and Assignment. Contractor shall not delegate any duties nor assign any rights under this Contract without the prior written consent of OC San. Any such attempted delegation or assignment shall be void. 16. Disclosure. Contractor agrees not to disclose, to any third party, data or information generated from this Contract without the prior written consent from OC San. 17. Non-Liability of OC San Officers and Employees. No officer or employee of OC San shall be personally liable to Contractor, or any successor-in-interest, in the event of any default or breach by OC San, or for any amount which may become due to Contractor or to its successor, or for breach of any obligation under the terms of this Contract. 18. Third-Party Rights. Nothing in this Contract shall be construed to give any rights or benefits to anyone other than OC San and Contractor. 19. Applicable Laws and Regulations. Contractor shall comply with all applicable Federal, State, and local laws, rules, and regulations. Contractor also agrees to indemnify and hold OC San harmless from any and all damages and liabilities assessed against OC San as a result of Contractor’s noncompliance therewith. Any provision required by law to be included herein shall be deemed included as a part of this Contract whether or not specifically included or referenced. 20. Licenses, Permits, Ordinances, and Regulations. Contractor represents and warrants to OC San that it has obtained all licenses, permits, qualifications, and approvals of whatever nature that are legally required to provide the Services. Any and all fees required by Federal, State, County, City, and/or municipal laws, codes, and/or tariffs that pertain to the work performed under this Contract will be paid by Contractor. 21. Regulatory Requirements. Contractor shall perform all work under this Contract in strict conformance with applicable Federal, State, and local regulatory requirements including, but not limited to, 40 CFR 122, 123, 124, 257, 258, 260, 261, and 503, Title 22, 23, and Water Codes Division 2. General Services Contract 7 of 11 Specification No. S-2025-698BD Revision 121924 22. Environmental Compliance. Contractor shall, at its own cost and expense, comply with all Federal, State, and local environmental laws, regulations, and policies which apply to Contractor, its subcontractors, and the Services, including, but not limited to, all applicable Federal, State, and local air pollution control laws and regulations. 23. South Coast Air Quality Management District’s Requirements. It is Contractor’s responsibility to ensure that all equipment furnished and installed be in accordance with the latest rules and regulations of the South Coast Air Quality Management District (SCAQMD). All Contract work practices, which may have associated emissions such as sandblasting, open field spray painting, or demolition of asbestos containing components or structures shall comply with the appropriate rules and regulations of SCAQMD. 24. California Air Resources Board Mobile Source Regulations. Contractor and its applicable consultants, subconsultants, and subcontractors shall comply with the following California Air Resources Board Mobile Source Regulations: • Advanced Clean Fleet (ACF): 13 CCR 2013-2013.4; 13 CCR 2015-2015.6 • Truck & Bus Regulation (T&B): 13 CCR 2025 • Clean Truck Check (CTC): 13 CCR 2195-2199.1 • Off-Road Diesel Amendments (ORD): 13 CCR 2449-2449.2 25. California Voluntary Protection Program Annual Reporting Requirement. If Contractor will potentially work 1,000 combined hours in a quarter, for the term of the Agreement, Contractor shall provide an annual report detailing its safety and health information, including, but not limited to, its total number of employees, work hours, number of injuries and illnesses, and number of injury and illness cases involving days away from work, restricted work activity and/or job transfer. Contractor shall furnish this report to OC San no later than January 20th each calendar year. Failure to provide this data by the required due date may result in suspension of Contractor’s services with OC San. Any delay arising out of or resulting from such suspension shall be Contractor’s sole responsibility and considered Contractor caused delay, which shall not be compensable by OC San. 26. Warranties. In addition to the warranties stated in Exhibit “A,” the following shall apply: 26.1 Manufacturer’s standard warranty shall apply. All manufacturer warranties shall commence on the date of acceptance of the work as complete by the OC San Project Manager or designee. 26.2 Contractor’s Warranty (Guarantee): If within a one (1) year period of completion of all work specified in Exhibit “A,” OC San informs Contractor that any portion of the Services provided fails to meet the standards required under this Contract, Contractor shall, within the time agreed to by OC San and Contractor, take all such actions as are necessary to correct or complete the noted deficiency(ies) at Contractor's sole expense. 27. Dispute Resolution. 27.1 In the event of a dispute as to the construction or interpretation of this Contract, or any rights or obligations hereunder, the Parties shall first attempt, in good faith, to resolve the dispute by mediation. The Parties shall mutually select a mediator to facilitate the resolution of the dispute. If the Parties are unable to agree on a mediator, the mediation shall be conducted in accordance with the Commercial Mediation Rules of the American General Services Contract 8 of 11 Specification No. S-2025-698BD Revision 121924 Arbitration Agreement, through the alternate dispute resolution procedures of Judicial Arbitration through Mediation Services of Orange County (“JAMS”), or any similar organization or entity conducting an alternate dispute resolution process. 27.2 In the event the Parties are unable to timely resolve the dispute through mediation, the issues in dispute shall be submitted to arbitration pursuant to Code of Civil Procedure, Part 3, Title 9, sections 1280 et seq. For such purpose, an agreed arbitrator shall be selected, or in the absence of agreement, each party shall select an arbitrator, and those two (2) arbitrators shall select a third. Discovery may be conducted in connection with the arbitration proceeding pursuant to Code of Civil Procedure section 1283.05. The arbitrator, or three (3) arbitrators acting as a board, shall take such evidence and make such investigation as deemed appropriate and shall render a written decision on the matter in question. The arbitrator shall decide each and every dispute in accordance with the laws of the State of California. The arbitrator’s decision and award shall be subject to review for errors of fact or law in the Superior Court for the County of Orange, with a right of appeal from any judgment issued therein. 28. Liquidated Damages. Not Used. 29. Remedies. In addition to other remedies available in law or equity, if Contractor fails to make delivery of the goods and Services or repudiates its obligations under this Contract, or if OC San rejects the goods or Services or revokes acceptance of the goods and Services, OC San may (a) cancel the Contract; (b) recover whatever amount of the purchase price OC San has paid, and/or (c) “cover” by purchasing, or contracting to purchase, substitute goods and Services for those due from Contractor. In the event OC San elects to “cover” as described in (c), OC San shall be entitled to recover from Contractor as damages the difference between the cost of the substitute goods and Services and the Contract price, together with any incidental or consequential damages. 30. Force Majeure. Neither party shall be liable for delays caused by accident, flood, acts of God, fire, labor trouble, war, acts of government, or any other cause beyond its control, but the affected party shall use reasonable efforts to minimize the extent of the delay. Work affected by a force majeure condition may be rescheduled by mutual consent of the Parties. 31. Termination. 31.1 OC San reserves the right to terminate this Contract for its convenience, with or without cause, in whole or in part, at any time, by written notice from OC San. Upon receipt of a termination notice, Contractor shall immediately discontinue all work under this Contract (unless the notice directs otherwise). OC San shall thereafter, within thirty (30) days, pay Contractor for work performed (cost and fee) through the date of termination. Contractor expressly waives any claim to receive anticipated profits to be earned during the uncompleted portion of this Contract. Such notice of termination shall terminate this Contract and release OC San from any further fee, cost, or claim hereunder by Contractor other than for work performed through the date of termination. 31.2 OC San reserves the right to terminate this Contract immediately upon OC San’s determination that Contractor is not complying with the Scope of Work requirements, if the level of service is inadequate, or for any other default of this Contract. General Services Contract 9 of 11 Specification No. S-2025-698BD Revision 121924 31.3 OC San may also immediately terminate this Contract for default, in whole or in part, by written notice to Contractor:  if Contractor becomes insolvent or files a petition under the Bankruptcy Act; or  if Contractor sells its business; or  if Contractor breaches any of the terms of this Contract; or  if the total amount of compensation exceeds the amount authorized under this Contract. 31.4 All OC San’s property in the possession or control of Contractor shall be returned by Contractor to OC San on demand or at the expiration or early termination of this Contract, whichever occurs first. 32. Attorney’s Fees. If any action at law or in equity or if any proceeding in the form of an Alternative Dispute Resolution (ADR) is necessary to enforce or interpret the terms of this Contract, the prevailing party shall be entitled to reasonable attorney’s fees, costs, and necessary disbursements in addition to any other relief to which the prevailing party may be entitled. 33. Waiver. The waiver by either party of any breach or violation of, or default under, any provision of this Contract shall not be deemed a continuing waiver by such party of any other provision or of any subsequent breach or violation of this Contract or default thereunder. Any breach by Contractor to which OC San does not object shall not operate as a waiver of OC San’s rights to seek remedies available to it for any subsequent breach. 34. Severability. If any section, subsection, or provision of this Contract; or any agreement or instrument contemplated hereby; or the application of such section, subsection, or provision is held invalid, the remainder of this Contract or instrument in the application of such section, subsection, or provision to persons or circumstances other than those to which it is held invalid, shall not be affected thereby, unless the effect of such invalidity shall be to substantially frustrate the expectations of the Parties. 35. Survival. The provisions of this Contract dealing with payment, warranty, indemnity, and forum for enforcement shall survive expiration or early termination of this Contract. 36. Governing Law. This Contract shall be governed by and interpreted under the laws of the State of California and the Parties submit to jurisdiction in the County of Orange in the event any action is brought in connection with this Contract or the performance thereof. 37. Notices. 37.1 All notices under this Contract must be in writing. Written notice shall be delivered by personal service, by electronic telecommunication, or sent by registered or certified mail, postage prepaid, return receipt requested, or by any other overnight delivery service which delivers to the noticed destination and provides proof of delivery to the sender. Rejection or other refusal to accept or the inability to deliver because of changed address for which no notice was given as provided hereunder shall be deemed to be receipt of the notice, demand, or request sent. All notices shall be effective when first received at the following addresses: General Services Contract 10 of 11 Specification No. S-2025-698BD Revision 121924 OC San: Cody Harms Buyer Orange County Sanitation District 18480 Bandilier Circle Fountain Valley, CA 92708 charms@ocsan.gov Contractor: Don Jamison President Jamison Engineering Contractors, Inc. 2525 S. Yale Street Santa Ana, CA 92704 jamisoneng@msn.com 37.2 Each party shall provide the other party written notice of any change in address as soon as practicable. 38. Read and Understood. By signing this Contract, Contractor represents that it has read and understood the terms and conditions of the Contract. 39. Authority to Execute. The persons executing this Contract on behalf of the Parties warrant that they are duly authorized to execute this Contract and that by executing this Contract, the Parties are formally bound. 40. Entire Agreement. This Contract constitutes the entire agreement of the Parties and supersedes all prior written or oral communications and all contemporaneous oral agreements, understandings, and negotiations between the Parties with respect to the subject matter hereof. [Intentionally left blank. Signatures follow on the next page.] General Services Contract 11 of 11 Specification No. S-2025-698BD Revision 121924 IN WITNESS WHEREOF, intending to be legally bound, the Parties hereto have caused this Contract to be signed by their duly authorized representatives. ORANGE COUNTY SANITATION DISTRICT Dated: _________________ By: Ryan P. Gallagher Chair, Board of Directors Dated: _________________ By: Kelly A. Lore Clerk of the Board Dated: _________________ By: Kevin Work Purchasing & Contracts Manager JAMISON ENGINEERING CONTRACTORS, INC. Dated: _________________ By: Print Name and Title of Officer DM EXHIBIT A Specification No. S-2025-698BD EXHIBIT A SCOPE OF WORK For On-Call Emergency Mechanical Services EXHIBIT A Page 1 of 5 Specification No. S-2025-698BD EXHIBIT A SCOPE OF WORK ON-CALL EMERGENCY MECHANICAL SERVICES SPECIFICATION NO. S-2025-698BD EXECUTIVE SUMMARY The Orange County Sanitation District (OC San) operates the third-largest wastewater agency west of the Mississippi River. Since 1954, OC San has safely collected, treated, and disposed of and/or reclaimed the wastewater generated by 2.6 million people living and working in central and northwestern Orange County, California. Each day, OC San treats approximately 185 million gallons of wastewater – enough water to fill Angel Stadium over two and a quarter times. About 80 percent of the wastewater comes from homes – sinks, toilets, showers, laundry, and dishwashers. The remaining volume comes from businesses – retail stores, restaurants, manufacturers, hotels, offices, and other industries. OC San facilities are located at: • Headquarters: 18480 Bandilier Circle, Fountain Valley, CA 92708 • Plant No. 1: 10844 Ellis Avenue, Fountain Valley, CA 92708 • Plant No. 2: 22212 Brookhurst Street, Huntington Beach, CA 92646 1 Overview This Scope of Work (SOW) outlines the requirements for on-call emergency mechanical services to support urgent and operational process needs. The Contractor shall provide all labor, materials, equipment, and supervision necessary to perform mechanical services, including but not limited, to debris removal and disposal, urgent repairs, and work on utility and process lines or equipment (gas, air, drain, sewage, solids, and water). Services shall be rendered on an as-needed basis and in accordance with applicable codes, standards, and safety regulations. Usage of services under this Contract are not guaranteed. All work performed under this Contract shall be limited to non-public works activities. No public works projects, as defined under state and local regulations, are authorized under this Contract. 2 Contractor Qualifications The Contractor must, at a minimum: • Possess a valid California State Contractor Class A license. • Demonstrate proven experience with mechanical systems and equipment in industrial and wastewater treatment facilities, including at least five (5) years servicing municipal wastewater treatment facilities. • Employ certified technicians who are trained in confined space entry, lockout/tagout (LOTO), and overall hazardous environments. • Provide qualified welders, and field machining or fabrication services, as required for tasks. • Collaborate with OC San staff to identify root causes of issues and propose technically sound and cost-effective solutions. • Have capacity to provide both field and technical support (e.g., troubleshooting, record drawing and shop drawing markups, technical documentation). EXHIBIT A Page 2 of 5 Specification No. S-2025-698BD 3 Services Required 3.1 Investigation and Technical Support • Conduct site assessments and troubleshooting to identify emergency mechanical issues. • Perform diagnostics and troubleshooting on utility and process lines, mechanical systems, and equipment. • Provide expert recommendations, including engineering input if necessary. • Assist in root-cause analysis and prepare reports outlining findings and proposed solutions. • Coordinate with Original Equipment Manufacturers (OEMs) when specialized parts or support are required. 3.2 Installation and Maintenance Tasks • Install, maintain, and repair gas, air, water and sewage lines, solids systems, and process unit and mechanical equipment. • Conduct urgent and scheduled repairs, including, but not limited to, piping, valves, fittings, and related mechanical equipment and components. • Service components such as, but not limited to, pumps, chemical feed systems, blowers, mixers, bar screens, screenings washer compactors, solids handling equipment, pumping equipment and parts, and drive assemblies. • Provide emergency bypass pumping or rerouting of flow to maintain treatment operations. • Ensure all work complies with applicable building and safety codes. 3.3 Debris Removal • Provide removal and proper disposal of mechanical debris, sewer debris, or other waste typically found in industrial and wastewater treatment and conveyance facilities. • Clear blocked or obstructed utility access points, flow and process pathways, equipment, process units, or work areas as needed. • Remove and dispose of wastewater materials, such as compacted screenings, grit, rags, fibrous material, and other materials collected by screens and other equipment. • Maintain cleanliness and order in all work zones before, during, and after work. 3.4 Urgent Operational Support • Respond to emergency calls for items such as mechanical failures, clogs, line ruptures or leaks, or equipment breakdowns. • Provide rapid deployment of personnel and equipment, such as cranes or other associated debris removal equipment, to minimize operational downtime. • Support mission-critical repairs with temporary or permanent solutions as required. EXHIBIT A Page 3 of 5 Specification No. S-2025-698BD 3.5 Documentation & Project Support • For the duration of any active maintenance tasks, the Contractor shall: o Provide daily status updates to the OC San Project Manager (PM) via email, scanned documents, or written notes. o Submit daily timesheets, material usage reports, and photo documentation to the OC San PM. o Provide support for permitting, compliance, and inspections as needed. o Coordinate with OC San staff and other contractors to ensure seamless project execution. o Provide equipment and material datasheets and specifications for all equipment or materials utilized during the maintenance task via email to the OC San PM as applicable. 3.6 Response Time and Availability • Contractor must be available for on-call response 24/7, including weekends and holidays. This Contract may require the Contractor to work schedules outside of the normal OC San business hours, which is 07:00 AM to 4:00 PM Monday through Friday. • Emergency response time must not exceed two (2) hours from the time of notification. 4 Compliance and Safety • All work must comply with OC San, federal, state, and local codes, including OSHA regulations. • Contractor personnel must be trained, certified (as applicable), and follow all safety protocols. • Contractor shall be able to: • Deploy spill containment measures during ruptures or equipment failures. • Implement temporary containment, diking, or rerouting to avoid unpermitted discharges. • Deploy safety equipment, as needed, in compliance with OC San policies and procedures. 5 Deliverables • For the duration of any active maintenance tasks, the Contractor shall: • Provide incident reports on the day of the incident, and submit repair reports daily. • Document and send equipment inspection, assessment, and testing results to the OC San PM as soon as possible, but no later than 24 hours from the maintenance task. • Provide completion certifications or close-out documentation prior to the OC San PM’s final acceptance of the work. • As-built drawings for new installations or major modifications shall be submitted to the OC San PM prior to the start of the maintenance task. EXHIBIT A Page 4 of 5 Specification No. S-2025-698BD 6 Additional Requirements 6.1 Code Compliance All materials and workmanship shall strictly conform to the latest editions, including revisions, of the following: • Uniform Mechanical Code (UMC) • California Mechanical Code (CMC) • California Energy Code (Title 24, Part 6) • National Electrical Code (NEC) Standards • National Fire Protection Association (NFPA) • American National Standards Institute (ANSI) • American Society for Testing and Materials (ASTM) • Insulated Cable Engineers Association (ICEA) • International Electrical Testing Association (NETA) • California Green Building Standards Code (CALGreen) • State of California Occupational Safety and Health Administration (CAL/OSHA) • Underwriters Laboratories (UL) • California Building Code (CBC) • AQMD/BAAQMD Regulations 6.2 OC San Standards Materials and installation methods shall comply with OC San Master Specifications. Any deviations shall be submitted to the OC San PM for approval. Materials and installation methods not referenced in the Master Specifications shall also be submitted to the OC San PM for approval. See the following link for Master Specifications: Document Center. 6.3 The Contractor shall provide all transportation, labor, materials, and equipment necessary to competently perform and complete the work as specified. 7 Subcontractors The use of subcontractors is allowed but will require prior approval by OC San before the start of any assigned work. Upon commencement, the Contractor shall be responsible for services provided by any subcontractor as if the Contractor were providing services with its own organization. 8 Project Management 8.1 Point of Contact The Contractor will be assigned a single point of contact for this Contract. All meetings and correspondence related to this project shall be scheduled and approved by the OC San PM or Designee. All work shall be managed by the OC San PM. However, the Contractor shall manage all support Task Orders, including equipment supply, provision of labor, and all directly supplied or subcontracted services as detailed. The Contractor shall keep OC San apprised of the status of the support effort for each instance. EXHIBIT A Page 5 of 5 Specification No. S-2025-698BD 8.2 Project Personnel The Contractor shall provide the key management and supervisory personnel as described in their proposal on this Contract. The Contractor shall not reassign the key personnel without prior approval of OC San. OC San may request reassignment of any of the Contractor’s (or subcontractor’s) personnel. The Contractor shall be responsible for the supervision and management of all its employees and subcontractors. 8.4 Project Schedule and Work Hours As Contractor support is on an as-needed basis, a detailed project schedule is not applicable. All work will be scheduled upon confirmation of scope and cost, and completed within the timeframe agreed upon for each specific item of work. The Contractor may not begin work before receiving a written Notice to Proceed as detailed above. 8.5 Materials Costs Parts purchased by the Contractor for repair of equipment will be charged the actual costs of the parts (including applicable taxes) plus a ten (10) percent markup. Contractor shall prepay all freight charges. Contractor shall provide an itemized copy of the supplier’s invoice with the Contractor’s final invoice to OC San’s PM and OC San’s Accounts Payable (AP). 8.6 Invoicing Example • Invoices for all Work Orders shall be billed separately and shall identify the OC San facility where the work was performed, (i.e.: Plant No. 1, Plant No. 2, Pump Stations, or Headquarters). • All invoices shall include: • The name of the equipment which the work was performed • The date(s) the work was performed. Include multiple dates if work took multiple days • The OC San Purchase Order (PO) number and Work Order number • An itemized breakdown of all charges including:  Labor Hours per Contractor employee  Parts and Materials: OC San reserves the right to request the Contractor to submit a copy of the material supplier’s original receipt to be reimbursed for their purchases of material per Work Order  Tax • Invoices shall only be approved upon receiving final acceptance by the OC San PM. OPERATIONS COMMITTEE Agenda Report Headquarters 18480 Bandilier Circle Fountain Valley, CA 92708 (714) 593-7433 File #:2026-4764 Agenda Date:2/4/2026 Agenda Item No:4. FROM:Robert Thompson, General Manager Originator: Riaz Moinuddin, Director of Operations & Maintenance SUBJECT: QUARTERLY ODOR COMPLAINT REPORT GENERAL MANAGER'S RECOMMENDATION RECOMMENDATION: Receive and file the Fiscal Year 2025-26 Second Quarter Odor Complaint Report. BACKGROUND During the second quarter of FY 2025-26, the Orange County Sanitation District (OC San) had the following attributable odor complaints: Plant No. 1 had zero odor complaints, Plant No. 2 had one odor complaint, and the collection system had three odor complaints. A summary of the odor complaints with a table tracking the history is included as an attachment. RELEVANT STANDARDS ·Less than 10 events for the treatment plants, under normal operations ·Operate and maintain facilities to minimize impacts on surrounding communities,including odor, noise, and lighting ·Less than 12 events for the collection system, under normal operations ATTACHMENT The following attachment(s)may be viewed on-line at the OC San website (www.ocsan.gov)with the complete agenda package: ·FY 2025-26 Second Quarter Odor Complaint Report Orange County Sanitation District Printed on 1/28/2026Page 1 of 1 powered by Legistar™ Orange County Sanitation District Odor Complaint Report Fiscal Year 2025/26 – 2nd Quarter 1. Plant No. 1 Reclamation Facility Odor Complaint Summary Plant No. 1 received no attributable odor complaints during the 2nd quarter. 2. Plant No. 2 Reclamation Facility Odor Complaint Summary Plant No. 2 received one attributable odor complaint during the 2nd quarter. The complaint was associated with electrical maintenance activities that resulted in a temporary loss of power to the online truckloading fan and scrubber. The equipment issues were resolved at approximately the same time the complaint was reported, and corrective measures have since been implemented to mitigate future complaints. 3. Collections Facilities Odor Complaint Summary The Collection System received three attributable odor complaints during the 2nd quarter. The complaints were due to the pressurization and sewer ventilation of foul odors escaping from sewer covers. The manhole covers have been sealed to reduce sewer odor and prevent further complaints. One of the odor complaints originated in the City of Garden Grove, one in Costa Mesa, and one in Huntington Beach. All Odor Complaints Tracking Oct. 2025 to Dec. 2025 FY FY FY FY Cumulative FY 25/26 All Public Complaints Collections P1 P2 Total Total Total Total Total Attributable to OC San 3 0 1 5 4 9 Attributable 3 2 0 15 5 20 Complaints 6 2 1 20 9 29 OPERATIONS COMMITTEE Agenda Report Headquarters 18480 Bandilier Circle Fountain Valley, CA 92708 (714) 593-7433 File #:2026-4770 Agenda Date:2/4/2026 Agenda Item No:5. FROM:Robert Thompson, General Manager Originator: Riaz Moinuddin, Director of Operations & Maintenance SUBJECT: ACTIVATED SLUDGE CLARIFIERS 11 AND 13 REHABILITATION AT PLANT NO.1 (MP1-017), SPECIFICATION NO. S-2025-692BD GENERAL MANAGER'S RECOMMENDATION RECOMMENDATION: Recommend to the Board of Directors to: A. Approve a Services Contract with Vicon Enterprise, Inc. for Activated Sludge Clarifiers 11 and 13 Rehabilitation at Plant No. 1(MP1-017), Specification No. S-2025-692BD, for a total amount not to exceed $1,950,500; and B. Approve a contingency of $195,050 (10%). BACKGROUND Orange County Sanitation District (OC San)Plant No.1 activated sludge facility (AS1)contains 26 rectangular clarifiers that use chain and flight mechanisms to collect sludge that settles along the length of the clarifiers.Over time,the collectors are subject to degradation and wear.Clarifiers 11 and 13 sludge collectors have reached the end of their useful life and have been out of service since December 2023. RELEVANT STANDARDS ·Sustain 1, 5, and 20-year planning horizons ·Maintain a proactive asset management program ·24/7/365 treatment plant reliability PROBLEM The collectors in Clarifiers 11 and 13 at AS1 are inoperative and at the end of their useful life and need to be overhauled to provide a reliable and redundant sludge clarification system. PROPOSED SOLUTION Approve a Services Contract for Activated Sludge Clarifiers 11 and 13 Rehabilitation at Plant No.1 (MP1-017), Specification No. S-2025-692BD, to restore the chain and flight systems. Orange County Sanitation District Printed on 1/28/2026Page 1 of 4 powered by Legistar™ File #:2026-4770 Agenda Date:2/4/2026 Agenda Item No:5. TIMING CONCERNS Delays in approving this rehabilitation (overhaul)may result in limited secondary treatment capacity and redundancy to treat peak wet weather flows. RAMIFICATIONS OF NOT TAKING ACTION Not rehabilitating the two clarifiers will increase the risk of not being able to adequately treat the AS1 flows. PRIOR COMMITTEE/BOARD ACTIONS N/A ADDITIONAL INFORMATION OC San solicited proposals to rehabilitate activated sludge clarifiers 11 and 13 at Plant No.1 on August 7,2025,through OpenGov.OC San held a mandatory pre-bid meeting,followed by a job walk on August 21, 2025. Staff used the criteria listed in the RFP to select the most qualified contractor. CRITERION WEIGHT 1. Qualifications and experience of the firm 30% 2. Proposed staffing and Project Organization 30% 3. Work plan 20% 4. Cost 20% Five proposals were received on September 16,2025,and evaluated in accordance with the evaluation process outlined in OC San’s Purchasing Ordinance. Rank Proposer Qualifications of the firm (Max 30%) Proposed Staffing and Project Organization (Max 30%) Work Plan (Max 20%) Subtotal (Max 80%) 1.Vicon Enterprise, Inc. 21%21%14%56% 2.Tharsos, Inc.19%19%13%51% 3.Innovative Construction Solutions 17%17%12%46% 4.GSE Construction Company, Inc. 14%15%8%37% 5.Mehta Mechanical Company, Inc. 15%13%7%35% Orange County Sanitation District Printed on 1/28/2026Page 2 of 4 powered by Legistar™ File #:2026-4770 Agenda Date:2/4/2026 Agenda Item No:5. A sealed cost proposal accompanied all proposals. Only the cost proposals for the two highest- ranked firms were opened and negotiated. Rank Proposer Subtotal Score without cost (Max 80%) Cost (Max 20%) Total Weighted Score (Max 100%) 1.Vicon Enterprise, Inc.57%20%77% 2.Tharsos, Inc.51%16%67% Best and Final Offer: Both firms were requested to submit a Best and Final Offer (BAFO).Both firms submitted a BAFO, and the results are shown in the table below. Rank Proposer Original Cost BAFO 1.Vicon Enterprise, Inc.$1,950,500 $1,950,500 2.Tharsos, Inc.$2,410,529 $2,380,546 The BAFO fees did not result in any change to the cost scoring.Following the BAFO,the Evaluation Team ranked the firms based on the proposals and BAFOs using the evaluation criteria and weighting listed above. Based on the scoring shown above,Vicon Enterprise,Inc.was selected as the most qualified contractor,demonstrating strong project qualifications and a comprehensive understanding of the project. Furthermore,the staff has determined that the final fee is fair and reasonable for the level of effort. Staff recommend approval of the Services Contract with Vicon Enterprise, Inc. CEQA The project qualifies for a Class 1 categorical exemption under California Code of Regulations Section 15301,and a Notice of Exemption was filed with the OC Clerk-Recorder following OC San Board of Directors’approval of service contract,thereby clearing the way for the project to move forward. FINANCIAL CONSIDERATIONS This request complies with the authority levels of OC San’s Purchasing Ordinance.This recommendation will be funded under the Repairs and Maintenance line item for Operations and Maintenance Department (Budget Update FY 2025-26,Page 33).The available funding is sufficient for this action. Date of Approval Contract Amount Contingency 02/25/2026 $1,950,500 $195,050 (10%) Orange County Sanitation District Printed on 1/28/2026Page 3 of 4 powered by Legistar™ File #:2026-4770 Agenda Date:2/4/2026 Agenda Item No:5. ATTACHMENT The following attachment(s)may be viewed on-line at the OC San website (www.ocsan.gov)with the complete agenda package: ·Services Contract RM:at:ls Orange County Sanitation District Printed on 1/28/2026Page 4 of 4 powered by Legistar™ Services Contract 1 of 11 Specification No. S-2025-692BD Revision 121624 SERVICES CONTRACT Activated Sludge Clarifiers 11 and 13 Rehab at Plant No. 1 (MP1-0017) Specification No. S-2025-692BD This SERVICES CONTRACT (hereinafter referred to as “Contract”), is made and entered into as of the date fully executed below, by and between Orange County Sanitation District (hereinafter referred to as “OC San”) and Vicon Enterprise, Inc. (hereinafter referred to as “Contractor”), and collectively referred to herein as the “Parties.” R E C I T A L S WHEREAS, OC San desires to obtain the services of Contractor for the replacement of two (2) internal clarifier mechanisms (“Services”) as described in Exhibit “A” attached hereto and incorporated herein by this reference; and WHEREAS, Contractor is qualified to perform the Services by virtue of experience, training, education, and expertise; and WHEREAS, OC San desires to engage Contractor to provide the Services; and WHEREAS, OC San selected Contractor to provide the Services in accordance with OC San’s current Purchasing Ordinance; and WHEREAS, on February 25, 2026, OC San’s Board of Directors , by minute order, authorized execution of this Contract. NOW, THEREFORE, in consideration of the above recitals and the mutual promises and benefits specified below, the Parties agree as follows: 1. General. 1.1 This Contract and all exhibits hereto are made by OC San and the Contractor. 1.2 The following exhibits are incorporated by reference and made part of this Contract. Exhibit “A” – Scope of Work Exhibit “B” – Proposal and BAFO Exhibit “C” – Determined Insurance Requirement Form Exhibit “D” – Contractor Safety Standards Exhibit “E” – Human Resources Policies Exhibit “F” – General Conditions Exhibit “G” – Performance Bond 1.3 In the event of any conflict or inconsistency between the provisions of the Contract and any of the provisions of the exhibits hereto, the provisions in the document highest in precedence shall be controlling. The order of precedence of the applicable documents is set forth below: a. Addenda issued prior to the deadline for submitting the proposal – the last addendum issued will have the highest precedence b. Services Contract c. Exhibit “A” – Scope of Work Services Contract 2 of 11 Specification No. S-2025-692BD Revision 121624 d. Permits and other regulatory requirements e. Exhibit “C” – Determined Insurance Requirement Form f. Exhibit “F” – General Conditions g. Exhibit “D” – Contractor Safety Standards h. Notice Inviting Bids i. Exhibit “B” – Proposal and Cost Form 1.4 Except as expressly provided otherwise, OC San accepts no liability for any expenses, losses, or actions incurred or undertaken by Contractor as a result of work performed in anticipation of providing the Services to OC San. 1.5 Work Hours: Shall be as specified in Exhibit “A.” 1.6 Days: Shall mean calendar days, unless otherwise noted. 