HomeMy WebLinkAbout07-22-15 EO&WR Committee PacketOTAY WATER DISTRICT
ENGINEERING, OPERATIONS & WATER RESOURCES COMMITTEE MEETING
and
SPECIAL MEETING OF THE BOARD OF DIRECTORS
2554 SWEETWATER SPRINGS BOULEVARD
SPRING VALLEY, CALIFORNIA
Board Room
WEDNESDAY
July 22, 2015
12:00 P.M.
This is a District Committee meeting. This meeting is being posted as a special meeting
in order to comply with the Brown Act (Government Code Section §54954.2) in the event that
a quorum of the Board is present. Items will be deliberated, however, no formal board actions
will be taken at this meeting. The committee makes recommendations
to the full board for its consideration and formal action.
AGENDA
1. ROLL CALL
2. PUBLIC PARTICIPATION – OPPORTUNITY FOR MEMBERS OF THE PUBLIC TO
SPEAK TO THE BOARD ON ANY SUBJECT MATTER WITHIN THE BOARD'S JU-
RISDICTION BUT NOT AN ITEM ON TODAY'S AGENDA
DISCUSSION ITEMS
3. APPROVE CHANGE ORDER NO. 2 TO THE EXISTING CONTRACT WITH ARRIETA
CONSTRUCTION, INC. FOR A CREDIT IN THE AMOUNT OF <$54,410.29> FOR
THE CALAVO BASIN SEWER REHABILITATION, PHASE 1 PROJECT (MARTIN) [5
min]
4. AWARD A CONSTRUCTION CONTRACT TO CCL CONTRACTING, INC. FOR THE
624 PRESSURE ZONE PRESSURE REDUCING STATIONS (PRSs) AND 944-1R
PRS NO. 3 IMPROVEMENTS PROJECT IN AN AMOUNT NOT-TO-EXCEED
$455,209 (MARCHIORO) [5 min]
5. AWARD A CONSTRUCTION CONTRACT TO FORDYCE CONSTRUCTION, INC.
FOR THE SWEETWATER RIVER TRESTLE IMPROVEMENT PROJECT IN AN
AMOUNT NOT-TO-EXCEED $173,740.00 (BEPPLER) [5 minutes]
6. AWARD A PROFESSIONAL SERVICES CONTRACT TO CH2M FOR THE 2015 UR-
BAN WATER MANAGEMENT PLAN UPDATE (2015 UWMP UPDATE) IN AN
AMOUNT NOT-TO-EXCEED $49,839 (COBURN-BOYD) [5 minutes]
2
7. CERTIFY THAT THE FINAL ENVIRONMENTAL IMPACT REPORT (FEIR) FOR THE
DISTRICT’S NORTH-SOUTH DISTRICT INTERCONNECTION SYSTEM PROJECT
HAS BEEN COMPLETED IN COMPLIANCE WITH THE CALIFORNIA ENVIRON-
MENTAL QUALITY ACT, THE CURRENT STATE GUIDELINES AND THE DIS-
TRICT’S LOCAL GUIDELINES, AND THAT IT REFLECTS THE INDEPENDENT
JUDGMENT OF THE DISTRICT; FIND THAT THE POTENTIALLY SIGNIFICANT EF-
FECTS OF THE PROJECT WILL BE AVOIDED THROUGH THE ADOPTION OF
FEASIBLE MITIGATION MEASURES, AS SHOWN IN THE FEIR, AND THE MITIGA-
TION, MONITORING AND REPORTING PROGRAM FOR THE FEIR; AND AP-
PROVE THE FINDINGS FOR THE PROJECT (COBURN-BOYD) [5 minutes]
8. SAN DIEGO COUNTY WATER AUTHORITY UPDATE (WATTON) [10 minutes]
9. ADJOURNMENT
BOARD MEMBERS ATTENDING:
Gary Croucher, Chair
Tim Smith
All items appearing on this agenda, whether or not expressly listed for action, may be delib-
erated and may be subject to action by the Board.
The Agenda, and any attachments containing written information, are available at the Dis-
trict’s website at www.otaywater.gov. Written changes to any items to be considered at the
open meeting, or to any attachments, will be posted on the District’s website. Copies of the
Agenda and all attachments are also available through the District Secretary by contacting
her at (619) 670-2280.
If you have any disability that would require accommodation in order to enable you to partici-
pate in this meeting, please call the District Secretary at 670-2280 at least 24 hours prior to
the meeting.
Certification of Posting
I certify that on July 17, 2015 I posted a copy of the foregoing agenda near the regular
meeting place of the Board of Directors of Otay Water District, said time being at least 24
hours in advance of the meeting of the Board of Directors (Government Code Section
§54954.2).
Executed at Spring Valley, California on July 17, 2015.
