staff report - Carpinteria Sanitary District

AGENDA
FOR THE REGULAR MEETING OF THE
7Assessment
SANITARY DISTRICT
CARPINTERIACARPINTERIA
SANITARY DISTRICT
GOVERNING BOARD
TO BE HELD May 5, 2015
The regular meeting of the Governing Board will be held commencing at 5:30 p.m.
The location of the meeting is at 5300 Sixth Street, Carpinteria, California.
I.
CALL TO ORDER
II.
PLEDGE OF ALLEGIANCE
III.
BOARD APPROVAL OF AGENDA
AS [SUBMITTED] [MODIFIED]
Board President asks the Board, public, staff, and legal counsel if there are any additions
and/or modifications to the Agenda.
IV.
APPROVAL OF MINUTES
April 7, 2015
AS [SUBMITTED] [MODIFIED]
V.
PUBLIC FORUM
The public may address the Governing Board on items of interest to the public which are
not already on this evening's agenda and are within the subject matter jurisdiction of the
Board. The time allotted for this discussion shall be pursuant to Board Bylaws.
VI.
MATTERS BEFORE THE BOARD
A.
GENERAL REPORTS:
1. General Manager’s Status Report
(Page 1)
Description: General Manager to review his written report regarding the following
issues:
•
•
•
•
2.
ASHT Replacement Project Update
CWEA Award and Annual Conference Report
Recycled Water Facilities Planning Study Update
Operations Update
(Pages 2-11)
District Action to Abandon and Construct Sewer Facilities
Pursuant to Health & Safety Code Section 6523.3 – 1300 Block Linden Ave.
Description: The Board to review and consider approving an agreement for
abandonment of existing sewer and construction of new sewer facilities.
Staff Recommendation: That the Board approve agreement as presented.
3.
Cash Contract No. 423 – Olin Corporation
Sodium Hypochlorite Supply
(Pages 12-19)
Description: The Board to review and consider approving Cash Contract No. 423.
Staff Recommendation: That the Board approve Cash Contract No. 423.
4.
Cash Contract No. 424 – Univar USA, Inc.
Sodium Bisulfite Supply
(Pages 20-27)
Description: The Board to review and consider approving Cash Contract No. 424.
Staff Recommendation: That the Board approve Cash Contract No. 424.
5.
Amendment No. 1 – Cash Contract No. 415 – Stantec (P&S)
CalTrans Utility Agreement No. 05-UT-0897.223
US 101 Widening and Bridge Replacement Project
(Pages 28-36)
Description: The Board to review and consider approving Amendment No. 1 to
Cash Contract No. 415.
Staff Recommendation: That the Board approve Amendment No.1 to Cash
Contract No. 415.
6.
Board Workshop Planning
(Page 37)
Description: The Board to discuss and provide direction to staff regarding a
strategic planning workshop.
Staff Recommendation: That the Board provide direction to staff.
VII.
BOARD ITEMS
A.
COMMITTEE REPORTS
Description: Verbal reports by the committee chairperson(s) of the following
committees:
• Standing Finance Committee
• Standing Personnel Committee
• Standing Public Relations Committee
• Standing Utilities Committee
• AD-Hoc Facilities Planning Committee
B.
GENERAL ITEMS
1. CASA Legislative Committee Report (Jeff Moorhouse)
• Discussion of pending legislation affecting CASA member agencies.
2. LAFCO Report (Jeff Moorhouse)
3. SBCSDA (Santa Barbara – California Special Districts Association) Report
4. CSRMA Report (Jeff Moorhouse)
5. Board Member Vacation Dates
6. Future Agenda Items
VIII.
CLOSED SESSION
CONFERENCE WITH LEGAL COUNSEL — ANTICIPATED LITIGATION:
Significant exposure to litigation pursuant to Government Code Section
54956.9(d)(2): one case. December 10, 2013 Notice of Violation from Central Coast
Regional Water Quality Control Board
CONFERENCE WITH LEGAL COUNSEL — EXISTING LITIGATION: Pursuant to
Government Code Section 54956.9(d)(1): Name of Case: The People of the State of
California v. SCP Woodland, LLC, Carpinteria Sanitary District, et al. Santa Barbara
Superior Court Case No. 1440021.
IX.
RECONVENE OPEN SESSION
X.
CLOSED SESSION REPORT
XI.
ADJOURNMENT
FURTHER INFORMATION AVAILABLE
A staff report providing more detailed information is available for most agenda items and may be reviewed in the District
office during regular hours (Monday - Friday from 8:00 a.m. to 12:00 p.m. and/or 1:00 p.m. to 5:00 p.m.). Copies of
individual reports may be requested at this office. Call (805) 684-7214 extension 10 for more information.
In compliance with the Ralph M. Brown Act and the Americans with Disabilities Act, if you need a disability-related
modification, accommodation, or other special assistance to participate in this meeting, please contact the District’s
Board Secretary at (805) 684-7214, extension 10, at least 48 hours prior to the start of the meeting.
Next Ordinance Available........#14
Next Resolution Available.....R-280
Posting Date.......05/01/15
MINUTES OF THE REGULAR MEETING OF THE
CARPINTERIA SANITARY DISTRICT GOVERNING BOARD
April 7, 2015
These are the minutes of the regular meeting of the Governing Board of the Carpinteria Sanitary
District in the City of Carpinteria, County of Santa Barbara, and State of California.
The Governing Board of the Carpinteria Sanitary District held a regular meeting on April 7, 2015, at
5:30 p.m. at its District administrative office located at 5300 Sixth Street, Carpinteria, California. The
agenda notice for this meeting was posted in the front window of the administrative office of the
Carpinteria Sanitary District and on the District’s website at least 72 hours in advance of the
meeting.
I.
CALL TO ORDER
President Damron called the meeting to order at 5:30 p.m. and noted for the record that Director
Velasco would be absent from tonight’s meeting.
Directors Present:
Mike Damron – President
Lin Graf – Treasurer
Jeff Moorhouse – Secretary
Mike Modugno – Secretary Pro-Tem
Staff Present:
Craig Murray – General Manager
Hamid Hosseini – Finance Director
Kim Garcia – Board Clerk
Legal Counsel
Present:
Anthony Trembley – Musick, Peeler & Garrett, LLP
Public Present:
None
II.
PLEDGE OF ALLEGIANCE
President Damron led those present in the Pledge of Allegiance.
III.
BOARD APPROVAL OF AGENDA
President Damron asked if there were any modifications and/or changes to the agenda. Hearing
none, the agenda was approved as submitted.
IV.