1.7 OC San holidays (non-working days) are as follows: New Year’s Day, Martin Luther King, Jr. Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Day after Thanksgiving, Christmas Eve, and Christmas Day. 1.8 Work: Shall mean all work, labor, and materials necessary to provide the Services. 1.9 The provisions of this Contract may be amended or waived only by an amendment executed by authorized representatives of both Parties. 1.10 The various headings in this Contract are inserted for convenience only and shall not affect the meaning or interpretation of this Contract or any paragraph or provision hereof. 2. Scope of Work. 2.1 Contractor shall provide the Services identified in Exhibit “A” in accordance with generally accepted industry and professional standards. 2.2 Modifications to Scope of Work. OC San shall have the right to modify the Scope of Work at any time. All modifications must be made by an amendment signed by both Parties and consistent with Exhibit “F” - General Conditions (General Conditions), including the sections entitled REQUEST FOR CHANGE (CHANGES AT CONTRACTOR’S REQUEST) and OWNER INITIATED CHANGES. 2.3 Familiarity with Work. By executing this Contract, Contractor warrants that: (a) it has investigated the work to be performed; (b) it understands the facilities, difficulties, and restrictions of the work under this Contract; and (c) it has examined the site of the work and is aware of all conditions at the site. Should Contractor discover any latent or unknown condition materially differing from those inherent in the work or as represented by OC San, it shall immediately inform OC San of this and shall not proceed, except at Contractor’s risk, until written instructions are received from OC San. 2.4 Performance. Time is of the essence in the performance of the provisions hereof. Services Contract 3 of 11 Specification No. S-2025-692BD Revision 121624 3. Contract Term. 3.1 The Services shall be completed within sixty (60) weeks from the effective date of the Notice to Proceed. 3.2 Extensions. The term of this Contract may be extended only by an amendment signed by both Parties and consistent with the General Conditions, including the section entitled EXTENSION OF TIME FOR DELAY. 4. Compensation. 4.1 As compensation for the Services provided under this Contract, OC San shall pay Contractor a total amount not to exceed One Million Nine Hundred Fifty Thousand Five Hundred Dollars ($1,950,500.00). 4.2 Contractor shall provide OC San with all required premiums and/or overtime work at no charge beyond the amount specified above. 5. Payments and Invoicing. 5.1 OC San shall pay itemized invoices for work completed in accordance with Exhibit “A” thirty (30) days from receipt of the invoice and after approval by OC San’s Project Manager or designee. OC San shall be the determining party, in its sole discretion, as to whether the Services have been satisfactorily completed. 5.2 Contractor shall submit its invoices to OC San Accounts Payable by electronic mail to APStaff@OCSan.gov. In the subject line, include “INVOICE” and the Purchase Order Number. 5.3 The invoices shall be consistent with the General Conditions, including the section entitled PAYMENT FOR WORK. 6. California Department of Industrial Relations Registration and Record of Wages. 6.1 To the extent Contractor’s employees and/or its subcontractors perform work related to this Contract for which Prevailing Wage Determinations have been issued by the California Department of Industrial Relations (DIR) as more specifically defined under Labor Code section 1720 et seq., prevailing wages are required to be paid for applicable work under this Contract. It is Contractor’s responsibility to interpret and implement any prevailing wage requirements and Contractor agrees to pay any penalty or civil damages resulting from a violation of the prevailing wage laws. 6.2 Contractor and its subcontractors shall comply with the registration requirements of Labor Code section 1725.5. Pursuant to Labor Code section 1771.4(a)(1), the work is subject to compliance monitoring and enforcement by the California Department of Industrial Relations (DIR). 6.3 Pursuant to Labor Code section 1773.2, a copy of the prevailing rate of per diem wages is available upon request at OC San’s principal office. The prevailing rate of per diem wages may also be found at the DIR website for prevailing wage determinations at http://www.dir.ca.gov/DLSR/PWD. 6.4 Contractor and its subcontractors shall comply with the job site notices posting requirements established by the Labor Commissioner per Title 8, California Code of Regulations section 16461(e). Pursuant to Labor Code sections 1773.2 and Services Contract 4 of 11 Specification No. S-2025-692BD Revision 121624 1771.4(a)(2), Contractor shall post a copy of the prevailing rate of per diem wages at the job site. 6.5 Contractor and its subcontractors shall maintain accurate payroll records and shall comply with all the provisions of Labor Code section 1776. Contractor and its subcontractors shall submit payroll records to the Labor Commissioner pursuant to Labor Code section 1771.4(a)(3). Pursuant to Labor Code section 1776, the Contractor and its subcontractors shall furnish a copy of all certified payroll records to OC San and/or the general public upon request, provided the public request is made through OC San, the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement of the Department of Industrial Relations. Pursuant to Labor Code section 1776(h), penalties for non-compliance with a request for payroll records may be deducted from progress payments. 6.5.1 As a condition to receiving payments, Contractor agrees to present to OC San, along with any request for payment, all applicable and necessary certified payrolls and other required documents for the period covering such payment request. Pursuant to Title 8, California Code of Regulations section 16463, OC San shall withhold any portion of a payment, up to and including the entire payment amount, until certified payroll forms and any other required documents are properly submitted. In the event certified payroll forms do not comply with the requirements of Labor Code section 1776, OC San may continue to withhold sufficient funds to cover estimated wages and penalties under the Contract. 6.6 The Contractor and its subcontractors shall comply with Labor Code section 1774 and section 1775. Pursuant to Labor Code section 1775, the Contractor and any of its subcontractors shall forfeit to OC San a penalty of not more than two hundred dollars ($200) for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the DIR for the work or craft in which the worker is employed for any work. 6.6.1 In addition to the penalty and pursuant to Labor Code section 1775, the difference between the prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate shall be paid to each worker by the Contractor or its subcontractor. 6.7 Contractor and its subcontractors shall comply with Labor Code sections 1810 through 1815. Contractor and its subcontractors shall restrict working hours to eight (8) hours per day and forty (40) hours per week, except that work performed in excess of those limits shall be permitted upon compensation for all excess hours worked at not less than one and one-half (1.5) times the basic rate of pay, as provided in Labor Code section 1815. The Contractor shall forfeit, as a penalty to OC San, twenty-five dollars ($25) per worker per calendar day during which such worker is required or permitted to work more than eight (8) hours in any one calendar day and forty (40) hours in any one calendar week in violation of Labor Code sections 1810 through 1815. 6.8 Contractor and its subcontractors shall comply with Labor Code sections 1777.5, 1777.6, and 1777.7 concerning the employment of apprentices by Contractor or any subcontractor. Services Contract 5 of 11 Specification No. S-2025-692BD Revision 121624 6.9 Contractor shall include, at a minimum, a copy of the following provisions in any contract it enters into with any subcontractor: Labor Code sections 1771, 1771.1, 1775, 1776, 1777.5, 1810, 1813, 1815, 1860, and 1861. 6.10 Pursuant to Labor Code sections 1860 and 3700, the Contractor and its subcontractors will be required to secure the payment of compensation to employees. Pursuant to Labor Code section 1861, Contractor, by accepting this contract, certifies that: “I am aware of the provisions of section 3700 of the Labor Code which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract.” Contractor shall ensure that all its contracts with its subcontractors provide the provision above. 6.11 Contractor shall comply with the provisions specified in the General Conditions section entitled LAWS TO BE OBSERVED. 7. Damage to OC San’s Property. Any of OC San’s property damaged by Contractor, any subcontractor, or by the personnel of either will be subject to repair or replacement by Contractor at no cost to OC San and consistent with the General Conditions, including the section entitled PRESERVATION OF PROPERTY. 8. Freight (F.O.B. Destination). Contractor assumes full responsibility for all transportation, transportation scheduling, packing, handling, insurance, and other services associated with delivery of all products deemed necessary under this Contract. 9. Audit Rights. Contractor agrees that, during the term of this Contract and for a period of three (3) years after its expiration or termination, OC San shall have access to and the right to examine any directly pertinent books, documents, and records of Contractor relating to the invoices submitted by Contractor pursuant to this Contract. 10. Contractor Safety Standards and Human Resources Policies. OC San requires Contractor and its subcontractor(s) to follow and ensure their employees follow all Federal, State, and local regulations as well as the Contractor Safety Standards while working at OC San locations. If, during the course of the Contract, it is discovered that the Contractor Safety Standards do not comply with Federal, State, or local regulations, the Contractor is required to follow the most stringent regulatory requirement at no additional cost to OC San. Contractor, its subcontractors, and all of their employees shall adhere to the safety requirements in Exhibit “A,” all applicable Contractor Safety Standards in Exhibit “D,” and the Human Resources Policies in Exhibit “E.” 11. Insurance. Contractor and all its subcontractors shall purchase and maintain, throughout the term of this Contract and any periods of warranty or extensions, insurance in amounts equal to the requirements set forth in the signed Exhibit “C” – Determined Insurance Requirement Form. Contractor shall not commence work under this Contract until all required insurance is obtained in a form acceptable to OC San, nor shall Contractor allow any subcontractor to commence service pursuant to a subcontract until all insurance Services Contract 6 of 11 Specification No. S-2025-692BD Revision 121624 required of the subcontractor has been obtained. Failure to obtain and maintain the required insurance coverage shall result in termination of this Contract. 12. Bonds. Prior to entering into the Contract, Contractor shall furnish a bond (attached hereto in Exhibit “G”), consistent with the requirements specified in the General Conditions, and which shall be approved by OC San’s General Counsel. The bond shall be one in the amount of one hundred percent (100%) of the total Contract price bid, to guarantee the faithful performance of the work.. This Contract shall not become effective until such a bond is supplied to and accepted by OC San. The Bond must be issued by a California admitted surety and must be maintained throughout the life of the Contract and during the warranty period. 13. Indemnification and Hold Harmless Provision. Contractor shall assume all responsibility for damages to property and/or injuries to persons, including accidental death, which may arise out of or may be caused by Contractor’s equipment and/or Services under this Contract, or by its subcontractor(s), or by anyone directly or indirectly employed by Contractor, and whether such damage or injury shall accrue or be discovered before or after the termination of the Contract. Except as to the sole active negligence of or willful misconduct of OC San, Contractor shall indemnify, protect, defend, and hold harmless OC San, its elected and appointed officials, officers, agents, and employees from and against any and all claims, liabilities, damages, or expenses of any nature, including attorneys’ fees: (a) for injury to or death of any person, or damage to property, or interference with the use of property arising out of or in connection with Contractor’s performance under the Contract, and/or (b) on account of use of any copyrighted or uncopyrighted material, composition, or process; or any patented or unpatented invention, article, or appliance furnished or used under the Contract, and/or (c) on account of any goods and services provided under this Contract. This indemnification provision shall apply to any acts or omissions, willful misconduct, or negligent misconduct, whether active or passive, on the part of Contractor or anyone employed by or working under Contractor. To the maximum extent permitted by law, Contractor’s duty to defend shall apply whether or not such claims, allegations, lawsuits, or proceedings have merit or are meritless; or which involve claims or allegations that any of the parties to be defended were actively, passively, or concurrently negligent; or which otherwise assert that the parties to be defended are responsible, in whole or in part, for any loss, damage, or injury. Contractor agrees to provide this defense immediately upon written notice from OC San, and with well qualified, adequately insured, and experienced legal counsel acceptable to OC San. This section shall survive the expiration or early termination of the Contract. 14. Independent Contractor. The relationship between the Parties hereto is that of an independent contractor and nothing herein shall be deemed to make Contractor an OC San employee. During the performance of this Contract, Contractor and its officers, employees, and agents shall act in an independent capacity and shall not act as OC San’s officers, employees, or agents. Contractor and its officers, employees, and agents shall obtain no rights to any benefits which accrue to OC San’s employees. 15. Subcontracting and Assignment. Any subcontracting or assignment shall be governed by the provisions of the General Conditions including the sections entitled SUBCONTRACTING and ASSIGNMENT. 16. Disclosure. Contractor agrees not to disclose, to any third party, data or information generated from this Contract without the prior written consent from OC San. Services Contract 7 of 11 Specification No. S-2025-692BD Revision 121624 17. Non-Liability of OC San Officers and Employees. No officer or employee of OC San shall be personally liable to Contractor, or any successor-in-interest, in the event of any default or breach by OC San, or for any amount which may become due to Contractor or to its successor, or for breach of any obligation under the terms of this Contract. 18. Third-Party Rights. Nothing in this Contract shall be construed to give any rights or benefits to anyone other than OC San and Contractor. 19. Applicable Laws and Regulations. Contractor shall comply with all applicable Federal, State, and local laws, rules, and regulations. Contractor also agrees to indemnify and hold OC San harmless from any and all damages and liabilities assessed against OC San as a result of Contractor’s noncompliance therewith. Any provision required by law to be included herein shall be deemed included as a part of this Contract whether or not specifically included or referenced. 20. Licenses, Permits, Ordinances, and Regulations. Contractor represents and warrants to OC San that it has obtained all licenses, permits, qualifications, and approvals of whatever nature that are legally required to provide the Services. Any and all fees required by Federal, State, County, City, and/or municipal laws, codes, and/or tariffs that pertain to the work performed under this Contract will be paid by Contractor. 21. Regulatory Requirements. Contractor shall perform all work under this Contract consistent with the General Conditions, including the section entitled STORMWATER REQUIREMENTS, and in strict conformance with applicable Federal, State, and local regulatory requirements including, but not limited to, 40 CFR 122, 123, 124, 257, 258, 260, 261, and 503, Title 22, 23, and Water Codes Division 2. 22. Environmental Compliance. Contractor shall, at its own cost and expense, comply with all Federal, State, and local environmental laws, regulations, and policies which apply to the Contractor, its subcontractors, and the Services, including, but not limited to, all applicable Federal, State, and local air pollution control laws and regulations. 23. South Coast Air Quality Management District’s Requirements. It is Contractor’s responsibility to ensure that all equipment furnished and installed be in accordance with the latest rules and regulations of the South Coast Air Quality Management District (SCAQMD). All Contract work practices, which may have associated emissions such as sandblasting, open field spray painting, or demolition of asbestos containing components or structures shall comply with the appropriate rules and regulations of SCAQMD. 24. California Air Resources Board Mobile Source Regulations. Contractor and its applicable consultants, subconsultants, and subcontractors shall comply with the following California Air Resources Board Mobile Source Regulations: • Advanced Clean Fleet (ACF): 13 CCR 2013-2013.4; 13 CCR 2015-2015.6 • Truck & Bus Regulation (T&B): 13 CCR 2025 • Clean Truck Check (CTC): 13 CCR 2195-2199.1 • Off-Road Diesel Amendments (ORD): 13 CCR 2449-2449.2 Services Contract 8 of 11 Specification No. S-2025-692BD Revision 121624 25. Warranties. Contractor shall provide the warranties required in the in the General Conditions, including the section entitled WARRANTY (CONTRACTOR’S GUARANTEE). 26. Dispute Resolution. Any disputes between the Parties shall be resolved as specified in the General Conditions, including the section entitled DISPUTES. 27. Liquidated Damages. Not Used. 28. Remedies. In addition to other remedies available in law or equity, if the Contractor fails to perform the Services or repudiates its obligations under this Contract, or if OC San rejects the goods or Services or revokes acceptance of the Services, OC San may (a) cancel the Contract; (b) recover whatever amount of the purchase price OC San has paid, and/or (c) “cover” by purchasing, or contracting to purchase, substitute equipment and services for those due from Contractor. In the event OC San elects to “cover” as described in (c), OC San shall be entitled to recover from Contractor as damages the difference between the cost of the substitute equipment and services and the Contract price, together with any incidental or consequential damages. 29. Force Majeure. Neither party shall be liable for delays caused by accident, flood, acts of God, fire, labor trouble, war, acts of government, or any other cause beyond its control, but the affected party shall use reasonable efforts to minimize the extent of the delay. Work affected by a force majeure condition may be rescheduled by mutual consent of the Parties. 30. Termination. 30.1 OC San reserves the right to terminate this Contract for its convenience, with or without cause, in whole or in part, at any time, by written notice from OC San. Upon receipt of a termination notice, Contractor shall immediately discontinue all work under this Contract (unless the notice directs otherwise). OC San shall thereafter, within thirty (30) days, pay Contractor for work performed (cost and fee) through the date of termination. Contractor expressly waives any claim to receive anticipated profits to be earned during the uncompleted portion of this Contract. Such notice of termination shall terminate this Contract and release OC San from any further fee, cost, or claim hereunder by Contractor other than for work performed through the date of termination. 30.2 OC San reserves the right to terminate this Contract immediately upon OC San’s determination that Contractor is not complying with the Scope of Work requirements, if the level of service is inadequate, or for any other default of this Contract. 30.3 OC San may also immediately terminate this Contract for default, in whole or in part, by written notice to Contractor: ▪ if Contractor becomes insolvent or files a petition under the Bankruptcy Act; or ▪ if Contractor sells its business; or ▪ if Contractor breaches any of the terms of this Contract; or ▪ if the total amount of compensation exceeds the amount authorized under this Contract. 30.4 All OC San’s property in the possession or control of Contractor shall be returned by Contractor to OC San on demand or at the expiration or early termination of this Contract, whichever occurs first. Services Contract 9 of 11 Specification No. S-2025-692BD Revision 121624 31. Attorney’s Fees. If any action at law or in equity or if any proceeding in the form of an Alternative Dispute Resolution (ADR) is necessary to enforce or interpret the terms of this Contract, the prevailing party shall be entitled to reasonable attorney’s fees, costs, and necessary disbursements in addition to any other relief to which the prevailing party may be entitled and as specified in the General Conditions, including in the section entitled CLAIMS. 32. Waiver. The waiver by either party of any breach or violation of, or default under, any provision of this Contract shall not be deemed a continuing waiver by such party of any other provision or of any subsequent breach or violation of this Contract or default thereunder. Any breach by Contractor to which OC San does not object shall not operate as a waiver of OC San’s rights to seek remedies available to it for any subsequent breach. 33. Severability. If any section, subsection, or provision of this Contract; or any agreement or instrument contemplated hereby; or the application of such section, subsection, or provision is held invalid, the remainder of this Contract or instrument in the application of such section, subsection, or provision to persons or circumstances other than those to which it is held invalid, shall not be affected thereby, unless the effect of such invalidity shall be to substantially frustrate the expectations of the Parties. 34. Survival. The provisions of this Contract dealing with payment, warranty, indemnity, and forum for enforcement shall survive expiration or early termination of this Contract. 35. Governing Law. This Contract shall be governed by and interpreted under the laws of the State of California and the Parties submit to jurisdiction in the County of Orange in the event any action is brought in connection with this Contract or the performance thereof. 36. Notices. 36.1 All notices under this Contract must be in writing. Written notice shall be delivered by personal service, by electronic telecommunication, or sent by registered or certified mail, postage prepaid, return receipt requested, or by any other overnight delivery service which delivers to the noticed destination and provides proof of delivery to the sender. Rejection or other refusal to accept or the inability to deliver because of changed address for which no notice was given as provided hereunder shall be deemed to be receipt of the notice, demand, or request sent. All notices shall be effective when first received at the following addresses: OC San: Donald Herrera Senior Buyer Orange County Sanitation District 18480 Bandilier Circle Fountain Valley, CA 92708 dherrera@ocsan.gov Contractor: Telvis Artis President Vicon Enterprise, Inc. 3574 Enterprise Drive Anaheim, CA 92807 tartis@vicon.io Services Contract 10 of 11 Specification No. S-2025-692BD Revision 121624 36.2 Each party shall provide the other party written notice of any change in address as soon as practicable. 37. Read and Understood. By signing this Contract, Contractor represents that it has read and understood the terms and conditions of the Contract. 38. Authority to Execute. The persons executing this Contract on behalf of the Parties warrant that they are duly authorized to execute this Contract and that by executing this Contract, the Parties are formally bound. 39. Entire Agreement. This Contract constitutes the entire agreement of the Parties and supersedes all prior written or oral communications and all contemporaneous oral agreements, understandings, and negotiations between the Parties with respect to the subject matter hereof. Services Contract 11 of 11 Specification No. S-2025-692BD Revision 121624 IN WITNESS WHEREOF, intending to be legally bound, the Parties hereto have caused this Contract to be signed by their duly authorized representatives. ORANGE COUNTY SANITATION DISTRICT Dated: _________________ By: Ryan P. Gallagher Chair, Board of Directors Dated: _________________ By: Kelly A. Lore Clerk of the Board Dated: _________________ By: Kevin Work Purchasing & Contracts Manager VICON ENTERPRISE, INC. Dated: _________________ By: Print Name and Title of Officer IG EXHIBIT A Specification No. S-2025-692BD EXHIBIT A SCOPE OF WORK For Activated Sludge Clarifiers 11 and 13 Rehab at Plant No.1 (MP1-017) EXHIBIT A Specification No. S-2025-692BD EXHIBIT A SCOPE OF WORK Activated Sludge Clarifiers 11 and 13 Rehab at Plant No. 1 (MP1-017) SPECIFICATION NO. S-2025-692BD 1. BACKGROUND The Orange County Sanitation District (OC San) operates 26 rectangular clarifiers at its activated sludge facility at Plant No. 1. two (2) clarifiers require replacement of their internal clarifier mechanisms. 2. LOCATION OF WORK The work covered under this Contract will take place at the Orange County Sanitation District’s (“OC San’s”):  Plant No. 1 - 10844 Ellis Avenue, Fountain Valley, CA 92708 o Activated Sludge Facility Clarifiers 3. DESCRIPTION OF WORK A. This Scope of Work (SOW) defines the requirements for the work at the OC San secondary clarifiers numbers 11 and 13 sludge collector mechanism. B. The Chain and Flight Clarifier equipment components in two (2) clarifiers shall be replaced at the Activated Sludge Facility Clarifiers at Plant No. 1. All replacement equipment components shall be provided by the specified chain and flight clarifier equipment manufacturer (Manufacturer). 4. PROJECT/WORK ELEMENTS The Work, in general, consists of 1) replacement of all mechanical collection system components as specified. Each clarifier contains two (2) longitudinal collector mechanisms and one (1) cross collector mechanism. All three (3) mechanisms shall be replaced in each of the indicated clarifiers. Complete all Work elements specified below. See Section 15710 - Chain-and-Flight Clarifier Equipment for additional requirements for the clarifier equipment. Contractor shall procure and install the Polychem SystemsTM clarifier chain and flight mechanism, manufactured by Brentwood Industries only. There is a quote from the Manufacturer included for reference only in Appendix 3. This quote lists a bill of materials that the Contractor shall verify, not all items listed in the quote are included in this Work. The Contractor is responsible for obtaining their own quotes for all items of the Work and ensuring that all requirements of the Contract Documents are included in the price of the bid. 4.1 Element 1 – Dewatering and Cleaning The Contractor shall provide all dewatering, and cleaning as necessary to complete the Work. Cleaning shall include high pressure washing with plant water and removal of all caked, dried, and hardened materials on all concrete surfaces within the clarifiers and on all metal surfaces not being replaced. Do not damage existing facilities. 4.2 Element 2 – Longitudinal Collection System a. The Contractor shall provide demolition of existing longitudinal mechanisms. See Section 02050 – Demolition. b. Replace all specified components of the longitudinal sludge collection systems. There are two (2) longitudinal collection systems in each Clarifier that shall be replaced. See requirements in Section 15710 - Chain-and-Flight Clarifier Equipment. EXHIBIT A Specification No. S-2025-692BD c. Replace all standard brackets anchoring track, and other components connected to the concrete walls. Provide all appurtenant materials and components to provide a complete operating system. All materials provided shall be new and not reused. d. Reconnect new mechanisms to existing drives and make adjustments to the drive shaft and mechanisms as needed per Manufacturer’s recommendations and installation manual. e. All anchor bolts shall be Type 316 Stainless Steel furnished by the Manufacturer. f. Chemical adhesives for fixing anchor bolts into walls shall be of approved manufacturer and installed in accordance with manufacturer's printed instructions. g. All fasteners shall be Type 316 Stainless Steel unless otherwise specified. h. Contractor shall replace all anchor bolts that anchor the systems to the concrete walls and concrete members. New anchor bolt systems shall be 316 stainless steel threaded rod with Sikadur AnchorFix-2 adhesive systems or Hilti HIT-HY 200 system. Use 316 stainless steel nuts and washers. Follow all adhesive manufacturer’s recommended procedures for installation of anchor bolts/rods. The anchorage shall be designed to resist seismic forces in accordance with ACI 318, Chapter 17, ASCE 7, and 2022 CBC requirements. The anchor bolts shall be designed to resist seismic loads through direct bearing shear or tension. Frictional resistance due to gravity shall not be considered. Anchor bolts shall be post-installed mechanical or adhesive anchors. Seismic considerations shall include thermal expansion, contraction, and dynamic forces where applicable. Use Site Class D, Risk Category IV. i. Contractor to demolish collector monitoring system and associated cables. Refer to Appendix 2- Drawings for field photos. 4.3 Element 3 – Cross Collection System Replace all components of the cross-collection system (one per Clarifier) and complete work specified. Complete the same work for cross collection system as specified for the longitudinal collection systems. Complete tasks and follow all requirements as specified in Element 2 above and as indicated in Section 15710 - Chain-and-Flight Clarifier Equipment. 4.4 Element 4 – Safety a. The Work area is classified as a Permit Required Confined Space (PRCS). Follow all OC San, Occupational Safety and Health Administration (OSHA) and California Department of Occupational Safety and Health Administration CAL/OSHA requirements for work site safety. See Contract Agreement Exhibit D – Contractor Safety Standards. b. Contractor shall attend a Contractor Safety Orientation (CSO) and complete a Job Hazard Analysis (JHA) during the beginning of the project and as specified. Contractor shall participate in these meetings by providing work plans, and other submittals specified in the aforementioned Contractor Safety Standards. c. Contractor shall follow OC San’s procedures and participate in the OC San Lock Out Tag Out Verify (LTV) process. OC San will isolate the clarifiers and associated systems prior to the Contractor’s entry into the structures and will complete LTV procedures with Contractor. Contractor shall understand the hazards and shall walk the site with OC San during this process and place locks on individual components or add locks to a group lock box. All Contractor employees shall have their designated locks. Locks shall be singled keyed. Combination locks will not be accepted as part of the Lock Out Tag Out (LOTO) process. d. Confined Space Entry. The space inside the clarifiers is classified as a PRCS. Entry into such areas can be hazardous and dangerous. Contractor shall prepare a Site- Specific PRCS Entry Plan and Rescue Plan that describes all procedures, equipment, EXHIBIT A Specification No. S-2025-692BD and methods proposed to be used. Relying on the local fire department for rescue is not acceptable. All safety support and equipment, including Rescue Team shall be provided for OC San Inspectors or OC San representatives at the Contractor’s expense. e. Fall Protection. Fall protection shall be provided for workers and OC San staff when the fall exposure is greater than CAL/OSHA and OC SAN stipulate. When scaffolding is used for the Work, it shall be a system specifically engineered for the work area and supplied by a qualified, experienced scaffolding company. OC San staff will have their own harnesses and other PPE. f. Safety Deliverables. Provide an Injury, Illness Prevention Plan (IIPP) and a Site- Specific Safety Plan (SSSP), Fall Protection Plan, Confined Space Entry and Rescue Plan, and other safety submittals required. 4.5 Element 5 – Inspection, Testing, and Commissioning Follow requirements for Inspection, Testing, and Commissioning as specified in Section 01810 – Commissioning and Section 15710 Chain and Flight Clarifier Equipment. 5. SUBMITTAL Provide the following submittals at minimum: A. Work Plan and Quality Control Plan B. Construction Schedule C. Submittals Required per Specifications D. Equipment Service Manuals (ESMs) E. Shop Drawings Contractor shall provide product data sheets and other submittals and procedures for review and approval by OC San for all materials, components, and parts prior to procurement. Contractor shall group submittals in sets to maximize efficiency. Provide submittals in digital, PDF format that is high resolution (1200 dpi or higher). Ensure all non-applicable data and optional functions that are not being provided are deleted or clearly crossed out. Provide submittals to OC San for review. OC San will return submittals to Contractor within 20 business days. Contractor shall revise submittals as directed and resubmit as necessary. 6. DEMOLITION AND EQUIPMENT REMOVAL All demolished material shall be disposed of by Contractor off-site in a safe and legal manner. Refer to Drawings in Appendix 2 for demolition work. 7. SEQUENCE OF WORK AND EQUIPMENT INSTALLATION The general sequence of work is provided below:  Both clarifiers are available for Contractor’s work  Coordinate with OC San for isolation of energy sources.  Dewater and cleaning of each clarifier.  Provide temporary supports if necessary.  Conduct pre-rehab inspection with OC San Engineer.  Perform demolition.  Install the mechanism and test and commission each clarifier into service.  Review and verify Drawings and Specifications for additional details. EXHIBIT A Specification No. S-2025-692BD 8. PERMITS/LICENSE For the duration of the Work, Contractor and all subcontractors must maintain the appropriate licenses, registrations, and certifications required by existing law to perform the Work within the scope of the contractor including, without limitation as required herein and, in the Drawings, and Specifications:  Contractor Class A License  Confined Space Training Certification – the Clarifiers are categorized as a permitted confined space and must provide supporting documentation for training certification and meet requirements as described in the front-end documents, and OSHA requirements 9. QUALITY ASSURANCE AND QUALITY CONTROL Contractor shall perform all Work in accordance with approved written Quality Control Plan. The Quality Control Plan shall include a description of Contractor’s procedures for calibrating test equipment, establishing work procedures, maintaining compliance to work procedures, monitoring quality of work, and training of staff. Contractor’s procedures for taking and recording data, organization and retention of records, and transmittal to OC San for review and acceptance shall be included. Contractor shall submit their Quality Control Plan to OC San for approval before the Work begins. 