Loading...
HomeMy WebLinkAbout05-06-2026 Operations Committee Complete Agenda PacketNOTICE OF REGULAR MEETING AGENDA PUBLIC PARTICIPATION NOTICE ORANGE COUNTY SANITATION DISTRICT OPERATIONS COMMITTEE MAY 6, 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. MEETING PARTICIPATION INSTRUCTIONS 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 Details on how to participate can be found on our website at Join the live meeting on Teams: Phone Conference ID: 624 646 301# 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 ROLL CALL OPERATIONS COMMITTEE Engineering and Operations & Maintenance Meeting Date: May 6, 2026 Time: 5:00 p.m. COMMITTEE MEMBERS (13) OTHERS STAFF OPERATIONS COMMITTEE Regular Meeting Agenda Wednesday, May 6, 2026 - 5:00 PM Headquarters - Board Room 18480 Bandilier Circle Fountain Valley, CA 92708 (714) 593-7433 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 View Current Board of Directors OPERATIONS COMMITTEE Regular Meeting Agenda Wednesday, May 6, 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. 1.2026-4722APPROVAL OF MINUTES RECOMMENDATION: Approve minutes of the Regular meeting of the Operations Committee held April 1, 2026. Originator:Kelly Lore Attachments: 2.2026-4880ON-CALL TRAFFIC CONTROL SERVICES, SPECIFICATION NO. S-2026-715BD RECOMMENDATION: A. Approve a General Services Contract to RCS Safety, LLC to provide On-Call Traffic Control Services, Specification No. S-2026-715BD, for a total amount not to exceed $188,570 for the period of May 15, 2026, through May 14, 2027, with four (4) optional one-year renewal options; and Page 2 of 5 OPERATIONS COMMITTEE Regular Meeting Agenda Wednesday, May 6, 2026 B. Approve an annual contingency of $37,714 (20%). Originator:Riaz Moinuddin Attachments: 3.2026-4886QUARTERLY ODOR COMPLAINT REPORT RECOMMENDATION: Receive and file the Fiscal Year 2025-26 Third Quarter Odor Complaint Report. Originator:Riaz Moinuddin Attachments: NON-CONSENT: 4.2025-4188SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1, PROJECT NO. P1-137 RECOMMENDATION: Recommend to the Board of Directors to: A. Receive and file Bid Tabulation and Recommendation for Support Buildings Seismic Improvements at Plant No. 1, Project No. P1-137; B. Approve a project budget increase of $3,000,000 for Support Buildings Seismic Improvements at Plant No. 1, Project No. P1-137, for a new total project budget of $33,500,000; C. Award a Construction Contract Agreement to Icon West, Inc. for Support Buildings Seismic Improvements at Plant No. 1, Project No. P1-137, for a total amount not to exceed $21,808,000; and D. Approve a contingency of $2,180,800 (10%). Originator:Mike Dorman Attachments: Page 3 of 5 OPERATIONS COMMITTEE Regular Meeting Agenda Wednesday, May 6, 2026 5.2025-4189SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1, PROJECT NO. P1-137 RECOMMENDATION: Recommend to the Board of Directors to: A. Approve a Professional Construction Services Agreement with Simpson Gumpertz & Heger, Inc., to provide construction support services for Support Buildings Seismic Improvements at Plant No. 1, Project No. P1-137, for a total amount not to exceed $1,878,000; and B. Approve a contingency of $187,800 (10%). Originator:Mike Dorman Attachments: INFORMATION ITEMS: 6.2026-4836FY 2026-27 AND 2027-28 CAPITAL IMPROVEMENT PROGRAM BUDGET EXPENDITURES RECOMMENDATION: Information Item. Originator:Mike Dorman Attachments: 7.2026-4671ENGINEERING CONTRACTS RECOMMENDATION: Information Item. Originator:Mike Dorman Attachments: DEPARTMENT HEAD REPORTS: Page 4 of 5 OPERATIONS COMMITTEE Regular Meeting Agenda Wednesday, May 6, 2026 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 meeting until the Regular Meeting of the Operations Committee on June 3, 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 April 29, 2026 Page 5 of 5 OPERATIONS COMMITTEE Agenda Report Headquarters 18480 Bandilier Circle Fountain Valley, CA 92708 (714) 593-7433 File #:2026-4722 Agenda Date:5/6/2026 Agenda Item No:1. FROM:Robert Thompson, General Manager Originator: Kelly A. Lore, Clerk of the Board SUBJECT: APPROVAL OF MINUTES GENERAL MANAGER'S RECOMMENDATION RECOMMENDATION: Approve minutes of the Regular meeting of the Operations Committee held April 1, 2026. BACKGROUND In accordance with the Board of Directors Rules of Procedure,an accurate record of each meeting will be provided to the Directors for subsequent approval at the following meeting. RELEVANT STANDARDS ·Resolution No. OC SAN 26-02 ATTACHMENT The following attachment(s)may be viewed on-line at the OC San website (www.ocsan.gov)with the complete agenda package: ·April 1, 2026 Operations Committee meeting minutes Orange County Sanitation District Printed on 4/24/2026Page 1 of 1 powered by Legistar™ Orange County Sanitation District Minutes for the OPERATIONS COMMITTEE Wednesday, April 1, 2026 5:00 PM Headquarters - Board Room 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, April 1, 2026 at 5:00 p.m. in the Orange County Sanitation District Headquarters. Committee Vice Chairman Carlos A. Leon led the Pledge of Allegiance. ROLL CALL AND DECLARATION OF QUORUM: Assistant Clerk of the Board Jackie Castro declared a quorum present as follows: PRESENT:Joyce Ahn, Pat Burns, Doug Chaffee, Jon Dumitru, Ryan Gallagher, Stephanie Klopfenstein, Lisa Landau, Carlos Leon, Robert Ooten, Dan Ferons (Alternate) and Gene Hernandez (Alternate) ABSENT:Johnathan Ryan Hernandez and Bonnie Peat 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; Jackie Castro, Assistant Clerk of the Board; Mo Abiodun; Jon Bradley; Cheri Calisang; Don Cutler; Jason Daniel; Martin Dix; Bryce Dragan; Justin Fenton; David Haug; Mark Kawamoto; Tania Moore; Nick Oswald; Becky Polcyn; Omeed Pour; Jonathon Powell; Aldwin Ramirez; Valerie Ratto; Kevin Work; and Ruth Zintzun were present in the Board Room. OTHERS PRESENT: Mal Richardson, General Counsel; Larry and Terry Strohm, Big Sky Electric; and Cherylle Barrido and Ruby Kaura, Brown and Caldwell, were present in the Board Room. PUBLIC COMMENTS: None. REPORTS: Chair Burns and General Manager Rob Thompson did not provide reports. CONSENT CALENDAR: 1.APPROVAL OF MINUTES 2026-4721 Page 1 of 6 OPERATIONS COMMITTEE Minutes April 1, 2026 Originator: Kelly Lore MOVED, SECONDED, AND DULY CARRIED TO: Approve minutes of the Regular meeting of the Operations Committee held March 4, 2026. AYES:Joyce Ahn, Pat Burns, Doug Chaffee, Jon Dumitru, Ryan Gallagher, Stephanie Klopfenstein, Lisa Landau, Carlos Leon, Dan Ferons (Alternate) and Gene Hernandez (Alternate) NOES:None ABSENT:Johnathan Ryan Hernandez, Robert Ooten and Bonnie Peat ABSTENTIONS:None 2.MACARTHUR PUMP STATION REHABILITATION, PROJECT NO. 7-63 2025-4499 Originator: Mike Dorman A. Approve a Professional Design Services Agreement with Dudek to provide engineering services for MacArthur Pump Station Rehabilitation, Project No. 7-63, for an amount not to exceed $1,140,000; and B. Approve a contingency of $114,000 (10%). AYES:Joyce Ahn, Pat Burns, Doug Chaffee, Jon Dumitru, Ryan Gallagher, Stephanie Klopfenstein, Lisa Landau, Carlos Leon, Dan Ferons (Alternate) and Gene Hernandez (Alternate) NOES:None ABSENT:Johnathan Ryan Hernandez, Robert Ooten and Bonnie Peat ABSTENTIONS:None NON-CONSENT: 3.CENTRAL GENERATION ENGINE NO. 1 INSPECTION AND REPAIRS, SPECIFICATION NO. BSS-2026-728BD 2026-4840 Originator: Riaz Moinuddin Page 2 of 6 OPERATIONS COMMITTEE Minutes April 1, 2026 MOVED, SECONDED, AND DULY CARRIED TO: Recommend to the Board of Directors to: A. Approve a Sole Source Service Contract with Cooper Machinery Services LLC for inspection and field service repairs to Central Generation (Cen Gen) Engine No. 1, Specification No. BSS-2026-728BD, for a total amount not to exceed $142,923, plus applicable sales tax and freight; and B. Approve additional allowance funding not to exceed $120,000 for associated repairs that may be required due to the high potential for additional damage identified during disassembly and inspection. AYES:Joyce Ahn, Pat Burns, Doug Chaffee, Jon Dumitru, Ryan Gallagher, Stephanie Klopfenstein, Lisa Landau, Carlos Leon, Dan Ferons (Alternate) and Gene Hernandez (Alternate) NOES:None ABSENT:Johnathan Ryan Hernandez, Robert Ooten and Bonnie Peat ABSTENTIONS:None Director Bob Ooten arrived at the meeting at 5:10 p.m. 4.MASTER REIMBURSEMENT AGREEMENT FOR MANHOLE FRAME AND COVER OVERLAY 2026-4832 Originator: Riaz Moinuddin A. Approve a Master Reimbursement Agreement with the City of Cypress, Specs. S-050A, S-055, and S-055A, establishing terms, procedures, and reimbursement for Orange County Sanitation District manhole frame and cover adjustments performed as part of Cypress Street Rehabilitation projects, in a standardized form approved by General Counsel; and B. Approve the Master Reimbursement Agreement Template and authorize the General Manager to execute future Master Reimbursement Agreements with other municipalities under similar terms, as approved by General Counsel. AYES:Joyce Ahn, Pat Burns, Doug Chaffee, Jon Dumitru, Ryan Gallagher, Stephanie Klopfenstein, Lisa Landau, Carlos Leon, Robert Ooten, Dan Ferons (Alternate) and Gene Hernandez (Alternate) Page 3 of 6 OPERATIONS COMMITTEE Minutes April 1, 2026 NOES:None ABSENT:Johnathan Ryan Hernandez and Bonnie Peat ABSTENTIONS:None 5.HEADWORKS ELECTRICAL DISTRIBUTION IMPROVEMENTS AT PLANT NO. 2, PROJECT NO. P2-141 2025-4190 Originator: Mike Dorman A. Approve a project budget increase of $11,848,000 for Headworks Electrical Distribution Improvements at Plant No. 2, Project No. P2-141, for a total project budget of $46,500,000; B. Approve a Progressive Design-Build Contract with Big Sky Electric, Inc./Filanc, a Joint Venture, to provide Phase 1 progressive design-build services for Headworks Electrical Distribution Improvements at Plant No. 2, Project No. P2-141, for an amount not to exceed $3,902,200; and C. Approve an upper limit for this Contract of $39,710,000, which includes contingency. AYES:Joyce Ahn, Pat Burns, Doug Chaffee, Jon Dumitru, Ryan Gallagher, Stephanie Klopfenstein, Lisa Landau, Carlos Leon, Robert Ooten, Dan Ferons (Alternate) and Gene Hernandez (Alternate) NOES:None ABSENT:Johnathan Ryan Hernandez and Bonnie Peat ABSTENTIONS:None INFORMATION ITEMS: 6.FY 2025-26 BUDGET AMENDMENT 2026-4853 Originator: Wally Ritchie Page 4 of 6 OPERATIONS COMMITTEE Minutes April 1, 2026 Budget Amendment outlining the requested budget increase, the Capital Improvement Program, operating expenses, and revenues. ITEM RECEIVED AS AN: Information Item. 7.FY 2026-27 AND 2027-28 OPERATING BUDGET EXPENDITURES 2026-4669 Originator: Wally Ritchie Information Item. 8.PRETREATMENT PROGRAM UPDATE 2026-4820 Originator: Lan Wiborg Information Item. 9.UPDATE ON DEVELOPMENT OF THE ORANGE COUNTY SANITATION DISTRICT EASEMENT MANAGEMENT POLICY 2026-4855 Originator: Lorenzo Tyner Page 5 of 6 OPERATIONS COMMITTEE Minutes April 1, 2026 language, initial easement assessment, easement evaluation, policy and procedures. ITEM RECEIVED AS AN: Information Item. 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 6:12 p.m. to the next Regular Operations Committee meeting to be held on Wednesday, May 6, 2026 at 5:00 p.m. Submitted by: _____________________ Jackie Castro, CMC Assistant Clerk of the Board Page 6 of 6 OPERATIONS COMMITTEE Agenda Report Headquarters 18480 Bandilier Circle Fountain Valley, CA 92708 (714) 593-7433 File #:2026-4880 Agenda Date:5/6/2026 Agenda Item No:2. FROM:Robert Thompson, General Manager Originator: Riaz Moinuddin, Director of Operations & Maintenance SUBJECT: ON-CALL TRAFFIC CONTROL SERVICES, SPECIFICATION NO. S-2026-715BD GENERAL MANAGER'S RECOMMENDATION RECOMMENDATION: A. Approve a General Services Contract to RCS Safety, LLC to provide On-Call Traffic Control Services, Specification No. S-2026-715BD, for a total amount not to exceed $188,570 for the period of May 15, 2026, through May 14, 2027, with four (4) optional one-year renewal options; and B. Approve an annual contingency of $37,714 (20%). BACKGROUND The purpose of this General Services Contract is to provide traffic control services in support of Orange County Sanitation District (OC San)maintenance activities.The Contractor will prepare traffic control plans for submittal to cities and other agencies;install,maintain,and remove traffic control devices;and provide the necessary signage,personnel,and equipment to ensure safe and compliant work zones.These services support OC San’s planned preventive,corrective,and construction maintenance programs and ensure the safety of OC San staff and the public. RELEVANT STANDARDS ·Protect OC San assets ·24/7/365 treatment plant reliability ·Maintain a proactive asset management program ·Protect public safety PROBLEM OC San routinely performs field maintenance and construction support activities,such as pipeline cleaning and inspection,manhole entry,and repairs,to maintain system capacity and performance. These operations occur within public rights-of-way and require lane closures and traffic control measures.In addition,many cities are now requiring stamped traffic control plans as part of the permitting process.Without appropriate traffic control,these activities can pose safety hazards, Orange County Sanitation District Printed on 4/27/2026Page 1 of 3 powered by Legistar™ File #:2026-4880 Agenda Date:5/6/2026 Agenda Item No:2. potential delays to critical work, and may lead to non-compliance with local permit requirements. PROPOSED SOLUTION Approve a General Services Contract to provide on-call traffic control services in support of OC San’s Collection’s system maintenance,repair,and construction activities.The contract includes preparation of traffic control plans for permit coordination with local agencies,provision of qualified personnel,and the installation and removal of traffic control devices to support work within public rights-of-way.Services should be performed in accordance with applicable state and local standards and include both scheduled and emergency response capabilities.These services will provide safe, compliant,and efficient work zones,enabling OC San to maintain conveyance capacity and treatment performance. TIMING CONCERNS The current service contract expires on April 30,2026.Approval of a new contract is necessary to ensure continuity of traffic control services that support ongoing maintenance and construction activities. RAMIFICATIONS OF NOT TAKING ACTION Without this contract,OC San may be unable to safely and efficiently perform field maintenance and construction activities within public rights-of-way.This could increase risks for staff and the public, result in non-compliance with local agency requirements,delay critical work,and potentially lead to higher costs due to project inefficiencies and disruptions to system operations. PRIOR COMMITTEE/BOARD ACTIONS N/A ADDITIONAL INFORMATION An Invitation for Bid was issued on February 19,2026,via OpenGov.Bids were due on March 17, 2026.OC San received four bids;however,one was deemed non-responsive due to not meeting the financial evaluation requirements. Company Name Bid Determination RCS Safety, LLC $ 188,570.00 Responsive/Responsible Alpha Traffic Services, Inc $ 345,700.00 Non-Responsive/Responsible Myers & Sons Hi-Way Safety, Inc.$ 390,670.00 Responsive/Responsible Straight Arrow Traffic Control $ 598,369.65 Responsive/Responsible Contract Estimate: $480,000.00 Based on these results,staff recommend approving a General Services Contract to RCS Safety, LLC.The term of this Contract will begin upon effective date of the Notice to Proceed with four (4) optional one-year renewals. Orange County Sanitation District Printed on 4/27/2026Page 2 of 3 powered by Legistar™ File #:2026-4880 Agenda Date:5/6/2026 Agenda Item No:2. A 20%contingency is proposed to address increasing requests for stamped traffic-control plans to meet growing permitting requirements. CEQA N/A FINANCIAL CONSIDERATIONS This request complies with the authority levels of OC San’s Purchasing Ordinance.This item has been budgeted (Budget Update FY 2025-26,Page 33,Repairs and Maintenance)and the budget is sufficient for the recommended action. Date of Approval Contract Amount Contingency 05/06/2026 $188,570 $37,714 (20%) 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 Orange County Sanitation District Printed on 4/27/2026Page 3 of 3 powered by Legistar™ General Services Contract 1 of 11 Specification No. S-2026-715BD Revision 121924 GENERAL SERVICES CONTRACT On-Call Traffic Control Services Specification No. S-2026-715BD 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 RCS Safety, 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 retain the services of Contractor for On-Call Traffic Control 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 May 6, 2026, OC San’s Operations Committee 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” – Bid Price Form Exhibit “C” – Determined Insurance Requirement Form Exhibit “D” – Contractor Safety Standards Exhibit “E” – Human Resources Policies 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. 1.5 Work Hours: Shall be as specified in Exhibit “A.” 1.6 Days: Shall mean calendar days, unless otherwise noted. General Services Contract 2 of 11 Specification No. S-2026-715BD Revision 121924 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 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. 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 withing one year 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 Hundred Eighty-Eight Thousand Five Hundred Seventy Dollars ($188,570.00). 4.2 Contractor shall provide OC San with all required premiums and/or overtime work at no charge beyond the amount specified above. General Services Contract 3 of 11 Specification No. S-2026-715BD Revision 121924 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 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, General Services Contract 4 of 11 Specification No. S-2026-715BD Revision 121924 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-2026-715BD 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-2026-715BD 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. 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 General Services Contract 7 of 11 Specification No. S-2026-715BD Revision 121924 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. Warranties. In addition to the warranties stated in Exhibit “A,” the following shall apply: 25.1 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. 25.2 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. 26. Dispute Resolution. 26.1 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 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. 26.2 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 General Services Contract 8 of 11 Specification No. S-2026-715BD Revision 121924 right of appeal from any judgment issued therein. 27. Liquidated Damages. Not used. 28. 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. 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. 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 General Services Contract 9 of 11 Specification No. S-2026-715BD Revision 121924 necessary disbursements in addition to any other relief to which the prevailing party may be entitled. 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: Natalia Bello Buyer Orange County Sanitation District 18480 Bandilier Circle Fountain Valley, CA 92708 nbello@ocasn.gov Contractor: Greg Santone Chief Operations Officer/ Owner RCS Safety, LLC 900 S. Maple Ave Montebello, CA 90640 Gsantone@rcssafety.com 36.2 Each party shall provide the other party written notice of any change in address as soon as practicable. General Services Contract 10 of 11 Specification No. S-2026-715BD Revision 121924 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. [Intentionally left blank. Signatures follow on the next page.] General Services Contract 11 of 11 Specification No. S-2026-715BD 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: Pat Burns Chair, Operations Committee Dated: _________________ By: Kelly A. Lore Clerk of the Board Dated: _________________ By: Kevin Work Purchasing & Contracts Manager RCS Safety, LLC Dated: _________________ By: Greg Santone Chief Operations Officer NB EXHIBIT A Specification No. S-2026-715BD EXHIBIT A SCOPE OF WORK For On-Call Traffic Control Services EXHIBIT A Page 1 of 4 Specification No. S-2026-715BD EXHIBIT A SCOPE OF WORK ON-CALL TRAFFIC CONTROL SERVICES SPECIFICATION NO. S-2026-715BD 1. Purpose Orange County Sanitation District (OC San) is seeking on-call traffic control and barricade services to support a broad range of Collection’s system maintenance, repair, and construction activities. These services are necessary to ensure that OC San personnel can safely conduct inspections, repairs, routine operations, sewer line cleaning, and other essential field activities. 