BOARD APPROVAL OF MINUTES OF THE MEETING OF March 16, 2015
Board Clerk noted one correction to the minutes of March 16, 2015, Page 3, Item VII, first sentence,
was modified to read: Legal counsel, Bill Carter, Musick, Peeler & Garrett, participated by telephone
and the Board went into closed session at 4:56 p.m. on the following agendized item:
Director Graf made a motion, seconded by Director Moorhouse that the Board approve the Minutes
of the March 16, 2015 Regular Board meeting as modified. The motion carried by the following
vote:
AYES:
4
Modugno, Damron, Moorhouse, Graf
NOES:
0
None
ABSENT: 1
Velasco
ABSTAIN: 0
None
V.
PUBLIC FORUM
None
Carpinteria Sanitary District
Regular Meeting Minutes – April 7, 2015
Page 2
VI.
MATTERS BEFORE THE BOARD
General Manager’s Status Report
1.
General Manager reviewed his written report regarding the following:
•
•
•
•
ASHT Replacement Project Update
Chemical Supply Bid Process
Water Security Symposium
Operations Update
Cash Contract No. 422 – Bartlett, Pringle & Wolf, LLP - Independent Auditing Services
2.
for FY 2014/15- 2016/17
General Manager reviewed his staff report related to Cash Contract No. 422 between the District
and Bartlett, Pringle & Wolf, LLP for independent auditing services for fiscal years 2014/15, 2015/16
and 2016/17. Staff prepared an RFP and solicited responses from seven qualified firms. Four
proposals were received and reviewed by the Board Finance Committee. Bartlett, Pringle & Wolf,
Inc. was selected. If approved, Cash Contract No. 422 would engage Bartlett, Pringle & Wolf, Inc. to
provide independent auditing services for three-year period, commencing with FY 2014/15, with a
not to exceed contract amount of $26,000.
Director Moorhouse made a motion, seconded by Director Graf to approve Cash Contract No. 422
between the District and Bartlett, Pringle & Wolf, Inc. dated April 7, 2015. The motion carried by the
following vote:
AYES:
NOES:
ABSENT:
ABSTAIN:
4
0
1
0
Graf, Moorhouse, Damron, Modugno
None
Velasco
None
Resolution No. R-279 – Recognizing Teaman, Ramirez & Smith, Inc. for a Decade of
3.
Outstanding and Dedicated Service to the Carpinteria Sanitary District
General Manager reviewed his staff report related to adoption of Resolution No. R-279 which would
recognize Teaman, Ramirez & Smith, Inc. for their exemplary service to the District over the past
nine consecutive fiscal years.
Director Graf made a motion, seconded by Director Modugno that the Board adopt Resolution No.
R-279. The motion carried by the following roll call vote:
AYES:
NOES:
ABSENT:
ABSTAIN:
4
0
1
0
Graf, Moorhouse, Damron, Modugno
None
Velasco
None
Board Workshop Planning
4.
General Manager reviewed his staff report regarding a strategic Board planning workshop.
After Board discussion, there was general consensus that a Board workshop would be beneficial.
Direction was provided to staff to bring this item back to the Board with tentative dates and
discussion topics.
Carpinteria Sanitary District
Regular Meeting Minutes – April 7, 2015
Page 3
VII.
A.
BOARD ITEMS
COMMITTEE REPORTS
Standing Finance Committee
None.
Standing Personnel Committee
None.
Standing Public Relations Committee
None
Standing Utilities Committee
None.
Ad-Hoc Facilities Planning Committee
None
A.
GENERAL ITEMS
CASA Legislative Committee Report
Director Moorhouse reported on several legislative bills.
LAFCO Report (Jeff Moorhouse)
None.
SBCSDA (Santa Barbara California Special Districts Association) Report
None.
CSRMA Report (Jeff Moorhouse)
None.
Board Member Vacation Dates
Director Modugno not available for June 2nd or June 16th meetings.
President Damron not available for July 21st meeting.
Future Agenda Items
Board workshop.
VIII.
CLOSED SESSION
Legal counsel led the Board into closed session at 6:05 p.m. on the following agendized item:
CONFERENCE WITH LEGAL COUNSEL — ANTICIPATED LITIGATION: Significant exposure
to litigation pursuant to Government Code Section 54956.9(d)(2): one case. December 10, 2013
Notice of Violation from Central Coast Regional Water Quality Control Board
IX.
RECONVENE OPEN SESSION
A.
CLOSED SESSION REPORT
President Damron reconvened the open session at 6:22 p.m. and stated that there was no action
taken on the closed session item and nothing to report.
Carpinteria Sanitary District
Regular Meeting Minutes – April 7, 2015
Page 4
X.
ADJOURNMENT
There being no further items to discuss, President Damron adjourned the meeting at 6:23 p.m.
Michael Damron
President
Gerald Velasco
President Pro-Tem
Jeff Moorhouse
Secretary
Mike Modugno
Secretary Pro-Tem
Lin Graf
Treasurer
Carpinteria Sanitary District
Board of Directors Meeting
General Manager’s Status Report
TO:
Board of Directors
FROM:
Craig Murray, P.E. – General Manager
SUBJECT:
General Manager’s Status Report
DATE:
May 5, 2015
ASHT Replacement Project Update. Cushman completed hydro testing of the tank structure
with a good outcome. Finish work on the tank exterior is underway with handrails and other
appurtenances being installed concurrently. Retaining walls for the new concrete ramp were
poured last week. Piping installation within the gallery is also underway. The latest schedule
update shows a completion date in late August.
CWEA Award and Annual Conference Report. I attended the 2105 CWEA Annual
Conference in San Diego (April 30 – May 1) with Mark Bennett, Matt Oliver and Tim Gallup. At
the Awards Luncheon on Friday, the District received the CWEA 2014 Collection System of the
Year Award for agencies with less than 250 miles of sewer. This is a very prestigious award
and District staff were recognized throughout the conference for this accomplishment. There
were many very informative and timely presentations within the “Crafting Water” theme. I
attended several sessions on advanced water treatment and indirect/direct potable reuse.
Recycled Water Facilities Planning Study Update. RMC Water is working in earnest on this
project. I participated in a forum on April 15th at the CVWD offices that brought interested
agricultural users to the table for a discussion about recycled water use and potential demand
within the valley. Water quality requirements for specific crops were discussed. Of note, a
representative from Driscolls commented on the expansive use of recycled water on their open
field strawberry operations in Oxnard. This type of customer demand meetings will continue
through the first phase of the study.
Operations Update: WWTP and Collection System operations updates are as follows:
•
The treatment plant is operating in full compliance with our NPDES discharge permit.
•
Operations staff remains focused on coordination activities related to the ASHT
Replacement Project and maintenance of plant operations during construction.
•
No SSOs or other collection system issues were reported during the period. The system
is functioning well.