10. RESOURCES AVAILABLE A. Laydown and Staging Area: OC San will provide limited space at Plant No. 1 for a laydown and staging area as indicated on the Drawings provided in Appendix 2. B. Temporary Utilities: OC San will provide Contractor with power and water for Contractor’s construction operations. Power will be available by connecting to existing sources within 300 ft and limited to 100 amps. Non-potable water will be available from location as directed by OC San and limited to 25 GPM. Any power or water needed beyond limits of connections provided by OC San are Contractor’s responsibility. C. Use of Restroom Facilities is not allowed. Contractor shall furnish portable facilities. 11. PROJECT SCHEDULE A. Contractor shall provide Project construction schedule within fourteen (14) calendar days of the Notice to Proceed (NTP) and provide monthly updates of the Project schedule. The purpose of the Project schedule is to ensure adequate planning and timely execution of the Work by Contractor, facilitate coordination and interfacing of Contractor’s work with OC San (as needed), and establish a schedule to which subsequent periodic schedule updates will be compared to determine overall progress and performance toward satisfactory completion of the Work. B. The schedule shall show duration of tasks, predecessors, and successors, and start and finish dates. In addition to the milestone dates listed below the schedule shall include at a minimum the following tasks: mobilization, procurement and delivery, detailed rehabilitating activities for each clarifier, tasks involving existing plant systems including interruptions, and log out tag out (LOTO), and testing and commissioning. The Work activities comprising the Project schedule shall be of sufficient detail to assure adequate planning and execution of the Work such that, in the judgment of OC San, it provides an appropriate basis for predicting, monitoring, evaluating, and recording the progress of the Work. EXHIBIT A Specification No. S-2025-692BD Milestones/Timeline Deadline (weeks from NTP) 1. Kick-Off Meeting 2 weeks from NTP 2. Submittal of Baseline Schedule 2 weeks from NTP 3. Submittals Shop Drawings 4 weeks from NTP 4. Equipment Procurement 7 weeks from NTP 5. Equipment Installation 30 weeks from NTP 6. Commissioning 50 weeks from NTP 7. Final Completion 52 weeks from NTP Total Contract Duration 60 weeks from NTP C. Pre-repair inspection by OC San and Engineer: Schedule shall include activities for a joint inspection with Contractor to confirm extent of rehab work. D. Provide a written narrative of the work plan for the Project that includes all phases of the Work, all milestones shown on the construction schedule, all deliveries, all field assessments, with detailed description of Work tasks. 12. PROJECT MANAGEMENT Contractor shall provide an experienced project manager (Contractor PM). The Contractor PM assigned to the project shall have the authority to act on behalf of Contractor, including executing the orders or directions of OC San without delay. All communication shall go from Contractor PM to the OC San PM or OC San designated representative. 12.1 Project Supervision At all times during the progress of the Work, Contractor shall have assigned a resident- superintendent (Superintendent) who shall be on site during all Work. The Superintendent shall only be replaced with written approval by OC San. This Superintendent and/or Contractor PM shall have full authority to promptly supply products, tools, plant equipment, and labor as may be required to diligently prosecute the Work. All communications given to or received from the Superintendent and/or the Contractor PM shall be binding on Contractor. 12.2 Project Kick-Off Meeting Within two (2) weeks of NTP, Contractor shall conduct a meeting with OC San PM (or OC San designated representative), manufacturers, vendors, and Subcontractors as needed for the meeting agenda to establish appropriate contacts and review the Contractor’s plan to implement this Work. All notes and any decision items shall be captured by the Contractor and reported in electronic format. OC San will provide the meeting space. 12.3 Progress Meetings Contractor shall conduct bi-weekly progress meetings until the completion of the Project. Attendees include Contractor, OC San (or OC San designated representative), manufacturers, vendors, and sub-contractors as needed for the meeting agenda. The Contractor’s PM shall attend every meeting. The formal agenda shall be submitted with the previous meeting notes at least three (3) working days prior to each meeting. The Contractor shall provide his updated work EXHIBIT A Specification No. S-2025-692BD schedule, appraise OC San of its progress, procurement, submittal, or other issues affecting project progress. All notes and decision items shall be captured by the Contractor and reported in electronic format. OC San will provide meeting space. Additional meetings may be required for the progress of the Work. 13. OC SAN STAFFING The OC San Project Manager (PM) will be the assigned point of contact for Contractor on this Project. Any meetings and/or correspondence related to this Project shall be approved by the designated single point of contract. 14. WORK RESTRICTIONS  Workdays and Work hours: Monday to Thursday, 7:00am through 4:00pm  Secondary Clarifier Load Limits: Refer to Appendix 2 – Drawings for traffic load limitations.  The Contractor shall execute the Work while the existing facilities are in operation, except for Facility Out of Service instances (Secondary Clarifiers 11 and 13).  Staff Assistance. OC San staff will only be available to support the Contractor's staff for LOTO, Testing, Inspection, and consultation during OC San's normal working times. All inspection, witnessing milestones and witnessing tests shall take place only during normal working times. No inspection or test witnessing or other coordination is available on OC San holidays. 15. APPENDICES The following appendices are part of this Scope of Work. Appendix 1 – Specifications 01600 Shipping, Storage And Handling 01810 Commissioning 02050 Demolition 15710 Chain-and-Flight Clarifier Appendix 2 – Drawings Appendix 3 – Reference Document for Brentwood Industries OPERATIONS COMMITTEE Agenda Report Headquarters 18480 Bandilier Circle Fountain Valley, CA 92708 (714) 593-7433 File #:2025-4173 Agenda Date:2/4/2026 Agenda Item No:6. FROM:Robert Thompson, General Manager Originator: Mike Dorman, Director of Engineering SUBJECT: NORTH TUSTIN-ORANGE SEWER REHABILITATION, PROJECT NO. 7-69 GENERAL MANAGER'S RECOMMENDATION RECOMMENDATION: Recommend to the Board of Directors to: A. Approve a Professional Design Services Agreement with Stantec Consulting Services, Inc., to provide engineering services for North Tustin-Orange Sewer Rehabilitation, Project No. 7-69, for an amount not to exceed $5,086,373; and B. Approve a contingency of $508,637 (10%). BACKGROUND Orange County Sanitation District (OC San)owns and operates sewer trunklines within the City of Tustin,City of Orange,and unincorporated Orange County.These trunklines were originally constructed between the early 1960s and mid-1980s,with the majority of infrastructure installed during the 1960s.Since that time,limited sewer improvements have been made within the project area. RELEVANT STANDARDS ·Comply with California Government Code Section 4526 to engage the best qualified firm “on the basis of demonstrated competence and qualifications” and “negotiate fair and reasonable fees ·Protect OC San assets ·Maintain a proactive asset management program PROBLEM CCTV inspection records indicate that several pipeline segments are broken or fractured,exhibit severe sags,and have a history of root intrusion.In addition,sewer manholes within the project area show signs of linear delamination or lack protective liners,which can accelerate structural degradation. Several sewer assets within the project area present significant maintenance challenges due to siteOrange County Sanitation District Printed on 1/27/2026Page 1 of 4 powered by Legistar™ File #:2025-4173 Agenda Date:2/4/2026 Agenda Item No:6. Several sewer assets within the project area present significant maintenance challenges due to site constraints and restricted access.These manholes cannot be adequately inspected or maintained, further increasing the risk to system reliability. PROPOSED SOLUTION Approve a Professional Design Services Agreement to replace 850 feet of sewer,rehabilitate 4,785 feet of sewer using cured-in-place pipe,install 725 feet of new sewer to provide a new alignment, rehabilitate 140 manholes,and construct 1,300 feet of new access roads within OC San’s easements to resolve site access constraints. TIMING CONCERNS Delaying the rehabilitation may lead to further deterioration and could require more extensive repairs and higher costs in the future. RAMIFICATIONS OF NOT TAKING ACTION If no action is taken,the structural deficiencies may continue to progress.Ongoing deterioration of these assets could eventually lead to pipeline failure,which may result in sewage spills,and potential impacts to public health and safety. PRIOR COMMITTEE/BOARD ACTIONS N/A ADDITIONAL INFORMATION Consultant Selection: OC San requested and advertised for proposals for North Tustin-Orange Sewer Rehabilitation, Project No.7-69,on August 26,2025.The following evaluation criteria were described in the Request for Proposals (RFP) and used to determine the most qualified Consultant. CRITERION WEIGHT Project Understanding and Approach 40% Related Project Experience 25% Project Team and Staff Qualifications 35% Ten proposals were received on October 7,2025,and evaluated in accordance with the evaluation process set forth in OC San’s Board of Directors Purchasing Ordinance No.OC SAN-61 (Purchasing Ordinance)by a pre-selected Evaluation Team consisting of a Senior Engineer,Engineer, Engineering Supervisor, and Maintenance Manager. Orange County Sanitation District Printed on 1/27/2026Page 2 of 4 powered by Legistar™ File #:2025-4173 Agenda Date:2/4/2026 Agenda Item No:6. The Evaluation Team scored the proposal on the established criteria as summarized in the table below: Firm Approach (Max 40)Related Experience (Max 25) Team (Max 35) Total Score (Max 100) 1 Burns & McDonnell Western Enterprises, Inc. 24 14 22 60 2 CDM Smith, Inc.31 19 30 80 3 Dudek 27 18 26 71 4 GHD, Inc.26 15 24 65 5 Harris & Associates, Inc.27 19 25 71 6 HDR Engineering, Inc.30 20 28 78 7 Lee + Ro, Inc.26 16 23 65 8 Michael Baker International, Inc. 29 19 26 74 9 Stantec Consulting Services, Inc. 33 20 29 82 10 Woodard & Curran, Inc.34 21 26 81 Based on this scoring,four Consultants were shortlisted for interviews on November 13,2025. Following the interview,each member of the Evaluation Team scored the Consultants based on both the proposals and interviews using the established evaluation criteria and weighting.Based on the scoring shown below,Stantec Consulting Services,Inc.,was selected as the most qualified Consultant. Firm Approach (Max 40)Related Experience (Max 25) Team (Max 35) Total Score (Max 100) 1 Stantec Consulting Services, Inc. 34 22 31 87 2 CDM Smith, Inc.32 19 28 79 3 Woodard & Curran, Inc.32 20 26 78 4 HDR Engineering, Inc.27 18 24 69 Stantec Consulting Services,Inc.,presented a clear approach to the Scope of Work and proposed innovative access improvement options.The firm demonstrated a strong understanding of project risks and outlined alternative solutions to mitigate impacts such as permitting delays,public disruption,and technical challenges including bypass pumping and traffic control.Based on these factors,the Evaluation Team determined that Stantec Consulting Services,Inc.,is the most qualified firm to perform the Scope of Work. Orange County Sanitation District Printed on 1/27/2026Page 3 of 4 powered by Legistar™ File #:2025-4173 Agenda Date:2/4/2026 Agenda Item No:6. Review of Fee Proposal and Negotiations: Proposals were accompanied by sealed fee proposals.In accordance with the Purchasing Ordinance,and per the recommendation of the Evaluation Committee,the Director of Engineering approved to only open the fee proposal from the highest ranked firm. Staff conducted negotiations with Stantec Consulting Services,Inc.to clarify the Scope of Work requirements,the assumptions used to develop the estimated level of effort,and the proposed approach for meeting the project goals and objectives.After validating these assumptions,the level of effort increased due to underestimated QA/QC and environmental documentation requirements. Staff subsequently reduced the overall fee by redistributing hours from senior to junior staff and applying audited overhead and fringe rates. Original Fee Proposal Negotiated Fee Total Hours 20,638 21,398 Total Fee $5,430,785 $5,086,373 The Consultant’s fringe and overhead costs,which factor into the billing rates,have been substantiated.The contract profit of 6.75%is based on the established formula used for OC San’s standard design agreements.Staff is requesting a 10%contingency to address revisions as the project progresses through preliminary and final design. Based on the above,staff has determined that the final negotiated fee is fair and reasonable for the level of effort required for this project and recommends approval of the Professional Design Services Agreement to Stantec Consulting Services, Inc. CEQA The project requires an Initial Study to be performed to determine the CEQA requirements.This Initial Study will be completed as part of this Professional Design Services Agreement.All CEQA requirements as determined by the Initial Study will be completed prior to the award of the construction contract. FINANCIAL CONSIDERATIONS This request complies with the authority levels of OC San’s Purchasing Ordinance.This item has been budgeted (Budget FY 2025-26,Page A-5,North Tustin-Orange Sewer Rehabilitation,Project No.7-69)but is not sufficient.The project budget increase will be included in the budget approval process for the upcoming fiscal year. ATTACHMENT The following attachment(s)may be viewed on-line at the OC San website (www.ocsan.gov)with the complete agenda package: ·Professional Design Services Agreement ·Presentation SA:lb Orange County Sanitation District Printed on 1/27/2026Page 4 of 4 powered by Legistar™ PDSA PROJECT NO. 7-69 Revised 050625 NORTH TUSTIN-ORANGE SEWER REHABILITATION Page 1 of 20 PROFESSIONAL DESIGN SERVICES AGREEMENT This PROFESSIONAL DESIGN SERVICES AGREEMENT, (hereinafter referred to as “Agreement”), is made and entered into to be effective the 25th day of February, 2026 by and between the ORANGE COUNTY SANITATION DISTRICT, (hereinafter referred to as "OC SAN"), and STANTEC CONSULTING SERVICES, INC., (hereinafter referred to as "CONSULTANT"). WITNESSETH: WHEREAS, OC SAN desires to engage CONSULTANT for North Tustin-Orange Sewer Rehabilitation, Project No. 7-69; and to provide professional design services for rehabilitating the North Trunk sewer system and portions of the Tustin-Orange Trunk, Yorba Street Sub-Trunk, Panorama Heights Sub-Trunk, Hewes Avenue Sub-Trunk, and Chapman Avenue Sewer, (Services) and WHEREAS, CONSULTANT is qualified to provide the necessary services in connection with these requirements and has agreed to provide the necessary professional services; and WHEREAS, OC SAN has adopted procedures for the selection of professional design services and has proceeded in accordance with said procedures to select CONSULTANT to perform the Services; and WHEREAS, at its regular meeting on February 25, 2026 the Board of Directors, by Minute Order, accepted the recommendation of the Operations Committee pursuant to OC SAN’s current Purchasing Ordinance to approve this Agreement. NOW, THEREFORE, in consideration of the promises and mutual benefits, which will result to the parties in carrying out the terms of this Agreement, it is mutually agreed as follows: 1. SCOPE OF WORK CONSULTANT agrees to furnish necessary professional and technical services to accomplish those project elements outlined in the Scope of Work attached hereto as Attachment “A", and by this reference made a part of this Agreement. A. The CONSULTANT shall be responsible for the professional quality, technical accuracy, completeness, and coordination of all design, drawings, specifications, and other services furnished by the CONSULTANT under this Agreement, including the work performed by its subconsultants (Subconsultants). Where approval by OC SAN is indicated, it is understood to be conceptual approval only and does not relieve the CONSULTANT of responsibility for complying with all laws, codes, industry standards, and liability for damages caused by errors, omissions, noncompliance with industry standards, and/or negligence on the part of the CONSULTANT or its Subconsultants. B. CONSULTANT is responsible for the quality of work prepared under this Agreement and shall ensure that all work is performed to the standards of best engineering practice for clarity, uniformity, and completeness. CONSULTANT PDSA PROJECT NO. 7-69 Revised 050625 NORTH TUSTIN-ORANGE SEWER REHABILITATION Page 2 of 20 shall respond to all of OC SAN’s questions, comments, suggestions, corrections, and recommendations (i.e., DS1, DS2, DS3, and FDS). All comments shall be incorporated into the design prior to the next submittal deadline or addressed, in writing, as to why the comment has not been incorporated. CONSULTANT shall ensure that each submittal is 100% accurate for the level of work submitted (i.e., correct references, terms, capitalization, or equal status, spelling, punctuation, etc.) C. In the event that work is not performed to the satisfaction of OC SAN and does not conform to the requirements of this Agreement or any applicable industry standards, the CONSULTANT shall, without additional compensation, promptly correct or revise any errors or deficiencies in its designs, drawings, specifications, or other services within the timeframe specified by the OC SAN Project Engineer/Project Manager. OC SAN may charge to CONSULTANT all costs, expenses and damages associated with any such corrections or revisions. D. All CAD drawings, figures, and other work shall be produced by CONSULTANT and Subconsultants using the OC SAN CAD Manual. Conversion of CAD work from any other non-standard CAD format to the OC SAN format shall not be acceptable in lieu of this requirement. Electronic files shall conform to OC SAN specifications. Any changes to these specifications by the CONSULTANT are subject to review and approval of OC SAN. Electronic files shall be subject to an acceptance period of thirty (30) days during which OC SAN shall perform appropriate reviews and including CAD Manual compliance. CONSULTANT shall correct any discrepancies or errors detected and reported within the acceptance period at no additional cost to OC SAN. E. The CONSULTANT shall ensure that all plans and specifications prepared or recommended under this Agreement allow for competitive bidding. The CONSULTANT shall design such plans or specifications so that procurement of services, labor or materials are not available from only one source, and shall not design plans and specifications around a single or specific product, piece of major equipment or machinery, a specific patented design or a proprietary process, unless required by principles of sound engineering practice and supported by a written justification that has been approved in writing by OC SAN. The CONSULTANT shall submit this written justification to OC SAN prior to beginning work on such plans and specifications. Whenever the CONSULTANT recommends a specific product or equipment for competitive procurement, such recommendation shall include at least two brand names of products that are capable of meeting the functional requirements applicable to the project. F. All professional services performed by the CONSULTANT, including but not limited to all drafts, data, correspondence, proposals, reports, and estimates compiled or composed by the CONSULTANT, pursuant to this Agreement, are for the sole use of OC SAN, its agents and employees. Neither the documents nor their contents shall be released to any third party without the prior written consent of OC SAN. This provision does not apply to information that (a) was PDSA PROJECT NO. 7-69 Revised 050625 NORTH TUSTIN-ORANGE SEWER REHABILITATION Page 3 of 20 publicly known, or otherwise known to the CONSULTANT, at the time that it was disclosed to the CONSULTANT by OC SAN, (b) subsequently becomes publicly known to the CONSULTANT other than through disclosure by OC SAN. 2. COMPENSATION Total compensation shall be paid to CONSULTANT for the Services in accordance with the following provisions: A. Total Compensation Total compensation shall be in an amount not to exceed Five Million Eighty-Six Thousand Three Hundred Seventy-Three Dollars ($5,086,373). Total compensation to CONSULTANT including burdened labor (salaries plus benefits), overhead, profit, direct costs, and Subconsultant(s) fees and costs shall not exceed the sum set forth in Attachment “E” - Fee Proposal. B. Labor As a portion of the total compensation to be paid to CONSULTANT, OC SAN shall pay to CONSULTANT a sum equal to the burdened salaries (salaries plus benefits) actually paid by CONSULTANT charged on an hourly-rate basis to this project and paid to the personnel of CONSULTANT. Upon request of OC SAN, CONSULTANT shall provide OC SAN with certified payroll records of all employees’ work that is charged to this project. C. Overhead As a portion of the total compensation to be paid to CONSULTANT, OC SAN shall compensate CONSULTANT and Subconsultants for overhead at the rate equal to the percentage of burdened labor as specified in Attachment “E” - Fee Proposal. D. Profit Profit for CONSULTANT and Subconsultants shall be a percentage of consulting services fees (burdened labor and overhead). When the consulting or subconsulting services amount is $250,000 or less, the maximum profit shall be 10%. Between $250,000 and $2,500,000, the maximum profit shall be limited by a straight declining percentage between 10% and 5%. For consulting or subconsulting services fees with a value greater than $2,500,000, the maximum profit shall be 5%. Addenda shall be governed by the same maximum profit percentage after adding consulting services fees. As a portion of the total compensation to be paid to CONSULTANT and Subconsultants, OC SAN shall pay profit for all services rendered by CONSULTANT and Subconsultants for this project according to Attachment “E” - Fee Proposal. PDSA PROJECT NO. 7-69 Revised 050625 NORTH TUSTIN-ORANGE SEWER REHABILITATION Page 4 of 20 E. Subconsultants For any Subconsultant whose fees for services are greater than or equal to $100,000 (excluding out-of-pocket costs), CONSULTANT shall pay to Subconsultant total compensation in accordance with the Subconsultant amount specified in Attachment “E” - Fee Proposal. For any Subconsultant whose fees for services are less than $100,000, CONSULTANT may pay to Subconsultant total compensation on an hourly-rate basis per Attachment “K” - Minor Subconsultant Hourly Rate Schedule and as specified in Attachment “A” - Scope of Work. OC SAN shall pay to CONSULTANT the actual costs of Subconsultant fees and charges in an amount not to exceed the sum set forth in Attachment “E” - Fee Proposal. F. Direct Costs OC SAN shall pay to CONSULTANT and Subconsultants the actual costs of permits and associated fees, travel and licenses for an amount not to exceed the sum set forth in Attachment “E” - Fee Proposal. OC SAN shall also pay to CONSULTANT actual costs for equipment rentals, leases or purchases with prior approval of OC SAN. Upon request, CONSULTANT shall provide to OC SAN receipts and other documentary records to support CONSULTANT’s request for reimbursement of these amounts, per Attachment “D” - Allowable Direct Costs. All incidental expenses shall be included in overhead pursuant to Section 2 - COMPENSATION above. G. Other Direct Costs Other direct costs incurred by CONSULTANT and its Subconsultant(s) or Subcontractor(s) due to modifications to the Scope of Work resulting from field investigations and field work required by the Agreement. These items may include special equipment, test equipment and tooling and other materials and services not previously identified. Refer to attachment “D” - Allowable Direct Costs. H. Reimbursable Direct Costs OC SAN will reimburse the CONSULTANT for reasonable travel and business expenses as described in this section and further described in Attachment “D” - Allowable Direct Costs. The reimbursement of the above-mentioned expenses will be based on an “accountable plan” as considered by the U.S. Internal Revenue Service (IRS). The plan includes a combination of reimbursements based upon receipts and a “per diem” component approved by the IRS. The most recent schedule of the per diem rates utilized by OC SAN can be found on the U.S. General Services Administration (GSA) website: https://www.gsa.gov/travel/plan-book/per-diem-rates. The CONSULTANT shall be responsible for the most economical and practical means of management of reimbursable costs inclusive but not limited to travel, lodging and meals arrangements. OC SAN shall apply the most economic and PDSA PROJECT NO. 7-69 Revised 050625 NORTH TUSTIN-ORANGE SEWER REHABILITATION Page 5 of 20 practical method of reimbursement which may include reimbursements based upon receipts and/or “per diem” as deemed the most practical. CONSULTANT shall be responsible for returning to OC SAN any excess reimbursements after the reimbursement has been paid by OC SAN. Travel and travel arrangements – Any travel involving airfare, overnight stays or multiple day attendance must be approved by OC SAN in advance. Local Travel is considered travel by the CONSULTANT within OC SAN general geographical area which includes Orange, Los Angeles, Ventura, San Bernardino, Riverside, San Diego, Imperial, and Kern Counties. Automobile mileage is reimbursable if CONSULTANT is required to utilize a personal vehicle for local travel. Lodging – Overnight stays will not be approved by OC SAN for local travel. However, under certain circumstances overnight stay may be allowed at the discretion of OC SAN based on reasonableness of meeting schedules and the amount of time required for travel by the CONSULTANT. Such determination will be made on a case-by-case basis and at the discretion of OC SAN. Travel Meals – Per-diem rates as approved by the IRS shall be utilized for travel meals reimbursements. Per diem rates shall be applied to meals that are appropriate for travel times. Receipts are not required for the approved meals. Additional details related to the reimbursement of the allowable direct costs are provided in the Attachment “D” - Allowable Direct Costs. I. Limitation of Costs If, at any time, CONSULTANT estimates the cost of performing the services described in CONSULTANT’s Proposal will exceed seventy-five percent (75%) of the not-to-exceed amount of the Agreement, including approved additional compensation, CONSULTANT shall notify OC SAN immediately, and in writing. This written notice shall indicate the additional amount necessary to complete the services. Any cost incurred in excess of the approved not-to-exceed amount, without the express written consent of OC SAN’s authorized representative, shall be at CONSULTANT’s own risk. This written notice shall be provided separately from, and in addition to any notification requirements contained in the CONSULTANT’s invoice and monthly progress report. Failure to notify OC SAN that the services cannot be completed within the authorized not-to-exceed amount is a material breach of this Agreement. 3. REALLOCATION OF TOTAL COMPENSATION OC SAN, by its Director of Engineering, shall have the right to approve a reallocation of the incremental amounts constituting the total compensation, provided that the total compensation is not increased. PDSA PROJECT NO. 7-69 Revised 050625 NORTH TUSTIN-ORANGE SEWER REHABILITATION Page 6 of 20 4. PAYMENT A. Monthly Invoice: CONSULTANT shall include in its monthly invoice a detailed breakdown of costs associated with the performance of any corrections or revisions of the work for that invoicing period. CONSULTANT shall allocate costs in the same manner as it would for payment requests as described in this section of the Agreement. CONSULTANT shall warrant and certify the accuracy of these costs and understand that submitted costs are subject to Section 11 - AUDIT PROVISIONS. B. CONSULTANT may submit monthly or periodic statements requesting payment for those items included in Section 2 - COMPENSATION hereof in the format as required by OC SAN. Such requests shall be based upon the amount and value of the work and services performed by CONSULTANT under this Agreement and shall be prepared by CONSULTANT and accompanied by such supporting data, including a detailed breakdown of all costs incurred and work performed during the period covered by the statement, as may be required by OC SAN. Upon approval of such payment request by OC SAN, payment shall be made to CONSULTANT as soon as practicable of one hundred percent (100%) of the invoiced amount on a per task basis. If OC SAN determines that the work under this Agreement, or any specified task hereunder, is incomplete and that the amount of payment is in excess of: i. The amount considered by OC SAN’s Director of Engineering to be adequate for the protection of OC SAN; or ii. The percentage of the work accomplished for each task. OC SAN may, at the discretion of its Director of Engineering, retain an amount equal to that which ensures that the total amount paid to that date does not exceed the percentage of the completed work for each task or the project in its entirety. C. CONSULTANT may submit periodic payment requests for each thirty (30)-day period of this Agreement for the profit as set forth in Section 2 - COMPENSATION above. Said profit payment request shall be proportionate to the work actually accomplished to date on a per task basis. In the event OC SAN's Director of Engineering determines that no satisfactory progress has been made since the prior payment, or in the event of a delay in the work progress for any reason, OC SAN shall have the right to withhold any scheduled proportionate profit payment. D. Upon satisfactory completion by CONSULTANT of the work called for under the terms of this Agreement, and upon acceptance of such work by OC SAN, CONSULTANT will be paid the unpaid balance of any money due for such work, including any retained percentages relating to this portion of the work. PDSA PROJECT NO. 7-69 Revised 050625 NORTH TUSTIN-ORANGE SEWER REHABILITATION Page 7 of 20 E. Upon satisfactory completion of the work performed hereunder and prior to final payment under this Agreement for such work, or prior settlement upon termination of this Agreement, and as a condition precedent thereto, CONSULTANT shall execute and deliver to OC SAN a release of all claims against OC SAN arising under or by virtue of this Agreement other than such claims, if any, as may be specifically exempted by the CONSULTANT from the operation of the release in stated amounts to be set forth therein. F. Pursuant to the California False Claims Act (Government Code Sections 12650-12655), any CONSULTANT that knowingly submits a false claim to OC SAN for compensation under the terms of this Agreement may be held liable for treble damages and up to a Ten Thousand Dollars ($10,000) civil penalty for each false claim submitted. This section shall also be binding on all Subconsultants and Subcontractors. A CONSULTANT or Subconsultant or Subcontractor shall be deemed to have submitted a false claim when the CONSULTANT or Subconsultant or Subcontractor: a) knowingly presents or causes to be presented to an officer or employee of OC SAN a false claim or request for payment or approval; b) knowingly makes, uses, or causes to be made or used a false record or statement to get a false claim paid or approved by OC SAN; c) conspires to defraud OC SAN by getting a false claim allowed or paid by OC SAN; d) knowingly makes, uses, or causes to be made or used a false record or statement to conceal, avoid, or decrease an obligation to OC SAN; or e) is a beneficiary of an inadvertent submission of a false claim to OC SAN, and fails to disclose the false claim to OC SAN within a reasonable time after discovery of the false claim. 5. CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) REGISTRATION AND RECORD OF WAGES A. To the extent CONSULTANT’s employees and/or Subconsultants who will perform work during the design and preconstruction phases of a construction contract for which Prevailing Wage Determinations have been issued by the DIR and as more specifically defined under Labor Code Section 1720 et seq, CONSULTANT and Subconsultants shall comply with the registration requirements of Labor Code Section 1725.5. Pursuant to Labor Code Section 1771.4, the work is subject to compliance monitoring and enforcement by the DIR. B. The CONSULTANT and Subconsultants shall maintain accurate payroll records and shall comply with all the provisions of Labor Code Section 1776 and shall submit payroll records to the Labor Commissioner pursuant to Labor Code Section 1771.4(a)(3). Penalties for non-compliance with the requirements of Section 1776 may be deducted from progress payments per Section 1776. C. Pursuant to Labor Code Section 1776, the CONSULTANT and Subconsultants shall furnish a copy of all certified payroll records to OC SAN and/or general public upon request, provided the public request is made through OC SAN, the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement of the DIR. PDSA PROJECT NO. 7-69 Revised 050625 NORTH TUSTIN-ORANGE SEWER REHABILITATION Page 8 of 20 D. The CONSULTANT and Subconsultants shall comply with the job site notices posting requirements established by the Labor Commissioner per Title 8, California Code of Regulation Section 16461(e). 6. DOCUMENT OWNERSHIP – SUBSEQUENT CHANGES TO PLANS AND SPECIFICATIONS A. Ownership of Documents for the Services performed. All documents, including but not limited to, original plans, studies, sketches, drawings, computer printouts and disk files, and specifications prepared in connection with or related to the Scope of Work or Services, shall be the property of OC SAN. OC SAN’s ownership of these documents includes the use of reproduction or reuse of and all incidental rights, whether or not the work for which they were prepared has been performed. OC SAN ownership entitlement arises upon payment or any partial payment for work performed and includes ownership of any and all work product completed prior to that payment. This section shall apply whether the CONSULTANT’s Services are terminated: a) by the completion of the Agreement, or b) in accordance with other provisions of this Agreement. Notwithstanding any other provision of this paragraph or Agreement, the CONSULTANT shall have the right to make copies of all such plans, studies, sketches, drawings, computer printouts and disk files, and specifications. B. CONSULTANT shall not be responsible for damage caused by subsequent changes to or uses of the plans or specifications, where the subsequent changes or uses are not authorized or approved by CONSULTANT, provided that the service rendered by CONSULTANT was not a proximate cause of the damage. 