2. Background OC San is a public agency responsible for collecting, treating, and safely disposing of wastewater and its residuals for 2.6 million residents and businesses across the region. The agency maintains approximately 384 miles of sewers with approximately 4533 manhole structures throughout the Orange County area. OC San also operates two treatment plants: Plant 1 located at 10844 Ellis Ave, Fountain Valley, California 92708 and Plant 2 located at 22212 Brookhurst St., Huntington Beach, California 92646. 3. Location of Work All the OC San service area- See Appendix A: OC San Service Area Map. 4. General Work Description a. The work scope is for Traffic Control Services on an as needed basis to provide: 1. Vehicular / pedestrian traffic lane closures 2. Standard / engineered traffic control plans b. The Contractor’s specific layout, setup and development of traffic control plans shall be governed by the following standards: 1. California Manual on Uniform Traffic Control Devices (California MUTCD) 2. California Joint Utility Traffic Control Manual (CJUTCM) 3. Any other applicable standards as required from local Orange County, California cities and public agencies. 5. Requirements/Qualifications a. The Contractor shall actively employ American Traffic Safety Services Association (ATSSA) Certified Traffic Control Technicians and ATSSA Certified Flaggers. b. The Contractor shall furnish all traffic control/barricade services and traffic control plans in accordance with these specifications, as well as all city, county, and state permit requirements. The Agency with permit jurisdiction will be the overriding authority in work under this Contract. EXHIBIT A Page 2 of 4 Specification No. S-2026-715BD c. The Contractor shall furnish all labor, materials, services and equipment necessary for the planning, delivery, placement, maintenance, and removal of traffic control signage and barricades. d. The Contractor shall provide any permit required standard design traffic control drawings/submissions and/or engineered stamped design traffic control drawings/ submissions. e. Engineered design traffic control drawings must be stamped by an engineer registered in the State of California. f. Traffic Control services shall be performed in a manner that is acceptable and approved by all regulating agencies. 6. Hours of work a. Normal Service Hours: 7:00 a.m. to 4:30 p.m. - Monday thru Friday, excluding OC San Holidays. b. Regular Hourly Labor Rates (Scheduled work during Normal Service Hours): Shall be paid hourly to a maximum of eight (8) hours per work day. c. Overtime Hourly Labor Rates (Any work performed outside of Normal Service Hours [between 4:30 p.m. and 7:00 a.m.], work more than eight (8) hours per day, work on weekends, and work on holidays): Shall be paid in accordance with the appropriate prevailing wage multipliers. 7. Response Time a. Assuming the permit for the city is approved, the Contractor shall provide standard traffic control services for any work requested within two (2) days of advanced notification by the OC San Project Manager. b. The Contractor shall provide emergency traffic control services within two (2) hours of notification by the OC San Project Manager. All emergency traffic control services shall include an emergency mobilization charge for the first day of each emergency traffic control service. 8. Traffic Control Plan Design a. The Contractor will create and perform traffic control plans as required for permit approval and assignment. b. The design of the Traffic Control Plan shall, at a minimum, conform to CJUTCM and/or any other applicable standards required by the permitting agency. c. Provide OC San Project Manager a copy of the issued permit and copies of all other documents submitted to the permitting agency for approval. EXHIBIT A Page 3 of 4 Specification No. S-2026-715BD 9. Traffic Control Setup a. The Contractor is required at the start of the project to set up all the stationary equipment, temporary traffic control signs, and other associated devices at the work sites prior to arrival of OC San staff. b. At the beginning and end of each workday, the Contractor shall inspect and ensure that all the equipment, signs and devices are still positioned strategically. If any are found missing or additional signs and devices are needed, the Contractor will replace them or add new ones immediately. c. All traffic control setups (including equipment, signs, and devices used for traffic lane closures) will be removed on the day of the completion of the project. d. Traffic Control shall be set per site specific traffic control plans and traffic control permit requirements or per applicable standards as required by the setup location. e. All setups shall be subject to observation and inspection by the OC San Project Manager or Designee City, County or State inspectors and staff for the verification of setup accuracy and compliance. Governing agency issuing the permit has final authority for compliance. f. Upon completion of the job, the OC San Project Manager or onsite Designee shall receive a signed receipt of work completed (lanes closed and duration with number of techs). g. All services shall be provided on an as needed basis at the direction of the OC San Project Manager. h. Work will not begin until authorized by the OC San Project Manager or Designee in the event of an emergency. 10. Invoicing a. Invoices shall be itemized, with each line item referencing a corresponding line on the bid price form. b. All invoices shall include a work order number (provided by the OC San Project Manager). c. Encroachment permit fees will be reimbursed upon submittal of invoice. A copy of the permit is to be attached to the invoice. d. If a damage deposit is required, OC San shall pay 10% if the deposit is equal to or less than $1,000.00 and 20% if deposit is greater than $1,000.00. A copy of the damage deposit receipt shall be attached to the invoice for verification. If, any part of the damage deposit is not returned from the permitting agency, the Contractor shall submit a new invoice at that time, referencing the amount with a receipt of the withheld damage deposit. EXHIBIT A Page 4 of 4 Specification No. S-2026-715BD 11. Staff Assistance a. The Contractor will be assigned a single point of contact on this Contract for all planned work. Any meetings and/or correspondence related to this Contract shall be scheduled and approved by the OC San Project Manager or Designee. b. Emergency response: 1. A secondary list of Designees will be provided that may contact the Contractor in the event of an emergency. APPENDIX A Specification No. S-2026-715BD APPENDIX A OC SAN SERVICE AREA MAP For On-Call Traffic Control Services BREALA HABRA FULLERTON YORBALINDAPLACENTIA BUENAPARK ANAHEIM LAPALMA CYPRESS ORANGE VILLAPARK LOSALAMITOS STANTON GARDENGROVE SEALBEACH SANTAANA WESTMINSTER TUSTIN IRVINE HUNTINGTONBEACH FOUNTAINVALLEY COSTAMESA NEWPORTBEACH 13 2 3 7 1 6 5 11 14EDINGER CENTRAL BALL NE W P O R T BR I S T O L CARBO N C A N Y O N LINCOLN MA G N O L I A GYP S U M CAN Y O N BAKE MICHELS O N VAL L E Y VIEW LA K E V I E W GL A S S E L L BAKER CHAPMAN AN A H E I M YOR B ALIND A KR A E M E R BALBOA BE A C H POR T O L A RI C H F I E L D FA I R V I E W BRIS T O L TAFT GYP S U M CAN Y O N JAM B O R E E PAC I F I C C O A S T 17TH MA C A R T H U R KN O T T CERRITOS TH E CIT YCHAPMAN 17TH HE W E S NEW P O R T GARDEN GROVE LA PALMA WESTMINSTER JAM B O R E E CHAPMAN VA L L E Y VIE W WEIRCAN Y O N DO V E R RA Y M O N D BOLSA LA VETA CANYON R I M WHITTIER 1ST MAIN RO S E ELLIS ORANGETHORPE ADAMS GL A S S E L L BR O O K H U R S T MALVERN COMMONWEALTH SP R I N G D A L E IRVINE LA HABRA GARFIELD IM P E R I A L NEW P O R T ROSECRANS BOLSA BASTANCHURY YORBALINDAVALE N C I A MESA TALBERT KATELLA TU S T I N GY P S U M MEMORY WARNER NOHL RA N C H IMPERIAL SAN J O A Q U I N HILL S ST A T E CO L L E G E ARTESIA PL A C E N T I A VA L E N C I A IRV I N E GR A N D EA S T ALTON RED H I L L BAKECUL V E R BRE A POR T O L A SANTI A G O C A N Y O N CAM P U S MA I N IRV I N E C E N T E R BIRCH VA L L E Y VIE W IRVI N E LA G U N A CAN Y O N GO L D E N W E S T LA PALMA SE A L BE A C H SAN T I A G O CAN Y O N JAM B O R E E SAN D C A N Y O N BARRA N C A NEWP O R T EU C L I D SANTAA N A C A N Y O N TRA B U C O JEF F R E Y NE W P O R T CO A S T COAST UNIVERSITY HA R B O R BO L S A C H I C A LA G U N A C A N Y O N LAG U N A CAN Y O N Collections Area Number in Service Area Appendix A 0 1 2 3 40.5 Miles OPERATIONS COMMITTEE Agenda Report Headquarters 18480 Bandilier Circle Fountain Valley, CA 92708 (714) 593-7433 File #:2026-4886 Agenda Date:5/6/2026 Agenda Item No:3. 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 Third Quarter Odor Complaint Report. BACKGROUND During the third 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 two odor complaints,and the collection system had one odor complaint.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 Third Quarter Odor Complaint Report Orange County Sanitation District Printed on 4/27/2026Page 1 of 1 powered by Legistar™ Orange County Sanitation District Odor Complaint Report Fiscal Year 2025/26 – 3rd Quarter 1. Plant No. 1 Reclamation Facility Odor Complaint Summary Plant No. 1 received no attributable odor complaints during the 3rd quarter. 2. Plant No. 2 Reclamation Facility Odor Complaint Summary Plant No. 2 received two attributable odor complaints during the 3rd quarter from the same resident. Both incidents were attributed to elevated nighttime hydrogen sulfide (H₂S) loading to the trickling filter scrubbers on two consecutive days. In response, operations staff increased chemical dosing at the scrubbers, which resolved the issue and prevented any further complaints. 3. Collections Facilities Odor Complaint Summary The Collection System received one attributable odor complaint during the 3rd quarter, originating in the City of Fountain Valley. The odor complaint was caused by pressurization and sewer ventilation. The manhole has been sealed to reduce sewer odors, and a damaged gas flap has been replaced to prevent foul air from entering the city sewer line. All Odor Complaints Tracking Jan. 2026 to Mar. 2026 1st Qtr FY 25/26 2nd Qtr FY 25/26 3rd Qtr FY 25/26 4th Qtr FY 25/26 Cumulative FY 25/26 All Public Complaints Collections P1 P2 Total Total Total Total Total Attributable to OC San 1 0 2 5 4 3 12 Not Attributable to OC San 2 1 5 15 5 8 28 Total Public Complaints Received: 3 1 7 20 9 11 40 OPERATIONS COMMITTEE Agenda Report Headquarters 18480 Bandilier Circle Fountain Valley, CA 92708 (714) 593-7433 File #:2025-4188 Agenda Date:5/6/2026 Agenda Item No:4. FROM:Robert Thompson, General Manager Originator: Mike Dorman, Director of Engineering SUBJECT: SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1, PROJECT NO. P1-137 GENERAL MANAGER'S RECOMMENDATION RECOMMENDATION: Recommend to the Board of Directors to: A. Receive and file Bid Tabulation and Recommendation for Support Buildings Seismic Improvements at Plant No. 1, Project No. P1-137; B. Approve a project budget increase of $3,000,000 for Support Buildings Seismic Improvements at Plant No. 1, Project No. P1-137, for a new total project budget of $33,500,000; C.Award a Construction Contract Agreement to Icon West, Inc. for Support Buildings Seismic Improvements at Plant No. 1, Project No. P1-137, for a total amount not to exceed $21,808,000; and D. Approve a contingency of $2,180,800 (10%). BACKGROUND As part of the General Manager’s Workplan for FY 2017-2018,Orange County Sanitation District (OC San)committed to enhancing the reliability of its infrastructure.To improve seismic resilience,OC San completed the Seismic Evaluation of Structures at Plant Nos.1 and 2,Project No.PS15-06. This study evaluated the performance of process facilities and support structures during a significant seismic event. Project No.PS15-06 initiated a facility-wide seismic upgrade program aligned with the Climate and Catastrophic Event Resilience Policy in OC San’s 2021 Strategic Plan.The program prioritizes seismic mitigation projects to be implemented over the next 20 years as part of the Capital Improvement Program. The study identified multiple staff-occupied buildings and critical structures at Plant No.1 with deficiencies that would limit safety or immediate occupancy performance following a seismic event. Based on the likelihood and consequences of failure,these structures were assigned a high priority for remediation. This project includes rehabilitation of the following buildings:Auto Shop;Control Center;Buildings A, Orange County Sanitation District Printed on 4/28/2026Page 1 of 4 powered by Legistar™ File #:2025-4188 Agenda Date:5/6/2026 Agenda Item No:4. This project includes rehabilitation of the following buildings:Auto Shop;Control Center;Buildings A, B, 3, 5, and 6; Warehouse; and the 12-kV Service Center. RELEVANT STANDARDS ·Comply with California Public Contract Code Section 20103.8, award construction contract to lowest responsive and responsible bidder ·Protect OC San assets ·Commitment to safety & reducing risk in all operations PROBLEM The seismic evaluation identified structural deficiencies in staff-occupied and critical facilities at Plant No.1 that could compromise building performance and staff safety during a seismic event.Although these structures are not in immediate danger of failure,they are essential to plant operations and are occupied daily by operations and maintenance staff. The table below summarizes the affected buildings and their functions. Building Name Building Description Staff Auto Shop Vehicle maintenance 9 Control Center Central hub of operations at Plant No. 1 40 Building A Space for smaller maintenance activities 4 Building B and 3 Rebuild shop 8 Building 5 and 6 Main hub for the maintenance department (offices and shop space) 49 Warehouse Storage of parts, materials, and equipment 7 12-kV Service Center Houses the electrical equipment that feeds the different electrical buildings that power the process equipment 0 PROPOSED SOLUTION Award a Construction Contract Agreement to implement seismic improvements that achieve immediate occupancy or life-safety performance following a significant seismic event.The project includes temporary relocation of staff from Buildings 5 and 6 to maintain continuity of maintenance operations during construction. TIMING CONCERNS This project is a high-priority component of OC San’s seismic resilience strategy.Delaying the project would leave identified vulnerabilities unaddressed,increasing risk to staff and the potential for operational disruptions following a seismic event. Orange County Sanitation District Printed on 4/28/2026Page 2 of 4 powered by Legistar™ File #:2025-4188 Agenda Date:5/6/2026 Agenda Item No:4. RAMIFICATIONS OF NOT TAKING ACTION If this item is not approved, seismic risks to staff and critical facilities will remain unmitigated. PRIOR COMMITTEE/BOARD ACTIONS N/A ADDITIONAL INFORMATION OC San advertised Project No.P1-137 for bids on September 18,2025,and received four sealed bids on February 3, 2026. A summary of the bid opening follows: Engineer’s Estimate $ 18,700,000 Bidder Amount of Bid Icon West, Inc.$ 21,808,000 2H Construction, Inc.$ 24,548,000 S.J. Amoroso Construction Co., LCC.$ 25,677,000 PCN3, Inc.$ 28,259,000 OC San evaluated the bids in accordance with its policies and procedures. The planholders list included thirteen potential bidders,including four prime contractors.A pre-bid survey conducted on October 22,2025,indicated that three contractors intended to bid but had concerns.In response,staff conducted three additional site visits and extended the bid due date. Nineteen potential bidders attended the additional site visits,including two additional prime contractors. Despite strong participation,four bids were received for this large and complex project involving eight occupied buildings.The lowest bid exceeded the Engineer’s Estimate by 17 percent.Staff extended the bid validity period to perform a detailed cost analysis. OC San worked with Icon West,Inc.,to review bid backup documentation and conducted an in- person meeting to validate costs.The analysis determined that cost differences were primarily due to cost estimating scope gaps.The distance between laydown areas and work locations also impacted the cost. Key variances not included in the Engineer’s Estimate include: •Shoring and earthwork due to limited access at the Control Center •Painting for walls, floors, and supports •Electrical conduit relocation, seismic upgrades, equipment protection, and temporary power •HVAC and plumbing upgrades, system protection, and temporary cooling •Asphalt paving for temporary facilities •Tile replacement associated with ADA upgrades The total variance between the bid and the Engineer’s Estimate is approximately $3,302,500, including markups.When adjusted,the revised Engineer’s Estimate is approximately $22,003,000, which is within 0.9 percent of the lowest bid.This analysis confirms that the bid reflects current Orange County Sanitation District Printed on 4/28/2026Page 3 of 4 powered by Legistar™ File #:2025-4188 Agenda Date:5/6/2026 Agenda Item No:4. which is within 0.9 percent of the lowest bid.This analysis confirms that the bid reflects current market conditions,project complexity,and construction risks.Staff determined the bid is fair and reasonable. Staff notified all bidders of the intent to recommend contract award to Icon West, Inc. Staff recommends awarding a Construction Contract Agreement to the lowest responsive and responsible bidder, Icon West, Inc., for a total amount not to exceed $21,808,000. CEQA This project is exempt from CEQA under the Class 1 categorical exemption (California Code of Regulations Section 15301).A Notice of Exemption was filed with the Orange County Clerk- Recorder following Board approval of the Professional Design Services Agreement. FINANCIAL CONSIDERATIONS This request complies with the authority levels of OC San’s Purchasing Ordinance.This item has been budgeted (Budget Update FY 2025-26,Page A-8,Support Buildings Seismic Improvements at Plant No.1,Project No.P1-137).This item will increase the project budget and will be funded from the CIP budget. ATTACHMENT The following attachment(s)may be viewed on-line at the OC San website (www.ocsan.gov)with the complete agenda package: ·Construction Contract Agreement ·Presentation CQ:lb Orange County Sanitation District Printed on 4/28/2026Page 4 of 4 powered by Legistar™ C-CA-050625 PART A CONTRACT AGREEMENT C-CA-050625 TABLE OF CONTENTS CONTRACT AGREEMENT SECTION – 1 GENERAL ............................................................................... 1 SECTION – 2 MATERIALS AND LABOR ...................................................... 4 SECTION – 3 PROJECT ................................................................................ 4 SECTION – 4 PLANS AND SPECIFICATIONS ............................................. 5 SECTION – 5 TIME OF COMMENCEMENT AND COMPLETION ................ 5 SECTION – 6 TIME IS OF THE ESSENCE ................................................... 5 SECTION – 7 EXCUSABLE DELAYS ............................................................ 6 SECTION – 8 EXTRA WORK ........................................................................ 6 SECTION – 9 CHANGES IN PROJECT ........................................................ 7 SECTION – 10 LIQUIDATED DAMAGES FOR DELAY ................................... 7 SECTION – 11 CONTRACT PRICE AND METHOD OF PAYMENT ............... 7 SECTION – 12 SUBSTITUTION OF SECURITIES IN LIEU OF RETENTION OF FUNDS .............................................................................. 9 SECTION – 13 COMPLETION ......................................................................... 9 SECTION – 14 CONTRACTOR’S EMPLOYEES COMPENSATION ............. 10 SECTION – 15 SURETY BONDS .................................................................. 12 SECTION – 16 INSURANCE ......................................................................... 12 SECTION – 17 RISK AND INDEMNIFICATION ............................................. 22 SECTION – 18 TERMINATION ...................................................................... 22 SECTION – 19 WARRANTY .......................................................................... 23 SECTION – 20 ASSIGNMENT ....................................................................... 24 SECTION – 21 RESOLUTION OF DISPUTES .............................................. 24 SECTION – 22 SAFETY & HEALTH .............................................................. 24 SECTION – 23 CALIFORNIA VOLUNTARY PROTECTION PROGRAM ANNUAL REPORTING REQUIREMENT .............................. 24 SECTION – 24 HUMAN RESOURCES POLICIES ........................................ 25 SECTION – 25 NOTICES .............................................................................. 