•
Collection system staff responded to remove accumulated water from the newly
constructed sewer system extension for the Casa de Las Flores development (Peoples
Self Help Housing). District permitting staff directed the project manager and contractor
to cease any discharge of water to the system prior to its completion and acceptance by
the District.
•
Two problematic lower laterals were rehabilitated using pipebursting to address recurring
root intrusion. A local contractor performed this work with oversight by the District.
1
Carpinteria Sanitary District
Board of Directors Meeting
STAFF REPORT
TO:
Board of Directors
FROM:
Craig Murray, P.E. - General Manager
SUBJECT:
District Action to Abandon and Construct Sewer Facilities Pursuant to Health
& Safety Code Section 6523.3 – 1300 Block Linden Avenue
DATE:
May 5, 2015
REQUESTED ACTION: That the Board take the following necessary actions to address public
health and safety concerns related a failed shared sewer pipeline: 1) Approve an Agreement for
Abandonment of Existing Sewer Facilities and Construction of New Sewer Facilities to District
Collection System (Master Agreement) between the District and five property owners within the
1300 Block of Linden Avenue; and 2) Authorize the General Manager to execute construction
contracts and proceed with the requisite improvements, contingent upon execution of the Master
Agreement by each of the five affected property owners.
FUNDING SOURCE: Account 5690-1 / Reimbursement
BACKGROUND: Five residential properties in the 1300 block of Linden Avenue are connected to
the public sewer via a shared sewer that exists along their rear property boundary. This orangeburg
pipe has failed and caused backup of raw sewage into an existing dwelling unit located at 1335
Linden Avenue. The failure has also affected the property to the north (1337 Linden Avenue). No
clear record or documentation can be located regarding the history or ownership of this shared
sewer, although the District has maintained that it is a private facility that does not conform to District
construction standards in place at any point in history.
Based on direction from the Board provided at its November 4, 2014 regular meeting, District staff
installed a cleanout on this shared sewer near the point of connection to the main sewer. The line
was cleaned to the extent possible and inspected with a push camera. The line is badly deformed
and deteriorated along its entire length. There are several locations where the pipe has broken and
soil is exposed. We were unable to clearly see the defect believed to be the cause of the backup,
but future problems and sewer backups are imminent based on the condition of this shared sewer.
In my professional engineering opinion, based on the occurrence of this pipeline failure, there exists
an immediate threat to public health and the near term expenditure of District funds is necessary to
safeguard health and property. The most logical and appropriate remedial response would be to
connect these five residential dwellings to an existing 10-inch sewer main that exists in the public
road fronting the parcels. This would be accomplished via construction of new lower laterals within
the public right of way, with District-standard property line cleanouts, and realignment of the private
upper laterals to connect to the new service laterals.
2
Extensive work has been done by District staff and legal counsel to craft a solution to this problem
that is expedient, acceptable to the affected property owners and conforming with governing
statutes. Attached hereto is an Agreement for Abandonment of Existing Sewer Facilities and
Construction of New Sewer Facilities to District Collection System (the Agreement) for consideration
by the Board. The Agreement sets forth the specific requirements and authority by which the
District, or its contractor, would construct new sewer laterals, make associated plumbing
improvements on each of the five properties and subsequently abandon the deteriorated, shared,
private sewer main.
The Agreement further provides a mechanism by which the District would receive reimbursement of
applicable costs incurred to perform the work on each private property. In the interest of protecting
public health and the environment, and due to the limited financial resources of affected individuals,
cost recovery would be made over a period of ten years with nominal interest assessed on an
annual basis. The Agreement also requires the property owners to indemnify and hold the District
harmless from actions associated with this work. Each owner will also be asked to execute a
separate acknowledgement of this Agreement to be recorded against each property memorializing
the owner’s obligations.
District staff has identified qualified contractors to perform the work necessary to remedy the public
health threat. Informal quotes were obtained from a number of utility and plumbing contractors, and
based on submitted quotations, it is proposed that County Sanitation Company, Inc. be contracted to
install the new private sewer laterals at a total cost of $31,300. Per parcel costs, reimbursable to the
District, would range from $4,900 to $7,400. It is proposed that Shaw Contracting, Inc. be
contracted to perform work within the public right of way, including installation of new lower laterals
between the existing 10-inch main and the property lines of each parcel. These public
improvements would be constructed at a cost of $29,600. If authorized by the Board, the General
Manager would proceed using the District’s standard form of construction contract for work of this
type.
RECOMMENDATION:
Staff recommends that the Board 1) Approve an Agreement for
Abandonment of Existing Sewer Facilities and Construction of New Sewer Facilities To District
Collection System (Master Agreement) between the District and five property owners within the 1300
Block of Linden Avenue; and 2) Authorize the General Manager to execute construction contracts
and proceed with the requisite improvements, contingent upon execution of the Master Agreement
by each of the five affected property owners.
SUGGESTED MOTION: I move that the Board 1) Approve an Agreement for Abandonment of
Existing Sewer Facilities and Construction of New Sewer Facilities To District Collection System
(Master Agreement) between the District and five property owners within the 1300 Block of Linden
Avenue; and 2) Authorize the General Manager to execute construction contracts and proceed with
the requisite improvements, contingent upon execution of the Master Agreement by each of the five
affected property owners.
3
M_______________________________
S_______________________________
Ayes:_____________________ Nays:_________________ Abstentions:________________
Prepared By: ___________________________________
Craig Murray, P.E. - General Manager
Attachments:
1. Agreement for Abandonment of Existing Sewer Facilities and Construction of New Sewer Facilities to District
Collection System
2. Reimbursement Schedule
4
AGREEMENT FOR ABANDONMENT OF EXISTING
SEWER FACILITIES AND CONSTRUCTION AND CONNECTION OF NEW SEWER
FACILITIES TO DISTRICT COLLECTION SYSTEM
(MASTER AGREEMENT)
This Agreement for Abandonment of Existing Sewer Facilities and Construction and
Connection of New Sewer Facilities to District Collection System (“Master Agreement”) is
between the Carpinteria Sanitary District (“District”) and the Guadalupe V. Garcia Trust, Eric B.
Kunkel, the Ramona Garcia 2009 Revocable Trust, Celio MA Guadalupe, and Antonio P.
Ramirez (collectively the “Property Owners” or “Owners”), and is entered into with an effective
date (“Effective Date”) of May 5, 2015.
RECITALS
A. Property Owners respectively hold title to the following five (5) developed residential
parcels located in the 1300 block of Linden Avenue within the District and the City of
Carpinteria, County of Santa Barbara: (1) Guadalupe V. Garcia Trust, 1301 Linden Avenue,
Assessor’s Parcel No. (“APN”) 004-027-011; (2) Eric B. Kunkel, 1309 Linden Avenue, APN
004-027-012; (3) Ramona Garcia 2009 Revocable Trust, 1315 Linden Avenue, APN 004-027013; (4) Celio MA Guadalupe, 1337 Linden Avenue, APN 004-027-015; and (5) Antonio P.