7. INSURANCE A. General i. Insurance shall be issued and underwritten by insurance companies acceptable to OC SAN. ii. Insurers must have an “A-” Policyholder’s Rating, or better, and Financial Rating of at least Class VIII, or better, in accordance with the most current A.M. Best’s Guide Rating. However, OC SAN will accept State Compensation Insurance Fund, for the required policy of Workers’ Compensation Insurance subject to OC SAN’s option to require a change in insurer in the event the State Fund financial rating is decreased below “B”. Further, OC SAN will require CONSULTANT to substitute any insurer whose rating drops below the levels herein specified. Said substitution shall occur within twenty (20) days of written notice to CONSULTANT, by OC SAN or its agent. iii. Coverage shall be in effect prior to the commencement of any work under this Agreement. PDSA PROJECT NO. 7-69 Revised 050625 NORTH TUSTIN-ORANGE SEWER REHABILITATION Page 9 of 20 B. General Liability The CONSULTANT shall maintain during the life of this Agreement, including the period of warranty, commercial general liability insurance written on an occurrence basis providing the following minimum limits of liability coverage: Two Million Dollars ($2,000,000) per occurrence with Four Million Dollars ($4,000,000) aggregate. If aggregate limits apply separately to this Agreement (as evidenced by submission of ISO form CG 25 03 or 25 04), then the aggregate limit may be equivalent to the per occurrence limit. Said insurance shall include coverage for the following hazards: premises-operations, blanket contractual liability (for this Agreement), products liability/completed operations (including any product manufactured or assembled), broad form property damage, blanket contractual liability, independent contractors liability, personal and advertising injury, mobile equipment, owners and contractors protective liability, and cross liability and severability of interest clauses. A statement on an insurance certificate will not be accepted in lieu of the actual additional insured endorsement(s). If requested by OC SAN and applicable, XCU coverage (Explosion, Collapse and Underground) and Riggers/On Hook Liability must be included in the general liability policy and coverage must be reflected on the submitted certificate of insurance. Where permitted by law, CONSULTANT hereby waives all rights of recovery by subrogation because of deductible clauses, inadequacy of limits of any insurance policy, limitations or exclusions of coverage, or any other reason against OC SAN, its or their officers, agents, or employees, and any other consultant, contractor, or subcontractor performing work or rendering services on behalf of OC SAN in connection with the planning, development, and construction of the project. In all its insurance coverages related to the work, CONSULTANT shall include clauses providing that each insurer shall waive all of its rights of recovery by subrogation against OC SAN, its or their officers, agents, or employees, or any other consultant, contractor, or subcontractor performing work or rendering services at the project. Where permitted by law, CONSULTANT shall require similar written express waivers and insurance clauses from each of its Subconsultants of every tier. A waiver of subrogation shall be effective as to any individual or entity, even if such individual or entity (a) would otherwise have a duty of indemnification, contractual or otherwise, (b) did not pay the insurance premium, directly or indirectly, and (c) whether or not such individual or entity has an insurable interest in the property damaged. C. Automobile/Vehicle Liability Insurance The CONSULTANT shall maintain a policy of automobile liability insurance on a comprehensive form covering all owned, non-owned, and hired automobiles, trucks, and other vehicles providing the following minimum limit of liability coverage: combined single limit of One Million Dollars ($1,000,000). A statement on an insurance certificate will not be accepted in lieu of the actual additional insured endorsement. D. Umbrella Excess Liability The minimum limits of general liability and automobile liability insurance required, as set forth herein, shall be provided for through either a single policy of primary PDSA PROJECT NO. 7-69 Revised 050625 NORTH TUSTIN-ORANGE SEWER REHABILITATION Page 10 of 20 insurance or a combination of policies of primary and umbrella excess coverage. Umbrella excess liability coverage shall be issued with limits of liability which, when combined with the primary insurance, will equal the minimum limits for general liability and automobile liability. E. Workers’ Compensation Insurance The CONSULTANT shall provide such workers’ compensation insurance as required by the Labor Code of the State of California in the amount of the statutory limit, including employer’s liability insurance with a minimum limit of One Million Dollars ($1,000,000) per occurrence. Such workers’ compensation insurance shall be endorsed to provide for a waiver of subrogation in favor of OC SAN. A statement on an insurance certificate will not be accepted in lieu of the actual endorsements unless the insurance carrier is State of California Insurance Fund and the identifier “SCIF” and endorsement numbers 2570 and 2065 are referenced on the certificate of insurance. If an exposure to Jones Act liability may exist, the insurance required herein shall include coverage for Jones Act claims. F. Errors and Omissions/Professional Liability CONSULTANT shall maintain in full force and effect, throughout the term of this Agreement, standard industry form professional liability / errors and omissions insurance coverage with coverage limits of not less than Five Million Dollars ($5,000,000) in accordance with the provisions of this paragraph. If the policy of insurance is written on a “claims made” basis, said policy shall be continued in full force and effect at all times during the term of this Agreement, and for a period of five (5) years from the date of the completion of the services hereunder. In the event of termination of said policy during this period, CONSULTANT shall obtain continuing insurance coverage for the prior acts or omissions of CONSULTANT during the course of performing services under the terms of this Agreement. Said coverage shall be evidenced by either a new policy evidencing no gap in coverage or by separate extended “tail” coverage with the present or new carrier. In the event the present policy of insurance is written on an “occurrence” basis, said policy shall be continued in full force and effect during the term of this Agreement or until completion of the services provided for in this Agreement, whichever is later. In the event of termination of said policy during this period, new coverage shall be obtained for the required period to insure for the prior acts or omissions of CONSULTANT during the course of performing services under the terms of this Agreement. CONSULTANT shall provide to OC SAN a certificate of insurance in a form acceptable to OC SAN indicating the deductible or self-retention amounts and the expiration date of said policy and shall provide renewal certificates not less than ten (10) days prior to the expiration of each policy term. PDSA PROJECT NO. 7-69 Revised 050625 NORTH TUSTIN-ORANGE SEWER REHABILITATION Page 11 of 20 G. Drone Liability Insurance If a drone will be used, drone liability insurance must be maintained by CONSULTANT in the amount of One Million Dollars ($1,000,000) in form acceptable to OC SAN. H. Proof of Coverage The CONSULTANT shall furnish OC SAN with original certificates and amendatory endorsements effecting coverage. Said policies and endorsements shall conform to the requirements herein stated. All certificates and endorsements are to be received and approved by OC SAN before work commences. OC SAN reserves the right to require, at any time, complete, certified copies of all required insurance policies, including endorsements, effecting the coverage required. The following are approved forms that must be submitted as proof of coverage: •of insurance form • (General Liability) CG 20 10 and CG 20 37 All other additional insured endorsements must be submitted for approval by OC SAN, and OC SAN may reject alternatives that provide different or less coverage to OC SAN. • Additional Insured (Automobile Liability) OC SAN approval. •subrogation endorsement provided by carrier for OC SAN approval. •CONSULTANT is responsible for notifying OC SAN of any pending or actual insurance policy cancellation, as described in Article I. Cancellation and Policy Change Notice, below. I. Cancellation and Policy Change Notice The CONSULTANT is required to notify OC SAN in writing of any insurance cancellation notice it receives or other knowledge of pending or actual insurance policy cancellation within two (2) working days of receipt of such notice or acquisition of such knowledge. Additionally, the CONSULTANT is required to notify OC SAN in writing of any change in the terms of insurance, including reduction in coverage or increase in deductible/SIR, within two (2) working days of receipt of such notice or knowledge of same. PDSA PROJECT NO. 7-69 Revised 050625 NORTH TUSTIN-ORANGE SEWER REHABILITATION Page 12 of 20 Said notices shall be mailed to OC SAN at: ORANGE COUNTY SANITATION DISTRICT 18480 Bandilier Circle Fountain Valley, CA 92708 Attention: Contracts, Purchasing & Materials Management Division J. Primary Insurance The general and automobile liability policies shall contain a Primary and “Non-Contributory” clause. Any other insurance maintained by OC SAN shall be excess and not contributing with the insurance provided by CONSULTANT. K. Separation of Insured The general and automobile liability policies shall contain a “Separation of Insureds” clause. L. Non-Limiting (if applicable) Nothing in this document shall be construed as limiting in any way, nor shall it limit the indemnification provision contained in this Agreement, or the extent to which CONSULTANT may be held responsible for payment of damages to persons or property. M. Deductibles and Self-Insured Retentions Any deductible and/or self-insured retention must be declared to OC SAN on the certificate of insurance. All deductibles and/or self-insured retentions require approval by OC SAN. At the option of OC SAN, either: the insurer shall reduce or eliminate such deductible or self-insured retention as respects OC SAN; or the CONSULTANT shall provide a financial guarantee satisfactory to OC SAN guaranteeing payment of losses and related investigations, claim administration and defense expenses. N. Defense Costs The general and automobile liability policies shall have a provision that defense costs for all insureds and additional insureds are paid in addition to and do not deplete any policy limits. O. Subconsultants The CONSULTANT shall be responsible for establishing insurance requirements for any Subconsultant hired by the CONSULTANT. The insurance shall be in amounts and types reasonably sufficient to deal with the risk of loss involving the Subconsultant’s operations and work. PDSA PROJECT NO. 7-69 Revised 050625 NORTH TUSTIN-ORANGE SEWER REHABILITATION Page 13 of 20 P. Limits Are Minimums If the CONSULTANT maintains higher limits than any minimums shown above, then OC SAN requires and shall be entitled to coverage for the higher limits maintained by CONSULTANT. 8. SCOPE CHANGES In the event of a change in the Scope of Work or other terms in the Agreement, as requested by OC SAN, the parties hereto shall execute an amendment to this Agreement setting forth with particularity all terms of the new Agreement, including, but not limited to, any additional CONSULTANT's fees. CONSULTANT hereby agrees to use any and all procedures, programs, and systems required by OC SAN to process and execute such amendment(s), including, but not limited to, computer programs and systems. 9. PROJECT TEAM AND SUBCONSULTANTS CONSULTANT shall provide to OC SAN, prior to execution of this Agreement, the names and full description of all Subconsultants and CONSULTANT’s project team members anticipated to be used on this project by CONSULTANT. CONSULTANT shall include a description of the scope of work to be done by each Subconsultant and each CONSULTANT’s project team member. CONSULTANT shall include the respective compensation amounts for CONSULTANT and each Subconsultant on a per task basis, broken down as indicated in Section 2 - COMPENSATION. There shall be no substitution of the listed Subconsultants and CONSULTANT’s project team members without prior written approval by OC SAN. 10. ENGINEERING REGISTRATION The CONSULTANT’s personnel are comprised of registered engineers and a staff of specialists and draftsmen in each department. The firm itself is not a registered engineer but represents and agrees that wherever in the performance of this Agreement requires the services of a registered engineer, such services hereunder will be performed under the direct supervision of registered engineers. 11. AUDIT PROVISIONS A. OC SAN retains the reasonable right to access, review, examine, and audit, any and all books, records, documents, and any other evidence of procedures and practices that OC SAN determines are necessary to discover and verify that the CONSULTANT is in compliance with all requirements under this Agreement. The CONSULTANT shall include OC SAN’s right as described above, in any and all of their subcontracts, and shall ensure that these rights are binding upon all Subconsultants. OC SAN retains the right to examine CONSULTANT’s books, records, documents and any other evidence of procedures and practices that OC SAN determines are necessary to discover and verify all direct and indirect costs, of PDSA PROJECT NO. 7-69 Revised 050625 NORTH TUSTIN-ORANGE SEWER REHABILITATION Page 14 of 20 whatever nature, which are claimed to have been incurred, or anticipated to be incurred or to ensure CONSULTANT’s compliance with all requirements under this Agreement during the term of this Agreement and for a period of three (3) years after its termination. B. CONSULTANT shall maintain complete and accurate records in accordance with generally accepted industry standard practices and OC SAN’s policy. The CONSULTANT shall make available to OC SAN for review and audit, all project related accounting records and documents, and any other financial data within fifteen (15) days after receipt of notice from OC SAN. Upon OC SAN’s request, the CONSULTANT shall submit exact duplicates of originals of all requested records to OC SAN. If an audit is performed, CONSULTANT shall ensure that a qualified employee of the CONSULTANT will be available to assist OC SAN’s auditor in obtaining all project related accounting records and documents, and any other financial data. 12. LEGAL RELATIONSHIP BETWEEN PARTIES The legal relationship between the parties hereto is that of an independent contractor and nothing herein shall be deemed to make CONSULTANT an employee of OC SAN. 13. NOTICES All notices hereunder and communications regarding the interpretation of the terms of this Agreement, or changes thereto, shall be effected by delivery of said notices in person or by depositing said notices in the U.S. mail, registered or certified mail, return receipt requested, postage prepaid. Notices shall be mailed to OC SAN at: ORANGE COUNTY SANITATION DISTRICT 18480 Bandilier Circle Fountain Valley, CA 92708 Attention: Larry Roberson, Senior Contracts Administrator Copy: Scott Ahn, Project Manager Notices shall be mailed to CONSULTANT at: STANTEC CONSULTING SERVICES, INC. 300 North Lake Avenue, Suite 400 Pasadena, CA 91101 Attention: Venu Kolli, Principal-in-Charge Copy: Umesh Murthy, Project Manager All communication regarding the Scope of Work will be addressed to the OC SAN Project Manager. Direction from other OC SAN staff must be approved in writing by the OC SAN Project Manager prior to action by the CONSULTANT. PDSA PROJECT NO. 7-69 Revised 050625 NORTH TUSTIN-ORANGE SEWER REHABILITATION Page 15 of 20 14. TERMINATION OC SAN may terminate this Agreement at any time, without cause, upon giving thirty (30) days written notice to CONSULTANT. In the event of such termination, CONSULTANT shall be entitled to compensation for work performed on a prorated basis through and including the effective date of termination. CONSULTANT shall be permitted to terminate this Agreement upon thirty (30) days written notice only if CONSULTANT is not compensated for billed amounts in accordance with the provisions of this Agreement, when the same are due. Notice of termination shall be mailed to OC SAN and/or CONSULTANT in accordance with Section 13 - NOTICES. 15. DOCUMENTS AND STUDY MATERIALS The documents and study materials for this project shall become the property of OC SAN upon the termination or completion of the work. CONSULTANT agrees to furnish to OC SAN copies of all memoranda, correspondence, computation and study materials in its files pertaining to the work described in this Agreement, which is requested in writing by OC SAN. 16. COMPLIANCE A. Labor CONSULTANT certifies by the execution of this Agreement that it pays employees not less than the minimum wage as defined by law, and that it does not discriminate in its employment with regard to race, color, religion, sex or national origin; that it is in compliance with all federal, state and local directives and executive orders regarding non-discrimination in employment; and that it agrees to demonstrate positively and aggressively the principle of equal opportunity in employment. B. Air Pollution CONSULTANT and its Subconsultants and Subcontractors shall comply with all applicable federal, state and local air pollution control laws and regulations. C. Iran Contracting Act CONSULTANT and its Subconsultants and Subcontractors shall comply with the Iran Contracting Act of 2010 (Public Contract Code sections 2200-2208). D. California Air Resources Board Mobile Source Regulations CONSULTANT and its Subconsultants and Subcontractors shall comply with the following California Air Resources Board Mobile Source Regulations: PDSA PROJECT NO. 7-69 Revised 050625 NORTH TUSTIN-ORANGE SEWER REHABILITATION Page 16 of 20 • Advanced Clean Fleet (ACF): 13 CCR 2013-2013.4; 13 CCR 2015-2015.6 • Truck & Bus Regulation (T&B): 13 CCR 2025 • Clean Truck Check (CTC): 13 CCR 2195-2199.1 • Off-Road Diesel Amendments (ORD): 13 CCR 2449-2449.2 17. AGREEMENT EXECUTION AUTHORIZATION Both OC SAN and CONSULTANT do covenant that each individual executing this document by and on behalf of each party is a person duly authorized to execute agreements for that party. 18. DISPUTE RESOLUTION In the event of a dispute arising between the parties regarding performance or interpretation of this Agreement, the dispute shall be resolved by binding arbitration under the auspices of the Judicial Arbitration and Mediation Service (“JAMS”), or similar organization or entity conducting alternate dispute resolution services. 19. ATTORNEY FEES, COSTS AND NECESSARY DISBURSEMENTS If any action at law or in equity or if any proceeding in the form of an Alternative Dispute Resolution (ADR) is necessary to enforce or interpret the terms of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees, costs and necessary disbursements in addition to any other relief to which it may be entitled. 20. PROGRESS REPORTS Monthly progress reports shall be submitted for review by the tenth (10th) day of the following month and must include as a minimum: 1) current activities, 2) future activities, 3) potential items that are not included in the Scope of Work, 4) concerns and possible delays, 5) percentage of completion, and 6) budget status. 21. WARRANTY CONSULTANT shall perform its services in accordance with generally accepted industry and professional standards. If, within the twelve (12)-month period following completion of its services, OC SAN informs CONSULTANT that any part of the services fails to meet those standards, CONSULTANT shall, within the time prescribed by OC SAN, take all such actions as are necessary to correct or complete the noted deficiency(ies). 22. INDEMNIFICATION To the fullest extent permitted by law, CONSULTANT shall indemnify, defend (at CONSULTANT’s sole cost and expense and with legal counsel approved by OC SAN, which approval shall not be unreasonably withheld), protect and hold harmless OC SAN and all of OC SAN’s officers, directors, employees, consultants, and agents (collectively the “Indemnified Parties”), from and against any and all claims, damages, liabilities, causes of action, suits, arbitration awards, losses, judgments, fines, penalties, costs and expenses (including, without limitation, attorneys’ fees, disbursements and court costs, and all other professional, expert or CONSULTANT’s fees and costs and OC SAN’s PDSA PROJECT NO. 7-69 Revised 050625 NORTH TUSTIN-ORANGE SEWER REHABILITATION Page 17 of 20 general and administrative expenses; individually, a “Claim”; collectively, “Claims”) which may arise from or are in any manner related, directly or indirectly, to any work performed, or any operations, activities, or services provided by CONSULTANT in carrying out its obligations under this Agreement to the extent of the negligent, recklessness and/or willful misconduct of CONSULTANT, its principals, officers, agents, employees, CONSULTANT’s suppliers, CONSULTANT, Subconsultants, Subcontractors, and/or anyone employed directly or indirectly by any of them, regardless of any contributing negligence or strict liability of an Indemnified Party. Notwithstanding the foregoing, nothing herein shall be construed to require CONSULTANT to indemnify the Indemnified Parties from any Claim arising solely from: (A) the active negligence or willful misconduct of the Indemnified Parties; or (B) a natural disaster or other act of God, such as an earthquake; or (C) the independent action of a third party who is neither one of the Indemnified Parties nor the CONSULTANT, nor its principal, officer, agent, employee, nor CONSULTANT’s supplier, CONSULTANT, Subconsultant, Subcontractor, nor anyone employed directly or indirectly by any of them. Exceptions (A) through (B) above shall not apply, and CONSULTANT shall, to the fullest extent permitted by law, indemnify the Indemnified Parties, from Claims arising from more than one cause if any such cause taken alone would otherwise result in the obligation to indemnify hereunder. CONSULTANT’s liability for indemnification hereunder is in addition to any liability CONSULTANT may have to OC SAN for a breach by CONSULTANT of any of the provisions of this Agreement. Under no circumstances shall the insurance requirements and limits set forth in this Agreement be construed to limit CONSULTANT’s indemnification obligation or other liability hereunder. The terms of this Agreement are contractual and the result of negotiation between the parties hereto. Accordingly, any rule of construction of contracts (including, without limitation, California Civil Code Section 1654) that ambiguities are to be construed against the drafting party, shall not be employed in the interpretation of this Agreement. 23. DUTY TO DEFEND The duty to defend hereunder is wholly independent of and separate from the duty to indemnify and such duty to defend shall exist regardless of any ultimate liability of CONSULTANT and shall be consistent with Civil Code Section 2782.8. Such defense obligation shall arise immediately upon presentation of a Claim by any person if, without regard to the merit of the Claim, such Claim could potentially result in an obligation to indemnify one or more Indemnified Parties, and upon written notice of such Claim being provided to CONSULTANT. Payment to CONSULTANT by any Indemnified Party or the payment or advance of defense costs by any Indemnified Party shall not be a condition precedent to enforce such Indemnified Party’s rights to indemnification hereunder. In the event a final judgment, arbitration, award, order, settlement, or other final resolution expressly determines that the claim did not arise out of, pertain to, or relate to the PDSA PROJECT NO. 7-69 Revised 050625 NORTH TUSTIN-ORANGE SEWER REHABILITATION Page 18 of 20 negligence, recklessness, or willful misconduct of the CONSULTANT, to any extent, then OC SAN will reimburse CONSULTANT for the reasonable costs of defending the Indemnified Parties against such claims. CONSULTANT’s indemnification obligation hereunder shall survive the expiration or earlier termination of this Agreement until such time as action against the Indemnified Parties for such matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 24. CONSULTANT PERFORMANCE The CONSULTANT’s performance shall be evaluated by OC SAN. A copy of the evaluation shall be sent to the CONSULTANT for comment. The evaluation, together with the comments, shall be retained by OC SAN and may be considered in future CONSULTANT selection processes. 25. COMPLIANCE WITH OC SAN POLICIES AND PROCEDURES CONSULTANT shall comply with all OC SAN policies and procedures, including, but not limited to, Attachment “L” - Contractor Safety Standards, as applicable, and Attachment “O” - Human Resources Policies, all as may be amended from time to time. 26. CLOSEOUT When OC SAN determines that all work authorized under the Agreement is fully complete and that OC SAN requires no further work from CONSULTANT, or the Agreement is otherwise terminated or expires in accordance with the terms of the Agreement, OC SAN shall give the CONSULTANT written notice that the Agreement will be closed out. CONSULTANT shall submit all outstanding billings, work submittals, deliverables, reports or similarly related documents as required under the Agreement within thirty (30) days of receipt of notice of Agreement closeout. Upon receipt of CONSULTANT’s submittals, OC SAN shall commence a closeout audit of the Agreement and will either: i. Give the CONSULTANT a final Agreement Acceptance: or ii. Advise the CONSULTANT in writing of any outstanding item or items which must be furnished, completed, or corrected at the CONSULTANT’s cost. CONSULTANT shall be required to provide adequate resources to fully support any administrative closeout efforts identified in this Agreement. Such support must be provided within the timeframe requested by OC SAN. Notwithstanding the final Agreement Acceptance the CONSULTANT will not be relieved of its obligations hereunder, nor will the CONSULTANT be relieved of its obligations to complete any portions of the work, the non-completion of which were not disclosed to OC SAN (regardless of whether such nondisclosures were fraudulent, negligent, or PDSA PROJECT NO. 7-69 Revised 050625 NORTH TUSTIN-ORANGE SEWER REHABILITATION Page 19 of 20 otherwise); and the CONSULTANT shall remain obligated under all those provisions of the Agreement which expressly or by their nature extend beyond and survive final Agreement Acceptance. Any failure by OC SAN to reject the work or to reject the CONSULTANT’s request for final Agreement Acceptance as set forth above shall not be deemed to be acceptance of the work by OC SAN for any purpose nor imply acceptance of, or agreement with, the CONSULTANT’s request for final Agreement Acceptance. 27. ENTIRE AGREEMENT This Agreement constitutes the entire understanding and agreement between the parties and supersedes all previous negotiations between them pertaining to the subject matter thereof. PDSA PROJECT NO. 7-69 Revised 050625 NORTH TUSTIN-ORANGE SEWER REHABILITATION Page 20 of 20 IN WITNESS WHEREOF, this Agreement has been executed in the name of OC SAN and CONSULTANT by their respective duly authorized officers as of the day and year first written above. CONSULTANT: STANTEC CONSULTING SERVICES, INC. By _______________________________ _________________ Date __________________________________________________ Printed Name & Title ORANGE COUNTY SANITATION DISTRICT By _______________________________ _________________ Ryan P. Gallagher Date Board Chairman By _______________________________ _________________ Kelly A. Lore Date Clerk of the Board By _______________________________ _________________ Kevin Work Date Purchasing & Contracts Manager Attachments: Attachment “A” – Scope of Work Attachment “B” – Labor Hour Matrix Attachment “C” – Not Attached Attachment “D” – Allowable Direct Costs Attachment “E” – Fee Proposal Attachment “F” – Not Used Attachment “G” – Not Attached Attachment “H” – Not Used Attachment “I” – Cost Matrix and Summary Attachment “J” – Not Attached Attachment “K” – Minor Subconsultant Hourly Rate Schedule Attachment “L” – Contractor Safety Standards Attachment "M” – Not Attached Attachment "N” – Not Attached Attachment “O” – Human Resources Policies LDR:ms ATTACHMENT “A” SCOPE OF WORK January-2026 7-69 – Design SOW Page 1 of 54 ATTACHMENT "A" SCOPE OF WORK North Tustin-Orange Sewer Rehabilitation Project No. 7-69 January-2026 7-69 – Design SOW Page 2 of 54 TABLE OF CONTENTS 1. PROJECT REQUIREMENTS ................................................................................................................ 5 Summary .......................................................................................................................... 5 1.0.1 Professional Design Engineering Services ............................................................ 5 1.0.2 Professional Licensing requirements ..................................................................... 5 Background ...................................................................................................................... 5 General Project Description ........................................................................................... 5 Project Execution Phases ................................................................................................ 7 Description of Project Elements ..................................................................................... 7 1.4.1 Project Element 1 – Rehabilitate North Trunk ...................................................... 7 1.4.2 Project Element 2 – Rehabilitate and Abandon Sewer and Sewer Manhole ......... 8 1.4.3 Project Element 3 – Improve Sewer Manhole Access ........................................ 12 1.4.4 Temporary Facilities during Construction........................................................... 13 1.4.5 Coordination with Other Projects ........................................................................ 13 Design Considerations ................................................................................................... 14 1.5.1 Technology and Configuration Choices .............................................................. 14 1.5.2 Design Decisions ................................................................................................. 14 1.5.3 Design Selection Criteria..................................................................................... 14 1.5.4 Project Element Description Revisions ............................................................... 14 1.5.5 Construction Cost Estimate ................................................................................. 14 Project Schedule ............................................................................................................ 14 1.6.1 General ................................................................................................................ 14 2. PHASE 2 – PRELIMINARY DESIGN .................................................................................................. 15 Preliminary Design Execution (Not Used) .................................................................. 15 Predesign Evalution Studies (Not Used) ...................................................................... 15 Preliminary Design Production .................................................................................... 16 2.2.1 General ................................................................................................................ 16 2.2.2 Design Memos ..................................................................................................... 16 2.2.3 Preliminary Design Drawings ............................................................................. 18 2.2.4 Preliminary Design Report Production, Contents, and Organization .................. 19 2.2.5 Preliminary Design Cost Estimate ...................................................................... 19 Preliminary Design Activities ....................................................................................... 19 2.3.1 Manhole Condition Assessment .......................................................................... 19 2.3.2 Manhole Abandonment Evaluation ..................................................................... 20 2.3.3 Spot Repair Evaluation ........................................................................................ 20 2.3.4 Easements, Property Boundaries and Work Area Limits .................................... 20 2.3.5 Topographic Survey ............................................................................................ 20 2.3.6 Geotechnical Investigation .................................................................................. 22 2.3.7 Utility Investigation ............................................................................................. 24 2.3.8 Public Relations ................................................................................................... 27 2.3.9 Specialty Service ................................................................................................. 30 2.3.10 Environmental Documentation ............................................................................ 32 2.3.11 Permitting Assistance .......................................................................................... 34 2.3.12 Project Safety Review ......................................................................................... 35 2.3.13 Project Management ............................................................................................ 36 2.3.14 Risk Management ................................................................................................ 36 2.3.15 Quality Control .................................................................................................... 36 PDR Workshops and Meetings .................................................................................... 36 January-2026 7-69 – Design SOW Page 3 of 54 2.4.1 General ................................................................................................................ 36 2.4.2 PDR Production Workshops ............................................................................... 36 2.4.3 Design Memo Workshops ................................................................................... 37 2.4.4 PDR Review Workshops ..................................................................................... 37 2.4.5 PDR Constructability Workshop ......................................................................... 37 2.4.6 Technical Progress Meetings............................................................................... 38 2.4.7 Focused Meetings ................................................................................................ 38 2.4.8 Coordination with Other Projects Meetings ........................................................ 39 2.4.9 Stormwater Compliance Meeting ........................................................................ 39 3. PHASE 3 – DESIGN ............................................................................................................................ 39 Bid Documents ............................................................................................................... 39 3.0.1 General ................................................................................................................ 39 3.0.2 Engineering Design Guideline Updates .............................................................. 39 3.0.3 General Requirements and Additional General Requirements (GR) .................. 