25 CONFORMED C-CA-050625PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 1 of 27 CONTRACT AGREEMENT ORANGE COUNTY SANITATION DISTRICT PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 This CONTRACT AGREEMENT (Contract Agreement) is made and entered into, to be effective, this May 27, 2026, by and between Icon West, Inc., hereinafter referred to as “CONTRACTOR” and the Orange County Sanitation District, hereinafter referred to as “OC SAN”. WITNESSETH That for and in consideration of the promises and agreements hereinafter made and exchanged, OC SAN and CONTRACTOR agree as follows: SECTION – 1 GENERAL CONTRACTOR certifies and agrees that all the terms, conditions and obligations of the Contract Documents as hereinafter defined, the location of the job site, and the conditions under which the Work is to be performed have been thoroughly reviewed, and enters into this Contract based upon CONTRACTOR’s investigation of all such matters and is in no way relying upon any opinions or representations of OC SAN. It is agreed that this Contract represents the entire agreement. It is further agreed that the Contract Documents are each incorporated into this Contract by reference, with the same force and effect as if the same were set forth at length herein, and that CONTRACTOR and its Subcontractors, if any, will be and are bound by any and all of said Contract Documents insofar as they relate in any part or in any way, directly or indirectly, to the Work covered by this Contract. A.Contract Documents Order of Precedence “Contract Documents” refers to those documents identified in the definition of “Contract Documents” in the General Conditions, “Definitions”. C-CA-050625 CONFORMED PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 2 of 27 1. In the event of a conflict between one Contract Document and any of the other Contract Documents, the provisions in the document highest in precedence shall be controlling. The order of precedence of the Contract Documents is as follows: a. Supplemental Agreements – the last in time being the first in precedence b. Addenda issued prior to the date for submittal of Bids – the last in time being the first in precedence c. Contract Agreement d. Permits and other regulatory requirements e. Special Provisions f. General Conditions (GC) g. Notice Inviting Bids and Instruction to Bidders h. Geotechnical Baseline Report (GBR), if attached as a Contract Document i. Plans and Specifications – in these documents the order of precedence shall be: i. Specifications (Divisions 01-17) ii. Plans iii. General Requirements (GR) iv. Standard Drawings and Typical Details j. CONTRACTOR’s Bid 2. In the event of a conflict between terms within an individual Contract Document, the conflict shall be resolved by applying the following principles as appears applicable: a. Figured dimensions on the Contract Documents shall govern. Dimensions not specified shall be as directed by the ENGINEER. Details not shown or specified shall be the same as similar parts that are shown or specified, or as directed. Full-size details shall take precedence over scale Drawings as to CONFORMED C-CA-050625 PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 3 of 27 shape and details of construction. Specifications shall govern as to material and workmanship. b. The Contract Documents calling for the higher quality material or workmanship shall prevail. Materials or Work described in words, which so applied, have a well-known technical or trade meaning shall be deemed to refer to such recognized standards. In the event of any discrepancy between any Drawings and the figures thereon, the figures shall be taken as correct. c. Scale Drawings, full-size details, and Specifications are intended to be fully complementary and to agree. Should any discrepancy between Contract Documents come to the CONTRACTOR’s attention, or should an error occur in the efforts of others, which affect the Work, the CONTRACTOR shall notify the ENGINEER, in writing, at once. In the event any doubts or questions arise with respect to the true meaning of the Contract Documents, reference shall be made to the ENGINEER whose written decision shall be final. If the CONTRACTOR proceeds with the Work affected without written instructions from the ENGINEER, the CONTRACTOR shall be fully responsible for any resultant damage or defect. d. Anything mentioned in the Specifications and not indicated in the Plans, or indicated in the Plans and not mentioned in the Specifications, shall be of like effect as if indicated and mentioned in both. In case of discrepancy in the Plans or Specifications, the matter shall be immediately submitted to OC SAN’s ENGINEER, without whose decision CONTRACTOR shall not adjust said discrepancy save only at CONTRACTOR’s own risk and expense. The decision of the ENGINEER shall be final. C-CA-050625 CONFORMED PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 4 of 27 In all matters relating to the acceptability of material, machinery or plant equipment; classifications of material or Work; the proper execution, progress or sequence of the Work; and quantities interpretation of the Contract Documents, the decision of the ENGINEER shall be final and binding, and shall be a condition precedent to any payment under the Contract, unless otherwise ordered by the Board of Directors. B. Definitions Capitalized terms used in this Contract are defined in the General Conditions, “Definitions”. Additional terms may be defined in the Special Provisions. SECTION – 2 MATERIALS AND LABOR CONTRACTOR shall furnish, under the conditions expressed in the Plans and Specifications, at CONTRACTOR’S own expense, all labor and materials necessary, except such as are mentioned in the Specifications to be furnished by OC SAN, to construct and complete the Project, in good workmanlike and substantial order. If CONTRACTOR fails to pay for labor or materials when due, OC SAN may settle such claims by making demand upon the Surety to this Contract. In the event of the failure or refusal of the Surety to satisfy said claims, OC SAN may settle them directly and deduct the amount of payments from the Contract Price and any amounts due to CONTRACTOR. In the event OC SAN receives a stop payment notice from any laborer or material supplier alleging non-payment by CONTRACTOR, OC SAN shall be entitled to deduct all of its costs and expenses incurred relating thereto, including but not limited to administrative and legal fees. SECTION – 3 PROJECT The Project is described as: PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 CONFORMED C-CA-050625 PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 5 of 27 SECTION – 4 PLANS AND SPECIFICATIONS The Work to be done is shown in a set of Plans and Specifications entitled: PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Said Plans and Specifications and any revision, amendments and addenda thereto are attached hereto and incorporated herein as part of this Contract and referred to by reference. SECTION – 5 TIME OF COMMENCEMENT AND COMPLETION CONTRACTOR agrees to commence the Project within 15 calendar days from the date set forth in the “Notice to Proceed” sent by OC SAN, unless otherwise specified therein and shall diligently prosecute the Work to completion within nine hundred fifty (950) calendar days from the date of the “Notice to Proceed” issued by OC SAN, excluding delays caused or authorized by OC SAN as set forth in Sections 7, 8, and 9 hereof, and applicable provisions in the General Conditions. The time for completion includes thirty-seven (37) calendar days determined by OC SAN likely to be inclement weather when CONTRACTOR will be unable to work. In addition, CONTRACTOR shall accomplish such milestones within the periods of performance set forth in Appendix A of the Special Provisions entitled “Work Completion Schedule.” SECTION – 6 TIME IS OF THE ESSENCE Time is of the essence of this Contract. As required by the Contract Documents, CONTRACTOR shall prepare and obtain approval of all shop drawings, details and samples, and do all other things necessary and incidental to the prosecution of CONTRACTOR’s Work in conformance with an approved construction progress schedule. CONTRACTOR shall coordinate the Work covered by this Contract with that of all other contractors, subcontractors and of OC SAN, in a manner that will facilitate the efficient completion of the entire Work and accomplish the required milestone(s), if any, by the applicable deadline(s) in accordance with Section 5 herein. OC SAN shall have the right to assert complete control of the premises on C-CA-050625 CONFORMED PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 6 of 27 which the Work is to be performed and shall have the right to decide the time or order in which the various portions of the Work shall be installed or the priority of the work of subcontractors, and, in general, all matters representing the timely and orderly conduct of the Work of CONTRACTOR on the premises. SECTION – 7 EXCUSABLE DELAYS CONTRACTOR shall only be excused for any delay in the prosecution or completion of the Project as specifically provided in General Conditions, “Extension of Time for Delay”, and the General Requirements, “By CONTRACTOR or Others – Unknown Utilities during Contract Work”. Extensions of time and extra compensation arising from such excusable delays will be determined in accordance with the General Conditions, “Extension of Time for Delay” and “Contract Price Adjustments and Payments”, and extensions of time and extra compensation as a result of incurring undisclosed utilities will be determined in accordance with General Requirements, “By CONTRACTOR or Others – Unknown Utilities during Contract Work”. OC SAN’s decision will be conclusive on all parties to this Contract. SECTION – 8 EXTRA WORK The Contract Price as set forth in Section 11, includes compensation for all Work performed by CONTRACTOR, unless CONTRACTOR obtains a Change Order signed by a designated representative of OC SAN specifying the exact nature of the Extra Work and the amount of extra compensation to be paid all as more particularly set forth in Section 9 hereof and the General Conditions, “Request for Change (Changes at CONTRACTOR’s Request)”, “OWNER Initiated Changes”, and “Contract Price Adjustments and Payments”. In the event a Change Order is issued by OC SAN pursuant to the Contract Documents, OC SAN shall extend the time fixed in Section 5 for completion of the Project by the number of days, if any, reasonably required for CONTRACTOR to perform the Extra Work, as determined by OC SAN’s ENGINEER. The decision of the ENGINEER shall be final. CONFORMED C-CA-050625 PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 7 of 27 SECTION – 9 CHANGES IN PROJECT OC SAN may at any time, without notice to any Surety, by Change Order, make any changes in the Work within the general scope of the Contract Document, including but not limited to changes: 1. In the Specifications (including Drawings and designs); 2. In the time, method or manner of performance of the Work; 3. In OC SAN-furnished facilities, equipment, materials, services or site; or 4. Directing acceleration in the performance of the Work. No change of period of performance or Contract Price, or any other change in the Contract Documents, shall be binding until the Contract is modified by a fully executed Change Order. All Change Orders shall be issued in accordance with the requirements set forth in the General Conditions, “Request for Change (Changes at CONTRACTOR’s Request)” and “OWNER Initiated Changes”. SECTION – 10 LIQUIDATED DAMAGES FOR DELAY Liquidated Damages shall be payable in the amounts and upon the occurrence of such events or failure to meet such requirements or deadlines as provided in the Special Provisions, “Liquidated Damages and Incentives.” SECTION – 11 CONTRACT PRICE AND METHOD OF PAYMENT A. OC SAN agrees to pay and the CONTRACTOR agrees to accept as full consideration for the faithful performance of this Contract, subject to any additions or deductions as provided in approved Change Orders, the sum of Twenty-One Million Eight Hundred Eight Thousand Dollars ($21,808,000) as itemized on the attached Exhibit A. Upon satisfaction of the conditions precedent to payment set forth in the General Requirements, Additional General Requirements, and General Conditions (including but C-CA-050625 CONFORMED PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 8 of 27 not limited to Sections entitled “Mobilization Payment Requirements” and “Payment Itemized Breakdown of Contract Lump Sum Prices”), there shall be paid to the CONTRACTOR an initial Net Progress Payment for mobilization. OC SAN shall issue at the commencement of the job a schedule which shows: 1. A minimum of one payment to be made to the CONTRACTOR for each successive four (4) week period as the Work progresses, and 2. The due dates for the CONTRACTOR to submit requests for payment to meet the payment schedule. After the initial Net Progress Payment, and provided the CONTRACTOR submits the request for payment prior to the end of the day required to meet the payment schedule, the CONTRACTOR shall be paid a Net Progress Payment on the corresponding monthly payment date set forth in the schedule. Payments shall be made on demands drawn in the manner required by law, accompanied by a certificate signed by the ENGINEER, stating that the Work for which payment is demanded has been performed in accordance with the terms of the Contract Documents, and that the amount stated in the certificate is due under the terms of the Contract. Payment applications shall also be accompanied with all documentation, records, and releases as required by the Contract; Exhibit A, Schedule of Prices; and General Conditions, “Payment for Work – General”. The Total amount of Progress Payments shall not exceed the actual value of the Work completed as certified by OC SAN’s ENGINEER. The processing of payments shall not be considered as an acceptance of any part of the Work. B. As used in this Section, the following defined terms shall have the following meanings: CONFORMED C-CA-050625 PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 9 of 27 1. “Net Progress Payment” means a sum equal to the Progress Payment less the Retention Amount and other qualified deductions (Liquidated Damages, stop payment notices, etc.). 2. “Progress Payment” means a sum equal to: a. the value of the actual Work completed since the commencement of the Work as determined by OC SAN; b. plus the value of material suitably stored at the worksite, treatment plant or approved storage yards subject to or under the control of OC SAN since the commencement of the Work as determined by OC SAN; c. less all previous Net Progress Payments; d. less all amounts of previously qualified deductions; e. less all amounts previously retained as Retention Amounts. 3. “Retention Amount” for each Progress Payment means the percentage of each Progress Payment to be retained by OC SAN to assure satisfactory completion of the Contract. The amount to be retained from each Progress Payment shall be determined as provided in the General Conditions, “Retained Funds; Substitution of Securities.” SECTION – 12 SUBSTITUTION OF SECURITIES IN LIEU OF RETENTION OF FUNDS Pursuant to Public Contract Code Section 22300 et seq., the CONTRACTOR may, at its sole expense, substitute securities as provided in General Conditions, “Retained Funds; Substitution of Securities.” SECTION – 13 COMPLETION Final Completion and Final Acceptance shall occur at the time and in the manner specified in the General Conditions, “Final Acceptance and Final Completion”, “Final Payment”; and Exhibit A, Schedule of Prices. C-CA-050625 CONFORMED PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 10 of 27 Upon receipt of all documentation, records, and releases as required by the Contract from the CONTRACTOR, OC SAN shall proceed with the Final Acceptance as specified in General Conditions. SECTION – 14 CONTRACTOR’S EMPLOYEES COMPENSATION A. General Prevailing Rate: OC SAN has been advised by the State of California Director of Industrial Relations of its determination of the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime Work in the locality in which the Work is to be performed for each craft or type of Work needed to execute this Contract, and copies of the same are on file in the Office of the ENGINEER of OC SAN. The CONTRACTOR agrees that not less than said prevailing rates shall be paid to workers employed on this public works Contract as required by Labor Code Section 1774 of the State of California. Per California Labor Code 1773.2, OC SAN will have on file copies of the prevailing rate of per diem wages at its principal office and at each job site, which shall be made available to any interested party upon request. B. Forfeiture for Violation: CONTRACTOR shall, as a penalty to OC SAN, forfeit Two Hundred Dollars ($200.00) for each calendar day or portion thereof for each worker paid (either by the CONTRACTOR or any Subcontractor under it) less than the prevailing rate of per diem wages as set by the Director of Industrial Relations, in accordance with Sections 1770-1780 of the California Labor Code for the Work provided for in this Contract, all in accordance with Section 1775 of the Labor Code of the State of California. C. Apprentices: Sections 1777.5, 1777.6, 1777.7 of the Labor Code of the State of California, regarding the employment of apprentices are applicable to this Contract and the CONTRACTOR CONFORMED C-CA-050625 PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 11 of 27 shall comply therewith if the prime contract involves Thirty Thousand Dollars ($30,000.00) or more. D. Workday: In the performance of this Contract, not more than eight (8) hours shall constitute a day’s work, and the CONTRACTOR shall not require more than eight (8) hours of labor in a day from any person employed by him hereunder except as provided in paragraph (B) above. CONTRACTOR shall conform to Article 3, Chapter 1, Part 7 (Section 1810 et seq.) of the Labor Code of the State of California and shall forfeit to OC SAN as a penalty, the sum of Twenty-five Dollars ($25.00) for each worker employed in the execution of this Contract by CONTRACTOR or any Subcontractor for each calendar day during which any worker is required or permitted to labor more than eight (8) hours in any one calendar day and forty (40) hours in any one week in violation of said Article. CONTRACTOR shall keep an accurate record showing the name and actual hours worked each calendar day and each calendar week by each worker employed by CONTRACTOR in connection with the Project. E. Registration; Record of Wages; Inspection: CONTRACTOR 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 by the California Department of Industrial Relations. CONTRACTOR shall maintain accurate payroll records 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. CONTRACTOR shall comply with the job site notices posting requirements established by the Labor Commissioner per Title 8, California Code of Regulations Section 16461(e). C-CA-050625 CONFORMED PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 12 of 27 SECTION – 15 SURETY BONDS CONTRACTOR shall, before entering upon the performance of this Contract, furnish Bonds approved by OC SAN’s General Counsel – one in the amount of one hundred percent (100%) of the Contract amount, to guarantee the faithful performance of the Work, and the other in the amount of one hundred percent (100%) of the Contract amount to guarantee payment of all claims for labor and materials furnished. As changes to the Contract occur via approved Change Orders, the CONTRACTOR shall assure that the amounts of the Bonds are adjusted to maintain 100% of the Contract Price. This Contract shall not become effective until such Bonds are supplied to and approved by OC SAN. Bonds must be issued by a Surety authorized by the State Insurance Commissioner to do business in California. The Performance Bond shall remain in full force and effect through the warranty period, as specified in Section 19 below. All Bonds required to be submitted relating to this Contract must comply with California Code of Civil Procedure Section 995.630. Each Bond shall be executed in the name of the Surety insurer under penalty of perjury, or the fact of execution of each Bond shall be duly acknowledged before an officer authorized to take and certify acknowledgments, and either one of the following conditions shall be satisfied: A. A copy of the transcript or record of the unrevoked appointment, power of attorney, by- laws, or other instrument, duly certified by the proper authority and attested by the seal of the insurer entitling or authorizing the person who executed the Bond to do so for and on behalf of the insurer, is on file in the Office of the County Clerk of the County of Orange; or B. A copy of a valid power of attorney is attached to the Bond. SECTION – 16 INSURANCE CONTRACTOR shall purchase and maintain, for the duration of the Contract, insurance against claims for injuries to persons, or damages to property which may arise from or in connection with the performance of the Work hereunder, and the results of that Work by CONTRACTOR, CONFORMED C-CA-050625 PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 13 of 27 its agents, representatives, employees, or Subcontractors, in amounts equal to the requirements set forth below. CONTRACTOR shall not commence Work under this Contract until all insurance required under this Section is obtained in a form acceptable to OC SAN, nor shall CONTRACTOR allow any Subcontractor to commence Work on a subcontract until all insurance required of the Subcontractor has been obtained. CONTRACTOR shall maintain all of the foregoing insurance coverages in force through the point at which the Work under this Contract is fully completed and accepted by OC SAN pursuant to the provisions of the General Conditions, “Final Acceptance and Final Completion”. Furthermore, CONTRACTOR shall maintain all of the foregoing insurance coverages in full force and effect throughout the warranty period, commencing on the date of Final Acceptance. The requirement for carrying the foregoing insurance shall not derogate from the provisions for indemnification of OC SAN by CONTRACTOR under Section 17 of this Contract. Notwithstanding nor diminishing the obligations of CONTRACTOR with respect to the foregoing, CONTRACTOR shall subscribe for and maintain in full force and effect during the life of this Contract, inclusive of all changes to the Contract Documents made in accordance with the provisions of the General Conditions, “Request for Change (Changes at CONTRACTOR’s Request)” and/or “OWNER Initiated Changes”, the following insurance in amounts not less than the amounts specified. OC SAN reserves the right to amend the required limits of insurance commensurate with the CONTRACTOR’s risk at any time during the course of the Project. No vehicles may enter OC SAN premises/worksite without possessing the required insurance coverage. CONTRACTOR’s insurance shall also comply with all insurance requirements prescribed by agencies from whom permits shall be obtained for the Work and any other third parties from whom third party agreements are necessary to perform the Work (collectively, the “Third Parties”). The Special Provisions may list such requirements and sample forms and requirements from such Third Parties may be included in an attachment to the General C-CA-050625 CONFORMED PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 14 of 27 Requirements. CONTRACTOR bears the responsibility to discover and comply with all requirements of Third Parties, including meeting specific insurance requirements, that are necessary for the complete performance of the Work. To the extent there is a conflict between the Third Parties’ insurance requirements and those set forth by OC SAN herein, the requirement(s) providing the more protective coverage for both OC SAN and the Third Parties shall control and be purchased and maintained by CONTRACTOR. If CONTRACTOR maintains higher limits than the minimums shown in this Section, OC SAN requires and shall be entitled to coverage for the higher limits maintained by the CONTRACTOR. Where permitted by law, CONTRACTOR 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 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 (except for Professional Liability/Errors and Omissions coverages, if applicable) related to the Work, CONTRACTOR 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 contractor or subcontractor performing Work or rendering services at the Project. Where permitted by law, CONTRACTOR shall require similar written express waivers and insurance clauses from each of its Subcontractors 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. CONFORMED C-CA-050625 PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 15 of 27 A. Limits of Insurance 1. General Liability: Five Million Dollars ($5,000,000) per occurrence and a general aggregate limit of Ten Million Dollars ($10,000,000) for bodily injury, personal injury and property damage. If aggregate limits apply separately to this contract (as evidenced by submission of ISO form CG 25 03 or CG 25 04), then the aggregate limit may be equivalent to the per occurrence limit. Coverage shall include each of the following: a. Premises-Operations. b. Products and Completed Operations, with limits of at least Five Million Dollars ($5,000,000) per occurrence and a general aggregate limit of Ten Million Dollars ($10,000,000) which shall be in effect at all times during the warranty period set forth in the Warranty section herein, and as set forth in the General Conditions, “Warranty (CONTRACTOR’s Guarantee)”, plus any additional extension or continuation of time to said warranty period that may be required or authorized by said provisions. If aggregate limits apply separately to this contract (as evidenced by submission of ISO form CG 25 03 or CG 25 04), then the aggregate limit may be equivalent to the per occurrence limit. c. Broad Form Property Damage, expressly including damage arising out of explosion, collapse, or underground damage. d. Contractual Liability, expressly including the indemnity provisions assumed under this Contract. e. Separation of Insured Clause, providing that coverage applies separately to each insured, except with respect to the limits of liability. f. Independent CONTRACTOR’s Liability. C-CA-050625 CONFORMED PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 16 of 27 To the extent first dollar coverage, including defense of any claim, is not available to OC SAN or any other additional insured because of any SIR, deductible, or any other form of self insurance, CONTRACTOR is obligated to assume responsibility of insurer until the deductible, SIR or other condition of insurer assuming its defense and/or indemnity has been satisfied. CONTRACTOR shall be responsible to pay any deductible or SIR. g. If a crane will be used, the general liability insurance will be endorsed to add Riggers Liability coverage or its equivalent to cover the usage of the crane and exposures with regard to the crane operators, riggers and others involved in using the crane. h. If divers will be used, the general liability insurance will be endorsed to cover marine liability or its equivalent to cover the usage of divers. 2. Automobile Liability: The CONTRACTOR 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 Two Million Dollars ($2,000,000) for bodily injury, personal injury, and property damage. 3. Umbrella Excess Liability: The minimum limits of general liability and automobile liability insurance required, as set forth above, shall be provided for either in a single policy of primary insurance or a combination of policies of primary and umbrella excess coverage. 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. CONFORMED C-CA-050625 PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 17 of 27 4. Drone Liability Insurance: If a drone will be used, drone liability insurance must be maintained by CONTRACTOR in the amount of One Million Dollars ($1,000,000) in a form acceptable to OC SAN. 5. Workers’ Compensation/Employer’s Liability: CONTRACTOR shall provide such workers’ compensation insurance as required by the Labor Code of the State of California, including employer’s liability with a minimum limit of One Million Dollars ($1,000,000) per accident for bodily injury or disease. If an exposure to Jones Act liability may exist, the insurance required herein shall include coverage with regard to Jones Act claims. 6. Pollution Liability Insurance: CONTRACTOR shall purchase and maintain insurance for pollution liability covering bodily injury, property damage (including loss of use of damaged property or property that has not been physically injured or destroyed), cleanup costs, and defense costs (including costs and expenses for investigation, defense, or settlement of claims). Coverage shall carry limits of at least One Million Dollars ($1,000,000) and shall apply to sudden and non-sudden pollution conditions (including sewage spills), both at the site or needed due to migration of pollutants from the site, resulting from the escape or release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids or gases, waste materials, or other irritants, contaminants or pollutants. If CONTRACTOR provides coverage written on a claims-made basis, OC SAN has the right to approve or reject such coverage in its own discretion. If written on a claims-made basis, the CONTRACTOR warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract, and that continuous coverage will be maintained, or an extended discovery period will be C-CA-050625 CONFORMED PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 18 of 27 exercised, for a period of two years beginning from the time that the Project under this Contract is completed. B. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by OC SAN. At the option of OC SAN, either: the Insurer shall reduce or eliminate such deductibles or self-insured retentions as respects OC SAN, its Directors, officers, agents, consultants, and employees; or CONTRACTOR shall provide a financial guarantee satisfactory to OC SAN guaranteeing payment of losses and related investigations, claim administration, and defense expenses. C. Other Insurance Provisions 1. Each such policy of general liability insurance and automobile liability insurance shall be endorsed to contain, the following provisions: a. OC SAN, its directors, officers, agents, consultants, and employees, and all public agencies from whom permits will be obtained, and their directors, officers, agents, and employees are hereby declared to be additional insureds under the terms of this policy, but only with respect to the operations of CONTRACTOR at or from any of the sites of OC SAN in connection with this Contract, or acts and omissions of the additional insured in connection with its general supervision or inspection of said operations related to this Contract. b. Insurance afforded by the additional insured endorsement shall apply as primary insurance, and other insurance maintained by OC SAN shall be excess only and not contributing with insurance provided under this policy. A statement on an insurance certificate will not be accepted in lieu of the actual additional insured endorsement. CONFORMED C-CA-050625 PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 19 of 27 2. Cancellation and Policy Change Notice. The CONTRACTOR 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 CONTRACTOR 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. 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 3. Coverage shall not extend to any indemnity coverage for the active negligence of any additional insured in any case where an agreement to indemnify the additional insured would be invalid under California Civil Code Section 2782(b). 4. If required by a public agency from whom permit(s) will be obtained, each policy of general liability insurance and automobile liability insurance shall be endorsed to specify by name the public agency and its legislative members, officers, agents, consultants, and employees, to be additional insureds. D. Acceptability of Insurers Insurers must have an “A-“, or better, Policyholder’s Rating, and a Financial Rating of at least Class VIII, or better, in accordance with the most current A.M. Best Rating Guide. OC SAN recognizes that State Compensation Insurance Fund has withdrawn from participation in the A.M. Best Rating Guide process. Nevertheless, OC SAN will accept C-CA-050625 CONFORMED PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 20 of 27 State Compensation Insurance Fund for the required policy of worker’s compensation insurance, subject to OC SAN’s option, at any time during the term of this Contract, to require a change in insurer upon twenty (20) days written notice. Further, OC SAN will require CONTRACTOR to substitute any insurer whose rating drops below the levels herein specified. Said substitution shall occur within twenty (20) days of written notice to CONTRACTOR by OC SAN or its agent. E. Verification of Coverage CONTRACTOR shall furnish OC SAN with original certificates and mandatory endorsements affecting 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 complete, certified copies of all required insurance policies, including endorsements, affecting the coverage required by these Specifications at any time. F. Subcontractors CONTRACTOR shall be responsible to establish insurance requirements for any Subcontractors hired by CONTRACTOR. The insurance shall be in amounts and types reasonably sufficient to deal with the risk of loss involving the Subcontractor’s operations and work. OC SAN and any public agency issuing permits for the Project must be named as “Additional Insured” on any general liability or automobile liability policy obtained by a Subcontractor. The CONTRACTOR must obtain copies and maintain current versions of all Subcontractors’ policies, certificate of liability and mandatory endorsements effecting coverage. Upon request, CONTRACTOR must furnish OC SAN with the above referenced required documents. CONFORMED C-CA-050625 PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 21 of 27 G. Required Forms and Endorsements 1. Required ACORD Form a. Certificate of Liability ACORD Form 25 or other equivalent certificate of insurance form 2. Required Insurance Services Office, Inc. Endorsements (when alternative forms are shown, they are Iisted in order of preference) In the event any of the following forms are cancelled by Insurance Services Office, Inc. (ISO), or are updated, the ISO replacement form or equivalent must be supplied. a. Commercial General Liability Form CG 00 01 b. Additional Insured Including Form CG 20 10 and Products-Completed Operations Form 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. c. Waiver of Transfer of Rights of Form CG 24 04 Recovery Against Others to Us/ Waiver of Subrogation 3. Required State Compensation Insurance Fund Endorsements a. Waiver of Subrogation Submit workers’ compensation waiver of subrogation endorsement provided by carrier for OC SAN approval. b. Cancellation Notice No endorsement is required. However, CONTRACTOR is responsible for notifying OC SAN of any pending or actual insurance policy cancellation, as described in Article C.2., Cancellation and Policy Change Notice, above. 4. Additional Required Endorsements a. Notice of Policy Termination Manuscript Endorsement C-CA-050625 CONFORMED PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 22 of 27 5. Pollution Liability Endorsements There shall be a Separation of Insured Clause or endorsement, providing that coverage applies separately to each insured, except with respect to the limits of liability. There shall also be an endorsement or policy language containing a waiver of subrogation rights on the part of the insurer. OC SAN, its directors, officers, agents, consultants and employees and all public agencies from whom permits will be obtained as well as their directors, officers, agents, and employees shall be included as insureds under the policy. Any additional insured endorsement shall contain language at least as broad as the coverage language contained in ISO form CG 20 10 or alternatively in both CG 20 10 and CG 20 37 together. SECTION – 17 RISK AND INDEMNIFICATION All Work covered by this Contract done at the site of construction or in preparing or delivering materials to the site shall be at the risk of CONTRACTOR alone. CONTRACTOR shall save, indemnify, defend, and keep OC SAN and others harmless as more specifically set forth in General Conditions, “General Indemnification”. SECTION – 18 TERMINATION This Contract may be terminated in whole or in part in writing by OC SAN in the event of substantial failure by the CONTRACTOR to fulfill its obligations under this Contract Agreement, or it may be terminated by OC SAN for its convenience provided that such termination is effectuated in a manner and upon such conditions set forth more particularly in General Conditions, “Termination for Default” and/or “Termination for Convenience”, provided that no termination may be effected unless proper notice is provided to CONTRACTOR at the time and in the manner provided in said General Conditions. If termination for default or convenience is effected by OC SAN, an equitable adjustment in the price provided for in this Contract shall be CONFORMED C-CA-050625 PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 23 of 27 made at the time and in the manner provided in the General Conditions, “Termination for Default” and “Termination for Convenience”. SECTION – 19 WARRANTY The CONTRACTOR agrees to perform all Work under this Contract in accordance with the Contract Documents, including OC SAN’s designs, Drawings and Specifications. The CONTRACTOR guarantees for a period of at least one (1) year from the date of Final Acceptance of the Work, pursuant to the General Conditions, “Final Acceptance and Final Completion” that the completed Work is free from all defects due to faulty materials, equipment or workmanship and that it shall promptly make whatever adjustments or corrections which may be necessary to cure any defects, including repairs of any damage to other parts of the system resulting from such defects. OC SAN shall promptly give notice to the CONTRACTOR of observed defects. In the event that the CONTRACTOR fails to make adjustments, repairs, corrections or other work made necessary by such defects, OC SAN may do so and charge the CONTRACTOR the cost incurred. The CONTRACTOR’s warranty shall continue as to any corrected deficiency until the later of (1) the remainder of the original one-year warranty period; or (2) one year after acceptance by OC SAN of the corrected Work. The Performance Bond and the Payment Bond shall remain in full force and effect through the guarantee period. The CONTRACTOR’s obligations under this clause are in addition to the CONTRACTOR’s other express or implied assurances under this Contract, including but not limited to specific manufacturer or other extended warranties specified in the Plans and Specifications, or state law and in no way diminish any other rights that OC SAN may have against the CONTRACTOR for faulty materials, equipment or Work. C-CA-050625 CONFORMED PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 24 of 27 SECTION – 20 ASSIGNMENT No assignment by the CONTRACTOR of this Contract or any part hereof, or of funds to be received hereunder, will be recognized by OC SAN unless such assignment has had prior written approval and consent of OC SAN and the Surety. SECTION – 21 RESOLUTION OF DISPUTES OC SAN and the CONTRACTOR shall comply with the provisions of California Public Contract Code Section 20104 et. seq., regarding resolution of construction claims for any Claims which arise between the CONTRACTOR and OC SAN, as well as all applicable dispute and Claims provisions as set forth in the General Conditions and as otherwise required by law. SECTION – 22 SAFETY & HEALTH CONTRACTOR shall comply with all applicable safety and health requirements mandated by federal, state, city and/or public agency codes, permits, ordinances, regulations, and laws, as well as these Contract Documents, including but not limited to the General Requirements, Section entitled “Safety” and Exhibit B Contractor Safety Standards. OC SAN reserves the right to stop Work for violations of safety and health standards until the hazardous conditions are corrected. The right to stop Work includes the right to remove a contractor or its employees from the worksite. SECTION – 23 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 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 CONFORMED C-CA-050625 PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 25 of 27 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. SECTION – 24 HUMAN RESOURCES POLICIES CONTRACTOR and its Subcontractors shall comply with and ensure their employees adhere to OC SAN’s Human Resources Policies attached hereto as Exhibit C. SECTION – 25 NOTICES Any notice required or permitted under this Contract shall be served by personal delivery or by certified mail, return receipt requested, at the address set forth below. Unless specified elsewhere in the Contract Documents or otherwise required by law, any notice may alternatively be given by electronic telecommunication to the email address set forth below. Any party whose address changes shall notify the other party in writing. TO OC SAN: Orange County Sanitation District 18480 Bandilier Circle Fountain Valley, California 92708 Attn: Clerk of the Board ocsanclerk@ocsan.gov Copy to: Orange County Sanitation District 18480 Bandilier Circle Fountain Valley, California 92708 Attn: Construction Manager rcuellar@ocsan.gov Scott C. Smith Best Best & Krieger LLP 18101 Von Karman Avenue, Suite 1000 Irvine, California 92612 scott.smith@bbklaw.com C-CA-050625 CONFORMED PROJECT NO. P1-137SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 26 of 27 TO CONTRACTOR: Bernard Ashkar, Chief Executive Officer Icon West, Inc. 520 S. La Fayette Park Place, Suite 503 Los Angeles, CA 90057 bernard@icon-west.com lalaine@icon-west.com CONFORMED C-CA-050625PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 27 of 27 IN WITNESS WHEREOF, the parties hereto have executed this Contract Agreement as the date first hereinabove written. CONTRACTOR: Icon West, Inc. 520 S. La Fayette Park Place, Suite 503 Los Angeles, CA 90057 By______________________________ Date _________________ ______________________________ Printed Name Its______________________________ CONTRACTOR’s State License No. 747737 (Expiration Date – 4/30/2026) OC SAN: Orange County Sanitation District By______________________________ Date _________________ Ryan P. Gallagher Board Chairman By______________________________ Date _________________ Kelly A. Lore Clerk of the Board By______________________________ Date _________________ Kevin Work Purchasing & Contracts Manager C-EXA-013025 EXHIBIT A SCHEDULE OF PRICES C-EXA-013025 TABLE OF CONTENTS EXHIBIT A SCHEDULE OF PRICES EXA-1 BASIS OF COMPENSATION ........................................................................... 