Ramirez , 1335 Linden Avenue, APN 004-027-014. The respective parcels are individually
referred to herein as a “Property,” and collectively as the “Properties.”
B. The Properties are currently connected to the District’s sewer collection system via a
shared, aging private lateral sewer line (“existing pipeline”) existing along the rear boundaries of
the respective Properties. The existing pipeline is of orangeburg construction, is badly deformed
and deteriorated along its entire length, and does not meet current District construction standards.
There exist several locations where the existing pipeline is broken and soil is exposed. Two of
the respective parcels have previously been affected by multiple sewer backups (including
backup of raw sewage into a dwelling), and the District has previously responded to the
Properties to provide assistance, including installation of a cleanout. The current condition of the
existing pipeline is violative of District ordinance provisions and has created an imminent threat
to public health and safety. The Property Owners currently pay sewer service charges to the
District, collected on behalf of the District annually by the County of Santa Barbara via the
property tax roll.
C. The District and the Property Owners (collectively “ the Parties”) hereby agree that
the District pursuant to its principal act (including but not limited to Health & Safety Code
Section 6523.3), may enter or cause entry to each of the respective Properties by one or more
District-selected contractors to: (1) properly abandon in place the existing pipeline serving each
Property; and (2) construct and install for each Property a new four (4)-inch sewer lateral line,
together with associated plumbing modifications and a standard District cleanout, and connect
such improvements to the District’s existing sewer main to serve each Property (collectively the
“Work”).
1
5
May 5, 2015
D. The Property Owners agree that: (1) each of them shall be obligated to reimburse and
repay to the District all costs associated with performance of the Work on their respective
Properties; (2) the District may take any action necessary to annually collect such reimbursement
and repayment of costs for the Work, in addition to collection of annual sewer service charges,
from the Owners via the property tax roll of the County of Santa Barbara (“County”) in
accordance with the District’s principal act; (3) Owners through collection on the property tax
roll shall reimburse and repay the obligations on an installment basis over a ten(10)-year period,
at an annual interest rate of two percent (2%) on the then-existing principal balance; (4) each of
them shall also execute a separate acknowledgement of this Master Agreement to be recorded
against each Property memorializing the Owners’ obligations herein; and (5) any outstanding
amounts due to the District shall be fully due and payable upon Owner’s sale or transfer of the
Property during such ten (10) year reimbursement and repayment period.
NOW, THEREFORE, based upon the terms and conditions set forth herein, the Parties
agree as follows:
1. Incorporation of Recitals and Approval Of The Work.
A. All of the recitals set forth above are incorporated into this Master Agreement as if set
forth in full.
B. The District agrees to perform the Work upon the terms and conditions set forth
herein. Based upon the foregoing recitals, the District also finds and declares that
commencement and completion of the Work is necessary to eliminate an imminent threat to
public health and safety and to correct an existing condition of violation of the District’s
ordinances.
C. The Property Owners agree that pursuant to this Master Agreement: (1) the District
and/or its contractor(s) may enter the Properties and undertake, or cause to be undertaken, the
Work as described above; and (2) each Property Owner shall reimburse and repay the District for
the cost of the Work for their respective Property pursuant to annual payments on the tax roll for
the County of Santa Barbara. The schedule of such annual payments is attached as Exhibit A
hereto. The Property Owners further acknowledge and understand that if they fail to timely make
annual payments to the County via the property tax roll, the County may independently exercise
all remedies available to the County for such non-payment, including institution of liens against,
or foreclosure of, Owner’s Property. The Property Owners also acknowledge that in such
circumstance, the District may also exercise any remedies which it may possess against an
Owner for non-payment.
D. In lieu of the District adding the reimbursement and repayment amounts to the
property tax roll on an annual basis, any Property Owner may elect at any time during the tenyear reimbursement and repayment period to pay the entire principal amount owed plus any
accrued interest on the then-existing principal balance. Any outstanding amounts due to the
District shall be fully due and payable upon Owner’s sale or transfer of the Property during the
ten-year reimbursement and repayment period.
2
6
May 5, 2015
E. Each Property Owner understands and acknowledges that: (1) the District will
commence the Work only after all Property Owners enter into both this Master Agreement and
any separate acknowledgement or other document required by the District; (2) the timing and
scheduling of the performance of the Work, and the order in which the Work is undertaken as to
the respective Properties, shall be in the sole discretion of the District; and (3) the costs of the
Work as to each of their respective Properties will vary from Property to Property.
F. Each Property Owner: (1) warrants that the conditions on their respective Property will
successfully accommodate the Work; and (2) agrees that District and its contractor(s) shall not be
financially or otherwise responsible for replacement or repair to any surface improvements on
the Property affected by the Work, and further agrees that Property Owner shall undertake any
such replacement or repair.
2. Indemnification, Defense and Release of District.
Each Property Owner agrees to indemnify, defend and hold the District harmless from
any and all claims, actions, losses, damages, expenses, costs (including reasonable attorney fees
in litigation) or liability of any nature, including claims for property damage or personal injury
(collectively “claims”), arising out of or in connection with the Work, and to release the District
from all liability therefore, except and only to the extent such claims arise from the active
negligence, sole negligence or willful misconduct of the District or its contractor(s).
3. Integration.
This Master Agreement contains the entire agreement between the Parties pertaining to
the subject matter hereto, and supersedes all prior agreements, oral or written, and all prior or
contemporaneous discussions or negotiations between the Parties.
4. Modification.
No alteration of the terms of this Master Agreement shall be valid unless made in writing
and signed by all of the Parties hereto.
5. Rules of Interpretation.
The terms of this Master Agreement have been negotiated by the Parties and the language
used in this Master Agreement shall be deemed to be the language chosen by the Parties to
express their mutual intent. The Parties have all had the opportunity to review this Master
Agreement with their respective attorneys. This Agreement shall be construed without regard to
any presumption or rule requiring construction against the party causing such instrument to be
drafted, or in favor of a party receiving a particular benefit herein. No rule of strict construction
shall be applied against any party hereto.
3
7
May 5, 2015
6. Partial Invalidity.
If any term, covenant, condition or provision herein is found by a court of competent
jurisdiction to be invalid, void or unenforceable, the remainder of the provisions hereof shall
remain in full force and effect, and shall in no way be affected, impaired or invalidated thereby.
7. California Law.
This Master Agreement shall be interpreted and construed pursuant to the laws of the
State of California. any dispute between any of the Parties shall be filed and heard in a court of
competent jurisdiction in the County of Santa Barbara.