39 3.0.4 Design Submittals ............................................................................................... 40 3.0.5 Construction Submittal Items List ....................................................................... 40 3.0.6 Temporary Facilities During Contruction ........................................................... 40 Design Support Documentation ................................................................................... 41 3.1.1 Design Submittal Support Documentation .......................................................... 41 3.1.2 Construction Cost Estimate ................................................................................. 42 3.1.3 Construction Schedule ......................................................................................... 42 3.1.4 Procurement Alternatives .................................................................................... 42 Design Activities ............................................................................................................ 42 3.2.1 Easements, Property Boundaries and Work Area Limits .................................... 42 3.2.2 Topographic Survey ............................................................................................ 42 3.2.3 Geotechnical Baseline Report ............................................................................. 42 3.2.4 Utility Investigation ............................................................................................. 43 3.2.5 Noise Evaluation Services ................................................................................... 43 3.2.6 Traffic Control Services ...................................................................................... 44 3.2.7 Public Relations ................................................................................................... 44 3.2.8 Specialty Service ................................................................................................. 44 3.2.9 Environmental Documentation ............................................................................ 44 3.2.10 Permitting Assistance .......................................................................................... 44 3.2.11 Project Safety Review ......................................................................................... 44 3.2.12 Project Management ............................................................................................ 45 3.2.13 Risk Management ................................................................................................ 45 3.2.14 Quality Control .................................................................................................... 45 Design Workshops and Meetings ................................................................................. 45 3.3.1 General ................................................................................................................ 45 3.3.2 Design Phase Workshops .................................................................................... 45 3.3.3 DS2 Constructability Workshop ......................................................................... 46 3.3.4 Design Phase Meetings ....................................................................................... 47 3.3.5 CONSULTANT Office Technical Meetings (COTMs) ...................................... 48 3.3.6 Coordination with Other Projects Meetings ........................................................ 48 3.3.7 Safety and Risk Meeting ..................................................................................... 49 3.3.8 Construction Submittal Items List Meeting ........................................................ 49 3.3.9 Stormwater Compliance Meeting ........................................................................ 49 Bid Phase Support Services .......................................................................................... 49 3.4.1 Bid Phase Support Services ................................................................................. 49 3.4.2 Bid Evaluation Assistance ................................................................................... 49 January-2026 7-69 – Design SOW Page 4 of 54 3.4.3 Conformed Document Preparation ...................................................................... 49 4. PHASE 4 – CONSTRUCTION AND INSTALLATION SERVICES ..................................................... 50 5. PHASE 5 – COMMISSIONING SERVICES ........................................................................................ 50 6. PHASE 6 – CLOSE OUT .................................................................................................................... 50 7. GENERAL REQUIREMENTS ............................................................................................................. 50 GENERAL ..................................................................................................................... 50 7.0.1 OC SAN Engineering Design Guidelines and Strategic Plan ............................. 50 7.0.2 Project Phases and Tasks ..................................................................................... 51 7.0.3 Construction Sequencing and Constraints ........................................................... 51 7.0.4 Working Hours .................................................................................................... 51 Standard Drawings and Typical Details .............................................................. 51 7.0.5 51 7.0.6 Software .............................................................................................................. 51 7.0.7 Submittal Review using Bluebeam ..................................................................... 52 7.0.8 Word Track Changes ........................................................................................... 52 7.0.9 GIS Submittals .................................................................................................... 52 8. STAFF ASSISTANCE ......................................................................................................................... 53 9. EXHIBITS ............................................................................................................................................ 53 January-2026 7-69 – Design SOW Page 5 of 54 1. PROJECT REQUIREMENTS SUMMARY 1.0.1 PROFESSIONAL DESIGN ENGINEERING SERVICES A. Provide professional design engineering services for the project described herein including the following: 1. Preliminary Design Report 2. Environmental documentation services 3. Permitting assistance 4. Preparation of bid documents 1.0.2 PROFESSIONAL LICENSING REQUIREMENTS A. All plans and specifications shall be prepared by a professional engineer licensed in the State of California of the associated discipline. BACKGROUND The North Tustin-Orange Sewer Rehabilitation system alignment is within the City of Tustin, City of Orange, and an unincorporated area of the County of Orange (North Tustin). This project will rehabilitate the North Trunk sewer and other portions of the Tustin-Orange Trunk, Yorba Street Sub-Trunk, Panorama Heights Sub-Trunk, Hewes Avenue Sub-Trunk, and Chapman Avenue Sewer. The assets in this project were originally constructed starting in the early 1960s through the mid-1980s, with the majority of original construction taking place in the 1960s (Exhibit 19 – Project Elements Map and Record Drawings). Only one sewer manhole asset within the project area has been replaced under project 7-41 in 2003 (Exhibit 19 – Project Elements Map and Record Drawings) since its original construction, and no other rehabilitation or replacement efforts have been completed for the other assets. Within the project area all OC SAN sewers are vitrified clay pipe (VCP) gravity sewers with reinforced concrete sewer manholes. Sewer pipeline closed-circuit television (CCTV) inspection records for the Baker-Main and Sunflower trunk systems in the project area date back to as early as 2007, with the most recent sewer pipeline CCTV inspections being completed in 2024. Sewer manhole CCTV inspection records for the Baker-Main and Sunflower trunk systems in the project area date back to 2015 with the most recent sewer manhole CCTV inspections being completed in 2023. Additionally, 18 concrete core samples were taken from nine sewer manholes in the project area in March 2024 and analyzed for chloride content, carbonation depth, pH, and compressive strength. See Exhibit 21 D – Sewer Pipeline and Manhole Conditions for detailed summaries of sewer pipeline and manhole conditions. The rehabilitation of existing trunk sewer pipelines and manholes is necessary to address identified structural deficiencies. Portions of the North Trunk, Tustin-Orange Trunk, Yorba Street Sub-Trunk, Panorama Heights Sub-Trunk, Hewes Avenue Sub-Trunk, and Chapman Avenue Sewer have sewer pipeline segments that are broken or have multiple fractures, severe sags, and a history of severe root intrusion. Additionally, sewer manholes in the same area have liner delamination or no existing liner at all, widespread exposed aggregate, wall and bench degradation, and many instances of exposed rebar. GENERAL PROJECT DESCRIPTION This project will rehabilitate the North Trunk sewer system and portions of the Tustin-Orange Trunk, Yorba Street Sub-Trunk, Panorama Heights Sub-Trunk, Hewes Avenue Sub-Trunk, and Chapman January-2026 7-69 – Design SOW Page 6 of 54 Avenue Sewer within the Cities of Tustin, Orange, and an unincorporated area of the County of Orange (North Tustin). The project includes replacing 840 linear feet (LF) of 8-inch to 12-inch sewer pipe, rehabilitating 4,785 LF of 8-inch to 27-inch sewer pipe, constructing 5-point repairs, rehabilitating 140 sewer manholes (MH) 48-inch to 72-inch in diameter, adding 6 new sewer pipelines, adding 11 new MHs and abandoning 620 LF of 10-inch to 12-inch sewer pipes and 2 (two) 48-inch sewer MHs. The project also includes up to 1,300 LF new of 20-foot-wide access roads within OC SAN easements. Additionally, approximately 500 LF of sewer pipe and 6 MHs will be transferred to the City of Orange. See Figure 1 for the project map. Figure 1 – Overall Project Map Yo r b a S t . January-2026 7-69 – Design SOW Page 7 of 54 PROJECT EXECUTION PHASES All OC SAN projects are divided into six phases. CONSULTANT shall provide engineering services for all Project Elements listed in this Scope of Work (SOW) for the following Phases: Phase 1 – Project Development (Not in this SOW) Phase 2 – Preliminary Design Phase 3 – Design Phase 4 – Construction (Not in this SOW) Phase 5 – Commissioning (Not in this SOW) Phase 6 – Close Out (Not in this SOW) DESCRIPTION OF PROJECT ELEMENTS Detailed descriptions of the Project Elements are presented below. 1.4.1 PROJECT ELEMENT 1 – REHABILITATE NORTH TRUNK A. Replace in kind approximately 850 LF of 8-inch to 12-inch sewer with open cut 1. RED0390-0107:RED0390-0108, 8-inch VCP, 57 LF 2. RED0390-0125:RED0390-0130, 8-inch VCP, 124 LF 3. RED0390-0130:RED0390-0135, 8-inch VCP, 308 LF 4. RED0580-0000 RED0585-0000, 12-inch VCP, 351 LF B. Construct 250 LF parallel 8-inch pipeline and MH to reconnect local laterals along Yorba Street. (Figure 2) 1. New 8-inch VCP pipe will be parallel to pipeline RED0390-0130: RED0390-0135 2. New local MHs to reconnect the two local laterals, 48-inch, 24-inch frame and cover (F&C) Figure 2 – Assumed rehabilitation on South Yorba Street (see legend provided for Figure 1) January-2026 7-69 – Design SOW Page 8 of 54 C. Construct new local MHs to reconnect local laterals along Chapman Avenue. (Figure 3) 1. New local MHs to reconnect the three local laterals, 48-inch, 24-inch F&C 2. New OC SAN MHs along pipe segment RED0580-0000:RED 0585-0000 to reconnect the new local MHs, 60-inch, 36-inch F&C 3. New 8-inch VCP pipelines from new local MHs to new OC SAN MHs Figure 3 – Assumed rehabilitation on East Chapman Avenue (see legend provided for Figure 1) D. Assumptions for Level of Effort 1. For the purpose of estimating the predesign and design phase levels of effort, the CONSULTANT shall make the following assumptions regarding this project element: a. A bypass will be required for replacing pipe segments. Detailed bypass plans showing the work area for temporary pumping and the routing of the bypass line(s) are required at each location. Upstream bypass of all laterals connecting to manholes and trunk line is required. b. Detailed traffic control plans will be required. c. Roadway restoration shall be per City and County standards. d. Lengths of pipeline segments are based on record documents e. Local MH design shall meet City or County standards and requirements. f. For MH ownership transferred from OC SAN to local agencies, remove the ‘OCSD’ or ‘OC SAN’ lettering from MH covers by grinding. g. Coordination and preparation of the required documents for the transfer of ownership of the pipelines and local MHs to the City of Orange will be provided by the CONSULTANT. 1.4.2 PROJECT ELEMENT 2 – REHABILITATE AND ABANDON SEWER AND SEWER MANHOLE A. Rehabilitate approximately 4,785 LF of 8-inch to 27-inch sewer with cured-in-place pipe (CIPP) 1. SUN0595-0000:SUN0600-0000, 27-inch VCP, 226 LF 2. SUN0470-0000:SUN0475-0000, 21-inch VCP, 135 LF January-2026 7-69 – Design SOW Page 9 of 54 3. SUN0475-0000:SUN0480-0000, 21-inch VCP, 408 LF 4. SUN0530-0000:SUN0535-0000, 21-inch VCP, 85 LF 5. RED0560-0035:RED0560-0040, 12-inch VCP, 188 LF 6. RED0570-0000:RED0575-0000, 12-inch VCP, 782 LF 7. RED0590-0000:RED0595-0000, 12-inch VCP, 330 LF 8. RED0615-0000:RED0620-0000, 12-inch VCP, 641 LF 9. RED0625-0000:RED0625-0003, 10-inch VCP, 499 LF 10. RED0730-0000:RED0735-0000, 10-inch VCP, 383 LF 11. RED0390-0020:RED0390-0025, 15-inch VCP, 67 LF 12. RED0390-0110:RED0390-0115, 8-inch VCP, 290 LF 13. RED0390-0115:RED0390-0117, 8-inch VCP, 157 LF 14. RED0390-0117:RED0390-0120, 8-inch VCP, 123 LF 15. RED0625-0015:RED0625-0020, 8-inch VCP, 134 LF 16. RED0680-0000:RED0685-0000, 8-inch VCP, 99 LF 17. RED0723-0000:RED0725-0000, 8-inch VCP, 199 LF B. Rehabilitate pipe with internal spot repairs at five locations 1. RED0390-0096:RED0390-0100, 8-inch VCP 2. RED0690-0000:RED0695-0000, 8-inch VCP 3. RED0725-0000:RED0730-0000, 8-inch VCP 4. RED0560-0010:RED0560-0015, 12-inch VCP 5. RED0560-0110:RED0560-0115, 12-inch VCP C. Rehabilitate 140 MHs, which are listed and shown on Exhibit 19 – Project Elements Map and Record Drawings D. Construct a new sewer alignment along East Spring Street (Figure 4) 1. New VCP pipe from MH RED0560-0060 to MH RED0560-0145, 12-inch VCP, 725 LF 2. New OC SAN MH between MH RED0560-0060 to RED0560-0145, 60-inch, 36-inch F&C 3. New local MH between MH RED0560-0060 to RED0560-0055, 48-inch, 24-inch F&C 4. Abandon sewer pipe from MH RED0560-0060 to new local MH, 12-inch VCP, 65 LF January-2026 7-69 – Design SOW Page 10 of 54 Figure 4 – Assumed new alignment on East Spring Street (see legend provided for Figure 1) E. Construct a new sewer alignment along South Hewes Street (Figure 5) 1. New VCP pipe from MH SUN0480-0140 to MH SUN0480-0155, 10-inch VCP, 470 LF 2. New OC SAN MH between MH SUN0480-0140 to SUN0480-0155, 60-inch, 36-inch F&C 3. Reconnect local lateral to the new MH 4. Abandon sewer pipe SUN0480-0140:SUN0480-0145, 10-inch VCP 5. Abandon sewer pipe SUN0480-0145:SUN0480-0150, 10-inch VCP 6. Abandon sewer pipe SUN0480-0150:SUN0480-0155, 10-inch VCP 7. Abandon MH SUN0480-0145, 48-inch, 24-inch F&C 8. Abandon MH SUN0480-0150, 48-inch, 24-inch F&C January-2026 7-69 – Design SOW Page 11 of 54 Figure 5 – Assumed new alignment on South Hewes Street (see legend provided for Figure 1) F. Assumptions for Level of Effort 1. For the purpose of estimating the predesign and design phase levels of effort, the CONSULTANT shall make the following assumptions regarding this project element: a. CIPP is used for rehabilitating VCP b. Pipe segment SUN0475-0000:SUN0480-0000 is within gated community. It can be hard to access the MH SUN0475-0000 since it is located on resident’s front yard and next to the block wall. See Task 2.3.9 and See Exhibit 20 – Field Investigation Photos for more information. c. MHs are in various locations throughout the City of Tustin, City of Orange and an unincorporated area of the County of Orange. Permits will be required from each agency. d. All MHs require the following: (1) Full structural rehabilitation will be done using cured-in-place manhole (CIPM) (2) New cone and F&C will be increased to 36-inch diameter to meet OC SAN design standards (3) Bench repair/rebuild e. Spot repairs will be done using short-segment CIPP sectional liner f. No man-entry inside MHs will be necessary to complete design g. Bypass will be required for all CIPP and spot repair segments. Detailed bypass plans showing the work area for temporary pumping and the routing of the bypass line(s) are required at each location. Upstream bypass of all laterals connecting to MHs and trunk line is required. h. Detailed traffic control plans are required i. Lengths of pipeline segments are based on record documents January-2026 7-69 – Design SOW Page 12 of 54 j. Local MH design shall meet City or County standards and requirements. k. For MH ownership transferred from OC SAN to local agencies, remove the ‘OCSD’ or ‘OC SAN’ lettering from MH covers by grinding. l. Coordination and preparation of the required documents for the transfer of ownership of the pipelines and local MHs to the City of Orange will be provided by the CONSULTANT. 1.4.3 PROJECT ELEMENT 3 – IMPROVE SEWER MANHOLE ACCESS A. Construct approximately 1,300 LF of new 20 feet wide access roads within OC SAN easement at two locations: MH SUN0450-0000 near Beeson Lane (Figure 6 & Figure 7), and MH RED0625-0005 to RED0625-0015 near Smiley Drive (Figure 8). 1. New access road through MH SUN0450-0000 ~ 450 LF 2. New access road through MH RED0625-0005 to RED0625-0015 ~ 850 LF 3. Chain link fencing and gates ~ both sides of the access roads 4. Retaining wall ~ 850 LF (southern side of the easement) Figure 6 - MH SUN0450-0000 Figure 7 – MH SUN0450-0000 SUN0450-0000 January-2026 7-69 – Design SOW Page 13 of 54 Figure 8 - MH RED0625-0005 & RED0625-0015 B. Assumptions for Level of Effort 1. For the purpose of estimating the predesign and design phase levels of effort, the CONSULTANT shall make the following assumptions regarding this project element: a. Exhibit 20 – Field Investigation Photos includes existing conditions above the two access improvement locations. b. A new access road shall be designed for HL93 loading with surface drainage to nearby storm drains, curbs and gutters. c. A new 850 LF long retaining wall (southern side of the easement) will be required in locations shown in Figure 8. d. New security measures will be required to prevent unauthorized access. 1.4.4 TEMPORARY FACILITIES DURING CONSTRUCTION A. In certain cases, construction sequencing constraints may require the Contractor to construct a temporary facility to be used during a certain portion of the construction period. CONSULTANT shall identify in what instances such facilities are required or reasonably warranted and present those instances with implementation plans and construction sequencing constraints to OC SAN for consideration. When such facilities are found to be either required or reasonably warranted, CONSULTANT shall provide sufficiently detailed drawings and specifications to be included in the Bid Documents that bidders understand what is required to provide and potentially operate the temporary facilities and that the reliability and performance of the facilities will meet OC SAN’s needs and reasonably mitigate construction risks. Examples of potential facilities include: 1. Temporary odor control facilities. 2. Bypass pumping to rehabilitate pipeline segments. 3. Temporary noise abatement. 4. Traffic control. B. CONSULTANT shall design measures for the temporary handling of flows to be implemented by the Contractor during construction considering OC SAN’s goal of zero sewage spills. 1.4.5 COORDINATION WITH OTHER PROJECTS A. The following projects may impact or require coordination with this project. The CONSULTANT shall coordinate with each project and incorporate work restrictions and requirements in the Bid Documents. January-2026 7-69 – Design SOW Page 14 of 54 1. City of Tustin Annual Pavement Rehabilitation Project (Yorba Street – Construction Completion Fiscal Year 2026/2027). 2. County of Orange-Yorba Street Drainage & Roadway Improvements. DESIGN CONSIDERATIONS The following design considerations shall be carried out from Preliminary Design through Final Design. 1.5.1 TECHNOLOGY AND CONFIGURATION CHOICES The project elements in this facility shall be achieved using proven technologies. Alternative means of accomplishing the project elements must be reviewed and accepted by OC SAN prior to detailed evaluation. All alternative technologies proposed should be currently operating in other wastewater treatment facilities of similar capacity. 1.5.2 DESIGN DECISIONS Design decisions shall be agreed upon by OC SAN prior to any work being performed by the CONSULTANT in preliminary and detailed design. All design decisions shall be documented. 1.5.3 DESIGN SELECTION CRITERIA A. Design selection shall consider construction, lifecycle, operation, and maintenance costs as well as process benefits and overall quality. When design recommendations are presented to OC SAN, the design selection criteria shall be clearly identified with the recommendation. B. The life cycle cost analysis for the options proposed shall include costs for engineering, construction, start-up, and operational and maintenance, and future rehabilitation and replacement. Life cycle cost analysis is described in Section 01.2.19 of the Engineering Design Guidelines (EDG). See Exhibit 17 - OC SAN Engineering Design Guidelines and Standards – available online at https://www.ocsan.gov/document-center/?search- term&department=engineering&sub_department=design-guidelines&document_year=all 1.5.4 PROJECT ELEMENT DESCRIPTION REVISIONS CONSULTANT shall review and revise the Project Element Descriptions using track changes at the end of Preliminary Design and at each design submittal. Changes shall be submitted to OC SAN for review. 1.5.5 CONSTRUCTION COST ESTIMATE A. The construction cost estimate shall be as described in the EDG, Chapter 15 Construction Cost Estimates. PROJECT SCHEDULE 1.6.1 GENERAL A. The table below lists the time frames associated with each major project deliverable and with OC SAN’s review and approval of those deliverables. CONSULTANT shall comply with the deadlines indicated in that table. B. OC SAN’s Project Manager (PM) will issue a Preliminary Design Notice to Proceed (NTP). OC SAN’s PM will also issue a Final Design NTP upon OC SAN’s acceptance of the final Preliminary Design Report. C. The time frames specified below are used to estimate the actual milestone dates based on the assumed NTP date, as shown in Exhibit 08 - Project Schedule Calculation. D. OC SAN will consider an alternative CONSULTANT-proposed schedule provided it is consistent with OC SAN resources and schedule constraints and adds value to OC SAN. January-2026 7-69 – Design SOW Page 15 of 54 PROJECT MILESTONE AND DEADLINES MILESTONE DEADLINE SAN’s PM will set the date for the Kickoff Meeting. In any case, CONSULTANT shall issue a revised PMP within 5 working days Design Report (PDR) shall establish a schedule with OC SAN’s PM for separately submitting working drafts of each Design Memo for OC SAN review prior to completing the draft PDR. This schedule shall factor in the logical sequence for completing the memos as well Submittal (FDS) CONSULTANT shall stop work upon submission of DS3, except as required to participate in OC SAN meetings, until receipt of 2. PHASE 2 – PRELIMINARY DESIGN The preliminary design phase will define the project. The final deliverable of this phase will be a Preliminary Design Report (PDR) with the basis of design for all elements of the project. PRELIMINARY DESIGN EXECUTION (NOT USED) PREDESIGN EVALUTION STUDIES (NOT USED) January-2026 7-69 – Design SOW Page 16 of 54 PRELIMINARY DESIGN PRODUCTION 2.2.1 GENERAL A. Preliminary Design Report (PDR) production involves the preparation of design memos, drawings, calculations, and other supporting material resulting in the PDR. 2.2.2 DESIGN MEMOS A. The CONSULTANT shall produce design memos as indicated with a check box below in accordance with Exhibit 01 - Preliminary Design Report Requirements. The CONSULTANT shall discuss the combining of design memos with OC SAN and develop a design memo submittal list. ☐Process Design Configuration ☐Design Configuration ☐Redundancy ☐Monitoring and Sampling ☐Process Flow Diagrams ☐Operating Philosophies ☐Site and Facility Layouts ☐Preliminary Load Criticality Ranking Table ☐Hydraulic Analysis ☐Static Analysis ☐Dynamic Analysis ☐ Dry Weather Calibration ☐ Wet Weather Calibration ☐ Design Storm Choice Sensitivity Analysis ☐Hydraulic Profile ☒Demolition ☒Describe Demolition Requirements ☒Demolition List ☒Demolition Plans ☐Demo EID ☐Rehabilitation Requirements ☒Geotechnical Data Report ☐Review of Existing Data - Preliminary Geotechnical Report ☒Geotechnical Data Report and Recommendations ☒Civil Design Parameters ☒General Civil ☒Pavement Requirements ☒Drainage Requirements ☒Evaluation of Surface Improvement Materials for Access Improvements ☒Landscape ☒Surface Improvement Materials/Types ☒Stormwater Requirements ☒Access and Security ☒Retaining Wall ☐Corrosion Protection Requirements ☐Utility Requirements ☒Structural Design Parameters ☐Architectural Design Parameters ☐Process Mechanical Design Parameters January-2026 7-69 – Design SOW Page 17 of 54 ☐Building Mechanical Design Parameters ☐Fire Protection ☐Fire Protection Requirements ☐Fire Water Flow Analysis ☐Fire Protection Requirements for Existing Facilities ☐Electrical ☐Codes/Standards. Brief description of electrical system. Electrical Drawings. ☐Identify Electrical System Impacts ☐Report – Data Collection and Verification ☐Preliminary Load List ☐Preliminary Standby Power Requirements ☐ETAP – Preliminary Short Circuit Analysis and Load Flow/Voltage Drop Studies ☐ETAP – Provide Data. OC SAN will perform ETAP studies. ☐Preliminary Analysis for cable pull calcs, duct bank cable derating, cable tray fill calcs. ☐Hazardous Area Classification Requirements ☐Instrumentation and Control ☐Instrumentation and Control System ☐Specialty Safety Systems ☐Preliminary SAT ☐PLC and RIO Panel Location Map ☐CCTV Coverage Map ☒Landscaping ☒Landscaping Requirements ☐Develop up to three alternative concepts for review and acceptance ☐Plant Utility Investigation Findings ☐Vibration Analysis ☒Collections Basis of Design ☒Codes and Standards ☒Pipeline Basis of Design ☒Manhole Basis of Design ☒Collections Rehabilitation Alternatives ☒Pipeline Rehabilitation ☒Manhole Rehabilitation ☒Collections Pipeline Design ☒ Evaluate proposed new alignments at South Yorba Street, East Chapman Avenue, East Spring Street, near Smiley Drive, and South Hewes Street ☒ Evaluate manhole optimization to new alignments ☒Design Memo Items ☒Open Cut vs. Trenchless Technologies ☒Trenchless Technologies at Major Crossings ☒Collections Utility Investigation Findings ☒Collections Conceptual Traffic Control ☒Authority Having Jurisdiction (AHJ) and Traffic Control Identification ☒Basis for Traffic Control Strategy ☐Traffic Analysis ☒Traffic Control Plans ☒Design Safety Requirements ☒Design Safety Requirements ☒Identify all potential project specific safety issues ☒Identify all potential Cal/OSHA and OC SAN safety issues January-2026 7-69 – Design SOW Page 18 of 54 ☒Identify construction safety hazards ☒Project Safety Check List (Exhibit 11) and Full Project Safety Review Plan (Exhibit 12) to verify safety elements ☐HAZOP ☒Public Impacts ☒Environmental and Regulatory Requirements ☒CEQA Part of Programmatic EIR (Due to SOW changes assume an Initial Study is needed requiring either an addendum to PEIR or MND) ☒Determine project environmental and regulatory requirements ☒Matrix of CEQA and Permit Requirements ☒Mitigation, Monitoring and Reporting List ☒Permit Requirements ☒List of Permits Required ☐Oil Well Abandonment ☒Stormwater Requirements ☒Hazardous Material Survey, Mitigation and Control ☐Maintainability ☐Define Maintainability Requirements ☐Maintainability Requirements Plan Drawings ☐Define Maintainability Rules ☐Define Maintainability Information for Project Specific Equipment ☐Facility Operation and Maintenance ☐Facility O&M Requirements ☐Operating Philosophies ☐Preliminary Assessment of O&M Staffing Requirements ☒Implementation Plan ☒Identification of Adjacent Projects ☐Preliminary Commissioning Checklist ☒Preliminary Construction Sequencing Plan ☒Review of Constructability Issues ☒Temporary Handling of Flow ☒Construction Odor Monitoring and Mitigation ☒Preliminary Technical Specification List ☒List of Stakeholders including but not limited to cities, agencies, residents, businesses, schools, etc. 2.2.3 PRELIMINARY DESIGN DRAWINGS A. The CONSULTANT shall produce the following Preliminary Design Report drawings in accordance with Exhibit 01 - Preliminary Design Report Requirements. ☒General ☒Demolition ☒Civil ☒Bypass ☒Traffic Control ☒Landscape ☒Structural ☐Architectural ☐Mechanical ☐Electrical ☐Instrumentation and Control January-2026 7-69 – Design SOW Page 19 of 54 2.2.4 PRELIMINARY DESIGN REPORT PRODUCTION, CONTENTS, AND ORGANIZATION A. Preliminary Design Report (PDR) production involves the preparation of design memos, drawings, calculations, and other supporting material resulting in the PDR. B. The CONSULTANT shall combine the materials described below into a draft PDR. The PDR shall be structured as outlined below, with the contents corresponding to the tasks listed in this SOW. Volume 1 – Preliminary Design Report Technical Memos Executive Summary Predesign Evaluation Studies Report Evaluation Memo 1, 2, 3, etc. Design Memos Design Memo 1, 2, 3, etc. List of Proposed Specification Sections Volume 2 – Drawings (see Preliminary Design Drawings list below) Volume 3 – Submittal Documentation Calculations Equipment Data & Catalog Cuts Decision Log Meeting Minutes Exhibit 11 - Project Safety Check List Exhibit 12 – Full Project Safety Review Plan C. The Executive Summary shall summarize the conclusions of the design memos included in the report and specifically include a summary of the construction schedule and construction cost estimate. D. The Draft PDR and Final PDR shall be submitted in searchable PDF format legible on- screen and as a hard copy. The number of hard copies is indicated in Exhibit 09 - Deliverables Quantities. The labeling and organization of the PDF submittal shall be in accordance with Exhibit 14 - Bluebeam Designer Training for Submission. E. Each evaluation memo and design memo shall be a separate file. F. OC SAN’s PM may request that the CONSULTANT submit an electronic proof set of the Draft PDR and Final PDR prior to hard copy production in order to initially confirm that the submittal is ready for printing. 2.2.5 PRELIMINARY DESIGN COST ESTIMATE A. The CONSULTANT shall provide a cost estimate for the associated PDR submittal per EDG, Chapter 15 Construction Cost Estimates. PRELIMINARY DESIGN ACTIVITIES The following services shall be provided by the CONSULTANT or an appropriately qualified subconsultant. In any case, the CONSULTANT shall be responsible for managing all Subconsultants, including reviewing their work products prior to submission to OC SAN. 2.3.1 MANHOLE CONDITION ASSESSMENT A. Review CCTV of 135 MHs. Total number of MHs for condition assessment is estimated at 140 MHs. 1. CCTV data for five of the MHs is not available. (Refer to Exhibit 19 – Project Elements Map and Record Drawings highlighted in red rectangles) B. Pipeline Condition Assessment: review of existing CCTV footage and manhole assessment January-2026 7-69 – Design SOW Page 20 of 54 2.3.2 MANHOLE ABANDONMENT EVALUATION A. Determine which of the 140 manholes shown on Exhibit 19 – Project Elements Map and Record Drawings can be abandoned as part of this project. The final determination will depend on adherence to OC SAN design standards (length of sewer between MHs, change in diameter, etc.), operations and maintenance requirements, and condition assessment requirements. CONSULTANT shall coordinate closely with OC SAN Collection Facilities Division through OC SAN’s PM when making the final recommendation. Include evaluation and recommendation in the Collections Rehabilitation Alternative Design Memo. 2.3.3 SPOT REPAIR EVALUATION A. Review CCTV of this project pipeline segments shown in Exhibit 19 – Project Elements Map and Record Drawings to determine the length of the pipeline needing repair. Include evaluation and recommendation in the Collections Rehabilitation Alternative Design Memo. 2.3.4 EASEMENTS, PROPERTY BOUNDARIES AND WORK AREA LIMITS A. The CONSULTANT shall review and verify easement and property boundary requirements provided and prepare all easement documents, including performing any additional field investigations and survey required to identify and prepare easements. B. Unless otherwise directed, the CONSULTANT shall identify, survey, and show all property boundaries, and all existing and proposed easements, within and/or adjacent to the project boundaries. C. CONSULTANT shall show and explicitly identify the limits of work for all portions of the project, including any restrictions to the work allowed in any area, e.g., whether the area can be used for parking or laydown. D. All survey research and survey field work shall be performed by a professional land surveyor licensed by the State of California. E. The easement along SUN0450-0000 is 10-ft wide. OC San will review if additional permanent easement is required. F. Preparation of plats and legal descriptions related to easement acquisition is excluded from the CONSULTANT’s scope. 2.3.5 TOPOGRAPHIC SURVEY A. CONSULTANT shall conduct field and aerial surveys as required. Topographic information used on the construction plans shall be generated from a field survey and an aerial mapping process. OC SAN will not provide the aerial survey information to the CONSULTANT for use on the project. OC San will provide field and aerial surveys for Element 3, which includes the two segments within OC San easement described in 1.4.3. This includes the 1,300 LF of 20 feet wide access roads within OC SAN easement at two locations: MH SUN0450-0000 near Beeson Lane (Figure 6 & Figure 7), and MH RED0625-0005 to RED0625-0015 near Smiley Drive (Figure 8). B. Prior to beginning design, CONSULTANT shall prepare the scope of work for field and aerial surveys required for all applicable project elements. OC SAN will establish both vertical and horizontal control for the project. The field survey shall be used to establish both horizontal and vertical alignment of the facilities and shall note all survey monuments, topographic features, property lines, and elevations. The basis of bearings and benchmarks shall be indicated on the drawings. Control shall reference the coordinate system and datum per OC SAN CAD STANDARDS MANUAL (CAD Manual), latest edition. CONSULTANT’s project schedule shall account for the above. C. The aerial topography shall be required to meet the following criteria: January-2026 7-69 – Design SOW Page 21 of 54 1. The final product shall be delivered in AutoCAD. 2. The CAD file shall adhere to the CAD Manual. OC SAN shall be given the opportunity to review and comment on the compliance to the CAD Manual. 3. Site contours shall be in 1-foot intervals. 