1 EXA-2 PROGRESS PAYMENTS ................................................................................. 1 EXA-3 RETENTION AND ESCROW ACCOUNTS ....................................................... 1 EXA-4 STOP PAYMENT NOTICE ............................................................................... 3 EXA-5 PAYMENT TO SUBCONTRACTORS ............................................................... 3 EXA-6 PAYMENT OF TAXES ...................................................................................... 3 EXA-7 FINAL PAYMENT ............................................................................................. 4 EXA-8 DISCOVERY OF DEFICIENCIES BEFORE AND AFTER FINAL PAYMENT.... 6 ATTACHMENT 1 – CERTIFICATION FOR REQUEST FOR PAYMENT ......................... 7 ATTACHMENT 2 – SCHEDULE OF PRICES .................................................................. 8 CONFORMED C-EXA-013025 PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 1 of 8 EXHIBIT A SCHEDULE OF PRICES EXA-1 BASIS OF COMPENSATION CONTRACTOR will be paid the Contract Price according to the Schedule of Prices, and all other applicable terms and conditions of the Contract Documents. EXA-2 PROGRESS PAYMENTS Progress payments will be made in accordance with all applicable terms and conditions of the Contract Documents, including, but not limited to: 1. Contract Agreement – Section 11 – “Contract Price and Method of Payment;” 2. General Conditions – “Payment – General”; 3. General Conditions – “Payment – Applications for Payment”; 4. General Conditions – “Payment – Mobilization Payment Requirements;” 5. General Conditions – “Payment – Itemized Breakdown of Contract Lump Sum Prices”; 6. General Conditions – "Contract Price Adjustments and Payments”; 7. General Conditions – “Suspension of Payments”; 8. General Conditions – “OC SAN’s Right to Withhold Certain Amounts and Make Application Thereof”; and 9. General Conditions – “Final Payment.” EXA-3 RETENTION AND ESCROW ACCOUNTS A. Retention: OC SAN shall retain a percentage of each progress payment to assure satisfactory completion of the Work. The amount to be retained from each progress payment shall be determined as provided in General Conditions – “Retained Funds; Substitution of Securities”. In all contracts between CONTRACTOR and its Subcontractors and/or Suppliers, the retention may not exceed the percentage specified in the Contract Documents. C-EXA-013025 CONFORMED PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 2 of 8 B. Substitution of Securities: CONTRACTOR may, at its sole expense, substitute securities as provided in General Conditions – “Retained Funds; Substitution of Securities.” Payment of Escrow Agent: In lieu of substitution of securities as provided above, the CONTRACTOR may request and OC SAN shall make payment of retention earned directly to the escrow agent at the expense of the CONTRACTOR. At the expense of the CONTRACTOR, the CONTRACTOR may direct the investment of the payments into securities consistent with Government Code §16430 and the CONTRACTOR shall receive the interest earned on the investments upon the same terms provided for in this article for securities deposited by the CONTRACTOR. Upon satisfactory completion of the Contract, the CONTRACTOR shall receive from the escrow agent all securities, interest and payments received by the escrow agent from OC SAN, pursuant to the terms of this article. The CONTRACTOR shall pay to each Subcontractor, not later than twenty (20) calendar days after receipt of the payment, the respective amount of interest earned, net of costs attributed to retention withheld from each Subcontractor, on the amount of retention withheld to ensure the performance of the Subcontractor. The escrow agreement used by the escrow agent pursuant to this article shall be substantially similar to the form set forth in §22300 of the California Public Contract Code. C. Release of Retention: Upon Final Acceptance of the Work, the CONTRACTOR shall submit an invoice for release of retention in accordance with the terms of the Contract. D. Additional Deductibles: In addition to the retentions described above, OC SAN may deduct from each progress payment any or all of the following: 1. Liquidated Damages that have occurred as of the date of the application for progress payment; 2. Deductions from previous progress payments already paid, due to OC SAN’s discovery of deficiencies in the Work or non-compliance with the Specifications or any other requirement of the Contract; 3. Sums expended by OC SAN in performing any of the CONTRACTOR’S obligations under the Contract that the CONTRACTOR has failed to perform, and; 4. Other sums that OC SAN is entitled to recover from the CONTRACTOR under the terms of the Contract, including without limitation insurance deductibles and assessments. CONFORMED C-EXA-013025 PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 3 of 8 The failure of OC SAN to deduct any of the above-identified sums from a progress payment shall not constitute a waiver of OC SAN’s right to such sums or to deduct them from a later progress payment. EXA-4 STOP PAYMENT NOTICE In addition to other amounts properly withheld under this article or under other provisions of the Contract, OC SAN shall retain from progress payments otherwise due the CONTRACTOR an amount equal to one hundred twenty-five percent (125%) of the amount claimed under any stop payment notice under Civil Code §9350 et. seq. or other lien filed against the CONTRACTOR for labor, materials, supplies, equipment, and any other thing of value claimed to have been furnished to and/or incorporated into the Work; or for any other alleged contribution thereto. In addition to the foregoing and in accordance with Civil Code §9358 OC SAN may also satisfy its duty to withhold funds for stop payment notices by refusing to release funds held in escrow pursuant to public receipt of a release of stop payment notice executed by a stop payment notice claimant, a stop payment notice release bond, an order of a court of competent jurisdiction, or other evidence satisfactory to OC SAN that the CONTRACTOR has resolved such claim by settlement. EXA-5 PAYMENT TO SUBCONTRACTORS Requirements 1. The CONTRACTOR shall pay all Subcontractors for and on account of Work performed by such Subcontractors, not later than seven (7) days after receipt of each progress payment as required by the California Business and Professions Code §7108.5. Such payments to Subcontractors shall be based on the measurements and estimates made pursuant to article progress payments provided herein. 2. Except as specifically provided by law, the CONTRACTOR shall pay all Subcontractors any and all retention due and owing for and on account of Work performed by such Subcontractors not later than seven (7) days after CONTRACTOR’S receipt of said retention proceeds from OC SAN as required by the California Public Contract Code §7107. EXA-6 PAYMENT OF TAXES Unless otherwise specifically provided in this Contract, the Contract Price includes full compensation to the CONTRACTOR for all taxes. The CONTRACTOR shall pay all federal, state, and local taxes, and duties applicable to and assessable against any Work, including but not limited to retail sales and use, transportation, export, import, business, and special taxes. The CONTRACTOR shall ascertain and pay the taxes when due. The CONTRACTOR will maintain auditable records, subject to OC SAN reviews, confirming that tax payments are current at all times. C-EXA-013025 CONFORMED PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 4 of 8 EXA-7 FINAL PAYMENT After Final Acceptance of the Work, as more particularly set forth in the General Conditions, “Final Acceptance and Final Completion”; and after authorization by the General Manager of the final payment and satisfaction of the requirements as more particularly set forth in General Conditions – “Final Payment”, a final payment will be made as follows: 1. Prior to Final Acceptance, the CONTRACTOR shall prepare and submit an application for Final Payment to OC SAN, including: a. The proposed total amount due the CONTRACTOR, segregated by items on the payment schedule, amendments, Change Orders, and other bases for payment; b. Deductions for prior progress payments; c. Amounts retained; d. A conditional waiver and release on final payment for each Subcontractor (per Civil Code Section 8136); e. A conditional waiver and release on final payment on behalf of the CONTRACTOR (per Civil Code Section 8136); f. List of Claims the CONTRACTOR intends to file at that time or a statement that no Claims will be filed, g. List of pending unsettled claims, stating claimed amounts, and copies of any and all complaints and/or demands for arbitration received by the CONTRACTOR; and h. For each and every claim that resulted in litigation or arbitration which the CONTRACTOR has settled, a conformed copy of the Request for Dismissal with prejudice or other satisfactory evidence the arbitration is resolved. 2. The application for Final Payment shall include complete and legally effective releases or waivers of liens and stop payment notices satisfactory to OC SAN, arising out of or filed in connection with the Work. Prior progress payments shall be subject to correction in OC SAN’s review of the application for Final Payment. Claims filed with the application for Final Payment must be otherwise timely under the Contract and applicable law. 3. Within a reasonable time, OC SAN will review the CONTRACTOR’S application for Final Payment. Any recommended changes or corrections will then be forwarded to the CONTRACTOR. Within ten (10) calendar days after receipt of recommended changes from OC SAN, the CONTRACTOR will make the changes, or list Claims that will be filed as a result of the CONFORMED C-EXA-013025 PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 5 of 8 changes, and shall submit the revised application for Final Payment. Upon acceptance by OC SAN, the revised application for Final Payment will become the approved application for Final Payment. 4. If no Claims have been filed with the initial or any revised application for Final Payment, and no Claims remain unsettled within thirty-five (35) calendar days after the date of recordation of the Notice of Completion by OC SAN, and agreements are reached on all issues regarding the application for Final Payment, OC SAN, in exchange for an executed release, satisfactory in form and substance to OC SAN, will pay the entire sum found due on the approved application for Final Payment, including the amount, if any, allowed on settled Claims. 5. The release from the CONTRACTOR shall be from any and all Claims arising under the Contract, except for Claims that with the concurrence of OC SAN are specifically reserved, and shall release and waive all unreserved Claims against OC SAN and its officers, directors, employees and authorized representatives. The release shall be accompanied by a certification by the CONTRACTOR that: a. It has resolved all Subcontractors, Suppliers and other Claims that are related to the settled Claims included in the Final Payment; b. It has no reason to believe that any party has a valid claim against the CONTRACTOR or OC SAN which has not been communicated in writing by the CONTRACTOR to OC SAN as of the date of the certificate; c. All warranties are in full force and effect, and; d. The releases and the warranties shall survive Final Payment. 6. If any claims remain open, OC SAN may make Final Payment subject to resolution of those claims. OC SAN may withhold from the Final Payment an amount not to exceed one hundred fifty percent (150%) of the sum of the amounts of the open claims, and one hundred twenty-five percent (125%) of the amounts of open stop payment notices referred to in article entitled Stop Payment Notice herein. 7. The CONTRACTOR shall provide an unconditional waiver and release on final payment from each Subcontractor and Supplier providing Work under the Contract (per Civil Code Section 8138) and an unconditional waiver and release on final payment on behalf of the CONTRACTOR (per Civil Code Section 8138) within thirty (30) days of receipt of Final Payment. C-EXA-013025 CONFORMED PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 6 of 8 EXA-8 DISCOVERY OF DEFICIENCIES BEFORE AND AFTER FINAL PAYMENT Notwithstanding OC SAN’s acceptance of the application for Final Payment and irrespective of whether it is before or after Final Payment has been made, OC SAN shall not be precluded from subsequently showing that: 1. The true and correct amount payable for the Work is different from that previously accepted; 2. The previously accepted Work did not in fact conform to the Contract requirements, or; 3. A previous payment or portion thereof for Work was improperly made. OC SAN also shall not be stopped from demanding and recovering damages from the CONTRACTOR, as appropriate, under any of the foregoing circumstances as permitted under the Contract or applicable law. CONFORMED C-EXA-013025 PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 7 of 8 ATTACHMENT 1 – CERTIFICATION FOR REQUEST FOR PAYMENT I hereby certify under penalty of perjury as follows: That the claim for payment is in all respects true, correct; that the services mentioned herein were actually rendered and/or supplies delivered to OC SAN in accordance with the Contract. I understand that it is a violation of both the federal and California False Claims Acts to knowingly present or cause to be presented to OC SAN a false claim for payment or approval. A claim includes a demand or request for money. It is also a violation of the False Claims Acts to knowingly make use of a false record or statement to get a false claim paid. The term "knowingly" includes either actual knowledge of the information, deliberate ignorance of the truth or falsity of the information, or reckless disregard for the truth or falsity of the information. Proof of specific intent to defraud is not necessary under the False Claims Acts. I understand that the penalties under the Federal False Claims Act and State of California False Claims Act are non-exclusive, and are in addition to any other remedies which OC SAN may have either under contract or law. I hereby further certify, to the best of my knowledge and belief, that: 1. The amounts requested are only for performance in accordance with the Specifications, terms, and conditions of the Contract; 2. Payments to Subcontractors and Suppliers have been made from previous payments received under the Contract, and timely payments will be made from the proceeds of the payment covered by this certification; 3. This request for progress payments does not include any amounts which the prime CONTRACTOR intends to withhold or retain from a Subcontractor or Supplier in accordance with the terms and conditions of the subcontract; and 4. This certification is not to be construed as Final Acceptance of a Subcontractor’s performance. _________________________________________ Name _________________________________________ Title _________________________________________ Date C-EXA-013025 CONFORMED PROJECT NO. P1-137SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 8 of 8 ATTACHMENT 2 – SCHEDULE OF PRICES See next pages from the Bid Submittal Forms (Icon West, Inc.) BF-14 Schedule of Prices, Pages 1-2 BF-14 SCHEDULE OF PRICES C-BF-101424 ADDENDUM NO. 7 PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 1 of 2 (Name of Firm) BF-14 SCHEDULE OF PRICES INSTRUCTIONS A. General For Unit Prices, it is understood that the following quantities are approximate only and are solely for the purpose of estimating for the comparison of Bids and that the actual value of Work will be computed based upon the actual quantities in the completed Work, whether they be more or less than those shown. CONTRACTOR’s compensation for the Work under the Contract Documents will be computed based upon the lump sum amount of the Contract at time of award, plus any additional or deleted costs approved by OC SAN via approved Change Orders, pursuant to the Contract Documents. Bidder shall separately price and accurately reflect costs associated with each line item, leaving no blanks. Any and all modifications to the Bid must be initialed by an authorized representative of the Bidder in accordance with the Instructions to Bidders, Preparation of Bid. Bidders are reminded of section entitled Discrepancies in Bid Items in the Instructions to Bidders, which, in summary, provides that the total price for each item shall be based on the Unit Price listed for each item multiplied by the quantity; and the correct Total Price for each item shall be totaled to determine the Total Amount of Bid. All applicable costs including overhead and profit shall be reflected in the respective unit costs and the TOTAL AMOUNT OF BID. The Bid price shall include all costs to complete the Work, including profit, overhead, etc., unless otherwise specified in the Contract Documents. All applicable sales taxes, state and/or federal taxes, and any other special taxes, patent rights, or royalties shall be included in the prices quoted in this Bid. B. Basis of Award AWARD OF THE CONTRACT WILL BE MADE ON THE BASIS OF THE LOWEST RESPONSIVE AND RESPONSIBLE BID. Note 1: Base Bid. Includes all costs necessary to furnish all labor, materials, equipment, and services for the construction of the Project in accordance with the Contract Documents. Bidders shall accurately reflect the cost to perform the Work. OC SAN may reject unbalanced Bids. Refer to Part 2 – INSTRUCTIONS TO BIDDERS. ICON WEST, INC Bid Submitted By: _______________________________________ BF-14 SCHEDULE OF PRICES C-BF-101424 ADDENDUM NO. 7 PROJECT NO. P1-137 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 2 of 2 (Name of Firm) SCHEDULE OF PRICES BASE BID ITEMS (Refer to Note 1 in the Instructions): Item No. Description Unit of Measurement Approx Qty Unit Price Total Price 1. Mobilization: Furnish all labor, materials, equipment, and other activities necessary for mobilization, as described in Specifications Section 01155 Measurement and Payment and in conformance with the Contract Documents for the lump sum price of… Lump Sum 1 = $540,000 2. Sheeting, Shoring and Bracing: Furnish all labor, equipment and materials necessary to provide sheeting, shoring and bracing for protection of life and limb in trenches, open excavations and confined spaces, as described in Specifications Section 01155 Measurement and Payment and in conformance with the Contract Documents for the lump sum price of... Lump Sum 1 = $ 3. Permit and Inspection Fees: This Bid item is an allowance for all fees associated with the permits and inspection as described in Specifications Section 01155 Measurement and Payment and in conformance with the Contract Documents … Allowance 1 = $37,000 4. All Other Portions of the Work: Furnish all labor, materials, and equipment necessary for all other portions of the Work set forth in the Contract Documents, except for Bid Items 1, 2, 3, and 5, as described in Specifications Section 01155 Measurement and Payment and in conformance with the Contract Documents for the lump sum price of… Lump Sum 1 = $ 5. Demobilization: This bid item includes all demobilization activities, as described in Specifications Section 01155 Measurement and Payment and in conformance with the Contract Documents for a lump sum price of… Lump Sum = $180,000 6. Dewatering: This bid item includes all dewatering activities, including discharge the water from dewatering activities to Headworks, as described in Specifications Section 02220 Dewatering, Specifications Section 01155 Measurement and Payment and in conformance with the Contract Documents… Allowance 1 $250,000 TOTAL AMOUNT OF BID (BASIS OF AWARD) $ ICON WEST, INCBid Submitted By: ______________________________________ 513,870.00 20,287,130.00 21,808,000.00 4/28/2026 1 Support Buildings Seismic Improvements at Plant No. 1, Project No. P1-137 