8. Authority of Signatories.
Each signatory hereto represents that he or she possesses the authority to execute this
Master Agreement on behalf of the respective Party for which they are signing this agreement.
9. Agreement Binding On Successors.
This Master Agreement shall be binding on all successors, transferees, heirs,
representatives and assignees of the Parties.
10. Counterparts.
This Master Agreement may be executed in multiple counterparts, a complete set of
which shall be deemed to be an original and all of which together shall comprise but a single
document. Signatures may be given via facsimile transmission and shall be deemed given as of
the date of facsimile transmittal of the executed agreement by a party to the others.
11. Effective Date.
This Master Agreement is effective as of the date first set forth above. Its implementation
shall be subject to the provisions of Section 1.E. hereof.
/
/
/
/
/
/
/
/
/
/
/
/
/
4
8
May 5, 2015
CARPINTERIA SANITARY DISTRICT
By:
Mike Damron
President, Board of Directors
PROPERTY OWNER
1301 Linden Aveune
By:
Guadalupe V. Garcia Trust
APN: 004-027-011
PROPERTY OWNER
1309 Linden Aveune
By:
Eric B. Kunkel
APN: 004-027-012
PROPERTY OWNER
1315 Linden Aveune
By:
Ramona Garcia 2009 Revocable Trust
APN: 004-027-013
PROPERTY OWNER
1335 Linden Aveune
By:
Antonio P. Ramirez
APN: 004-027-014
PROPERTY OWNER
1337 Linden Aveune
By:
Guadalupe Ma Celio
APN: 004-027-015
5
9
May 5, 2015
Exhibit “A” to Master Agreement
REIMBURSEMENT SCHEDULES
OLD LINDEN AVENUE EMERGENCY SEWER LATERAL PROJECT
MAY 2015
Provided below are reimbursement schedules for recovery of the actual cost of sewer
improvements to be undertaken by the District on behalf of respective property owners.
Costs will be recovered over a 10-year term at an annual interest rate of 2 percent.
Annual principal and interest payments will be collected via the property tax roll as an
addition to annual Sewer Service Charges.
1301 Linden Avenue (APN 004-027-011) – Total Cost: $4,900
Year 1
Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
TOTAL
Total
$541.08
$541.08
$541.08
$541.08
$541.08
$541.08
$541.08
$541.08
$541.08
$540.62
$5,410.34
Interest
$93.92
$84.90
$75.69
$66.29
$56.70
$46.93
$36.94
$26.78
$16.39
$5.80
$510.34
Principal
$447.16
$456.18
$465.39
$474.79
$484.38
$494.15
$504.14
$514.30
$524.69
$534.82
$4,900.00
1309 Linden Avenue (APN 004-027-012) – Total Cost: $5,200
Year 1
Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
TOTAL
Total
$574.20
$574.20
$574.20
$574.20
$574.20
$574.20
$574.20
$574.20
$574.20
$573.83
$5,741.63
Interest
$99.66
$90.09
$80.30
$70.38
$60.18
$49.80
$39.22
$28.42
$17.40
$6.18
$541.63
Principal
$474.54
$484.11
$493.90
$503.82
$514.02
$524.40
$534.98
$545.78
$556.80
$567.65
$5,200.00
10
1315 Linden Avenue (APN 004-027-013) – Total Cost: $6,900
Total
Year 1
$761.88
Year 2
$761.88
Year 3
$761.88
Year 4
$761.88
Year 5
$761.88
Year 6
$761.88
Year 7
$761.88
Year 8
$761.88
Year 9
$761.88
Year 10 $761.76
TOTAL $7,618.68
Interest
$132.25
$119.54
$106.58
$93.35
$79.85
$66.09
$52.04
$37.68
$23.10
$8.20
$718.68
Principal
$629.63
$642.34
$655.30
$668.53
$682.03
$695.79
$709.84
$724.20
$738.78
$753.56
$6,900.00
1335 Linden Avenue (APN 004-027-014) – Total Cost: $6,900
Total
Year 1
$761.88
Year 2
$761.88
Year 3
$761.88
Year 4
$761.88
Year 5
$761.88
Year 6
$761.88
Year 7
$761.88
Year 8
$761.88
Year 9
$761.88
Year 10 $761.76
TOTAL $7,618.68
Interest
$132.25
$119.54
$106.58
$93.35
$79.85
$66.09
$52.04
$37.68
$23.10
$8.20
$718.68
Principal
$629.63
$642.34
$655.30
$668.53
$682.03
$695.79
$709.84
$724.20
$738.78
$753.56
$6,900.00
1337 Linden Avenue (APN 004-027-015) – Total Cost: $7,400
Total
Year 1
$817.08
Year 2
$817.08
Year 3
$817.08
Year 4
$817.08
Year 5
$817.08
Year 6
$817.08
Year 7
$817.08
Year 8
$817.08
Year 9
$817.08
Year 10 $817.07
TOTAL $8,170.79
Interest
$141.83
$128.21
$114.30
$100.08
$85.64
$70.88
$55.83
$40.46
$24.78
$8.78
$770.79
Principal
$675.25
$688.87
$702.78
$717.00
$731.44
$746.20
$761.25
$776.62
$792.30
$808.29
$7,400.00
11
Carpinteria Sanitary District
Board of Directors Meeting
STAFF REPORT
TO:
Board of Directors
FROM:
Craig Murray, P.E. - General Manager
SUBJECT:
SODIUM HYPOCHLORITE SUPPLY: OLIN CORPORATION
Cash Contract No. 423
DATE:
May 5, 2015
REQUESTED ACTION: It is requested that the Board review and approve Cash Contract No. 423
between the District and Olin Corporation of Tracy, California for the provision of bulk sodium
hypochlorite for a two-year term.
FUNDING SOURCE:
Operating Budget - Account 5522-1
BACKGROUND: Sodium hypochlorite (chlorine bleach) is essential for the disinfection or the
selective destruction of disease-causing organisms found in treated municipal wastewater. The
District currently purchases bulk sodium hypochlorite at a unit price of $0.679 per gallon from Olin
Corporation. The supply agreement with Olin is effective through June 30, 2015.
A competitive joint bidding process for a two-year supply of sodium hypochlorite and sodium bisulfite
was undertaken with the Goleta Sanitary District. A request for proposal and project specifications
were prepared and distributed to regional bulk chemical suppliers. Four bids were received prior to
the March 19, 2015 submittal date. A tabulated summary of the bid prices is provided with this staff
report.
The lowest responsive and responsible bid for bulk sodium hypochlorite was submitted by Olin
Corporation. Their unit bid price was $0.653 per gallon delivered, including all applicable sales tax
and mill charges.