4. Contour and spot elevations shall be 3D; all other features shall be 2D. 5. CONSULTANT shall include the survey-related documents with the Design Support Documentation portion of the Design Submittals as specified in the EDG, Appendix A, Section A.3.19 “Project Support Documentation (PDS)”. D. Control Surveys for Collection Systems 1. General: Topographical information used on the construction plans shall be generated from an aerial mapping process. CONSULTANT shall provide for the aerial and field surveys necessary for the mapping process for all applicable Project Elements of the SOW and shall provide for the aerial mapping. Providing for the process includes paying for, coordinating and designing the aerial and horizontal/vertical control surveying for the preliminary and final design. CONSULTANT’s responsibilities for the surveys include generating any Subconsultant scopes of work, data interpretation and preliminary design. All survey work is to be done under the direction and control of a professional land surveyor, licensed by the State of California. 2. Aerial Survey: The aerial photography shall have sufficient coverage for the digital topographic mapping. The photo scale of the aerial photography shall not be more than 100 feet per inch for pipeline work. Stereo pairs of photographs shall be furnished to OC SAN. 3. Phasing of Work: Other than the aerial and topographic survey work, the balance of the survey work shall not commence until the design phase of the project has been authorized or concurred to by OC SAN. 4. Field Survey Aerial: A field survey shall be used to establish both horizontal and vertical control for the project. Control shall meet or exceed California State Plane Coordinate System NAD83, Zone VI, 2017.50 epoch adjustment and the vertical datum NAV88, OCS 1995 adjustment. A sufficient number of points shall be used to accurately complete the digital topographic modeling. No less than five control points per stereo model shall be used. 5. Aerial Field Survey Inclusions: The field survey shall include all survey monuments, topographic features, easements, property lines, city boundaries, culture, and elevations on the plan and profile sheets. All covers, including the existing sewer manholes, storm drain manholes, and utility and valve vaults shall be identified and marked in the field. 6. OC SAN Review Aerial Survey Line: The general location and alignment of the survey line shall be submitted to OC SAN prior to performing the field survey. Survey work shall not commence until authorized or concurred to by OC SAN’s PM. CONSULTANT shall be responsible for obtaining and paying for the field survey services. 7. Field Survey Base Line: The field survey shall establish a base line for construction purposes for pipeline work equal to or greater than 500-feet in length. The line will be used to define the proposed design, in terms of station and offset, and to establish the bearings for right-of-way. The survey line shall be set on 100-foot stations and shall be tied to the established aerial control. The field survey shall tie in all controlling monuments within the map limits and all street centerline intersections. The ties shall be expressed in both State Plane Coordinates and as station and offset. 8. Manhole Information: The field survey shall also include the measurement of the invert and manhole rim elevations of all existing sewers within the project reach. The size, orientation and invert of any pipe connections shall also be recorded. January-2026 7-69 – Design SOW Page 22 of 54 9. Base Map: The base map index contours shall be spaced at 5 feet vertically and the immediate contours shall be spaced at 1 foot contour intervals. The mapping shall include digital topographic mapping. The digital format shall be compatible with OC SAN Graphic Information System (GIS). All surface features, including those hidden from aerial view shall be incorporated into the digital mapping. 10. Plan and Profile Sheets: CONSULTANT shall prepare plan and profile sheets based upon the aerial mapping. The scale for plan and profile sheets shall be 1-inch equals 40 feet horizontal and 1-inch equals 4 feet vertical. An aerial photographic (photo strip) with the alignment shall be included. The plan view shall be separate from the photo strip. Intersections shall be adequately detailed at a scale of 1-inch equals 10 feet or 1-inch equals 20 feet. Manholes and other details shall be drawn at a scale that is adequate to provide clarity and sufficient detail for construction. The basis of bearings and benchmarks shall be indicated on the drawings. 11. Survey Note Submittal: CONSULTANT shall submit all survey notes and data used to establish vertical and horizontal control. The information submitted shall be suitable for use to establish construction controls. If additional property and/or right-of-way are required, CONSULTANT shall identify property and/or rights-of-way to be acquired. CONSULTANT shall prepare legal descriptions and plats for easements and properties to be acquired during the final design phase of the project. 2.3.6 GEOTECHNICAL INVESTIGATION A. CONSULTANT shall prepare a Geotechnical Data Report that addresses geotechnical concerns for all applicable Project Elements of the SOW. B. Soil Explorations 1. The geotechnical services shall include exploratory work such as soil borings necessary to observe, test, classify soils, and monitor groundwater levels and potential groundwater pollutants of concern. 2. If unexpected or unique soils are encountered, an adequate number of borings shall be taken to try and define the limits of the anomaly. The number and spacing of borings shall be based on the geotechnical professional’s interpretation of needs and recommendation; however, a maximum of 500 feet shall be allowed between pipeline alignment borings along a pipeline alignment. a. If unexpected or unique soils are encountered, an adequate number of borings shall be taken to try and define the limits of the anomaly. 3. Borings shall be taken at the planned location of both the launch and receiving pits for a trenchless pipeline installation. Borings shall also be taken at locations with open-cut construction where 850 LF of pipes are being replaced. 4. The depth of the borings shall be adequate to characterize the soil to a depth of at least 5 feet below the bottom of an excavation or any proposed sewer invert elevation. At least two borings shall extend 10 feet below the proposed excavation bottom or sewer invert. 5. The number of borings, trenching, Cone Penetration Tests (CPTs), or other exploratory testing shall be as indicated in the CONSULTANT’s Proposal. Total of fourteen (14) soil borings between depth of 20 and 30 feet below the existing ground surface (bgs) are included in the scope. In the event that additional exploratory investigations are required, the price for such testing shall be negotiated on the basis of the unit priced indicated in the CONSULTANT’s Fee Proposal. 6. It is assumed that storage of the drums will be made available by OC San within a few miles of the alignment (such as the existing OC San easement near Beeson Lane) for approximately three to four weeks while the investigation under way and analytical testing is being performed. Scope includes cost for pickup and disposal of non-hazardous drums only. OC San will be responsible for signing the bill of lading or hazardous waste manifest January-2026 7-69 – Design SOW Page 23 of 54 required for disposal of the drums. OC San will be notified upon discovery of potential contamination during drilling and sampling operations for direction prior to proceeding on any out-of-scope services. C. Soil Sampling 1. Soil samples for testing shall be collected as needed based upon CONSULTANT’s professional judgment. However, samples intervals shall not exceed 2 feet in depth intervals alternating Standard Penetration Test (SPT) within the upper 10 feet bgs, then every 5-feet thereafter to full depths explored, and ring samples in each boring. If borings are taken near existing sewers, samples shall be taken and delivered to OC SAN for testing for coliforms to determine if sewers are leaking. D. Ground Water Pump Testing – Not included and not anticipated within project limits 1. Conduct ground water pump testing to determine dewatering parameters for inclusion of the specifications. 2. Provide a complete specification for the abandonment of wells for areas where aquifers could be compromised. Potential abandonment methods for deep penetrations might consist of over drilling and filling with cement-bentonite grout slurry, or deep pressure grouting to create a concrete seal. E. Groundwater Contamination Testing – Not included and not anticipated within project limits 1. Take samples at each installed monitoring well and perform complete lab analysis for all pollutants regulated under OC SAN Local Discharge Limits (see page 33 of OC SAN’s Wastewater Discharge Regulations Ordinance No. 53). Update specifications to include mitigation measures where contamination exists and specify frequency of additional sampling and analysis to be done by the Contractor. 2. Due to the proximity and the potential for contamination of nearby groundwater, per- and polyfluoroalkyl substances (PFAS) analytical will be required for these requests prior to authorization. Specifically, analytical is required for perfluorooctanoic acid (PFOA) and perfluoro octane sulfonic acid (PFOS) using U.S. Environmental Protection Agency (EPA) method 1633. 3. OC SAN will require dischargers whose industrial wastewater discharge contains more than 40 parts per trillion (ppt) PFOA and PFOS combined to develop a PFAS waste management plan. The PFAS waste management plan must demonstrate how the permittee will maintain effluent concentrations at or below 40 ppt PFOA/PFOS on a long-term basis using measures including, but not limited to, source reduction, the installation of effective pretreatment technology, or alternative means for waste disposal. F. Soil Exploration Locations 1. The location of all soil explorations shall be plotted on a map and attached to the Geotechnical Report. The explorations shall include survey coordinates consistent with the project survey. Complete logs of the soil profiles shall be included in the report. 2. Explorations shall be located strategically within the footprint of the proposed excavation or on the centerline of proposed pipeline alignments. 3. A total of four borings shall be cased and converted into water level monitoring wells for use during construction according to local agency requirements. CONSULTANT shall obtain all necessary permits for the installation of monitoring wells. CONSULTANT shall also include well abandonment in the final design documents when the monitoring wells are no longer useful. January-2026 7-69 – Design SOW Page 24 of 54 4. Work conducted outside OC SAN’s treatment plant shall comply with the requirements of the local AHJ. 2.3.7 UTILITY INVESTIGATION A. To better manage the risks associated with construction excavation, CONSULTANT shall perform a thorough search of all utilities impacted by the work for all applicable Project Elements of this SOW, regardless of size and all other facilities above or below ground. Utilities include all in-plant, utility company-owned and public agency-owned piping, duct banks, and other interferences. The search shall include utilities within the public right-of-way, and those located on private property and OC SAN property impacted by the proposed project. The search shall include the records and plans of OC SAN and all respective public and private companies and utilities. B. Review of OC SAN Records 1. OC SAN’s Record Drawings may be incomplete or inaccurate with respect to the routing of individual utilities, pipelines, etc., in the vicinity of the project. CONSULTANT shall check OC SAN records against those of the other agencies, companies and utilities. These may include, but not be limited to, oil, gas, fuel, water, and sewer pipelines; traffic control facilities, telephone and electrical conduit and duct banks, storm drains, manholes, and other structures. C. Review of Outside Agency Records 1. CONSULTANT shall contact, in writing, all jurisdictional agencies and utility owners to inform them of OC SAN’s project. CONSULTANT shall request plans showing all the agencies or utility’s facilities, pipelines, etc. in the project area. The CONSULTANT shall also request plans and schedules for all proposed construction in the project areas. CONSULTANT shall develop a schedule to minimize project conflicts and/or coordinate OC SAN projects with local agencies. 2. CONSULTANT shall personally visit each agency/company and search through all available plans, files, and documents. CONSULTANT shall meet with applicable field staff from each agency to confirm the completeness of their research. Abandoned utilities shall also be considered. 3. CONSULTANT shall document the contacts and information requested and received, including that from Underground Service Alert (USA). OC SAN shall be copied on all correspondence between CONSULTANT and public and private agencies, and utility companies. CONSULTANT shall submit a copy of all documentation to OC SAN with an itemized submittal letter. CONSULTANT’s PM shall sign the transmittal cover letter, and the cover letter shall confirm that CONSULTANT has sent a representative to each agency/company/utility, performed on-site inspections for each utility, and has listed the utilities. 4. CONSULTANT shall contact USA and request a substructure listing for the project area. D. On-Site Inspection 1. An on-site inspection shall be conducted in the project area. During the on-site inspection, a senior-level CONSULTANT representative shall walk the site accompanied by OC SAN’s Project Engineer (PE) and Supervising Inspector. The CONSULTANT representative shall be experienced in the location and identification of utilities in the field. During the on-site inspection the CONSULTANT shall document all visible features that indicate utilities within the project area and compare them with the available utility plans. E. Utilities for Adjacent Properties 1. CONSULTANT shall investigate all utilities serving properties adjacent to the work, and submit a spreadsheet at the end of the utility research accounting for all anticipated utilities for OC SAN review, with the following information: January-2026 7-69 – Design SOW Page 25 of 54 a. List all utilities anticipated or each adjacent property. b. Indicate whether or not each such utility was found on as-built drawings of any agency, with an identification of the agencies identifying such utility. c. Indicate whether or not the utility was field located by utility through USA process, and, if so, by which agency. F. CONSULTANT shall provide all required stamped traffic control plans as part of the encroachment application process required by all cities for use during the geophysical investigations, potholing, geotechnical borings and field investigations. G. Subsurface Utility Investigations 1. Investigation of existing utilities shall be in accordance with the respective American Society of Civil Engineering (ASCE) guidelines, except as amended by this SOW. A brief description of the ASCE guidelines defines the quality level of detail for researching subsurface utilities as follows: a. Quality Level D: Information derived from existing records or oral recollections. b. Quality Level C: Information obtained by surveying and plotting visible above-ground utility features and by using professional judgment in correlating this information to Quality Level D information. c. Quality Level B: Information obtained through the application of appropriate surface geophysical methods to determine the existence and approximate position of subsurface utilities. Quality Level B data shall be reproducible by surface geophysics, such as ground penetrating radar, at any point of their depiction. This information is surveyed to applicable tolerances and reduced onto plan documents. d. Quality Level A: Precise horizontal and vertical location of utilities obtained by the actual exposure (or verification of previously exposed subsurface and surveyed utilities) and subsequent measurement of subsurface utilities, usually at a specific point. Minimally intrusive excavation equipment is typically used to minimize the potential for utility damage. A precise horizontal and vertical location, as well as other utility attributes, is shown on the plan documents. Accuracy is typically set to 15-mm vertical and to applicable horizontal survey and mapping accuracy. 2. Refer to CI/ASCE 38-22, Standard Guidelines for Collection and Depiction of Existing Subsurface Utility Data for details. 3. CONSULTANT shall determine all utilities impacted by the work for all applicable Project Elements of this SOW. Utilities include utility company-owned, and public agency-owned piping, duct banks, and other interferences. All utilities encountered during the preliminary design shall be shown on the plans. 4. Subsurface investigation for all utilities in and around the work area shall be performed to Quality Level D and Quality Level C. All utilities shall be plotted both in plan and profile on a scaled drawing that can later be incorporated into scaled (1-inch = 40 feet) plan drawings. 5. CONSULTANT shall submit, for acceptance by OC SAN, recommendations on which utilities should be investigated to Quality Level A and where Quality Level B investigations should be performed. As part of the submittal, a Potholing Plan and Geophysical Investigation Plan shall be developed including proposed pothole locations and type of geophysical investigation. 6. Prior to OC SAN’s acceptance of the Potholing Plan/Geophysical Investigation Plan, a project field walk by the CONSULTANT’s PM, OC SAN’s PE, Supervising Inspector, and other designated OC SAN personnel shall be performed. H. Potholes and Geophysical Investigation January-2026 7-69 – Design SOW Page 26 of 54 1. CONSULTANT shall pothole and perform geophysical investigation on all utilities described and shown in the accepted Potholing Plan/Geophysical Investigation Plan. CONSULTANT’s staff shall be on-site during potholing to provide direction to potholing crew. OC SAN staff shall also be present during potholing. Field investigations include visiting the project work site and each utility to verify the location of all interferences. 2. CONSULTANT shall provide all the related work necessary, including, but not limited to: a. Documentation of information b. Notification of USA’s “Dig Alert” c. Providing field survey d. Obtaining required permits e. Submission of traffic control plans f. Setting up traffic control g. Soft dig potholing h. Ground-penetrating radar i. Excavating j. Backfilling k. Repairing pavement to local AHJ requirements (1) Investigate local City/County moratorium lists (annually) (2) Comply with AHJ’s pavement repair requirements (3) Coordinate with the local Cities/County and track for any requirement updates 3. Soft excavation potholing methods such as vacuum extraction is preferred; however, excavation methods shall be chosen to adequately define the utility. Crosscut trenches may be preferred for defining some utility locations. Hydro-jetting soft dig should be avoided in sandy, wet and contaminated soil conditions. 4. Measure and document the depth of pavement and of base material at each pothole, and every 5 feet along crosscut trenches. 5. Work conducted within OC SAN’s treatment plants shall comply with the requirements of the OC SAN Stormwater Management Plan. Work conducted outside OC SAN’s treatment plant shall comply with the requirements of the local AHJ. 6. CONSULTANT shall provide a professional land surveyor licensed in the State of California to field-locate the actual horizontal and vertical location of the constructed potholes. Survey controls shall be set and coordinated with the survey controls used on previous construction drawings. City and County control points shall be checked; northing, easting and elevation data for each pothole shall be shown on the drawings; and physical tie-ins provided in order to easily re-establish pothole locations after construction. CONSULTANT shall supply and supervise survey work and Subcontractors needed to perform the pothole work. Survey datum differences shall also be reconciled. 7. The results of potholing and geophysical efforts shall be summarized in a field findings report. 8. CONSULTANT shall backfill and repair potholes consistent with the requirements of the local AHJ, including restoration requirements in moratorium areas. If CONSULTANT is unable to determine local AHJ requirements prior to the Proposal, CONSULTANT shall assume the following requirements: January-2026 7-69 – Design SOW Page 27 of 54 a. The materials removed from the excavation may not be used for backfilling, unless approved by the local AHJ. If approved, excavated material used to fill potholes shall be placed with a maximum lift thickness of 4 inches and mechanically compacted. b. If not approved, the CONSULTANT shall be responsible for hauling off and disposing of excavated pothole material. In this case, excavation holes shall be filled with cement slurry mix from the bottom up. The excavated materials shall be tested for hazardous materials and disposed of offsite accordingly. Testing shall be the minimum required for classifying the materials. The potholing samples shall be tested by a California Environmental Laboratory Accreditation Program (ELAP) certified laboratory to identify characteristics of hazardous waste. A substance shall be considered hazardous if it possesses properties of toxicity, ignitability, corrosivity and/or reactivity per California Code of Regulations Title 22, Section 66261. In addition, the laboratory testing shall include an on-site Organic Vapor Analyzer (OVA) test for potential hydrocarbon contaminants. Should the OVA reading be equal to or greater than 45 ppm, further laboratory testing shall be performed to include Benzene, Toluene, Ethyl Benzene, and Xylene (BTEX) test per EPA guideline 8020 and Total Hydrocarbons (TPH) tests per EPA guideline. c. AC pavement shall be replaced to full depth or the structural section (AC & Base) plus 2 inches with hot mix asphalt unless otherwise required by the City of Tustin, the City of Orange, and the County of Orange. Cold mix shall only be allowed when the patch will be replaced by the project and where approved by the City of Tustin, the City of Orange, and the County of Orange. d. Concrete pavement shall be replaced to full depth plus 2 inches with Portland cement unless otherwise required by the City of Tustin, the City of Orange, and the County of Orange. I. Quantitative Assumptions 1. CONSULTANT’s Fee Proposal shall include a cost for potholes and unit cost for additional potholes. The cost shall provide for a minimum of 50 potholes during preliminary design and 20 potholes during final design. Assume 10 of potholes to be a depth of 20 feet or deeper. 2. CONSULTANT’s Fee Proposal shall include cost for pavement restoration in accordance with the AHJ’s requirements, including locations where street moratoriums exist. Provide restoration to the extent required by the AHJ. J. Depiction of Utilities and Potholes on Plans 1. All utilities encountered during the preliminary design shall be shown on the plans. Each subsurface utility shown on the drawings shall include the quality level to which it was investigated as required by CI/ASCE 38-22. Pothole locations shall be shown on the drawings with survey information. K. Relocation of Existing Utilities 1. Project work that requires other agencies to relocate existing utilities shall be coordinated during design by CONSULTANT. 2.3.8 PUBLIC RELATIONS A. The CONSULTANT shall either self-perform or secure the services of a Public Outreach Subconsultant to conduct all public outreach activities required during preliminary and design phases. The services are currently anticipated to be required during the construction phase. B. The CONSULTANT or Public Outreach Subconsultant shall share with the public the general scope of the project during design, construction impacts for design and construction activities and the project’s progress. The CONSULTANT or Public Outreach Subconsultant will possess a January-2026 7-69 – Design SOW Page 28 of 54 full range of professional public outreach skills, and an understanding of the issues, audiences and technical process required to inform the community of the activities required for the project. C. The primary goal of the public outreach effort is to inform motorists, merchants, employers, hospitals, local residents, schools, and elected officials about the project need, construction impacts during design phase, and steps that can be taken to minimize those impacts. D. The CONSULTANT shall assist OC SAN by providing public information proactively through written and electronic media sources and providing quick responses and resolutions to community concerns to keep the project/program moving forward. The public outreach program is an effective tool for building partnerships and reaching affected audiences during and in preparation for construction documents. 1. Assumes OC SAN will provide logo/brand application and template for project activities for use by CONSULTANT. E. The CONSULTANT shall coordinate all public outreach work with cities, agencies and the public with OC SAN’s Public Affairs Office. 1. Assumes CONSULTANT will research and develop an Outreach Plan for implementation during design and construction of the project. The plan is to include a comprehensive stakeholder database, a detailed description of the work, a Public Impacts Memo and supporting table indicating how potential issues will be mitigated during construction, a clear and detailed timeline, key messages, media relations, crisis communication component, and miscellaneous information pertinent to the project and outreach effort. 2. Community engagement meetings may be required based on project development findings. F. The team selected will be required to attend and participate in technical team meetings as appropriate, and participate in the following, but not be limited to: 1. Identify stakeholders including, but not limited to cities, agencies, residents, businesses, schools, etc. 2. Develop project announcement and updates (written announcement and map). Scope includes: a. Coordinate with OC San on project look, logo and design templates and build upon design b. Create project map and fact sheet and update (up to 1 each) c. Develop collateral materials to be distributed by OC San (i.e., bulletin, alerts) (up to 2) d. Develop and review of documents and maps for mailings (up to 3) 3. Development and review of documents and maps for mass mailings of letters and notifications 4. Coordinate neighborhood meetings, send invitations, attend, facilitate, summarize meetings, and follow up. Four neighborhood community engagement meetings are included. 5. Inform the public prior to the start of construction to minimize surprises that may become the sources of complaints. Included in program messaging, outreach materials, community meetings, stakeholder outreach, one-on-one visits and canvassing. 6. Inform and remind the public of the long-term benefits of the project. Included in program messaging, outreach materials, community meetings, stakeholder outreach, one-on-one visits and canvassing. January-2026 7-69 – Design SOW Page 29 of 54 7. Reassure the public that neighborhood impacts, which are a high priority of OC SAN, have been thoroughly assessed and mitigation. Included in program messaging, outreach materials, community meetings, stakeholder outreach, one-on-one visits and canvassing. 8. Help the impacted public feel involved and part of the process. Included in program messaging, outreach materials, community meetings, stakeholder outreach, one-on-one visits and canvassing. 9. Demonstrate concern and good faith by responding quickly and earnestly to address issues and provide reasonable solutions to concerns or complaints. Scope includes responding to any concerns or complaints relayed to design team. 10. Attend workshops to discuss design alternatives to minimize public impacts. Scope includes attending technical meetings, workshops on design alternatives to provide input & minimize public impacts. 11. Build on the existing OC SAN logo to establish project/program identification. 12. Identify outreach outlets/tools – local newspapers, city newsletters, community newsletters, homeowners’ associations, business groups, social media, etc. 13. Develop a public outreach plan to be implemented during design and construction. Plan shall include a Public Impacts Table to evaluate potential impacts to the public, and recommend mitigation measures to be implemented during design and construction phases, not limited to the following: a. Identify project stakeholders – Provide contact information. b. Identify audience (church, commuters, residence, etc.) and number of people impacted. c. Identify activities to be performed during design phase, estimated duration, and anticipated public impacts. d. Identify activities to be performed during construction phase, estimated duration and anticipated public impacts. e. Review and provide analysis of available mitigation measures to reduce, control or eliminate impacts identified. f. Develop list of anticipated work restrictions imposed by affected cities, agencies, and other stakeholders. g. Identify special events in the area, day, and duration during design and construction. h. Identify schedule and scope of current, ongoing, and future construction projects of other cities and agencies within project area. i. Recommend measures to be implemented during design and construction activities. j. Identify work by other agencies in same area during the same timeframe for design and construction activities. k. Rate public impacts (high, medium, and low) 14. Develop Public Impacts Table to support development of alternative alignment evaluation during Phase 2 Preliminary Design. Upon confirmation of recommended alignment and project moving into Phase 3 Final Design, develop a Public Impacts Memorandum with updated Public Impacts Table. 15. Update and maintain public impact documents through the preliminary design and design phases. G. Stakeholders that will require early coordination include: 1. City of Tustin January-2026 7-69 – Design SOW Page 30 of 54 2. City of Orange 3. County of Orange 4. Caltrans 5. East Orange County Water District 6. Guin Foss Elementary School 7. El Modena Park 8. El Modena High School 9. The Church of Jesus Christ of Latter-Day Saints 10. Various affected businesses H. Stakeholder outreach and community liaison outreach: Stakeholder outreach and community liaison and issues management activities will be a critical component to the outreach program. Scope includes outreach with individuals to secure access for field investigations and to obtain property-owner feedback for inclusion in the design contract documents. Four critical areas along the project alignment will require, though not limited to, notifications, on-site visits, phone calls, and maintaining an outreach log. Extensive coordination and input from nearby sensitive receptors (schools, etc) will also be necessary, along with extensive businesses and residents along the alignment and public right of way who will be impacted by the project. Community Liaison and Issues Management scope and budget includes the following: 1. Provide information and coordination with residents/businesses/stakeholders 2. Provide outreach coordination and support for field investigation, Geotech, and ROW issues 3. Attend technical mtgs., workshops on design alternatives to provide input & minimize public impacts (up to 10) 4. Coordinate & attend one-on-one meetings with impacted property owners (up to 20) 5. Community canvassing to create awareness, identify issues (up to 2 full days) 6. Determine information of interest to the public and recommended outreach approaches 7. Handle questions/issues/concerns with project team for successful resolution 8. General correspondence with project team, OC San staff 9. Attend kick off, progress & other team mtgs. As necessary (up to 10) 10. Hotline is not included and not anticipated during PDR or design Phase. 2.3.9 SPECIALTY SERVICE A. Pavement Condition Assessment Study 1. Pavement Requirements: a. Determine the existing type of pavement and construction methods (i.e. rubberized vs. standard; pavement filter fabric). b. Contact local agency(s) regarding future paving projects and document all moratorium areas and duration. c. Provide theoretical deterioration rate for existing type of roadway construction (1) Start of construction (2) End of construction January-2026 7-69 – Design SOW Page 31 of 54 d. Perform visual assessment of the pavement condition for area within project limits (curb to curb) and any potential long-term detours e. Determine existing pavement condition indices (PCIs) of representative sections f. Define and quantify ‘low PCI areas’ g. Provide findings and documentation in a write-up with the following suggested outline: (1) Introduction and purpose of the pavement evaluation (2) Background and assumptions (3) Methods: • PCI calculation method • Field work approach • Review GDR (soil borings) (4) Procedures • Field work execution • Data sheets, field photos, field notes, etc. included in appendices (5) Summary of Findings • Map with stationing showing the section PCIs and any ‘low PCI areas’ • Map proposed pavement restoration areas as result of the project • Map areas not impacted by construction (6) Develop memorandum to the local agency(s) to document current asphalt conditions B. Right of Way and Real Estate 1. CONSULTANT shall either self-perform or secure the services of a qualified Right-of-Way and Real Estate firm to prepare all required exhibits and legal descriptions, draft notices and letters, and provide agendas and meeting minutes needed for this work. The CONSULTANT shall be working and provide service to the requests from the OC SAN in-house real estate staff. Previous experience working with public agencies on similar projects is required. 2. CONSULTANT shall identify all property owners and tenants within the work area. 3. CONSULTANT shall determine access, easement, and laydown areas on private property. 4. The CONSULTANT or Right of Way and Real Estate firm shall lead coordination between OC SAN, property owners and tenants and aid in negotiating temporary and/or permanent agreements required for project implementation. 5. The CONSULTANT or Right of Way and Real Estate firm shall have a real estate appraiser with a Certified General License in the state of California to appraise the value of property within easements that OC SAN may require for temporary construction access and permanent access to manholes. C. Flow Monitoring 1. CONSULTANT shall perform flow monitoring for bypass purposes, assuming 10 locations. The flow measurements (5-minute intervals) shall be made continuously during the wet season from November 1st to March 31st and shall capture at least two weeks during dry weather conditions and at least two weeks during dry weather with modified diversion settings. CONSULTANT shall be responsible for all aspects required for accurate flow January-2026 7-69 – Design SOW Page 32 of 54 monitoring including but not limited to permits, confined space entry, manhole repairs if liner is damaged or penetrated, traffic plans and control (to set and retrieve monitors), materials, labor, and equipment. CONSULTANT may also choose to retain and pay for a flow monitoring company to perform such services. Assume each flow monitor will need to be removed and re-installed two times to facilitate cleaning. a. One electronic PDF copy of the report and one printed copy delivered to OC SAN. b. The manhole ID number, location address, cross street, or asset number, as appropriate. c. The site location indicating the map page and grid number. d. Maps showing the manholes being monitored. e. The measured diameter of the pipe, pipe shape, pipe condition, manhole depth, manhole material, and flow direction. f. Plan view diagram of the manhole indicating which inlet pipe the monitor is installed. g. The date and time of the flow monitoring for the duration of flow monitoring. h. The recorded daily maximum, minimum, and average for each of the following: flow (gpm and mgd), velocity (fps), and water depth (inches). i. All data for each manhole shall be presented in both tabulated and graphical formats. 