Presented by: Martin Dix Engineering Manager Construction Contract Award Operations Committee May 6, 2026 Mitigate Structural Deficiencies 2 •Control Center •Bldg. 5 & 6 •Bldg. B & 3 •Bldg. A •Warehouse •Auto Shop 12-kV Service Center 1 2 4/28/2026 2 New Columns and Beams 3 New columns and beams Architectural rendering of the Control Center with seismic retrofit Concrete Panel Connections at Seams 4 Bldg. 5 & 6, Bldg. B & 3, Bldg. A, Warehouse, Auto Shop Concrete Panel Connections at Seams 3 4 4/28/2026 3 5 17% Difference (Icon West, Inc.) $3,108,000 Includes: Shoring/Earthwork, Painting, Electrical, HVAC/Plumbing, Asphalt, and Tiles Bid Results $18,700,000Engineer’s Estimate Amount of BidBidder $21,808,000Icon West, Inc. $24,548,0002H Construction, Inc. $25,677,000S.J. Amoroso Construction Co., LCC. $28,259,000PCN3, Inc. Current project budget insufficient to award contract Requesting Budget Increase AmountSubject $30,500,000Current Project Budget $33,500,000Requested Project Budget Total Project Budget Increase Request = $3,000,000 6 5 6 4/28/2026 4 7 Recommend to the Board of Directors to: A. Receive and file Bid Tabulation and Recommendation forSupport Buildings Seismic Improvements at Plant No. 1, ProjectNo. P1-137; B. Approve a project budget increase of $3,000,000 for Support Buildings Seismic Improvements at Plant No. 1, Project No. P1- 137, for a new total project budget of $33,500,000; C. Award a Construction Contract Agreement to Icon West, Inc. for Support Buildings Seismic Improvements at Plant No. 1, Project No. P1-137, for a total amount not to exceed $21,808,000; and D. Approve a contingency of $2,180,000 (10%). Recommendation 7 OPERATIONS COMMITTEE Agenda Report Headquarters 18480 Bandilier Circle Fountain Valley, CA 92708 (714) 593-7433 File #:2025-4189 Agenda Date:5/6/2026 Agenda Item No:5. FROM:Robert Thompson, General Manager Originator: Mike Dorman, Director of Engineering SUBJECT: SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1, PROJECT NO. P1-137 GENERAL MANAGER'S RECOMMENDATION RECOMMENDATION: Recommend to the Board of Directors to: A. Approve a Professional Construction Services Agreement with Simpson Gumpertz & Heger, Inc., to provide construction support services for Support Buildings Seismic Improvements at Plant No. 1, Project No. P1-137, for a total amount not to exceed $1,878,000; and B. Approve a contingency of $187,800 (10%). BACKGROUND Simpson Gumpertz &Heger,Inc.,was selected as part of a competitive,qualifications-based solicitation process to design Support Buildings Seismic Improvements at Plant No.1,Project No.P1 -137.At the time of the solicitation,the Orange County Sanitation District (OC San)documented its intent to award a subsequent agreement to the design consultant for continuation of engineering services during construction. OC San completed the Seismic Evaluation of Structures at Plant Nos.1 and 2,Project No.PS15-06, as part of the FY 2017-2018 General Manager’s Workplan to enhance infrastructure reliability.The study initiated a long-term seismic upgrade program aligned with OC San’s Strategic Plan and Capital Improvement Program.It identified high-priority deficiencies in staff-occupied and critical structures at Plant No. 1 that could limit safety and immediate occupancy following a seismic event. This project includes rehabilitation of the following buildings:Auto Shop;Control Center;Buildings A, B, 3, 5, and 6; Warehouse; and the 12-kV Service Center. 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 ·Commitment to safety & reducing risk in all operations Orange County Sanitation District Printed on 4/28/2026Page 1 of 3 powered by Legistar™ File #:2025-4189 Agenda Date:5/6/2026 Agenda Item No:5. PROBLEM This project requires the design consultant to provide as-needed services during construction including submittal review,responding to the Contractor’s requests for information,reviewing construction change orders,participating in meetings,attending site visits,and preparing record drawings.In addition,the design consultant will provide structural observations and training for the inspectors who will perform the special inspections. PROPOSED SOLUTION Approve a Professional Construction Services Agreement with the design consultant,Simpson Gumpertz & Heger, Inc., to provide construction support services during construction. TIMING CONCERNS Construction support services will be required at the start of construction.Construction is anticipated to start in July 2026. RAMIFICATIONS OF NOT TAKING ACTION The construction support services needed to facilitate and review construction activities would not be available by the Engineer of Record, which may negatively impact the contract execution. PRIOR COMMITTEE/BOARD ACTIONS July 2022 -Approved a Professional Design Services Agreement with Simpson Gumpertz &Heger Inc.to provide engineering services for Support Buildings Seismic Improvements at Plant No.1, Project No.P1-137,for an amount not to exceed $1,900,000;and approved a contingency of $190,000 (10%). ADDITIONAL INFORMATION Simpson Gumpertz &Heger,Inc.,has successfully furnished engineering services for the design of this project and their support services during construction will provide continuity through the completion of the project. Staff negotiated with Simpson Gumpertz &Heger,Inc.,for these support services in accordance with the OC San’s adopted policies and procedures.A review of the proposed price was conducted using estimated quantities of requests for information,submittals,meetings,site visits,change order review,and design revisions,as well as the level of effort for preparing record drawings.Based on this review,staff determined the negotiated fee to be fair and reasonable for these services.Staff is requesting a 10 percent contingency in case unanticipated professional services are needed during construction. 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 was filed with the OC Clerk-Recorder Orange County Sanitation District Printed on 4/28/2026Page 2 of 3 powered by Legistar™ File #:2025-4189 Agenda Date:5/6/2026 Agenda Item No:5. after OC San's Board of Directors approval of the Professional Design Services Agreement. FINANCIAL CONSIDERATIONS This request complies with the authority levels of OC San’s Purchasing Ordinance.This item has been budgeted (Budget Update FY 2025-26,Page A-8,Support Buildings Seismic Improvements at Plant No. 1, Project No. P1-137), and the budget is sufficient for the recommended action. ATTACHMENT The following attachment(s)may be viewed on-line at the OC San website (www.ocsan.gov)with the complete agenda package: ·Professional Construction Services Agreement ·Presentation CQ:lb Orange County Sanitation District Printed on 4/28/2026Page 3 of 3 powered by Legistar™ PCSA PROJECT NO. P1-137 Revised 050625 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 1 of 19 PROFESSIONAL CONSTRUCTION SERVICES AGREEMENT This PROFESSIONAL CONSTRUCTION SERVICES AGREEMENT, (hereinafter referred to as “Agreement”), is made and entered into to be effective the 27th day of May, 2026 by and between the ORANGE COUNTY SANITATION DISTRICT, (hereinafter referred to as "OC SAN"), and SIMPSON GUMPERTZ & HEGER, INC., (hereinafter referred to as "CONSULTANT"). WITNESSETH: WHEREAS, OC SAN desires to engage CONSULTANT to provide construction support services for SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1, PROJECT NO. P1-137 (Construction Support Services); and WHEREAS, CONSULTANT is qualified to provide the necessary services for the Construction Support Services in connection with these requirements; and WHEREAS, OC SAN has adopted procedures in accordance with OC SAN’s current Purchasing Ordinance, Section 4.03(B), for the continuation of services and has proceeded in accordance with said procedures to perform the Construction Support Services; and WHEREAS, at its regular meeting on May 27, 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 toaccomplish 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 onlyand does not relieve the CONSULTANT of responsibility for complying with alllaws, codes, industry standards and liability for damages caused by errors,omissions, noncompliance with industry standards, and/or negligence on the partof the CONSULTANT or its Subconsultants. B.CONSULTANT is responsible for the quality of work prepared under thisAgreement and shall ensure that all work is performed to the industry standardsof engineering practice for clarity, uniformity, and completeness. PCSA PROJECT NO. P1-137 Revised 050625 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 2 of 19 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 Project Engineer/Project Manager. OC SAN may charge to CONSULTANT all costs, expenses and damages associated with any such corrections or revisions. D. All CADD drawings, figures, and other work shall be produced by CONSULTANTS and Subconsultants using OC SAN standard software. Conversion of CADD work from any other non-standard CADD format to OC SAN format shall not be acceptable in lieu of this requirement. Electronic files shall be subject to an acceptance period of 30 calendar days during which OC SAN shall perform appropriate acceptance tests. CONSULTANT shall correct any discrepancies or errors detected and reported within the acceptance period at no additional cost to OC SAN. E. 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 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 Construction Support Services in accordance with the following provisions: A. Total Compensation Total compensation shall be in an amount not to exceed One Million Eight Hundred Seventy-Eight Thousand Dollars ($1,878,000). 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. PCSA PROJECT NO. P1-137 Revised 050625 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 3 of 19 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. 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 the attached hourly rate Schedule and as specified in the 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, see Attachment “D” – Allowable Direct Costs. All incidental expenses shall be included in overhead pursuant to Section 2 - COMPENSATION above. PCSA PROJECT NO. P1-137 Revised 050625 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 4 of 19 G. Other Direct Costs Other Direct Costs incurred by CONSULTANT and its Contractor 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 for payment information. 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 to this Agreement. The reimbursement of the above-mentioned expenses will be based on an “accountable plan” as considered by Internal Revenue Service (IRS). The plan includes a combination of reimbursements based upon receipts and a “per diem” component approved by IRS. The most recent schedule of the per diem rates utilized by OC SAN can be found on the U.S. General Service Administration website at 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 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 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 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. PCSA PROJECT NO. P1-137 Revised 050625 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 5 of 19 Additional details related to the reimbursement of the allowable direct costs are provided in the Attachment “D” - Allowable Direct Costs of this Agreement. I. Limitation of Costs If, at any time, CONSULTANT estimates the cost of performing the services described in CONSULTANT’s Proposal will exceed 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. 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: PCSA PROJECT NO. P1-137 Revised 050625 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 6 of 19 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 the 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 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. 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 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. A CONSULTANT or Subconsultant shall be deemed to have submitted a false claim when the CONSULTANT or Subconsultant: 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. PCSA PROJECT NO. P1-137 Revised 050625 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 7 of 19 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 Enforcement of the Department of Industrial Relations. 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 Construction Support 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 Construction Support Services, shall be the property of OC SAN. OC SAN’s ownership of these documents includes 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 Construction Support 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. PCSA PROJECT NO. P1-137 Revised 050625 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 8 of 19 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. 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 PCSA PROJECT NO. P1-137 Revised 050625 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 9 of 19 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 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. PCSA PROJECT NO. P1-137 Revised 050625 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 10 of 19 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 Two Million Dollars ($2,000,000) per claim and in the aggregate 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. 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 request , at any time, copies of the relevant policies and endorsements confirming the required coverage. The following are approved forms that must be submitted as proof of coverage: •insurance form PCSA PROJECT NO. P1-137 Revised 050625 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 11 of 19 • (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. • (Automobile Liability) OC SAN approval. •subrogation endorsement provided by carrier for OC SAN approval. • Cancellation Notice No endorsement is required. However, 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. 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. PCSA PROJECT NO. P1-137 Revised 050625 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 12 of 19 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 to establish 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. 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 PCSA PROJECT NO. P1-137 Revised 050625 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 13 of 19 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. B. 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 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. C. 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 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. PCSA PROJECT NO. P1-137 Revised 050625 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 14 of 19 13.NOTICES All notices hereunder and communications regarding the interpretation of the terms ofthis 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, returnreceipt requested, postage prepaid. Notices shall be mailed to OC SAN at: ORANGE COUNTY SANITATION DISTRICT 18480 Bandilier Circle Fountain Valley, CA 92708 Attention: Wai Chan, Senior Contracts Administrator Copy: Carmen Quan, Project Manager Notices shall be mailed to CONSULTANT at: SIMPSON GUMPERTZ & HEGER, INC. 4695 MacArthur Court, Suite 500 Newport Beach, CA 92660 Attention: James A. McDonald, Principal All communication regarding the Scope of Work, will be addressed to the Project Manager. Direction from other OC SAN’s staff must be approved in writing by OC SAN’s Project Manager prior to action from the CONSULTANT. 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 basisthrough 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 SANupon the termination or completion of the work. CONSULTANT agrees to furnish toOC SAN copies of all memoranda, correspondence, computation, and study materials inits files pertaining to the work described in this Agreement, which is requested in writing byOC SAN. PCSA PROJECT NO. P1-137 Revised 050625 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 15 of 19 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: • 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'S 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. PCSA PROJECT NO. P1-137 Revised 050625 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 16 of 19 20. PROGRESS REPORTS Monthly progress reports shall be submitted for review by the tenth 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 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 reasonable, attorneys’ fees, disbursements and court costs, and all other professional, expert or consultants fees and costs and OC SAN’s general and administrative expenses (individually, a “Claim”, or 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, but onlyto the extent caused by the negligent, recklessness and/or willful misconduct of CONSULTANT, its principals, officers, agents, employees, CONSULTANT’s suppliers, consultants, 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 from: (A) the sole or 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. PCSA PROJECT NO. P1-137 Revised 050625 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 17 of 19 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 equal participation in the drafting and negotiation between the parties hereto. 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 enforcing 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 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, the Contractor Safety Standards, as applicable, and Human Resources Policies, all as may be amended from time to time; provided the CONSULTANT has been granted a copy of such for review. Further, neither the professional activities of the CONSULTANT, nor the presence of the CONSULTANT or its employees and subconsultants at construction/project site, shall impose any duty on the CONSULTANT, nor relieve the general contractor of its obligations, duties and responsibilities including, but not limited to, construction means, methods, sequence, techniques or procedures necessary for performing, superintending and coordinating the work in accordance with PCSA PROJECT NO. P1-137 Revised 050625 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 18 of 19 the contract documents and any health or safety precautions required by any regulatory agencies. The CONSULTANT and its personnel have no authority to exercise any control over any construction contractor or its employees in connection with their work or any health or safety programs or procedures. 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 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. PCSA PROJECT NO. P1-137 Revised 050625 SUPPORT BUILDINGS SEISMIC IMPROVEMENTS AT PLANT NO. 1 Page 19 of 19 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: SIMPSON GUMPERTZ & HEGER, 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” – Not Used Attachment “C” – Not Used 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 Used 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 WC:ms ATTACHMENT A SCOPE OF WORK SCOPE OF WORK PROJECT NO. P1-137 PCSA Page 1 of 13 ATTACHMENT “A” SCOPE OF WORK Support Buildings Seismic Improvements at Plant No. 1 Project No. P1-137 PROFESSIONAL CONSTRUCTION SERVICES AGREEMENT SCOPE OF WORK PROJECT NO. P1-137 PCSA Page 2 of 13 TABLE OF CONTENTS I. SUMMARY .......................................................................................................................... 3 II. PROJECT SCHEDULE ....................................................................................................... 3 III. PROJECT IMPLEMENTATION ........................................................................................... 3 IV. PHASE 4 – CONSTRUCTION AND INSTALLATION SERVICES .................................... 3 TASK 4.1 – PROJECT MANAGEMENT ................................................................................... 3 4.1.1 – PMWeb Procedures ...................................................................................................... 4 TASK 4.2 – INITIAL PROJECT MEETINGS ............................................................................. 5 4.2.1 – Construction Hand-Off Workshop ................................................................................. 5 4.2.2 – PMWeb and Submittal Review Procedures Meeting ..................................................... 6 4.2.3 – Preconstruction Conference .......................................................................................... 6 4.2.4 – Pre-Submittal Review Meetings and Workshops ........................................................... 7 TASK 4.3 – SUBMITTAL REVIEWS ......................................................................................... 7 TASK 4.4 – REQUEST FOR INFORMATION ........................................................................... 