Olin Corporation is a national provider of chlor alkali products and they currently serve many of the
water and wastewater agencies in the Tri-Counties area. Staff believes they have the resources
and capacity to fulfill the terms of this two-year agreement, commencing on July 1, 2015.
RECOMMENDATION: Staff recommends the Board approve Cash Contract No. 423 between the
District and Olin Corporation for the two-year supply of bulk sodium hypochlorite at the unit price of
$0.653 per gallon delivered, including all applicable sales tax and mill charges.
12
SUGGESTED MOTION: I move that the Board approve Cash Contract No. 423 between the
District and Olin Corporation for the two-year supply of bulk sodium hypochlorite at the unit price
stated therein.
M_______________________________
S_______________________________
Ayes:_____________________ Nays:_________________ Abstentions:________________
Prepared By: ___________________________________
Craig Murray, P.E. - General Manager
Attachments:
Cash Contract No. 423
Bid Tabulation Summary
P:\Board\Staff Reports\201\05--1\CC4_Olin.doc
13
CASH CONTRACT NO. 423
AGREEMENT
FOR THE SUPPLY
OF
SODIUM HYPOCHLORITE
This Agreement is made and entered into, effective May 5, 2015 between:
CARPINTERIA SANITARY DISTRICT,
(hereinafter referred to as “District”)
AND
OLIN CORPORATION,
(hereinafter referred to as “Contractor”)
RECITALS
WHEREAS, pursuant to the invitation of the District, the Contractor in accordance therewith,
on or before the 5th day of May, 2015, filed with the District a bid (proposal) containing an offer to
provide bulk sodium hypochlorite; and
WHEREAS, the District has determined that Contractor’s proposal represented the lowest
responsive and responsible bid; and
WHEREAS, the District Board of Directors accepted the proposal as the lowest responsive
and responsible bid at their regular Board Meeting on May 5, 2015, for a two-year term commencing
on July 1, 2015.
NOW, THEREFORE, IT IS AGREED:
1.
The Contractor shall supply bulk sodium hypochlorite to District and shall comply in every
way with the requirements of those certain specifications entitled “Specifications and
Proposal for Furnishing Sodium Hypochlorite and Sodium Bisulfite” dated February 2015.
2.
In consideration of faithful compliance with the terms and conditions of this Agreement, the
District agrees to pay the Contractor $0.653 per gallon of sodium hypochlorite delivered.
This unit price includes all delivery costs, applicable sales tax and mill charges for the term
of this Agreement. Exact quantities may vary from the volume estimate given, and may be
increased or decreased to meet the District’s requirements. No minimum is guaranteed.
3.
Unless terminated earlier pursuant to Section 9, this Agreement shall begin on the 1st day of
July 2015 and terminate two years later on the 30th day of June 2017.
Cash Contract No. 423
-114
May 5, 2015
4.
The Contract Documents which are hereby made a part of this Agreement by actual
attachment or by this reference are as follows:
a.
The “Specifications and Proposal for Furnishing Sodium Hypochlorite and Sodium
Bisulfite” dated February 2015.
b.
The executed “Proposal Form” dated March 16, 2015, attached and incorporated
herein as “Exhibit A”.
5.
This Agreement shall be governed and construed in accordance with the laws of the State of
California. Should litigation be filed concerning this Agreement, such litigation shall be filed
and heard in a court of competent jurisdiction in the County of Santa Barbara, State of
California.
6.
Any notice, payment or instrument required or permitted to be given hereunder shall be
deemed received upon personal delivery or upon deposit in the United States mail,
registered, postage prepaid and addressed as follows:
District:
Contractor:
Craig Murray
General Manager
Carpinteria Sanitary District
5300 Sixth Street
Carpinteria, CA 93013
John Schabacker
Olin Corporation
dba Olin Chlor Alkali Products
26700 South Banta Road
Tracy, CA 95304
Telephone:
(805) 684-7214 x12
FAX:
(805) 684-7213
Email: [email protected]
Telephone:
FAX:
Email:
(209) 835-7204
(209) 835-9760
[email protected]
7.
No claim or right arising out of a breach of this Agreement can be discharged in whole or in
part or by a waiver unless the waiver is supported by consideration and is in writing signed
by the aggrieved party.
8.
This Agreement represents the entire Agreement between the parties and shall not be
modified, except as agreed in writing.
9.
The District in its sole discretion, without cause or penalty, may terminate this Agreement at
any time. In such event, Contractor shall be paid for its services rendered up to the date of
termination.
10.
Contractor acknowledges that: (a) its bid proposal was made to two public agencies,
including the District; (b) this Agreement is solely between Contractor and District; and (c)
separate agreements are to be reached between Contractor and the other public agencies
involved in the joint bid process.
/
/
/
/
/
Cash Contract No. 423
-215
May 5, 2015
By signing hereunder, Contractor acknowledges he has reviewed all of the foregoing provisions of
the Agreement and agrees with the terms, requirements, and conditions contained herein.
The parties have executed this Agreement on the day and year first set forth above.
CARPINTERIA SANITARY DISTRICT
By: _____________________________________
Mike Damron
President, Board of Directors
“District”
OLIN CORPORATION
By: _____________________________________
Print Name ________________________
Title ______________________________
“Contractor”
APPROVED AS TO FORM:
MUSICK PEELER & GARRETT, LLP
By: ______________________________
Anthony H. Trembley
Legal Counsel for District
Cash Contract No. 423
-3-
16
May 5, 2015
Exhibit "A"
17
18
GOLETA SANITARY DISTRICT
BID TABULATION SUMMARY
February 2015 CHEMICAL PROVISION PROPOSALS
BID OPENING DATE: March 19TH 2015
BASE BID ITEMS
BIDDERS:
Thatcher Company
Thatcher Company
JCI Jones
JCI Jones
Brenntag Pacific
Brenntag Pacific
UNIVAR
UNIVAR
HASA Inc.
HASA Inc.
Hills Bros.
Hills Bros.
Olin Chlor Alkali
Olin Chlor Alkali
UNIT
$ / gal
$ / gal
$ / gal
$ / gal
$ / gal
$ / gal
$ / gal
$ / gal
$ / gal
$ / gal
$ / gal
$ / gal
$ / gal
$ / gal
Sodium Hypochlorite
GSD
No Bid
CARP. SD
No Bid
GSD
0.6742
CARP. SD
0.6742
GSD
No Bid
CARP. SD
No Bid
GSD
0.935
CARP. SD
0.935
GSD
0.868
CARP. SD
0.868
GSD
No Bid
CARP. SD
No Bid
GSD
0.653
CARP. SD
0.653
19
Sodium Bi-Sulfite
No Bid
No Bid
0.8816
0.8816
No Bid
No Bid
0.815
0.815
No Bid
No Bid
No Bid
No Bid
No Bid
No Bid
Carpinteria Sanitary District
Board of Directors Meeting
STAFF REPORT
TO:
Board of Directors
FROM:
Craig Murray, P.E. - General Manager
SUBJECT:
SODIUM BISULFITE SUPPLY: Univar USA, Inc.