2.3.10 ENVIRONMENTAL DOCUMENTATION A. CONSULTANT services related to Environmental Documentation may span across Phase 2 – Preliminary Design and Phase 3 - Design. When such services are required, they shall be based on the requirements of Section III – Project Schedule and based on the following requirements. The CONSULTANT shall allocate the budgeted hours between the Environmental Documentation services in Phase 2 and Phase 3 based on when these services will be required. B. CEQA Documentation Support 1. OC SAN expects that a Mitigated Negative Declaration (MND) or an addendum to the 2020 Programmatic Environmental Impact Report (PEIR) will be required for this project. The CONSULTANT shall be responsible for preparing the MND or addendum. OC SAN does not anticipate that the addendum will identify significant impacts or impacts requiring mitigation. C. Review of Existing CEQA Documentation 1. OC SAN has adopted the CEQA documentation in the course of various programs and projects. These CEQA documents may cover or impact the proposed work on this project. a. CEQA 2020 Programmatic Environmental Impact Report for 2017 Facilities Master Plan 2. CONSULTANT shall identify features of the proposed project work as described in the Preliminary Design Report that would require revisions to these CEQA documents. The CONSULTANT shall also recommend what further studies or CEQA work would be warranted by the changes. D. Prepare Initial Study (IS) and appropriate CEQA Compliance Document 1. Assume that the IS will conclude that an MND or an addendum to the PEIR will be the appropriate CEQA compliance document. 2. Task Initiation and Initial Study Development - Review project details provided by OC SAN and determine if additional information is needed to support the CEQA analysis. CONSULTANT shall prepare a schedule for the CEQA work and submit data requests if additional information is needed. CONSULTANT shall prepare an IS pursuant to CEQA Guidelines, Section 15063, to evaluate potential impacts of the proposed projects. The IS shall include a project description that will describe the proposed project and objectives. CONSULTANT shall complete the CEQA checklist and provide a brief discussion for each resource area identified in the checklist to adequately explain impact significance January-2026 7-69 – Design SOW Page 33 of 54 conclusions. Following preparation of the IS, a recommendation must be made on the type of CEQA document that is required for the proposed project. 3. Assembly Bill-52 Tribal Consultation - Prepare one draft and one final Assembly Bill (AB-52) consultation letter, to be submitted to OC SAN for distribution to the Native American Tribes who have requested consultation under AB 52. OC SAN will finalize the letter and send it to the Tribes and manage the resultant consultation. CONSULTANT and/or their Subconsultant(s) will support OC SAN during the consultation process. OC SAN will provide the tribal consultation information to the CONSULTANT who will include a summary of the conducted Native American consultation in the MND document. a. Assume one hour meeting to participate with OC SAN in one tribal consultation conference call. E. Initiate MND Document Development – CONSULTANT and/or their Subconsultant(s) will draft the MND document based on the IS and utilize the 2020 Program EIR as applicable. The MND document will include: 1. Project Description 2. Project Location 3. Identification of project proponent 4. Proposed finding of no significant effect 5. Mitigation measures included in the project description to avoid significant effects F. Preparation of Notice of Intent to adopt a MND – CONSULTANT will prepare a Notice of Intent to Adopt a MND, post notices in local newspapers and the County Clerk, and conduct electronic and or mailings as required to the State Clearinghouse, responsible and trustee agencies, owners, and occupants of contiguous property (radius of 500 feet), and persons requesting notice. All documents must be reviewed and approved by OC SAN before posting or distribution. 1. CONSULTANT will also assist OC SAN in coordinating one public hearing. 2. CONSULTANT will prepare presentation materials, agenda and conduct a presentation 3. CONSULTANT will require OC SAN approval for the proposed presenter. 4. CONSULTANT will provide draft presentation to OC SAN three weeks prior to public meeting. 5. CONSULTANT will document all comments received during the public meeting. 6. CONSULTANT will provide OC SAN with the following: a. One electronic public review ready Draft MND submitted to OC SAN for distribution approval. b. Production of up to five paper copies and up to 15 CDs and distribution of the material to stakeholders and residents surrounding the project site if requested. G. Evaluate Comments and Prepare Responses – CONSULTANT will review the verbal comments received at the public meeting as well as all written comments received from regulatory/responsible agencies and members of the public. Those comments raising significant questions regarding the accuracy and/or adequacy of the document will be identified, and responses will be prepared. Comments raising concerns outside the purview of CEQA will also be identified and rationales presented for findings. CONSULTANT will make all necessary revisions to the Draft MND. CONSULTANT and/or their Subconsultant(s) must provide OC SAN with one electronic draft version of responses to comments. H. Prepare Final MND- CONSULTANT will provide a detailed review and evaluation of all the comments received during the public review period. CONSULTANT will prepare responses to January-2026 7-69 – Design SOW Page 34 of 54 comments. The CONSULTANT will prepare the Final MND for review. After OC SAN has reviewed the Final MND document, CONSULTANT will incorporate the necessary revisions into the document and will mail a copy to each entity that commented. OC SAN must approve all documents prior to posting or distribution. CONSULTANT will provide OC SAN with one electronic draft version of Final MND, and two electronic copies and three paper copies of the Final MND. 1. Assume one conference call meeting with OC SAN to discuss responses to public comments and the draft Final MND. I. Preparation of Mitigation Monitoring and Reporting Program and Notice of Determination – in compliance with Public Resources Code Section 21081.6, CONSULTANT will prepare a draft Mitigation Monitoring and Reporting Program (MMRP) for review by OC SAN. The MMRP describes the required mitigation necessary to avoid or reduce significant impacts, the responsible parties, tasks, and schedule necessary for monitoring mitigation compliance. The MMRP will be used for incorporation into the adoption of the document. CONSULTANT will prepare a draft Notice of Determination (NOD) and submit to OC SAN for review. CONSULTANT will incorporate OC SAN comments and file Final NOD with State Clearinghouse and the County. 1. CONSULTANT to review the PEIR/MMRP to determine applicable sections that can be used in the development of the MMRP for the MND. 2. CONSULTANT will provide OC SAN with one draft version of MMRP and one Final MMRP. 3. Assume one 4-hour meeting with OC SAN staff and management to present and discuss the program. J. The CONSULTANT shall develop a checklist of all applicable construction phase and post- construction phase monitoring and reporting requirements. K. See Exhibit 13 - Sample MMRP Log . L. CONSULTANT shall also provide OC SAN a list of special equipment, specialty inspector qualifications, or sampling or testing firms that may be needed by OC SAN for enforcement of the MMRL during construction. This information shall be included in narrative form attached to the MMRL. M. CONSULTANT shall attend three OC SAN meetings to discuss the environmental documentation and one public meeting(s) to assist OC SAN in presenting the project to the community. Public meetings may occur after normal business hours. 2.3.11 PERMITTING ASSISTANCE A. CONSULTANT services related to Permitting Assistance may span across Phase 2 – Preliminary Design and Phase 3 - Design. When such services are required, they will be based on the requirements of Section III – Project Schedule and the schedule constraints associated with each particular permit. The CONSULTANT shall allocate the budgeted hours between the Environmental Documentation services in Phase 2 and Phase 3 based on when these services will be required. B. For all applicable Project Elements of this SOW, CONSULTANT shall provide Bid Documents that ensure that the facility features and the facility performance, and construction procedures comply with all conditions of existing permits and permits required to construct this project. Construction drawings, specifications and supplemental drawings shall be prepared, as necessary, in the format required to obtain all permits. C. CONSULTANT shall assist OC SAN in obtaining permits. This assistance shall include completing application forms provided by OC SAN, preparing supporting documentation for the January-2026 7-69 – Design SOW Page 35 of 54 permit applications as required by the issuing agency, furnishing the required number of copies of all construction drawings and exhibits, and attending meetings with permitting agencies at the request of OC SAN. D. With the exception of Contractor-furnished permits, OC SAN staff will execute all applications. All permit fees will be paid directly by OC SAN and will not be part of CONSULTANT’s fee. E. CONSULTANT shall submit all supporting documentation in a timely fashion for all permits required for this project as described below. F. Traffic Control Traffic control concept drawings for key areas will be submitted to the agencies for preliminary review and feedback. Coordination is anticipated with Caltrans, County of Orange, City of Orange, and City of Tustin to identify requirements and constraints. G. Caltrans Encroachment Permit 1. The CONSULTANT shall assume three meetings at two hours each. H. City / County Encroachment Permits 1. City of Tustin 2. City of Orange 3. County of Orange 4. East Orange County Water District 5. The CONSULTANT shall assume 15 meetings at two hours each. I. Design Phase Stormwater Pollution Prevention Plan (SWPPP) 1. CONSULTANT shall determine the required stormwater permit. J. Stormwater Permitting 1. CONSULTANT shall determine and specify the preliminary Risk Level and Project Type using the California State Water Resources Control Board’s Storm Water Multiple Application and Report Tracking System (SMARTS) based on the R-Factor obtained from EPA’s online Rainfall Erosivity Factor Calculator for Small Construction Sites. 2. CONSULTANT shall prepare the specification for stormwater using OC SAN’s respective Master Specifications section as a starting point. CONSULTANT shall not begin work on editing the section until OC SAN has approved the CONSULTANT’s preliminary risk level and project type. 3. It is OC SAN’s intent to design linear underground/overhead projects (LUP) to LUP Type 2 requirements, whenever possible, which is often the most economical approach. CONSULTANT shall coordinate with OC SAN’s Environmental Compliance Division through OC SAN’s PM and edit SWPPP specifications accordingly. 2.3.12 PROJECT SAFETY REVIEW A. CONSULTANT shall prepare Exhibit 11 – Project Safety Check List and Exhibit 12 – Full Project Safety Review Plan for review with OC SAN’s PM and Risk Management Division during the Preliminary Safety Review Plan Workshop. The workshop shall be held at OC SAN’s offices and no more than four hours. (held four weeks prior to draft PDR). B. Moderator 1. CONSULTANT will moderate the project safety meetings to review content contained in Exhibit 11 – Project Safety Check List and Exhibit 12 – Full Project Safety Review Plan. January-2026 7-69 – Design SOW Page 36 of 54 2.3.13 PROJECT MANAGEMENT A. CONSULTANT shall be responsible for managing CONSULTANT’s project execution, schedule, budget, Subconsultants, and coordination with other projects. The CONSULTANT shall perform the project management requirements in accordance with Exhibit 03 - Project Management Requirements with the project specific options identified below. B. Progress Reporting ☒ Earned Value Curve and Budget Status Graph ☐ Milestone-Based Tracking C. Project Management Plan (PMP): ☐Not required ☒Required ☒PMP approval prior to beginning technical work on the project. D. Project Logs ☒Meeting Log ☒Project Decision Log ☒Action Item Log ☒Decision Issues Log ☒Risk Management Log E. Work Breakdown Structure (WBS) 1. The WBS shall serve as the unified framework for organizing and reporting project work. It will be jointly developed by OC SAN and the CONSULTANT and used for invoicing, monthly progress reporting, scheduling, and earned value management. 2. By establishing this structure collaboratively, OC SAN and the CONSULTANT ensure that all reporting and tracking activities are consistent, comparable, and based on a shared understanding of the project work. 2.3.14 RISK MANAGEMENT A. CONSULTANT shall provide risk management in accordance with Exhibit 04 – Risk Management Requirements. 2.3.15 QUALITY CONTROL A. The CONSULTANT shall provide quality control requirements in accordance with Exhibit 06 - Quality Control PDR WORKSHOPS AND MEETINGS 2.4.1 GENERAL A. Workshop and meeting planning, requirements, agendas, and meeting minutes shall be in accordance with Exhibit 05 - Workshop and Meeting Requirements. 2.4.2 PDR PRODUCTION WORKSHOPS A. Predesign Kickoff Workshop January-2026 7-69 – Design SOW Page 37 of 54 1. A four-hour project kick-off meeting shall be held with OC SAN staff to introduce principal members of OC SAN’s and CONSULTANT’s teams. The discussion topics shall include OC SAN’s responsibilities, CONSULTANT’s responsibilities, invoice procedures, personnel badges, parking, site access, CONSULTANT’s SOW, detailed project schedule with milestones, Work Breakdown Structure requirements, and project safety requirements. B. PDR Production Workshops shall be held during Preliminary Design to review project progress during PDR Production. The subjects to be covered in each workshop are discussed below. Each workshop shall be two hours in length. C. PDR Production Workshops shall be held during Preliminary Design to review the topics listed below. The list below also indicates the number of workshops to be held to cover the specific topic. Unless otherwise noted, each workshop shall be two hours in length. PDR PRODUCTION WORKSHOPS TOPIC NUMBER OF WORKSHOPS PDR Production Kickoff 1 Collection Rehabilitation Alternatives 1 Manhole, Replacement, Rehabilitation, Abandonment Alternatives 2 Design Parameters 1 Permit Requirements (including Stormwater Requirements) 1 Geotechnical 1 Design Safety Requirements and Hazardous Materials 1 Public Impacts, Traffic Control, and Odor Monitoring and Mitigation 2 Utility Investigations 1 New Access Road Design Alternatives 1 Implementation Plan and Sequencing Constraints 2 2.4.3 DESIGN MEMO WORKSHOPS A. CONSULTANT shall hold workshops to present and review the design memos as required in Exhibit 05 - Workshop and Meeting Requirements. 2.4.4 PDR REVIEW WORKSHOPS A. CONSULTANT shall hold the following workshops to review the draft Preliminary Design Report as required in Exhibit 05 - Workshop and Meeting Requirements: 1. Draft PDR Presentation Workshop 2. Draft PDR Review Workshop 3. PDR Validation Workshop 2.4.5 PDR CONSTRUCTABILITY WORKSHOP A. A constructability workshop shall be held after the draft PDR submittal review to identify any fatal flaws in the design relative to constructability. Some of the subjects that shall be covered in this workshop include the following: conflicts between design disciplines, geotechnical considerations, construction sequencing, power outages, equipment shutdowns, viability of equipment relocation, safety, operational requirements, access for maintenance, size-critical equipment requirements and constraints, permitting, public nuisance issues, other local conditions and constraints. January-2026 7-69 – Design SOW Page 38 of 54 B. This workshop shall be held at OC SAN facilities and shall generally be four hours in length. OC SAN and CONSULTANT staff shall attend this workshop. C. CONSULTANT shall be responsible for completing the following tasks relative to the workshop: 1. Prepare package for constructability review workshop participants. The package shall consist of detailed plans and specifications and other information selected by the CONSULTANT. 2. Prepare presentation on the project. 3. Summarize the constructability review workshop comments and action taken on each comment in a memorandum. 4. All comments and recommendations of the workshop shall be incorporated into the Implementation Plan Design Memo and the Bid Documents. 2.4.6 TECHNICAL PROGRESS MEETINGS A. Technical Progress Meetings shall be held every four weeks to review various issues with OC SAN’s project team. A total of 18 meetings shall be held during the Preliminary Design Phase. The CONSULTANT shall coordinate with OC SAN’s PM to determine what topics will be covered in what meetings, and what OC SAN and CONSULTANT team members are required for each. 2.4.7 FOCUSED MEETINGS A. Focused meetings shall be held throughout preliminary design to discuss specific issues in detail and generate comments and direction from OC SAN staff. The following tentative list of topics may be covered in these meetings: 1. Site Survey 2. Site Utility Coordination 3. Access Improvement Demolition / Retaining Wall Design / Security Measures (Fence/Gates) 4. Access Road Alternatives 5. Traffic Control 6. Public Outreach 7. Temporary Bypass (several meetings as needed) 8. Geotechnical Data Report / Geotechnical Baseline Report 9. Cost Estimate Requirements (to include OC SAN’s Estimator) 10. Permits 11. OC SAN Contractor Safety Standards and other safety requirements 12. City Requirements 13. Landscaping Plan 14. Survey and Geotechnical Requirements 15. Potholing 16. Hazardous Area classification (with OC SAN Authority Having Jurisdiction representative participating) 17. Utilities and Utility Tie-ins 18. Construction Sequencing January-2026 7-69 – Design SOW Page 39 of 54 19. Special Studies 20. Coordination with other projects 21. Additional Meetings, as necessary. Five additional meetings assumed. B. Meeting lengths shall be as required to cover the topic in question. Depending on subject matter and attendees, one meeting may cover multiple subjects. CONSULTANT shall determine how many meetings will be needed to cover these topics. CONSULTANT may suggest additional topics as necessary. Supplementary meetings may be scheduled with OC SAN staff, as necessary to allow coordination between CONSULTANT and OC SAN staff, with prior approval of OC SAN’s PM. 2.4.8 COORDINATION WITH OTHER PROJECTS MEETINGS A. The project shall be a complete and fully functional facility that is integrated with existing facilities and coordinated with other construction projects. CONSULTANT shall coordinate potential conflicts with the following adjacent projects and participate in the number of meetings indicated in the following table: PROJECT COORDINATION MEETINGS City of Tustin Street Improvement Projects 2 meetings @ 2 hours City of Orange Street Improvement Projects & Sewer Improvement Projects 2 meetings @ 2 hours East Orange County Water District Sewer Improvement Projects 2 meetings @ 2 hours 2.4.9 STORMWATER COMPLIANCE MEETING A. A formal meeting shall be held with OC SAN’s stormwater compliance staff to review the project scope and identify all issues during and after construction affecting compliance with stormwater regulatory requirements and OC SAN’s policies and practices. 3. PHASE 3 – DESIGN BID DOCUMENTS 3.0.1 GENERAL A. CONSULTANT shall provide engineering services to prepare biddable plans, specifications, and other Bid Documents as required based on the design concepts and criteria developed during Phase 2 – Preliminary Design. In this SOW, construction documents include specifications; drawings; and bypassing plans. 3.0.2 ENGINEERING DESIGN GUIDELINE UPDATES A. All changes in OC SAN’s Engineering Standards, OC SAN’s Engineering Design Guidelines, and/or changes in design concepts and facility layouts as a result of OC SAN comments that may occur up to transmittal of OC SAN comments on Design Submittal 1, shall be incorporated into the design by CONSULTANT with no increase in CONSULTANT’s not-to-exceed upper limit on fees. 3.0.3 GENERAL REQUIREMENTS AND ADDITIONAL GENERAL REQUIREMENTS (GR) A. The following are the minimum Additional GRs topics required for this project: January-2026 7-69 – Design SOW Page 40 of 54 ☒Summary of Work ☒Work Sequence ☒Work Restrictions for Collections ☒Permits ☒Environmental Restrictions and Controls ☒Measurement and Payment (includes Mobilization/Demobilization) ☐Seismic Design Criteria (for those restraints, supports, etc. to be designed by the Contractor) ☐Shipping, Storage, and Handling ☒Project Control Management System (PMWeb construction management software) ☐Equipment Service Manuals ☐Equipment and Instrument Database (EID) ☐Commissioning ☐Training of OC SAN Personnel ☒Hazardous Materials Mitigation and Controls ☐Mold Remediation and Controls ☒Contractor and Engineer’s Field Office 3.0.4 DESIGN SUBMITTALS A. The CONSULTANT shall produce the following design submittals as indicated below in accordance with Exhibit 02 - Design Requirements. If a design submittal is eliminated, then the design submittal shall include the requirements associated with the required design submittal along with the requirements associated with the previous unchecked design submittals. ☒Design Submittal 1 ☒Design Submittal 2 ☒Design Submittal 3 ☒Final Design Submittal ☒Final Plans and Specifications ☒Design Submittal Requirements Matrix (Exhibit 7 – Design Submittal Requirements Matrix) B. Continuing Work After Design Submittal Submission CONSULTANT is expected to continue design work on the project while OC SAN staff reviews Design Submittal 1 and Design Submittal 2. For Design Submittal 3, CONSULTANT shall stop all design work until receipt of OC SAN comments on that submittal. 3.0.5 CONSTRUCTION SUBMITTAL ITEMS LIST CONSULTANT shall develop the Construction Submittal Items List in accordance with Exhibit 02 - Design Requirements. 3.0.6 TEMPORARY FACILITIES DURING CONTRUCTION A. CONSULTANT shall design measures for the temporary handling of flows to be implemented by the Contractor during construction considering OC SAN’s goal of zero sewage spills. Detailed plans and work sequence for temporary facilities and bypassing during construction, as described under the “Temporary Facilities During Construction” paragraph under the Project Elements. B. If existing facilities such as valves, gates, stop logs, etc. are being used for shutdowns or diversions, include a plan for testing those facilities during Phase 3 – Design to verify that they will function adequately for the purpose. If testing cannot be performed, CONSULTANT shall identify the risks associated with using the facility for bypassing, along with contingency plans and mitigation measures to be implemented if they are found not function adequately during construction. January-2026 7-69 – Design SOW Page 41 of 54 DESIGN SUPPORT DOCUMENTATION 3.1.1 DESIGN SUBMITTAL SUPPORT DOCUMENTATION A. The CONSULTANT shall provide a Design Submittal Support Documentation in accordance Exhibit 02 - Design Requirements. B. Design Information 1. CONSULTANT shall include the following material with each design submittal: a. CONSULTANT shall maintain the Project Logs specified under Phase 2 Project Management through Phase 3. Current copies of all logs shall be included with each design submittal. b. Written response log to OC SAN comments on the previous submittal. c. CEQA and Regulatory Compliance Matrix. This matrix shall list each applicable CEQA mitigation requirement and all known permit requirements with the corresponding description of how each requirement is to be satisfied. Measures to satisfy requirements might be in the GRs, Additional GRs, particular specification requirements, or actions taken separately from the construction contract. d. Calculations e. Draft or final Geotechnical Reports not submitted in the previous submittal and those revised since the previous submittal. f. Proposed list of suppliers to be named in the specifications for major equipment g. Draft or final Fire Protection Reports not submitted in the previous submittal and those revised since the previous submittal. h. Draft or final Field Findings Reports not submitted in the previous submittal and those revised since the previous submittal. i. Equipment data sheets j. Equipment catalog cuts and vendor quotations. k. Commissioning Package List: The Preliminary Commissioning Package List, first developed in the PDR Production Phase, shall be updated in each design submittal and used as a starting point to develop the list of commissioning procedures. l. All memos that may have been prepared since the previous submittal was delivered. C. Facility Operation and Maintenance ☒Not required. ☐Update operating philosophies ☐Update estimates of Operation and Maintenance staffing requirements D. Electrical Deign Documentation ☒Electrical design documentation is not required. ☐Updated Electrical Load Criticality Table ☐Electrical Analysis Report ☐Load list for all equipment ☐Equipment sizing from manufacturers for motor control centers, switchgear, and transformers ☐Lighting calculations ☐Standby generator sizing calculations ☐Duct bank cable pulling tension, derating and cable tray fill calculations January-2026 7-69 – Design SOW Page 42 of 54 E. Power System Studies ☒ETAP is not required. ☐Plant ETAP model for the project performed by OC SAN. ☐Plant ETAP model for the project performed by CONSULTANT. ☐Electrical Systems Analysis Report performed by CONSULTANT. 3.1.2 CONSTRUCTION COST ESTIMATE A. The CONSULTANT shall provide a cost estimates for the associated design submittal indicated below in accordance with the EDG, Chapter 15 Construction Cost Estimates. ☒Design Submittal 1 ☒Design Submittal 2 ☒Design Submittal 3 ☒Final Design Submittal ☒IFB ☒Post-Bid Evaluation 3.1.3 CONSTRUCTION SCHEDULE A. The CONSULTANT shall provide a Preliminary Construction Schedule for the associated design submittal indicated below in accordance with Exhibit 02 - Design Requirements. ☐Construction Schedule is not required ☐Design Submittal 1 ☒Design Submittal 2 ☒Design Submittal 3 ☒Final Design Submittal 3.1.4 PROCUREMENT ALTERNATIVES A. The CONSULTANT shall recommend the appropriate procurement alternatives as described in Exhibit 02 - Design Requirements. ☒Procurement alternatives not required ☐Procurement alternatives required DESIGN ACTIVITIES The following services shall be provided by the CONSULTANT or an appropriately qualified Subconsultant. In any case, the CONSULTANT shall be responsible for managing all Subconsultants, including reviewing their work products prior to submission to OC SAN. 3.2.1 EASEMENTS, PROPERTY BOUNDARIES AND WORK AREA LIMITS A. CONSULTANT services related to Easements, Property Boundaries and Work Area Limits on the project are specified in Phase 2 – Preliminary Design and those services shall continue during Phase 3 – Design as required. CONSULTANT shall allocate the budgeted hours between Phase 2 and Phase 3 based on when these services will be required. 3.2.2 TOPOGRAPHIC SURVEY A. CONSULTANT services related to Topographic Survey on the project are specified in Phase 2 – Preliminary Design and those services shall continue during Phase 3 – Design as required. CONSULTANT shall allocate the budgeted hours between Phase 2 and Phase 3 based on when these services will be required. 3.2.3 GEOTECHNICAL BASELINE REPORT January-2026 7-69 – Design SOW Page 43 of 54 1. CONSULTANT shall prepare a Geotechnical Baseline Report (GBR). The GBR shall be prepared by the CONSULTANT, rather than by the Geotechnical Subconsultant that prepared the Geotechnical Data Report. 2. The GBR shall conform to the most recent issue of the American Society of Civil Engineers (ASCE) “Geotechnical Baseline Reports of Underground Construction: Guidelines and Practices”. 3. The GBR shall be site specific and shall include a narrative of all known soil conditions and subsurface expected constraints. The GBR shall establish quantitative thresholds and shall make specific recommendations to the Contractor regarding actions to be taken by the Contractor during construction, such as dewatering, removal of boulders by size, all other excavation and backfill stages, etc. Thresholds expressed as ranges of values will not be acceptable to OC SAN (i.e. 100-200 GPM, or 5-10 CY). All thresholds shall be expressed in the form of one number (i.e. 150 GPM, or 7 CY). 4. The GBR will be used during construction to enforce the differing site condition clause included in the construction Contract Agreement. 5. The draft GBR shall be submitted to OC SAN staff for review and comments along with the DS2 submittal package. The final GBR incorporating OC SAN comments shall be submitted with the DS3 submittal package. 3.2.4 UTILITY INVESTIGATION A. CONSULTANT services related to Utility Investigation on the project are specified in Phase 2 – Preliminary Design and those services shall continue during Phase 3 – Design as required. CONSULTANT shall allocate the budgeted hours between Phase 2 and Phase 3 based on when these services will be required. B. Final Design Submittal Utility Coordination Reviews 1. During DS3 submittal review, the CONSULTANT shall meet with outside agencies to verify any changes made by agency during the final design period and compare them with the drawings. CONSULTANT shall follow through with due diligence on utilities that do not participate in the USA program, unknown owner of a facility and/or abandoned utilities. 2. During DS3 submittal review, an on-site inspection shall be conducted in the project area. During the on-site inspection, a senior-level CONSULTANT representative shall walk the site accompanied by OC SAN’s PE and Supervising Inspector. The CONSULTANT’s representative shall be experienced in the location and identification of utilities in the field. During the on-site inspection the CONSULTANT shall document all visible features that indicate utilities within the project area and compare them with the drawings. 3.2.5 NOISE EVALUATION SERVICES A. CONSULTANT shall secure the services of a Subconsultant to prepare a field finding Noise Report. This report shall include the following: 1. Visit site and conduct ambient noise measurements to establish baseline. 2. Identify external sources of noise. 3. Identify potential methods for defining noise impacts. 4. Develop noise models consistent with noise impact assessment methods. 5. Determine exterior noise levels and compliance with assessment standards. 6. If required, develop mitigation measures to meet design standards. 7. Determine compliance with Cal/OSHA regulations. 8. If needed, determine mitigation measures to meet Cal/OSHA requirements. January-2026 7-69 – Design SOW Page 44 of 54 9. Prepare a written report on findings and recommendations. 3.2.6 TRAFFIC CONTROL SERVICES A. CONSULTANT shall determine traffic control requirements and prepare plans and specifications for all construction activities performed within or adjacent to the public right-of-way. The traffic control plans shall be approved by the AHJ by FDS. Additionally, the traffic control designer shall attend the City of Tustin, the City of Orange, the County of Orange, and OC SAN submittal review meetings, workshops, validation meetings and focus meetings, as needed. The traffic control designer shall attend stakeholders and OC SAN review meetings, as needed. B. Scope includes up to 15 meetings. C. Traffic signal design is not included and not anticipated. Traffic study/evaluation of traffic impact analysis or Transportation Management Plan is not included. D. Traffic control concept plans will be prepared to identify types of lane closures, work area zones, work hours/workdays, adjacent land uses and anticipated work schedules due to schools/hospitals and other special events. E. Traffic control concept drawings for key areas will be submitted to the agencies for preliminary review and feedback. Coordination is anticipated with each agency for reviews, addressing comments and requirements: 1. Caltrans 2. County of Orange 3. City of Orange 4. City of Tustin 3.2.7 PUBLIC RELATIONS A. CONSULTANT services related to public relations on the project are specified in Phase 2 – Preliminary Design and those services shall continue during Phase 3 – Design. The CONSULTANT shall allocate the budgeted hours between the public relations services in Phase 2 and Phase 3 based on when these services will be required. 3.2.8 SPECIALTY SERVICE A. CONSULTANT services related to specialty service on the project are specified in Phase 2 – Preliminary Design and those services shall continue during Phase 3 - Design. CONSULTANT shall allocate the budgeted hours between the specialty service in Phase 2 and Phase 3 based on when these services will be required. 3.2.9 ENVIRONMENTAL DOCUMENTATION A. CONSULTANT services related to Environmental Documentation on the project are specified in Phase 2 – Preliminary Design and those services shall continue during Phase 3 – Design. The CONSULTANT shall allocate the budgeted hours between the Environmental Documentation services in Phase 2 and Phase 3 based on when these services will be required. 3.2.10 PERMITTING ASSISTANCE A. CONSULTANT services related to permitting assistance on the project are specified in Phase 2 – Preliminary Design and those services shall continue during Phase 3 – Design. CONSULTANT shall allocate the budgeted hours between the permitting assistance services in Phase 2 and Phase 3 based on when these services will be required. 3.2.11 PROJECT SAFETY REVIEW January-2026 7-69 – Design SOW Page 45 of 54 A. CONSULTANT shall update Exhibit 11 – Project Safety Check List and Exhibit 12 – Full Project Safety Review Plan for review with OC SAN’s PM and Risk Management Division during Project Safety Review Plan Workshops B. Project Safety Workshops: ☐DS1 Project Safety Review Workshop: ☒DS2 Project Safety Review Workshop: one hour (held during OC SAN’s review of DS2 at OC SAN) ☒DS3 Project Safety Review Workshop: one hour (held during OC SAN’s review of DS3 at OC SAN) C. Moderator shall be as specified for Phase 2 – Preliminary Design. 3.2.12 PROJECT MANAGEMENT A. CONSULTANT shall be responsible for managing CONSULTANT’s project execution, schedule, budget, Subconsultants, and coordination with other projects. CONSULTANT services related to project management on the project are specified in Phase 2 – Preliminary Design and those services shall continue during Phase 3 – Design as required. CONSULTANT shall allocate the budgeted hours between Phase 2 and Phase 3 based on when these services will be required. 3.2.13 RISK MANAGEMENT A. CONSULTANT shall provide risk management in accordance with Exhibit 4 – Risk Management Requirements. 3.2.14 QUALITY CONTROL A. The CONSULTANT shall provide quality control requirements in accordance with Exhibit 06 - Quality Control . ☐Independent Multi-Discipline Design Workshop is not required. ☒Independent Multi-Discipline Design Workshop is required. (minimum duration of one day) DESIGN WORKSHOPS AND MEETINGS 3.3.1 GENERAL A. Workshop and meeting planning, requirements, agendas, and meeting minutes shall be in accordance with Exhibit 05 - Workshop and Meeting Requirements. 