7 TASK 4.5 – CONTRACT DOCUMENT MODIFICATIONS, DESIGN CHANGES AND CHANGE ORDERS .................................................................................................................. 8 TASK 4.6 – CONSTRUCTION PROGRESS MEETINGS AND SITE VISITS .............................. 8 TASK 4.7 – GEOTECHNICAL SUPPORT SERVICES ................................................................... 9 TASK 4.8 – STRUCTURAL ENGINEERING SERVICES .......................................................... 9 TASK 4.9 – SHORING SUPPORT ............................................................................................ 9 TASK 4.10 - ARCHITECTURAL ............................................................................................... 9 TASK 4.11 – FIRE PROTECTION SERVICES .........................................................................10 V. PHASE 5 – COMMISSIONING SERVICES [NOT USED] ......................................................10 VI. PHASE 6 – CLOSEOUT .....................................................................................................10 TASK 6.1 – FINAL INSPECTION AND PUNCH LISTS ............................................................10 TASK 6.2 – RECORD DRAWINGS..........................................................................................10 6.2.1 – Additional Record Documentation ................................................................................12 TASK 6.3 – PROJECT MANAGEMENT ..................................................................................12 VII. STAFF ASSISTANCE ......................................................................................................12 VIII. QUANTITATIVE ASSUMPTIONS .................................................................................12 SCOPE OF WORK PROJECT NO. P1-137 PCSA Page 3 of 13 I. SUMMARY Provide construction engineering support services for the construction and installation, and closeout phases of this project. II. PROJECT SCHEDULE The schedule for the services specified in this Scope of Work (SOW) shall be provided per the construction contract schedule and identified in this SOW. III. PROJECT IMPLEMENTATION All Orange County Sanitation District (OC SAN) projects are divided into six phases. The CONSULTANT shall provide engineering support services for Phase 4 Construction and Installation Services, Phase 5 Commissioning Services and Phase 6 Closeout. • Phase 1 – Project Development – Completed • Phase 2 – Preliminary Design – Completed • Phase 3 – Final Design – Completed • Phase 4 – Construction and Installation Services • Phase 5 – Commissioning Services [Not Used] • Phase 6 – Closeout IV. PHASE 4 – CONSTRUCTION AND INSTALLATION SERVICES OC SAN will administer and provide field inspection for the construction contract. Construction engineering support services shall be provided by the CONSULTANT as requested by OC SAN. The CONSULTANT shall provide the key project personnel as described in its proposal for this project. The CONSULTANT shall not reassign the key project personnel without prior approval of OC SAN. OC SAN may request reassignment of any of the CONSULTANT’s or its subconsultant’s personnel, based on poor performance. For all services, the CONSULTANT shall refer to the Engineering Design Guidelines, Chapter 01 for detailed requirements. Quality Assurance/Quality Control (QA/QC): The CONSULTANT shall administer a program of QA/QC procedures for producing quality work and shall effectively manage and control the work. Specific procedures shall include but not be limited to planning, coordination, tracking, checking, reviewing, and scheduling the work. The CONSULTANT shall subject all work products prepared by the CONSULTANT to the CONSULTANT’s in-house QA/QC procedures prior to submittal to OC SAN. QA/QC hours and costs shall be incorporated into other tasks within this SOW. TASK 4.1 – PROJECT MANAGEMENT The CONSULTANT shall be responsible for detailed management of the work, including managing its subconsultants, and shall keep OC SAN apprised of the status of the work. The CONSULTANT shall conduct monthly project management meetings with OC SAN. These meetings shall be attended by OC SAN’s Project Manager and the CONSULTANT’s SCOPE OF WORK PROJECT NO. P1-137 PCSA Page 4 of 13 Project Manager at a mutually agreeable time. The purpose of the meetings shall be to review the CONSULTANT’s Project Manager’s progress report and the status of the SOW, budget, and any issues which may affect completion of the work. Meetings should be arranged so that the progress report can be submitted three days before each meeting. The CONSULTANT shall prepare and submit monthly invoices to OC SAN no later than the second Wednesday of the following month. The invoices shall document the hours and billing rate for each person that works on the project for each task in the work breakdown structure (WBS). Overhead, profit, and any direct costs shall also be shown for each task. As part of the summary section of the invoice, the CONSULTANT shall also include the following information: • Budget • Current billing period invoicing • Previous billing period “total invoiced to date” • Budget amount remaining • Current billing period “total percent invoice to date” • Current billing period “total percent completed to date” The monthly progress report shall be submitted with the invoice as part of the monthly request for payment. The monthly progress report shall include the following: • Work completed in the billing period o Travel and site visit summary • Key project issues (Scope, Schedule, Budget, Others) o List of Reimbursable Design errors • Risk Register Updates • Overall project budget, tabulated on a per task basis • Percent complete, tabulated based on listed Part V. Quantitative Assumptions as agreed with OC SAN Project Manager o Log documenting work completed to date on Requests for Information (RFIs), submittal reviews, Master Document Index (MDI), and change order preparation compared to initial assumptions. • Budget Status broken out by Firm • Budget Status broken out for each of OC SAN’s WBS cost codes (i.e., by work package and phase). (OC SAN will provide a list of cost codes by phase to the CONSULTANT.) • Cost to complete, tabulated on a per task basis (Estimate to Complete [ETC] only needed when requested. Not monthly). The CONSULTANT shall also provide the percent budget spent for each of OC SAN’s WBS cost codes (i.e., by work package and phase). OC SAN will provide a list of cost codes by phase to the CONSULTANT. See Exhibit 4 Example PCSA Monthly Progress Report. 4.1.1 – PMWeb Procedures This Agreement shall utilize PMWeb as the Project Control Management System (PCMS) for overall management of the Agreement. All PCMS related documents requiring formal signatures shall be digital, and all copies digitally distributed. The PCMS conforms to the requirements set forth in California Government Code Section 16.5 regarding digital signatures; therefore, digital signatures are in full force and effect and SCOPE OF WORK PROJECT NO. P1-137 PCSA Page 5 of 13 are legally the same as a hand-written signature. At least one PCMS account shall have the authority to approve Amendments. OC SAN shall maintain the PCMS and serve as the administrator for the duration of this Agreement. OC SAN will provide the CONSULTANT with user access for approved personnel as needed for the duration of the Agreement. OC SAN shall control access to the PCMS by assigning user profiles and login credentials. CONSULTANT shall notify OC SAN of any changes to personnel. Access modifications shall be coordinated as needed throughout the Agreement. Do not share PCMS account passwords with anyone inside or outside of the company. Routine maintenance of the PCMS system may be required during the Agreement. Access to the PCMS system may be restricted or unavailable at these times and will be scheduled outside of typical working hours whenever possible. The PCMS is a web-based environment and is therefore subject to the inherent speed and connectivity problems of the Internet. The CONSULTANT is responsible for its own connectivity to the Internet. PCMS response time is dependent on the CONSULTANT’s equipment, including processor speed, Internet access speed, Internet traffic, etc. OC SAN will not be liable for any delays associated with the utilization of the PCMS including, but not limited to, slow response time, down time periods, connectivity problems, or loss of information. OC SAN will provide a one-time training session of up to two (2) hours to train CONSULTANTs designated staff on general system requirements, procedures, and methods. Automated system notifications generated via PCMS (e.g., in-system notices, system generated email, or email with attachment) shall constitute a formal written notification in compliance with the Professional Construction Service Agreement (PCSA). TASK 4.2 – INITIAL PROJECT MEETINGS 4.2.1 – Construction Hand-Off Workshop The CONSULTANT shall participate in a two-hour construction hand-off workshop. The purpose of the workshop is for the CONSULTANT and the OC SAN design team to transfer project-specific knowledge to the OC SAN construction management and inspection staff who will be managing and monitoring construction. Agenda to be used at the meeting is below: A. General Project Overview 1. Summary of Work and Project Elements 2. Work Sequence 3. Work Restrictions 4. Schedule/Milestones B. Project Risks SCOPE OF WORK PROJECT NO. P1-137 PCSA Page 6 of 13 1. For example: a. Tricky construction b. Areas where extra care needs to be taken c. Submittals that need to be completed early due to lead time 2. Key decision log items (i.e., any key items/decisions discussed during design that cannot change, and cannot entertain proposals from the Contractor to change.) 3. Long lead time equipment submittals (timely processing required to avoid delays) 4. Other project risk items C. Project Team 1. OC SAN Engineering Team 2. CONSULTANT Team - involvement in Submittals and Requests for Information RFIs. 3. Stakeholders- include public, organizations, businesses, agencies, O&M- personnel D. Entitlements 1. City of Fountain Valley Building Permit E. Contractor 1. Subs 2. Past Contractor performance at OC SAN a. Strengths b. Weaknesses 3. Liquidated Damages 4. Status of PMWeb Submittals List and set up The workshop will be led by OC SAN’s Project Manager and Project Engineer and the CONSULTANT’s Project Manager and Project Engineer. 4.2.2 – PMWeb and Submittal Review Procedures Meeting The CONSULTANT shall participate in a two-hour PMWeb procedure meeting and submittal procedure meeting. The purpose of this meeting is to review the roles and logistics for review and acceptance of construction contract documents and Contractor submittals. The CONSULTANT’s Project Manager and Project Engineer shall attend. This meeting will be led by the OC SAN Resident Engineer and will be more specific to this contract than the overall PMWeb training identified in Section 4.1.1. The project will utilize PMWeb for submittal reviews, project communication, tracking, and management. When required by OC SAN, paper documents shall also be provided. 4.2.3 – Preconstruction Conference a. The CONSULTANT shall participate in a one-hour preconstruction conference attended by OC SAN staff, the CONSULTANT, the Contractor, subcontractors, and vendors. This meeting will be scheduled and presided over by OC SAN. In this meeting, OC SAN’s Resident Engineer will describe the CONSULTANT’s role in the SCOPE OF WORK PROJECT NO. P1-137 PCSA Page 7 of 13 project as the Design Engineer and the services the CONSULTANT shall provide during construction. OC SAN will prepare meeting minutes, and the CONSULTANT shall review and comment on the minutes. Only the Project Manager, Project Engineer, and Architect shall attend. b. Conduct Inspector Project Orientation to train OC SAN’s inspectors to perform seismic retrofit inspections. The orientation will review inspection requirements, practices and expectations when inspecting seismic retrofits. Up to two 1-hour sessions are to be conducted to allow OC SAN’s inspectors to attend one of the sessions. 4.2.4 – Pre-Submittal Review Meetings and Workshops The CONSULTANT shall attend pre-submittal review meetings (one-hour virtual meetings unless noted otherwise) specified for the following specification sections: • 02220, Dewatering • Additional pre-submittal meetings (two meetings, one-hour each) The CONSULTANT will prepare the agenda and meeting minutes for the pre-submittal review meetings. The CONSULTANT’s Project Manager, Project Engineer, and applicable technical lead shall attend in person. TASK 4.3 – SUBMITTAL REVIEWS OC SAN will receive all submittals from the Contractor through PMWeb. OC SAN will forward submittals requiring the CONSULTANT’s review to the CONSULTANT via PMWeb. The CONSULTANT shall review the submittals for conformance with the requirements of the Contract Documents and provide review comments to OC SAN through PMWeb within seven (7) workdays after receipt of a submittal. The CONSULTANT shall return comments to OC SAN allowing enough time for OC SAN to incorporate all comments into a combined review comment set that OC SAN will return to the Contractor. The CONSULTANT shall accommodate occasional expedited reviews for time-sensitive submittals. Submittals shall include but not be limited to shop drawings, vendor tests, certifications, and test reports. All submittals will be made available electronically (PDF) through PMWeb. If the CONSULTANT has staff other than the assigned technical lead review submittals, the CONSULTANT's technical lead shall review all submittal comments prior to returning them to OC SAN. For all submittals reviewed by the CONSULTANT, the CONSULTANT shall assume that they are the only reviewer for that submittal review and shall not rely on supplemental OC SAN comments. See Section VIII - Quantitative Assumptions in this SOW for the estimated number of submittals. TASK 4.4 – REQUEST FOR INFORMATION OC SAN will forward to the CONSULTANT certain RFIs generated by the Contractor or OC SAN. The CONSULTANT shall return written responses to OC SAN as soon as possible or within three (3) workdays of receipt of the RFIs, clarifying the requirements of the Contract Documents. The CONSULTANT shall generate necessary sketches, figures, and modifications to the drawings for clarification. When required to avoid SCOPE OF WORK PROJECT NO. P1-137 PCSA Page 8 of 13 schedule delay or additional construction-related costs, the CONSULTANT shall expedite the review of time sensitive RFIs. If any changes to the Contract Documents are required, the CONSULTANT shall prepare these documents and submit them as PDF files to OC SAN. The CONSULTANT shall update all AutoCAD drawings and specifications upon OC SAN acceptance of any changes resulting from RFIs and change orders. See Section VIII- Quantitative Assumptions in this SOW for the estimated number of RFIs. TASK 4.5 – CONTRACT DOCUMENT MODIFICATIONS, DESIGN CHANGES AND CHANGE ORDERS If the Contract Documents require modifications due to changed conditions, OC SAN requested changes, omissions, or design errors; the CONSULTANT shall prepare preliminary change order documents and forward them to OC SAN, as needed. OC SAN shall review the preliminary change order documents and request the CONSULTANT to incorporate any changes. OC SAN will issue the change order documents in a formal Request for Proposal (RFP) or Field Change Order (FCO) to the Contractor. The CONSULTANT shall forward design calculations and other design backup documents as necessary to OC SAN. Any Contract Document that requires changes shall be identified with the date of change and reference (RFI number, RFP number, FCO number, etc.) shown on the document. Changes shown on the drawings shall be clearly marked and “clouded” for accurate identification of the scope of the change to the Contractor and inspection staff. The CONSULTANT shall maintain up-to-date Contract Documents. When a change is required on a Contract Drawing that has previously undergone a change, the updated drawing showing the previous change shall be used as the base document to identify new changes. The CONSULTANT shall submit complete change documentation to OC SAN for use in RFIs, RFPs, and FCOs. This change documentation shall include drawings, schematics, details, schedules, and specifications, as required. The CONSULTANT shall prepare cost estimates for the changes by OC SAN. The CONSULTANT shall provide details, description and justification for the change. The CONSULTANT shall maintain a Master Document Index (MDI) to track all changes issued on the project. The MDI shall be updated monthly and located in PMWeb. See Section VIII- Quantitative Assumptions in this SOW for the estimated number of hours. TASK 4.6 – CONSTRUCTION PROGRESS MEETINGS AND SITE VISITS The CONSULTANT shall attend construction progress meetings, as requested by OC SAN’s Resident Engineer. The CONSULTANT’s Project Manager and Project Engineer shall attend. The scope shall include the time for travel, follow-up, and review of meeting minutes. Construction progress meeting minutes will be prepared by SCOPE OF WORK PROJECT NO. P1-137 PCSA Page 9 of 13 OC SAN. The CONSULTANT shall attend or be available by phone for one-hour weekly construction progress meetings. The CONSULTANT shall make field visits to assist in field problem resolution and design clarification/verification to help resolve construction issues as they arise and as requested by OC SAN. The CONSULTANT shall report the nature of the field site visits, the problem resolved, and identify staff requesting the site visit in the CONSULTANT’s monthly project report. OC SAN will provide project inspection, except as required in other sections of this SOW. See Section VIII- Quantitative Assumptions in this SOW for the estimated number of hours. TASK 4.7 – GEOTECHNICAL SUPPORT SERVICES The CONSULTANT shall provide Geotechnical Engineering services to provide support for review, response, interpretation, and advice on project issues related to geotechnical conditions, geotechnical baseline report, geotechnical logs, and data reports, as well as attend and participate in key meetings identified herein. The CONSULTANT shall provide reviews and responses in support of shop drawing submittals, RFIs, contract document modifications and change order duties led by the CONSULTANT. See Section VIII- Quantitative Assumptions in this SOW for the estimated number of hours. TASK 4.8 – STRUCTURAL ENGINEERING SERVICES The CONSULTANT shall have the structural engineer of record conduct field visits and provide expert opinion in review of observation of the structural work associated with the project. California Building Code requires the structural engineer of record to perform structural observations during construction. See Section VIII- Quantitative Assumptions in this SOW for the estimated number of hours. TASK 4.9 – SHORING SUPPORT The CONSULTANT shall provide shoring support to review submittals, RFIs, RFP, inspection, testing, and conformance to the conformed documents by the shoring designer of record. See Section VIII- Quantitative Assumptions in this SOW for the estimated number of hours. TASK 4.10 – ARCHITECTURAL The CONSULTANT shall provide architectural support to visit the site for items related to the architectural design. Site visits shall be by the architectural designer of record. See Section VIII - Quantitative Assumptions in this SOW for the estimated number of hours. SCOPE OF WORK PROJECT NO. P1-137 PCSA Page 10 of 13 TASK 4.11 – FIRE PROTECTION SERVICES The CONSULTANT shall secure the services of a fire protection specialist for assistance in submittal reviews and construction support services during installation and commissioning of fire protection systems. CONSULTANT shall manage fire protection subconsultant. The CONSULTANT is not required to be on site with the subconsultant during the work. See Section VIII- Quantitative Assumptions in this SOW for the estimated number of hours. V. PHASE 5 – COMMISSIONING SERVICES [NOT USED] VI. PHASE 6 – CLOSEOUT Closeout tasks include completion of punch list work by the Contractor, final inspection, completion of Record Drawings, and electronic data. The CONSULTANT shall submit a final invoice at the completion of the project. TASK 6.1 – FINAL INSPECTION AND PUNCH LISTS The CONSULTANT’s construction coordinator, and discipline leads shall attend the final inspection job walk with the Contractor and OC SAN staff. The CONSULTANT shall make recommendations on the completion of the work including, but not limited to, completion of punch list items, site cleanup, and Stormwater Pollution Control Plan. The CONSULTANT shall assist OC SAN in developing punch lists of items required to be completed prior to final acceptance of the project by OC SAN. See Section VIII- Quantitative Assumptions in this SOW for the estimated number of hours. TASK 6.2 – RECORD DRAWINGS Draft Record Drawings shall be submitted to OC SAN within 60 workdays of receipt from OC SAN of the approved Contractor’s As-Built Drawings. The final Record Drawings shall be submitted within 21 days of receipt of OC SAN’s comments on the Draft Record Drawings. When requested by OC SAN, the CONSULTANT shall attend preliminary as-built meetings with OC SAN and the Contractor to inspect the Contractor’s draft as-built drawings to verify that the Contractor has included all relevant information from approved change orders and RFIs. As part of the review process, the CONSULTANT shall verify that the Contractor’s draft as-built drawings correctly reflect the information included in the approved shop drawings, RFIs, approved FCOs, plan clarifications, plan changes, and other deviations from the conformed Contract Documents, and that the information in the as-built drawings is complete. Based on the findings, the CONSULTANT shall prepare a written report on the completeness of the field markup set. The CONSULTANT shall allow for four (4) meetings/visits to review the Contractor’s in progress as-built drawings. It is anticipated these meetings will occur when construction is 25%, 50%, 75% and 100% complete. SCOPE OF WORK PROJECT NO. P1-137 PCSA Page 11 of 13 The CONSULTANT shall independently keep a CAD ready set of draft as-built drawings throughout the project. After each meeting with the Contractor, the CONSULTANT shall transpose the Contractor’s information to the CONSULTANT’s draft CAD ready as-built drawings. The CONSULTANT shall be responsible for marking-up any differences between the Contractor’s draft as-built drawings and the CONSULTANT’s set. After final completion of the project, OC SAN will transmit to the CONSULTANT the Contractor’s final as-built drawings. At that time, the CONSULTANT shall meet with OC SAN’s inspectors and Resident Engineer to review the Contractor’s final as-built drawings for completeness. The CONSULTANT shall prepare Draft Record Drawings based on the final as-built drawings for all drawings in accordance with the requirements in the CAD Manual. Traffic control plans and temporary bracing of shoring will not be updated. The CONSULTANT shall submit the Draft Record Drawings to the OC SAN Resident Engineer. The Draft Record Drawings will be reviewed for content and CAD compliance by OC SAN staff. A comment log will be returned to the CONSULTANT and, if any comments are generated, the CONSULTANT shall revise the Record Drawings and resubmit to the OC SAN Resident Engineer for review of the changes and acceptance of the Record Drawings. When no additional comments are identified, the CONSULTANT shall prepare the Final Record Drawings and submit them in accordance with the OC SAN CAD Manual Chapter 12. All hard copies of the Contractor’s final as-built drawings shall be returned to OC SAN at this same time. All Record Drawings shall contain a stamp indicating: The stamp shall be placed in the title block and may be included by x-ref. In addition, a note shall be placed over the engineer’s seal stating that “This drawing was originally approved for construction by [name of engineer] on [date] and sealed by [name of engineer] a licensed professional engineer in the State of California No. [License number].” The CONSULTANT shall submit an electronic copy of the Record Drawings to OC SAN for review and acceptance. The acceptance of the Record Drawings shall be deemed a condition precedent for completion of the services provided in Phase 6 - Closeout. The Contractor-generated as-built drawings and the shop drawings will not be updated by the CONSULTANT. The format and quantities for delivery of the submittals shall be as listed below: Contents Draft Record Drawings Final Record Drawings Hard Copy Sets None None All related electronic files, including CAD and compiled PDFs Transmit Electronic Files to OC SAN Transmit Electronic Files to OC SAN “Record Drawings These record drawings have been prepared based on information provided by others. The Engineer has not verified the accuracy of this information and shall not be responsible for any errors or omissions which may be herein as a result.” SCOPE OF WORK PROJECT NO. P1-137 PCSA Page 12 of 13 6.2.1 – Additional Record Documentation – Not Used TASK 6.3 – PROJECT MANAGEMENT The CONSULTANT shall also include project management support man-hours related to closeout activities per requirements stated in Phase 4, Project Management Task. VII. STAFF ASSISTANCE The OC SAN staff member or designee assigned to work with the CONSULTANT on the construction phase of this project is Carmen Quan at (714) 593-7415, email to: cquan@ocsan.gov. VIII. QUANTITATIVE ASSUMPTIONS The assumptions listed in the following table below shall be the basis for the assumed level of effort. SCOPE OF WORK PROJECT NO. P1-137 PCSA Page 13 of 13 Task Description Assumption 4.1 Project Management 30 months duration from the effective date of the NTP for this SOW 4.1.1 PMWeb Procedures Meeting Prep and attend 2-hour meeting by PM, PE 4.2.1 Construction Hand-off Meeting PM + PE/SE: Prep and attend 2-hour meeting 4.2.2 PMWeb Submittal Procedures Meeting Attend 2-hour meeting 4.2.3 Preconstruction Conference PM + PE + Architect: Attend 1-hour meeting PM + PE – Prep & run Inspection Orientation up to two 1-hour meetings 4.2.4 Pre-Submittal Review Meetings PM + PE + Discipline Lead – Attend three 1-hour meetings 4.3 Submittals 480 – Original submittals items1 200 – Resubmittal items 40 – 3rd and later resubmittal items 4.4 Requests for Information 400 RFIs 4.5 Contract Document Modifications, Design Changes, and Change Orders 240 hours 4.6 Construction Progress Meetings Site Visits During Construction 100 Progress Meetings @ 1 hour each (virtual) 16 Site Visits @ 2 hours each (plus travel) 4.7 Geotechnical Support Services 40 hours 4.8 Structural Engineering Services 35 Site Visits @ 3 hours each (plus travel) 4.9 Shoring Support 20 hours 4.10 Architectural Support Services 6 Site Visits @ 2 hours each (plus travel) 4.11 Fire Protection Services 20 hours 6.1 Final Inspection & Punch Lists 60 hours 6.2 Site Visit to review Contractor’s as-built marked set 4 Site Visits @ 2 hours each 6.3 Project Management during Closeout 40 hours 1Note that each submittal set includes multiple submittal items which may be individually submitted by the Contractor. The counts listed in this table are considering the individual submittal items. The level of effort should assume these all are received individually. CQ:gp:op 4/28/2026 1 Support Buildings Seismic Improvements at Plant No. 1, Project No. P1-137 Presented by: Martin Dix Engineering Manager Professional Construction Services Agreement Operations Committee May 6, 2026 2 •Submittal Reviews •Request for Information (RFIs) •Field Changes •Construction Meetings •Site Visits •Record Drawings Construction Support Services 1 2 4/28/2026 2 3 Recommend to the Board of Directors to: A. Approve a Professional Construction Services Agreement with Simpson Gumpertz & Heger, Inc., to provide construction support services for Support Buildings Seismic Improvements at Plant No. 1, Project No. P1-137, for a total amount not to exceed $1,878,000; and B. Approve a contingency of $187,800 (10%). Recommendation 3 OPERATIONS COMMITTEE Agenda Report Headquarters 18480 Bandilier Circle Fountain Valley, CA 92708 (714) 593-7433 File #:2026-4836 Agenda Date:5/6/2026 Agenda Item No:6. FROM:Robert Thompson, General Manager Originator: Mike Dorman, Director of Engineering SUBJECT: FY 2026-27 AND 2027-28 CAPITAL IMPROVEMENT PROGRAM BUDGET EXPENDITURES GENERAL MANAGER'S RECOMMENDATION RECOMMENDATION: Information Item. BACKGROUND Staff provided presentations to the Operations and Administration Committees focusing on various areas of the FY 2026-27 and FY 2027-28 budget development process,that initiated at the January 28,2026,Board of Directors meeting.Staff will make a brief presentation on the proposed expenditure details of the Capital Improvement Program (CIP)Budget at the Operations and Administration Committee meetings. The Operating and Capital Budgets,effective July 1 of this year,will be presented for adoption at the June 24, 2026, Board of Directors meeting. RELEVANT STANDARDS ·Produce appropriate financial reporting -annual financial report &audit letter and Ops &CIP budgets every two years, with annual update ATTACHMENT The following attachment(s)may be viewed on-line at the OC San website (www.ocsan.gov)with the complete agenda package: ·Presentation JF:op Orange County Sanitation District Printed on 4/28/2026Page 1 of 1 powered by Legistar™ 4/28/2026 1 FY 2026-27 and FY 2027-28 Capital Improvement Program Budget Expenditures Presented by: Justin Fenton Engineering Manager Operations Committee May 6, 2026 All Budget Expenses (millions) 2 Operating $246.4 42% Capital $254.344% Debt$60.4 10% Other $20.2 4% FY 2025-26 Total Expenses - $581.3 Operating $260.4 40% Capital $318.0 49% Debt $60.4 9% Other $10.2 2% FY 2025-26 (Amended) Total Expenses - $649.0 1 2 4/28/2026 2 The CIP includes all costs to plan, design, and construct capital facilities based on 4 key drivers: •Additional Capacity •Regulations •Strategic Initiative •Rehabilitation & Replacement Projects are planned based on our Asset Management Program & validated annually Capital Improvement Program (CIP) 3 Detail Sheet for every project over $7.5M •Category •Status •Description •Justification •Budget Projections Tables utilized for remaining small projects Project Details 4 3 4 4/28/2026 3 •FY 25-26 increase was addressed via April budget amendment •Currently ~150 active projects valued at over $4B Capital Expenses – 2 Years 5 254 318 261 291 332 314 $0 $50 $100 $150 $200 $250 $300 $350 Budget FY 25-26 Amended FY 25-26 Adopted FY26-27 Proposed FY 26-27 Adopted FY27-28 Proposed FY 27-28 Mi l l i o n s FY 26-27 & FY 27-28 Spending Detail 6 Collections 35% Liquid Treatment 27%Other 1% Solids 7% Support Facilities 14% Utility Systems 16% FY 27-28 $314M Collections 41% Liquid Treatment 29% Other 2% Solids 6% Support Facilities 11% Utility Systems 11% FY 26-27 $291M 5 6 4/28/2026 4 CIP is represented in three lines of the Cash Flow Projection •Line 12 -Authorized Active and Future Projects •Line 13 – CIP Savings & Deferrals •Line 14 - Allocation for Planned Projects Proposed CIP – Lines 12, 13, & 14 7 $(200) $(100) $- $100 $200 $300 $400 $500 $600 26-27 27-28 28-29 29-30 30-31 31-32 32-33 33-34 34-35 35-36 Mi l l i o n s Authorized (Line 12)Savings and Deferrals (Line 13)Planned (Line 14) $- $100 $200 $300 $400 $500 $600 Mi l l i o n s Proposed Adopted 3.5% Esc Ref Line •Net CIP: Total of Lines 12, 13, & 14 •Proposed CIP results in steadier workload •Long-range projects were updated to reflect current costs •Future Small Projects Program spending added ($40M/year) 20-Year Net CIP: $8.3B 8 7 8 4/28/2026 5 • As program projects closed, new projects could start • Long-term spending forecast was limited • Change to $40M annual budgets: M-FE-FY26, M-FE-FY27, … *New M-FE-FYXX added for all 20 fiscal years M-FE: Small Construction Projects Program [$125M] • Shifted to Operating Budget (Division 740) M-STUDIES: Planning Studies Program [$25M] • Shifted to Operating Budget (Division 740) M-RESEARCH: Research Program [$10M] Program Budgets 9 Proposed Budget (M) Budget Change (M)Project NameProject # $96($374)Blower Building 1 Standby Power Improvements at P1P1-140 $323$137Primary Sedimentation Basins No. 3-5 Replacement at P1P1-126 $122$122Southern California Edison Substation Replacement at P2P2-145 $690$102Digester Replacement at P2P2-128 $69$69Service Center & CenGen Electrical Replacement at P1P1-144 $ -($55)Power Dist Syst and Power Building C Replacement at P1 & P2J-142 $53$53Power Building C Replacement at P2P2-144 $264($42)B Side Primary Sedimentation Basins Rehabilitation at P2P2-133 $230$40Digester Gas Facilities ImprovementsJ-124 $79$28Digesters Rehabilitation at P2P2-137 $40$24Industrial Control System and IT Data Center Relocation at P1P1-138 $102$23Deep Well Biosolids Management FacilityJ-143 $ -($20)Oxygen Gas Generation Facility at P2P2-142 $ -($17)Central Generation Facilities and OOBS Seismic UpgradesJ-138 $127$17Ocean Outfalls RehabilitationJ-137 Top 15 Project Changes 10 9 10 4/28/2026 6 Primary Effluent Pump Station Blower Building Power Building 2 11 P1-140: Blower Building 1 Standby Power Improvements at P1 •Blower Building modifications •Standby power requirements •HVAC & roof replacement •Seismic retro-fit •Primary Effluent Pump Station demolition work •Major Aeration Basin & Secondary Clarifier elements deferred •Results in $374M decrease to this project Existing Generator 12 P1-126: Primary Sedimentation Basins No. 3-5 Replacement at P1 •Replace 3 Circular Primary Clarifiers •Replace Primary Odor Control •Gravity flow from Headworks to AS-1 •$137M increase due to: •Revised & expanded project elements •Longer construction schedule / added work restrictions •Updated cost estimate 11 12 4/28/2026 7 •6 new Digesters •Seismic resilience •Digester Complex Master Plan •$107M increase due to: •Schedule change & cost escalation •Updated cost estimate P2-128: Digester Replacement at P2 13 Power Bldg Digesters Feed Facility Summary 14 Proposed FY 27-28 Proposed FY 26-27 Estimated FY 25-26 Revised Budget FY 25-26 $349.1$311.4$306.0$306.0Capital Improvement Program (CIP) (35.5)(20.0)--CIP Savings and Deferrals ----Future Rehabilitation $313.6$291.4$306.0$306.0Net Capital Expenses $22.2$(14.6)$0Change from Adopted Budget 7.6%(4.8)%0.0% Capital Expenses (Millions) 13 14 4/28/2026 8 15 $0 $50 $100 $150 $200 $250 $300 $350 CIP Reserves Net CIP $291 50% of 10-Year CIP $232 Replacement and Refurbishment$75 Mil l i o n s FY 26-27 CIP Reserves Key Meeting Dates 16 January February March April May June Revenues and Reserves Operations Administration Expenditures Operations Administration CIP Operations Administration Proposed 2-Year Budget Operations Administration Board Insurance Administration Budget Assumptions and Calendar Board 15 16 4/28/2026 9 Information Item. Recommendation 17 17 OPERATIONS COMMITTEE Agenda Report Headquarters 18480 Bandilier Circle Fountain Valley, CA 92708 (714) 593-7433 File #:2026-4671 Agenda Date:5/6/2026 Agenda Item No:7. FROM:Robert Thompson, General Manager Originator: Mike Dorman, Director of Engineering SUBJECT: ENGINEERING CONTRACTS GENERAL MANAGER'S RECOMMENDATION RECOMMENDATION: Information Item. BACKGROUND Each month, staff provides an informational presentation on topics of interest to the Board of Directors. This month’s topic: Orange County Sanitation District Engineering Contracts. RELEVANT STANDARDS ·Ensure the public’s money is wisely spent ·Sound engineering and accounting practices, complying with local, state, and federal laws 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 4/28/2026Page 1 of 1 powered by Legistar™ 4/28/2026 1 Engineering Contracts Presented by: Mike Dorman Director of Engineering Operations Committee May 6, 2026 1. Operationally funded Planning Studies 2. Capital Improvement Program (CIP) Projects 3. Small Projects (operationally or capital funded) Project Creation 2 Valve Replacement Erosion Control Cable Replacement Small Projects 1 2 4/28/2026 2 Master Service Agreements (2) ABB Control System and PDB Owner Advisor Programming Professional Services (2) Supplemental Engineering Services (2) Progressive Design-Build (Best Value) Master Agreements (2) Planning Studies and Design/Construction Contract and Agreement Types 3 Engineering Services Planning and Design/Construction (Qualifications) On-Call Services (6) CEQA, Condition Assessment (2), Material Testing, Survey, Corrosion Construction (Public Low Bid) Engineering Department •CEQA •Coating and Corrosion ManagementAssessment Staffing Support Services •Condition Assessment On-CallContractor Support Services On-Call Planning Contracts (5 years) 4 3/1/2027 3 4 4/28/2026 3 •Coating Inspection •Geotechnical Testing •Surveying On-Call Construction Contracts (5 years) 5 Consultant Fee up to $500,000 per task order ($1M maximum per year) •Planning Studies (6 firms) •Design/Construction Services (Small Projects) (18 firms across 4 categories) Master Agreements (5 years) 6 Task Order Consultant Selection Bid ConstructionDesign Small Projects GM Approval Task Order Consultant Selection Planning Study Small Planning Studies GM Approval Design/Construction Services 5 6 4/28/2026 4 Individual Service Agreements (>$500,000) •Planning Studies •Professional Design Services -> Professional Construction Services (CIP Projects) Engineering Service Agreements 7 Request for Proposal Consultant Selection Bid ConstructionDesign Committee/Board Approval • Professional Design Service Agreement (PDSA) Committee/Board Approval • Professional Construction Service Agreement (PCSA) Request for Proposal Consultant Selection Planning Study Planning Studies Committee/Board Approval • Professional Service Agreement (PSA) CIP Projects Design Services Construction Services Individual Construction Contracts •Small Projects •Facilities Engineering (FE) (capital funded projects) •Facilities Replacement (FR) (operationally funded repair projects) •CIP Projects (Collections, Plants, and Joint) Construction Contracts 8 Bid Construction Committee Approval (>$150,000–$250,000) Board Approval (>$250,000) GM Approval (<=$150,000) 7 8 4/28/2026 5 Individual Progressive Design-Build (PDB) Contracts •>$5M •No more than 10 projects Progressive Design-Build 9 PDB Request for Proposal Design Builder Selection Phase 1 Preconstruction Committee/Board Approval • PDB Contract • Contract Upper Limit Progressive Design-Build Guaranteed Maximum Price Phase 2 Final Design/Early Start Construction GM Amendment Guaranteed Maximum Price Early Equipment Procurement GM Amendment Guaranteed Maximum Price Construction GM Amendment •ABB (15 years initial + 10 years of renewals) •Hardware and software •Licensing •Labor services •PDB Owner Advisor Master Service Agreements 10 J-120A Control Room Reconfiguration 9 10 4/28/2026 6 $59.4M total (5 years) •Jacobs Project Management Co. •AECOM Technical Services, Inc. Supplemental Engineering Services 11 $4.9M each (5 years) •Enterprise Automation •Rockwell Automation, Inc. Programming Professional Services 12 11 12 4/28/2026 7 Information Item. Recommendation 13 13 ORANGE COUNTY SANITATION DISTRICT COMMON ACRONYMS ACWA Association of California Water Agencies LOS Level Of Service RFP Request For Proposal APWA American Public Works Association MGD Million Gallons Per Day RWQCB Regional Water Quality Control Board AQMD Air Quality Management District MOU Memorandum of Understanding SARFPA Santa Ana River Flood Protection Agency ASCE American Society of Civil Engineers NACWA National Association of Clean Water Agencies SARI Santa Ana River Interceptor BOD Biochemical Oxygen Demand NEPA National Environmental Policy Act SARWQCB Santa Ana Regional Water Quality Control Board CARB California Air Resources Board NGOs Non-Governmental Organizations SAWPA Santa Ana Watershed Project Authority CASA California Association of Sanitation Agencies NPDES National Pollutant Discharge Elimination System SCADA Supervisory Control And Data Acquisition CCTV Closed Circuit Television NWRI National Water Research Institute SCAP Southern California Alliance of Publicly Owned CEQA California Environmental Quality Act O & M Operations & Maintenance SCAQMD South Coast Air Quality Management District CIP Capital Improvement Program OCCOG Orange County Council of Governments SOCWA South Orange County Wastewater Authority CRWQCB California Regional Water Quality Control Board OCHCA Orange County Health Care Agency SRF Clean Water State Revolving Fund CWA Clean Water Act OCSD Orange County Sanitation District SSMP Sewer System Management Plan CWEA California Water Environment Association OCWD Orange County Water District SSO Sanitary Sewer Overflow EIR Environmental Impact Report OOBS Ocean Outfall Booster Station SWRCB State Water Resources Control Board EMT Executive Management Team OSHA Occupational Safety and Health Administration TDS Total Dissolved Solids EPA US Environmental Protection Agency PCSA Professional Consultant/Construction TMDL Total Maximum Daily Load FOG Fats, Oils, and Grease PDSA Professional Design Services Agreement TSS Total Suspended Solids gpd gallons per day PFAS Per- and Polyfluoroalkyl Substances WDR Waste Discharge Requirements GWRS Groundwater Replenishment System PFOA Perfluorooctanoic Acid WEF Water Environment Federation ICS Incident Command System PFOS Perfluorooctanesulfonic Acid WERF Water Environment & Reuse Foundation IERP Integrated Emergency Response Plan POTW Publicly Owned Treatment Works WIFIA Water Infrastructure Finance and Innovation Act JPA Joint Powers Authority ppm parts per million WIIN Water Infrastructure Improvements for the LAFCO Local Agency Formation Commission PSA Professional Services Agreement WRDA Water Resources Development Act 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.