Cash Contract No. 424
DATE:
May 5, 2015
REQUESTED ACTION: It is requested that the Board review and approve Cash Contract No. 424
between the District and Univar USA, Inc. of Kent, WA for the provision of bulk sodium bisulfite for a
two-year term.
FUNDING SOURCE:
Operating Budget - Account 5522-1
BACKGROUND: Sodium bisulfite is a chemical used to remove residual free chlorine from
disinfected wastewater effluent prior to discharge to the Pacific Ocean. Dechlorination is a
requirement of the District’s NPDES permit. The District currently purchases bulk sodium bisulfite at
a unit price of $0.877 per gallon from JCI Jones Chemicals. The current supply agreement is
effective through June 30, 2015.
A competitive joint bidding process for a two-year supply of sodium hypochlorite and sodium bisulfite
was undertaken with the Goleta Sanitary District. A request for proposal and project specifications
were prepared and distributed to regional bulk chemical suppliers. Two bids were received prior to
the March 19, 2015 submittal date. A tabulated summary of the bid prices is provided with this staff
report.
The lowest responsive and responsible bid for bulk sodium bisulfite was submitted by Univar USA,
Inc. (Univar). Their unit bid price was $0.815 per gallon delivered, including all applicable sales tax
and mill charges.
Univar currently serves many of the water and wastewater agencies in Tri-Counties area. The
District has previously contracted with Univar for the supply of bulk sodium hypochlorite. Staff
believes they have the resources and capacity to fulfill the terms of this two-year agreement,
commencing on July 1, 2015.
RECOMMENDATION: Staff recommends the Board approve Cash Contract No. 424 between the
District and Univar USA, Inc. for the two-year supply of bulk sodium bisulfite at the unit price of
$0.815 per gallon delivered, including all applicable sales tax and mill charges.
20
SUGGESTED MOTION: I move that the Board approve Cash Contract No. 424 between the
District and Univar USA, Inc., for the two-year supply of bulk sodium bisulfite at the unit price stated
therein.
M_______________________________
S_______________________________
Ayes:_____________________ Nays:_________________ Abstentions:________________
Prepared By: ___________________________________
Craig Murray, P.E. - General Manager
Attachments:
Cash Contract No. 424
Bid Tabulation Summary
P:\Board\Staff Reports\2015\05-05-15\CC424_Univar.doc
21
CASH CONTRACT NO. 424
AGREEMENT
FOR THE SUPPLY
OF
SODIUM BISULFITE
This Agreement is made and entered into, effective May 5, 2015, between:
CARPINTERIA SANITARY DISTRICT,
(hereinafter referred to as “District”)
AND
Univar USA, Inc.
(hereinafter referred to as “Contractor”)
RECITALS
WHEREAS, pursuant to the invitation of the District, the Contractor in accordance therewith,
on or before the 5th day of May 2015, filed with the District a bid (proposal) containing an offer to
provide bulk sodium bisulfite; and
WHEREAS, the District has determined that Contractor’s proposal represented the lowest
responsive and responsible bid; and
WHEREAS, the District Board of Directors accepted the proposal as the lowest
responsive and responsible bid at their regular Board Meeting on May 5, 2015, for a twoyear term commencing on July 1, 2015.
NOW, THEREFORE, IT IS AGREED:
1.
The Contractor shall supply bulk sodium bisulfite to District and shall comply in every way
with the requirements of those certain specifications entitled “Specifications and Proposal for
Furnishing Sodium Hypochlorite and Sodium Bisulfite” dated February 2015.
2.
In consideration of faithful compliance with the terms and conditions of this Agreement, the
District agrees to pay the Contractor $0.815 per gallon of sodium bisulfite delivered. This
unit price includes all delivery costs, applicable sales tax and mill charges for the term of this
Agreement. Exact quantities may vary from the volume estimate given, and may be
increased or decreased to meet the District’s requirements. No minimum is guaranteed.
3.
Unless terminated earlier pursuant to Section 9, this Agreement shall begin on the 1st day of
July 2015 and terminate two years later on the 30th day of June 2017.
Cash Contract No. 424
-1-
22
May 5, 2015
4.
The Contract Documents which are hereby made a part of this Agreement by actual
attachment or by this reference are as follows:
a.
The “Specifications and Proposal for Furnishing Sodium Hypochlorite and Sodium
Bisulfite” dated February 2015.
b.
Contractor’s executed “Proposal Form” dated March 16, 2015, attached and
incorporated herein as “Exhibit A”.
5.
This Agreement shall be governed and construed in accordance with the laws of the State of
California. Should litigation be filed concerning this Agreement, such litigation shall be filed
and heard in a court of competent jurisdiction in the County of Santa Barbara, State of
California.
6.
Any notice, payment or instrument required or permitted to be given hereunder shall be
deemed received upon personal delivery or upon deposit in the United States mail,
registered, postage prepaid and addressed as follows:
District:
Contractor:
Craig Murray, P.E.
General Manager
Carpinteria Sanitary District
5300 Sixth Street
Carpinteria, CA 93013
Jennifer Perras
Municipal Specialist
Univar USA, Inc.
8201 South 212th St.
Kent, WA 98032
Telephone:
(805) 684-7214 x12
FAX:
(805) 684-7213
Email: [email protected]
Telephone:
(253) 872-5000
FAX:
(253) 872-5041
Email: [email protected]
7.
No claim or right arising out of a breach of this Agreement can be discharged in whole or in
part or by a waiver unless the waiver is supported by consideration and is in writing signed
by the aggrieved party.
8.
This Agreement represents the entire Agreement between the parties and shall not be
modified, except as agreed in writing.
9.
The District in its sole discretion, without cause or penalty, may terminate this Agreement at
any time. In such event, Contractor shall be paid for its services rendered up to the date of
termination.
10.
Contractor acknowledges that: (a) its bid proposal was made to two public agencies,
including the District; (b) this Agreement is solely between Contractor and District; and (c)
separate agreements are to be reached between Contractor and the other public agencies
involved in the joint bid process.
/
/
/
/
Cash Contract No. 424
-2-
23
May 5, 2015
/
/
/
By signing hereunder, Contractor acknowledges he has reviewed all of the foregoing provisions of
the Agreement and agrees with the terms, requirements, and conditions contained herein.
The parties have executed this Agreement on the day and year first set forth above.