3.3.2 DESIGN PHASE WORKSHOPS A. The focus of workshops is to review project progress to date and the technical decisions that have been made in focused meetings. CONSULTANT shall conduct the workshops listed below in Phase 3 – Design for each design submittal, except FDS. The CONSULTANT shall allow the following time for each workshop: DESIGN PHASE WORKSHOPS WORKSHOP TYPE DURATION B. The following Design Review Meetings shall include the following topics, as applicable to the project: 1. Civil 2. Construction January-2026 7-69 – Design SOW Page 46 of 54 3. Traffic Control 4. Bypass Pumping 3.3.3 DS2 CONSTRUCTABILITY WORKSHOP A. A constructability workshop shall be held two weeks after the DS2 submittal during the DS2 review period and shall be a three-day workshop. The constructability review is intended to provide OC SAN with an objective third-party review of the Bid Documents for effectiveness in communicating information to prospective bidders. The review shall determine if the Bid Documents have sufficient information needed to bid and construct the project and avoid misunderstandings and misinterpretations that may lead to conflict, confusion or claims during construction. This review is not a comprehensive plan check, a dimensional check or a value engineering assignment. Further, it is recognized that comments may only be given on the level of detail provided at this level of design. B. Constructability review participants shall include highly experienced individuals from construction companies, OC SAN’s Construction Management staff and CONSULTANT construction management staff. CONSULTANT’s specialty and discipline engineers may also be included. C. Each constructability review participant shall receive a package at least two weeks in advance. The package shall include plans and specifications, general conditions, the critical path method (CPM) schedule, the construction cost estimate, permits, and other pertinent information. The confirmation statements regarding the size-critical equipment as required in EDG, Chapter 01, Design Guidelines – GR, Section 01.2.15.2 “Size-Critical Equipment” shall also be included in the review package. D. The constructability review shall be held on-site. E. Day 1 shall start with a site visit, for the reviewers to acquaint themselves with the site conditions. After the site visit, the CONSULTANT shall make a short presentation, followed by a question-and-answer period. This is anticipated to take about half a day. The second half of Day 1, Day 2, and the first half of Day 3 shall be individual workdays for the Constructability Review Team. The CONSULTANT shall not attend, although one designated individual from the CONSULTANT’s Design Team shall remain to answer questions and gather additional information that the Constructability Review team might need. F. On the afternoon of Day 3, the CONSULTANT shall return and listen to comments from the Constructability Review Team. A designated individual shall record the comments, and take notes from the workshop, to document the process. G. Topics the Constructability Review Team must consider shall include: 1. Project consistency, discrepancies, and constructability issues 2. Contradictions, bid package strategies, and biddability issues 3. Utility company requirements 4. Construction methods and mitigating impacts 5. Viability of equipment relocation 6. Operational requirements 7. Interim Control Plan 8. Access to make proper connections 9. User-friendliness and safety 10. Coordination with other projects 11. Public nuisance issues January-2026 7-69 – Design SOW Page 47 of 54 12. Risk sharing 13. Construction sequencing and schedule, materials storage and work zone accessibility 14. Clarity of the scope of work, and interface activities 15. Impacts on existing operation 16. Access 17. Cost control 18. Partnering with Contractor 19. Other local conditions and constraints 20. OC SAN Constructability Review Checklist H. The Constructability Review Team shall provide a list of comments, and the CONSULTANT shall respond to each comment, selecting those comments to be included in the final plans and specifications. I. To facilitate the Constructability Review Workshop, CONSULTANT shall complete the following tasks: 1. Prepare package for constructability review participants. The package shall consist of detailed plans and specifications and other information selected by the CONSULTANT. The package shall be mailed to participants at least one week prior to the workshop. 2. Arrange for on-site location (OC SAN Headquarters) for Constructability Review Workshop. 3. Provide for a constructability review facilitator. 4. Prepare presentation on the project for the Constructability Review Team. 5. Meet with Constructability Review Team to receive comments. 6. Provide listing of constructability review comments and action taken on each comment. (The summary report of constructability review comments shall be prepared by the Constructability Review Team.) J. All comments and recommendations of the workshop shall be incorporated into the Bid Documents at no additional cost to OC SAN. 3.3.4 DESIGN PHASE MEETINGS A. Technical Progress Meetings 1. Technical Progress Meetings shall be held every four weeks for one hour to review various issues with OC SAN’s project team. A total of 12 meetings for one hour shall be held during Design Phase. The CONSULTANT shall coordinate with OC SAN’s PM to determine what topics will be covered in what meetings, and what OC SAN and CONSULTANT team members are required for each. B. Focused Meetings 1. Focused meetings shall be held throughout preliminary design to discuss specific issues in detail and generate comments and direction from OC SAN staff. The following tentative list of topics may be covered in these meetings: a. Site Survey b. Site Utility Coordination c. Access Improvement Demolition / Retaining Wall Design / Security Measures (Fence/Gates) January-2026 7-69 – Design SOW Page 48 of 54 d. Access Road Alternatives e. Public Outreach f. Temporary Bypass (several meetings as needed) g. Geotechnical Report / Geotechnical Baseline Report h. Cost Estimate Requirements (to include OC SAN’s Estimator) i. Permits j. OC SAN Contractor Safety Standards and other safety requirements k. City Requirements l. Landscaping Plan m. Survey and Geotechnical Requirements n. Potholing o. Hazardous Area Classification (with OC SAN Authority Having Jurisdiction representative participating) p. Utilities and Utility Tie-ins q. Construction Sequencing r. Special Studies s. Coordination with other projects t. Additional Meetings, as necessary 2. Each meeting shall generally be two to four hours in length. CONSULTANT shall determine how many meetings will be needed to cover these topics. CONSULTANT may suggest additional topics as necessary. Supplementary meetings may be scheduled with OC SAN staff, as necessary to allow coordination between the CONSULTANT and OC SAN staff, with prior approval from OC SAN’s PM. 3.3.5 CONSULTANT OFFICE TECHNICAL MEETINGS (COTMS) A. OC SAN has found it mutually beneficial to visit the CONSULTANT offices from time to time to observe the detailed design in process, answer detailed technical questions, and establish lines of communications with CONSULTANT staff. During the Design Phase, CONSULTANT shall arrange for OC SAN staff to meet in CONSULTANT’s work center and audit “over the shoulder” design reviews with CONSULTANT’s staff. The reviews will be monitored by a member of CONSULTANT’s Management Team. Signification decisions will be reported to CONSULTANT’s PM and OC SAN’s PM and logged into the Decision Log. Action items will be identified. B. The CONSULTANT shall schedule, at a minimum, the following CONSULTANT Office Technical Meetings (COTMs): 1. Two 2-hour meetings C. The CONSULTANT shall schedule each of the above COTMs and shall coordinate with OC SAN’s PM to be sure the correct personnel participate in the meetings. The CONSULTANT may propose additional, eliminate, or combine COTMs as needed to support the detailed design. D. OC SAN may also request additional “over the shoulder” design review meetings to audit the design in other areas not listed above. 3.3.6 COORDINATION WITH OTHER PROJECTS MEETINGS A. The project shall be a complete and fully functional facility that is integrated with existing facilities and coordinated with other construction projects. CONSULTANT shall coordinate January-2026 7-69 – Design SOW Page 49 of 54 potential conflicts with the following adjacent projects and participate in the number of meetings indicated in the following table: PROJECT COORDINATION MEETINGS PROJECT PROJECT DESCRIPTION COORDINATION MEETINGS City of Tustin Street Improvement Projects 2 meetings @ 2 hours East Orange County Water District Sewer Improvement Projects 2 meetings @ 2 hours 3.3.7 SAFETY AND RISK MEETING A. CONSULTANT shall prepare and meet with OC SAN’s PM and Risk Management personnel to review Exhibit 11 Safety Check List and Exhibit 12 Full Project Safety Review Plan. B. CONSULTANT shall update Exhibit 11 Safety Check List and Exhibit 12 Full Project Safety Review Plan throughout the design phases. CONSULTANT shall provide OC SAN’s Risk Management Division with the final copies of Exhibit 11 Safety Check List and Exhibit 12 Full Project Safety Review Plan at completion of the design project. 3.3.8 CONSTRUCTION SUBMITTAL ITEMS LIST MEETING A. Meet with OC SAN between DS2 and DS3 to review the CONSULTANT’s approach to developing the project Construction Submittal Items List using Exhibit 18B – Master Construction Submittal Items List Attachment A and the CONSULTANT-provided specifications and discuss the grouping of submittals in commissioning packages and phases. 3.3.9 STORMWATER COMPLIANCE MEETING A. A formal meeting shall be held with OC SAN’s stormwater compliance staff to review the project scope and identify all issues during and after construction affecting compliance with stormwater regulatory requirements and OC SAN’s policies and practices BID PHASE SUPPORT SERVICES 3.4.1 BID PHASE SUPPORT SERVICES A. CONSULTANT shall provide the following bid period services: 1. Participate in the pre-bid meeting. 2. Prepare project drawing set and project specification addenda to provide clarification and resolve errors and omissions identified prior to bid opening. 3. Identify cost impacts associated with addenda changes. 3.4.2 BID EVALUATION ASSISTANCE A. Participate in reviewing alternate equipment proposals from the Contractor, if applicable. B. Furnish consultation and advice to OC SAN staff and assist with all the related equipment, cost, and other analyses as required to finalize the award decision. C. If the lowest bidder exceeds the Engineer’s Estimate by 10 percent, the CONSULTANT is required to conduct a confidential bid evaluation within two weeks from the bid due date. This evaluation shall include a detailed analysis of the deviation, providing reasons for the variance. 3.4.3 CONFORMED DOCUMENT PREPARATION January-2026 7-69 – Design SOW Page 50 of 54 A. Within two weeks of the bid date, prepare conformed documents set (drawings, databases, specifications and other required materials) that incorporates the addenda. See EDG, Chapter 01, Design Guidelines – GR, Section 01.5 “Preparation of Project Deliverables” for requirements as modified in Section 8 of this SOW, “Project-Specific Deviations from OC SAN’s Engineering Design Guidelines” and the requirements of the CAD Manual). 4. PHASE 4 – CONSTRUCTION AND INSTALLATION SERVICES Not in this SOW. 5. PHASE 5 – COMMISSIONING SERVICES Not in this SOW. 6. PHASE 6 – CLOSE OUT Not in this SOW. 7. GENERAL REQUIREMENTS GENERAL 7.0.1 OC SAN ENGINEERING DESIGN GUIDELINES AND STRATEGIC PLAN A. CONSULTANT shall refer to and adhere to the requirements of the Contractor Safety Standards, EDG, any deviations from the EDG listed below, and other OC SAN’s Design Standards referenced therein.Exhibit 16 - Spec Review using Microsoft Word and Teams Exhibit 17 - OC SAN Engineering Design Guidelines and Standards – Available online at https://www.ocsan.gov/document-center/?search-term&department=engineering&sub_department=design-guidelines&document_year=all is a complete set of the Contractor Safety Standards and OC SAN Design Standards, the latest edition at the time of the design proposal stage. B. The EDG define what plant design concepts/tools/methods and project management requirements shall be adhered to and in what manner they shall be used/provided by CONSULTANT’s, e.g., requirements regarding design concepts, submittals, documentation details, use of OC SAN Master Specifications, and other related OC SAN Standards, etc. C. Refer also to Section “CONSULTANT’s Responsibilities” in the EDG Chapter 01. Refer to “Master Specifications Instructions for Use” that mandates rules and conventions to be used in all OC SAN project specifications. D. The SOW defines whether or not each specific deliverable described in the EDG shall be part of the project and when each task shall take place. E. The SOW also includes requirements that supplement and/or modify the EDG requirements for this project. F. The SOW and EDG impact CONSULTANT’s project cost. G. Except as specified in this SOW, design of all facilities shall conform to the recommendations of the currently approved Master Plan for OC SAN facilities. The project shall also incorporate all applicable mitigation measures included in associated environmental documents and site-specific local requirements. H. In addition, OC SAN will require the CONSULTANT to follow subsequent revisions of the Contractor Safety Standards, EDG and other OC SAN Design Standards up to transmittal by OC SAN of comments on Design Submittal 2, shall be incorporated into the design by CONSULTANT at no additional cost to OC SAN. January-2026 7-69 – Design SOW Page 51 of 54 I. OC SAN may update OC SAN’s Master Specifications and/or add new OC SAN Master Specifications up to transmittal by OC SAN of comments on Design Submittal 2. The CONSULTANT shall utilize the new and/or modified Master Specifications for the DS3 submittal. J. The CONSULTANT shall not begin editing the project specifications until the project team meets with OC SAN’s PE to discuss and receive comments regarding the CONSULTANT’s proposed list of project specifications. This meeting will be used to determine which specifications are to use OC SAN’s Master Specifications, and where other sources will be utilized. 7.0.2 PROJECT PHASES AND TASKS A. Project tasks and deliverables shall include the requirements described in this SOW. The CONSULTANT shall also refer to Appendix A of the EDG for the level of detail requirements for individual deliverables in each Phase of the project not covered in the SOW. 7.0.3 CONSTRUCTION SEQUENCING AND CONSTRAINTS A. CONSULTANT shall develop with OC SAN’s PM and PE and include in the Bid Documents detailed requirements for construction sequencing and constraints. These shall ensure safe and reliable operation and maintenance of OC SAN facilities. The facilities must be kept online and fully operational with minimal interruptions throughout construction. 7.0.4 WORKING HOURS A. Meetings with OC SAN staff shall be scheduled from Monday through Thursday between the hours of 8:00 AM and 4:00 PM. Any CONSULTANT staff working on-site shall conform to OC SAN work schedules. CONSULTANT shall refer to the EDG, Chapter 01, Section 01.3.5 “CONSULTANT Inspection of Treatment Facilities” for further requirements. 7.0.5 STANDARD DRAWINGS AND TYPICAL DETAILS A. All the details used in the project (OC SAN’s Standard Drawings and CONSULTANT- developed typical details) shall be shown on the plans. 7.0.6 SOFTWARE A. The CONSULTANT is expected to develop and provide the deliverables using the standard software currently approved for use by OC SAN. The standard OC SAN software includes, but is not limited to, the following: 1. Windows Professional 2. Esri software (fGDB, pGDB or shapefile formats) 3. Microsoft Internet Explorer 4. Autodesk software (AutoCAD, AutoCAD Map3D or compatible dwg file format) 5. Microsoft Office, including MS Teams 6. Maximo 7. Bluebeam Revu Extreme & Studio 8. Primavera P6 for scheduling 9. Database software as defined in the project SOW B. Any software that the CONSULTANT needs to comply with these standards shall be purchased and maintained by the CONSULTANT at no additional cost to OC SAN. In the event OC SAN provides the CONSULTANT with access to OC SAN software and hardware at an OC SAN facility in order to facilitate performance of their work, all software shall remain the property of OC SAN. Only software licensed to OC SAN shall be installed on OC SAN equipment. In addition, only OC SAN’s Information Technology Division staff will perform the installation of this software. January-2026 7-69 – Design SOW Page 52 of 54 7.0.7 SUBMITTAL REVIEW USING BLUEBEAM A. OC SAN has standardized on the use of Bluebeam Revu for reviewing and providing comments to PDF files. PDF files will be hosted in a Bluebeam cloud-based studio session for review. See Exhibit 15 - Bluebeam Designer User Training for Submission for a detailed explanation on how Bluebeam will be used to provide, validate, and close submittal review comments. B. Prior to submitting electronic PDF files, format them as indicated in Exhibit 14 - Bluebeam Designer Training for Submission and “OC SAN CAD Standards Manual” prior to submission. C. A one-hour training session on the use of Bluebeam and custom status menu will be provided by OC SAN. All CONSULTANT team members responsible for quality control and reconciliation of submittal comments shall attend. 7.0.8 WORD TRACK CHANGES A. Specifications documents and other MS-Word based deliverables will be hosted in OC SAN Teams environment for review. The guidelines for reviewing and commenting on MS-Word files, including specifications reviews, can be found in Exhibit 16 - Spec Review using Microsoft Word and Teams. 7.0.9 GIS SUBMITTALS A. CONSULTANT shall provide the following Geographic Information System (GIS) deliverables propagated from approved design submittals after the design submittal is accepted. These GIS submittals will not be reviewed or presented by CONSULTANT. The purpose is to provide project specific GIS layers that could be used to visualize interproject dependencies and conflicts. 1. Electronic Submittal a. Kmz files for use with Google Earth 2. Final PDR a. Single project boundary (Polygon) (1) Boundary to encompass all new facilities and existing to be modified including: • Buildings\Structures • Tunnels • Utilities • Pavement • Street boundary (ROW to ROW) of possible alignment b. Structures (Polygon) • New structure outline • Additions to existing structures • Structure label 3. DS1 a. Project boundary - updated from PDR b. Structures - updated from PDR c. Utilities (Polyline) (1) Utility alignment d. Manholes (Point) January-2026 7-69 – Design SOW Page 53 of 54 e. Excavation of pits (Polygon) (1) Pits that will stay open for extended duration (2) CIPP (3) Tunnel - jacking and receiving (4) All pits should be labeled 4. DS2, DS3, and FDS a. Project boundary - updated from previous DS b. Structures - updated from previous DS c. Utilities - updated from previous DS d. Manholes - updated from previous DS e. Excavation of pits - updated from previous DS f. Critical (as defined by DigAlert) utility crossings (Point) (1) Crossing of DigAlert critical utilities (2) Critical utility label • Natural gas • Fuel pipeline • 12 kV Electrical g. Asphalt (Polygon) (1) Asphalt to be replaced 8. STAFF ASSISTANCE OC SAN staff member(s) or designee assigned to work with CONSULTANT on the design of this project is Scott Ahn at (714) 593-7219, email to: sahn@ocsan.gov and/or Warren Liu at (714) 593-7199, email to: wliu@ocsan.gov. 9. EXHIBITS Exhibit 01 - Preliminary Design Report Requirements Exhibit 02 - Design Requirements Exhibit 03 - Project Management Requirements Exhibit 04 - Risk Management Requirements Exhibit 05 - Workshop and Meeting Requirements Exhibit 06 - Quality Control Exhibit 07 - Design Submittal Requirements Matrix Exhibit 08 - Project Schedule Calculation Exhibit 09 - Deliverables Quantities Exhibit 10a - Sample Construction Cost Estimate Format – Sample 1 January-2026 7-69 – Design SOW Page 54 of 54 Exhibit 10b - Sample Construction Cost Estimate Format – Sample 2-6 Exhibit 10c - Sample Construction Cost Estimate Format – Sample 7 Exhibit 11 – Project Safety Check List Exhibit 12 – Full Project Safety Review Plan Exhibit 13 - Sample MMRP Log Exhibit 14 - Bluebeam Designer Training for Submission Exhibit 15 - Bluebeam Designer User Training Exhibit 16 - Spec Review using Microsoft Word and Teams Exhibit 17 - OC SAN Engineering Design Guidelines and Standards – Available online at https://www.ocsan.gov/document-center/?search-term&department=engineering&sub_department=design-guidelines&document_year=all Exhibit 18A – Project Control Management System - PMWeb Exhibit 18B – Master Construction Submittal Items List Attachment A Exhibit 19 – Project Elements Map & Record Drawings Exhibit 20 - Field Investigation Photos Exhibit 21 - Project Reference Material 21A - Collections Capacity Evaluation Study Final Report 21B - Pipeline CCTV Reports 21C - Manhole CCTV Reports 21D - Sewer Pipeline and Manhole Conditions 1/26/2026 1 North Tustin-Orange Sewer Rehabilitation, Project No. 7-69 Presented by: Marianne Kleine Engineering Supervisor Operations Committee February 4, 2026 Professional Design Services Agreement •Built in early 1960s •Project Location •Tustin •Orange •Unincorporated Orange County (North Tustin) •Project Drivers •Replace, rehabilitate, and install new pipelines •Rehabilitate 140 manholes •Construct new access roads Project Location and Drivers 3 1 2 1/26/2026 2 Pipeline Improvements 3 Cracked VCP pipe Cured-in-place pipe rehabilitation (CIPP) Open cut replacement Pipe sag Manhole Rehabilitation Cured-in-place manhole rehabilitation Rehabilitation of 140 manholes 4 Exposed Aggregate Exposed Rebar No Liner Before After 3 4 1/26/2026 3 Manhole Access Improvement 5 D RED0625-0010 City of Tustin City of Orange •Ten proposals received •Interviews conducted with top four firms •Stantec Consulting Services, Inc. selected •Clear project understanding •Streamlined construction and long-term maintainability •Experienced project team Selection Process 6 5 6 1/26/2026 4 NegotiatedOriginal Proposal 21,39820,638Total Hours $5,086,373$5,430,785Total Fee Negotiations 7 •Scope and effort validated •Hours increased for outreach and environmental documentation •Fee decreased by redistributing hours from senior to junior staff Recommend to the Board of Directors to: A. Approve a Professional Design Services Agreement with Stantec Consulting Services, Inc., to provide engineering services for North Tustin-Orange Sewer Rehabilitation, Project No. 7-69, for an amount not to exceed $5,086,373; and B. Approve a contingency of $508,637 (10%). Recommendation 8 7 8 OPERATIONS COMMITTEE Agenda Report Headquarters 18480 Bandilier Circle Fountain Valley, CA 92708 (714) 593-7433 File #:2026-4666 Agenda Date:2/4/2026 Agenda Item No:7. FROM:Robert Thompson, General Manager Originator: Riaz Moinuddin, Director of Operations & Maintenance SUBJECT: WET WEATHER PREPARATION AND RESPONSES GENERAL MANAGER'S RECOMMENDATION RECOMMENDATION: Information Item. BACKGROUND Staff will present an overview of Orange County Sanitation District’s wet weather preparations and responses to both the Operations Committee and Administration Committee. RELEVANT STANDARDS ·24/7/365 treatment plant reliability ·Maintain a culture of improving efficiency to reduce the cost to provide the current service level or standard ·Commitment to safety & reducing risk in all operations ATTACHMENT The following attachment(s)may be viewed on-line at the OC San website (www.ocsan.gov)with the complete agenda package: ·Presentation Orange County Sanitation District Printed on 1/27/2026Page 1 of 1 powered by Legistar™ 1/27/2026 1 Wet Weather Preparations and Responses Presented by Jon Bradley Operations Manager Operations Committee February 4, 2026 Why Prepare 0 50 100 150 200 250 300 MG D Time (24 Hours) Plant 2 Dry Weather Flows 7/14/2025 1 2 1/27/2026 2 How Rain Impacts Flow 0 50 100 150 200 250 300 MG D Time (24 Hours) Plant 2 Wet Weather vs. Dry Weather Flows 7/14/2025 2/6/2024 Difference in Peak Flow: 171 MGD Arriving 6 Hours, 15 Minutes Sooner Peak Flow: 261 MGD at 4:08 pm Peak Flow: 90 MGD at 10:23 pm 4 •Wet Weather Season:October 15 – April 15 •Daily Prep:Verify equipment readiness for high flows (Ex: portable pumps and sandbags). •Coordination: Coordinate with projects to ensure equipment and treatment capacities are available. •Collaboration: Communicate with stakeholders and coordinating agencies such as IRWD and OCWD. Preparing for the Wet Weather Season 3 4 1/27/2026 3 5 The Integrated Emergency Response Plan (IERP) provides guidance, strategies, and additional resources for larger storms that meet defined criteria. Integrated Emergency Response Plan 6 •Preparation Phase-Multiple days with multiple inches of rain predicted. May have limited capacity or saturated ground. •Goal -Ensure adequate resources are in place BEFORE the rain starts. IERP Code Color System Code Blue 5 6 1/27/2026 4 7 When the Rain Starts 8 •Threat Phase- •Plant Flow (P1 and P2): 125 MGD above normal; •Ocean Outfall Flow: 30 MGD above normal. •Partial Incident Command staff activated for additional storm oversight and resources. IERP Code Color System Code Yellow 7 8 1/27/2026 5 9 •Storage Phase-Fill empty tanks and structures for storage. Activate additional Incident Command staff as needed. •Exceeding Capacity Phase-Evaluate the use of the 1-mile outfall. •Recovery Phase-Drain and clean process units that were used to process higher flows in preparation for future storms. IERP Code Color System Code Orange Code Red Code Purple 10 •Informational item. Recommendation 9 10 OPERATIONS COMMITTEE Agenda Report Headquarters 18480 Bandilier Circle Fountain Valley, CA 92708 (714) 593-7433 File #:2026-4765 Agenda Date:2/4/2026 Agenda Item No:8. FROM:Robert Thompson, General Manager Originator: Wally Ritchie, Director of Finance SUBJECT: MID-YEAR FINANCIAL REPORT GENERAL MANAGER'S RECOMMENDATION RECOMMENDATION: Information Item. BACKGROUND Staff will present a review of the mid-year budget performance to both the Operations Committee and Administration Committee. RELEVANT STANDARDS ·Quarterly financial reporting ATTACHMENT The following attachment(s)may be viewed on-line at the OC San website (www.ocsan.gov)with the complete agenda package: ·Presentation Orange County Sanitation District Printed on 1/27/2026Page 1 of 1 powered by Legistar™ 1/26/2026 1 Mid-Year Financial Report Presented by: Ruth Zintzun, Finance Manager Operations Committee February 4, 2026 2 Budget Cycle July December June FY 2025-26 Budget Effective Mid Year Financial Report End of FY 2025-26 1 2 1/26/2026 2 3 Revenue Fees and Charges $398 Property Taxes $124 Other $57 FY 2025-26 Budget (Millions) Fees and Charges $208 Property Taxes $62 Other $33 Actuals through 12/31/2025 (Millions) 52% 4 Operating Budget FY 2025-26 Budget (Millions) $246$0 $123 50.0% 3 4 1/26/2026 3 5 Operating Detail $- $5 $10 $15 $20 $25 $30 $35 Mi l l i o n s FY 2025-26 Budget Actuals through 12/31/2025 51% Chemicals Utilities Repairs and Maintenance 49% 65% 6 Capital Improvement Program $0 $50 $100 $150 $200 $250 $300 FY 2025-26 Budget Actuals through 12/31/2025 Mi l l i o n s 51% 5 6 1/26/2026 4 7 Outstanding Debt $0 $100 $200 $300 $400 $500 $600 Mi l l i o n s 8 •Continue to monitor monthly actuals •Adjust operations and capital where possible •Incorporate in upcoming budget where applicable Next Steps 7 8 1/26/2026 5 9 Information item. Recommendation 9 OPERATIONS COMMITTEE Agenda Report Headquarters 18480 Bandilier Circle Fountain Valley, CA 92708 (714) 593-7433 File #:2026-4766 Agenda Date:2/4/2026 Agenda Item No:9. FROM:Robert Thompson, General Manager Originator: Wally Ritchie, Director of Finance SUBJECT: RATE SETTING PROCESS GENERAL MANAGER'S RECOMMENDATION RECOMMENDATION: Information Item. BACKGROUND Staff will present an overview of the rate setting process. RELEVANT STANDARDS ·Stable rates, no large unforeseen rate increases ATTACHMENT The following attachment(s)may be viewed on-line at the OC San website (www.ocsan.gov)with the complete agenda package: Presentation Orange County Sanitation District Printed on 1/27/2026Page 1 of 1 powered by Legistar™ 1/27/2026 1 The Rate Setting Process Presented by: Ruth Zintzun, Finance Manager Operations Committee February 4, 2026 •“Right to Vote on Taxes Act” (1996) •Protects California property owners from unfair or excessive local government fees, assessments, and taxes. •Rates must be proportional to the service provided and cannot exceed the cost of service. Proposition 218 2 1 2 1/27/2026 2 •Cost-of-Service Basis •Notice & Public Hearing •Majority Protest •Transparency Legal Requirements Under Prop 218 3 Steps 4 Cost of Service Study • Determine costs (Capital, Operation and Maintenance, debt) Draft Rate Proposal • Calculate rate structure Public Notice • Mail notices to property owners Public Hearing • Hold hearing and allow for protests Board Action • Adopt rates or reject proposals 3 4 1/27/2026 3 Operations & Maintenance (O&M) Costs Capital Improvement / Replacement Costs Debt Service Reserve Requirements Proportionality to Water Usage or Wastewater Discharge Volume Cost of Service Study 5 •Publish Rate Study •Mail Notices •Public Outreach Before Hearings Public Transparency 6 5 6 1/27/2026 4 Timeline 7 Dec 2025 Mar 2026 Dec 2026 Feb 2027 Mar 2027 July 2027 Issue a Request for Proposal for a Comprehensive Rate Study Receive and file the Comprehensive Rate Study Mail Proposition 218 Notifications and First Reading of the Ordinance Public Hearing, Second Reading, and Adoption of the Ordinance Ordinance takes effect Award a Contract for a Comprehensive Rate Study Ongoing Outreach •Prop 218 ensures fairness, transparency, and accountability in local utility rates. •Cost-of-service studies are critical to legally defend rates. •Public notice and hearing requirements are required by Prop 218. •Proper documentation and communication reduce risk of legal challenges. Takeaways 8 RL1 7 8 1/27/2026 5 Information item. Recommendation 9 9 ORANGE COUNTY SANITATION DISTRICT GLOSSARY OF TERMS ACTIVATED SLUDGE PROCESS – A secondary biological wastewater treatment process where bacteria reproduce at a high rate with the introduction of excess air or oxygen and consume dissolved nutrients in the wastewater. BENTHOS – The community of organisms, such as sea stars, worms, and shrimp, which live on, in, or near the seabed, also known as the benthic zone. BIOCHEMICAL OXYGEN DEMAND (BOD) – The amount of oxygen used when organic matter undergoes decomposition by microorganisms. Testing for BOD is done to assess the amount of organic matter in water. BIOGAS – A gas that is produced by the action of anaerobic bacteria on organic waste matter in a digester tank that can be used as a fuel. BIOSOLIDS – Biosolids are nutrient rich organic and highly treated solid materials produced by the wastewater treatment process. This high-quality product can be recycled as a soil amendment on farmland or further processed as an earth-like product for commercial and home gardens to improve and maintain fertile soil and stimulate plant growth. CAPITAL IMPROVEMENT PROGRAM (CIP) – Projects for repair, rehabilitation, and replacement of assets. Also includes treatment improvements, additional capacity, and projects for the support facilities. COLIFORM BACTERIA – A group of bacteria found in the intestines of humans and other animals, but also occasionally found elsewhere, used as indicators of sewage pollution. E. coli are the most common bacteria in wastewater. COLLECTIONS SYSTEM – In wastewater, it is the system of typically underground pipes that receive and convey sanitary wastewater or storm water. CERTIFICATE OF PARTICIPATION (COP) – A type of financing where an investor purchases a share of the lease revenues of a program rather than the bond being secured by those revenues. CONTAMINANTS OF POTENTIAL CONCERN (CPC) – Pharmaceuticals, hormones, and other organic wastewater contaminants. DILUTION TO THRESHOLD (D/T) – The dilution at which the majority of people detect the odor becomes the D/T for that air sample. GREENHOUSE GASES (GHG) – In the order of relative abundance water vapor, carbon dioxide, methane, nitrous oxide, and ozone gases that are considered the cause of global warming (“greenhouse effect”). GROUNDWATER REPLENISHMENT SYSTEM (GWRS) – A joint water reclamation project that proactively responds to Southern California’s current and future water needs. This joint project between the Orange County Water District and OCSD provides 70 million gallons per day of drinking quality water to replenish the local groundwater supply. LEVEL OF SERVICE (LOS) – Goals to support environmental and public expectations for performance. N-NITROSODIMETHYLAMINE (NDMA) – A N-nitrosamine suspected cancer-causing agent. It has been found in the GWRS process and is eliminated using hydrogen peroxide with extra ultra-violet treatment. NATIONAL BIOSOLIDS PARTNERSHIP (NBP) – An alliance of the NACWA and WEF, with advisory support from the EPA. NBP is committed to developing and advancing environmentally sound and sustainable biosolids management practices that go beyond regulatory compliance and promote public participation to enhance the credibility of local agency biosolids programs and improved communications that lead to public acceptance. PER- AND POLYFLUOROALKYL SUBSTANCES (PFAS) – A large group (over 6,000) of human-made compounds that are resistant to heat, water, and oil and used for a variety of applications including firefighting foam, stain and water-resistant clothing, cosmetics, and food packaging. Two PFAS compounds, perfluorooctanesulfonic acid (PFOS) and perfluorooctanoic acid (PFOA) have been the focus of increasing regulatory scrutiny in drinking water and may result in adverse health effects including developmental effects to fetuses during pregnancy, cancer, liver damage, immunosuppression, thyroid effects, and other effects. PERFLUOROOCTANOIC ACID (PFOA) – An ingredient for several industrial applications including carpeting, upholstery, apparel, floor wax, textiles, sealants, food packaging, and cookware (Teflon). PERFLUOROOCTANESULFONIC ACID (PFOS) – A key ingredient in Scotchgard, a fabric protector made by 3M, and used in numerous stain repellents. PLUME – A visible or measurable concentration of discharge from a stationary source or fixed facility. PUBLICLY OWNED TREATMENT WORKS (POTW) – A municipal wastewater treatment plant. SANTA ANA RIVER INTERCEPTOR (SARI) LINE – A regional brine line designed to convey 30 million gallons per day of non- reclaimable wastewater from the upper Santa Ana River basin to the ocean for disposal, after treatment. SANITARY SEWER – Separate sewer systems specifically for the carrying of domestic and industrial wastewater. SOUTH COAST AIR QUALITY MANAGEMENT DISTRICT (SCAQMD) – Regional regulatory agency that develops plans and regulations designed to achieve public health standards by reducing emissions from business and industry. SECONDARY TREATMENT – Biological wastewater treatment, particularly the activated sludge process, where bacteria and other microorganisms consume dissolved nutrients in wastewater. SLUDGE – Untreated solid material created by the treatment of wastewater. TOTAL SUSPENDED SOLIDS (TSS) – The amount of solids floating and in suspension in wastewater. ORANGE COUNTY SANITATION DISTRICT GLOSSARY OF TERMS TRICKLING FILTER – A biological secondary treatment process in which bacteria and other microorganisms, growing as slime on the surface of rocks or plastic media, consume nutrients in wastewater as it trickles over them. URBAN RUNOFF – Water from city streets and domestic properties that carry pollutants into the storm drains, rivers, lakes, and oceans. WASTEWATER – Any water that enters the sanitary sewer. WATERSHED – A land area from which water drains to a particular water body. OCSD’s service area is in the Santa Ana River Watershed.