CARPINTERIA SANITARY DISTRICT
By: _____________________________________
Mike Damron
President, Board of Directors
“District”
UNIVAR USA, INC.
By: _____________________________________
Print Name ________________________
Title ______________________________
“Contractor”
APPROVED AS TO FORM:
MUSICK PEELER & GARRETT, LLP
By: ______________________________
Anthony H. Trembley
Legal Counsel for District
Cash Contract No. 424
-3-
24
May 5, 2015
Exhibit "A"
25
26
GOLETA SANITARY DISTRICT
BID TABULATION SUMMARY
February 2015 CHEMICAL PROVISION PROPOSALS
BID OPENING DATE: March 19TH 2015
BASE BID ITEMS
BIDDERS:
Thatcher Company
Thatcher Company
JCI Jones
JCI Jones
Brenntag Pacific
Brenntag Pacific
UNIVAR
UNIVAR
HASA Inc.
HASA Inc.
Hills Bros.
Hills Bros.
Olin Chlor Alkali
Olin Chlor Alkali
UNIT
$ / gal
$ / gal
$ / gal
$ / gal
$ / gal
$ / gal
$ / gal
$ / gal
$ / gal
$ / gal
$ / gal
$ / gal
$ / gal
$ / gal
Sodium Hypochlorite
GSD
No Bid
CARP. SD
No Bid
GSD
0.6742
CARP. SD
0.6742
GSD
No Bid
CARP. SD
No Bid
GSD
0.935
CARP. SD
0.935
GSD
0.868
CARP. SD
0.868
GSD
No Bid
CARP. SD
No Bid
GSD
0.653
CARP. SD
0.653
27
Sodium Bi-Sulfite
No Bid
No Bid
0.8816
0.8816
No Bid
No Bid
0.815
0.815
No Bid
No Bid
No Bid
No Bid
No Bid
No Bid
Carpinteria Sanitary District
Board of Directors Meeting
STAFF REPORT
TO:
Board of Directors
FROM:
Craig Murray, P.E. - General Manager
SUBJECT:
Amendment No. 1 to Cash Contract 415 – Stantec (Penfield & Smith)
CalTrans Utility Agreement No. 05-UT-0897.223
US 101 Widening and Bridge Replacement Project
DATE:
May 5, 2015
REQUESTED ACTION: That the Board approve an amendment to Cash Contract No. 415 between
the District and Stantec Consulting for permitting services necessary for relocation of District
infrastructure in association with the subject transportation project.
FUNDING SOURCE: 100% Reimbursement per CalTrans Utility Agreement
(CIP Project P-148: Carpinteria Creek Suspended Line Restoration)
BACKGROUND: On October 1, 2013 the District approved Cash Contract No. 415, engaging
Penfield & Smith to provide engineering design services for the pending relocation of an existing
sewer crossing over Carpinteria Creek that was to be coordinated with a larger CalTrans highway
widening project. The authorized contract amount is $68,000.
Since the contract was initially set, Penfield & Smith merged with Stantec Consulting Services, Inc.
(Stantec) and the District authorized transition of the existing contract to the new entity. Stantec has
advanced the design, which involves an inverted siphon crossing under the creek using trenchless
methods, to approximately the 90 percent completion level.
Earlier this year, CalTrans approached the District and requested that we proceed with this project
as a standalone construction activity as soon as possible, in the hope that it could be completed in
the summer of 2015. This request was made due to scheduling concerns for the larger project, as
Caltrans needs to commence grading and earthwork in the vicinity of the District’s existing pipeline
in the spring of 2016.
In order to accomplish this, the District will have to procure all required permits for the work.
CalTrans has completed the CEQA environmental review, but prior to construction it will be
necessary to obtain a Coastal Development/Conditional Use Permit from the City of Carpinteria, as
well as permits from the US Army Corps of Engineers, California Department of Fish & Wildlife and
the Regional Water Quality Control Board.
Attached is a letter proposal dated April 21, 2015 from Stantec requesting an amendment to their
contract for the permitting and related environmental services. Because the District will administer
this project separately from the CalTrans project, some additional engineering and bid phase
services are also required. A total fee amendment of $48,000 is proposed. If approved, the revised
contract amount would be $116,000. The contract performance period would be extended through
the end of 2015.
28
The District entered into Utility Agreement No. 05-UT-0897.223 with CalTrans in September 2013.
This agreement provides a reimbursement vehicle through which the State will pay for the full cost of
designing the pipeline relocation project. Caltrans has committed to covering the entire cost of
pipeline relocation. As such, District staff will work with CalTrans to amend the existing agreement
in order to cover the additional permitting and engineering costs that would be authorized by the
proposed amendment to Cash Contract No. 415.
RECOMMENDATION: Staff recommends that the Board approve Amendment No. 1 to Cash
Contract No. 415 between the Carpinteria Sanitary District and Stantec Consulting Services,
increasing the authorized fee by $48,000 to $116,000.
SUGGESTED MOTION: I move that the Board approve Amendment No. 1 to Cash Contract No.
415 between the Carpinteria Sanitary District and Stantec Consulting Services as presented.
M_______________________________
S_______________________________
Ayes:_____________________ Nays:_________________ Abstentions:________________
Prepared By: ___________________________________
Craig Murray, P.E. - General Manager
Attachments:
4/21/15 Letter from Stantec
29
30
31
32
33
34
35
36
Carpinteria Sanitary District
Board of Directors Meeting
STAFF REPORT
TO:
Board of Directors
FROM:
Craig Murray, P.E. - General Manager
SUBJECT:
Board Workshop Planning
DATE:
May 5, 2015
REQUESTED ACTION: That the Board discuss and provide direction to staff regarding a strategic
planning workshop.
BACKGROUND: The District’s Board of Directors directed staff to begin the process of planning for
a Board workshop for the purpose of strategic and long range planning. Topics to be considered at
the workshop tentatively include the following:
•
•
•
•
•
Long Range Capital Improvement Program Update
Financial Model Review and Long Term Fiscal Planning and Rate Forecasting
Administration Building Replacement Project Planning
Recycled Water Opportunities
Outreach and Public Relations Update
Of course, there may be other topics or issues that the Board or individual Board members would
like to cover in a workshop setting. Staff would like to receive input from the Board regarding
workshop timing, format, location and other administrative matters. As with every convened meeting
of the District Board of Directors, the workshop would be a public meeting that is properly noticed
and open to any member of the public.
RECOMMENDATION: It is recommended that the Board provide direction to staff regarding a
Board workshop as outlined herein.
SUGGESTED MOTION: None. Item for Board discussion and staff direction.
Prepared By: ___________________________________
Craig Murray, P.E. - General Manager
P:\Board\Staff Reports\2015\05-05-15\WorkshopPlanning.doc
37