/s/ Susan Cruz, District Secretary
STAFF REPORT
TYPE MEETING: Regular Board
MEETING DATE: August 13, 2015
SUBMITTED BY:
Dan Martin
Engineering Manager
PROJECT: S2033-002103
DIV. NO. 5
APPROVED BY:
Rod Posada, Chief, Engineering
German Alvarez, Assistant General Manager
Mark Watton, General Manager
SUBJECT: Approve Change Order No. 2 to the Contract with Arrieta
Construction, Inc. for the Calavo Basin Sewer Rehabilitation,
Phase 1 Project
GENERAL MANAGER’S RECOMMENDATION:
That the Otay Water District (District) Board of Directors (Board)
approve Change Order No. 2 to the existing contract with Arrieta
Construction, Inc. (Arrieta) for a credit in the amount of
<$54,410.29> for the Calavo Basin Sewer Rehabilitation, Phase 1
Project (see Exhibit A for Project location).
COMMITTEE ACTION:
Please see Attachment A.
PURPOSE:
To obtain Board authorization for the General Manager to execute
Change Order No. 2 for a credit in the amount of <$54,410.29> to the
contract with Arrieta for the Calavo Basin Sewer Rehabilitation,
Phase 1 Project.
ANALYSIS:
At the November 5, 2014 Board Meeting, the Board awarded a
construction contract in an amount of $529,490 to Arrieta to
construct sewer improvements in the Calavo Sewer Basin. Those sewer
rehabilitation improvements included the replacement of approximately
2
1,200 linear feet of 8-inch gravity sewer, installation of about 220
linear feet of new 8-inch gravity sewer, 4 new sewer manholes,
reconnection of sewer lines and laterals, maintaining sewer service,
restoration of pavement and landscaping, removal of trees, traffic
control, erosion control, protection of existing utilities, and all
testing and inspection as required by the contract documents.
Since the award of the construction contract by the District to
Arrieta, Change Order No. 1, in the amount of $19,879.09, has been
approved under the General Manager’s authority to address unforeseen
utilities on the Project.
Change Order No. 2 (see Exhibit B), which serves as a close-out
Change Order for the contract, consists of a variety of items
including:
The deletion of 35 linear feet of planned sewer and associated
pavement replacement at one location due to conflicts that will
require complex utility relocations. This location will be
addressed on a future project.
Deletion of pavement restoration work resulting from field
conditions.
Deletion of rock removal and utility allowance items resulting
from field conditions.
Addition of slurry seal on Calavo Drive to satisfy requirements
of the County of San Diego.
Addition of base course pavement at Bobbie Lane repair area.
In total, Change Order No. 2 represents a net credit of <$54,410.29>.
A complete breakdown of the costs associated with each item and the
associated method of compensation is included in Change Order No. 2.
Change Order No. 2 also addresses contract time as a result of the
added Type II Slurry Seal item. An assessment of the time impacts
associated with each change is provided in Exhibit B, including the
addition of three (3) days for the Type II Slurry Seal work. In
total, the three (3) additional days added to the contract will
result in a revised total contract duration of 183 calendar days.
In summary, Change Order No. 2 will result in a net decrease to the
Project in the amount of <$54,410.29> and the addition of three (3)
calendar days. Arrieta has substantially completed the Project. The
remaining work required for contract acceptance consists of minor
punch list items.
3
FISCAL IMPACT: Joe Beachem, Chief Financial Officer
The total budget for CIP S2033, as approved in the FY 2016 budget, is
$6,000,000. Total expenditures, plus outstanding commitments and
forecast including Change Order No. 2, are $1,617,112.00. See
Attachment B for the budget detail for CIP S2033.
Based on a review of the financial budget, the Project Manager
anticipates that the budget for CIP S2033 is sufficient to support
the Project.
The Finance Department has determined that, under the current rate
model, 100% of the funding will be available from the Replacement
Fund for CIP S2033.
STRATEGIC GOAL:
This Project supports the District’s Mission statement, “To provide
high value water and wastewater services to the customers of the Otay
Water District in a professional, effective, and efficient manner”
and the General Manager’s Vision, “A District that is at the
forefront in innovations to provide water services at affordable
rates, with a reputation for outstanding customer service.”
LEGAL IMPACT:
None.
DM:mlc
P:\WORKING\CIP S2033 Sewer System Rehabilitation\Staff Reports\BD 08-13-15\BD 08-13-2015, Staff Report, Change Order No
2 to Arrieta Construction, Inc., (DM).docx
Attachments: Attachment A – Committee Action
Attachment B – S2033 Budget Detail
Exhibit A – Location Map
Exhibit B – Change Order No. 2
ATTACHMENT A
SUBJECT/PROJECT:
S2033-002103 Approve Change Order No. 2 to the Contract with Arrieta
Construction, Inc. for the Calavo Basin Sewer
Rehabilitation, Phase 1 Project
COMMITTEE ACTION:
The Engineering, Operations, and Water Resources Committee (Committee)
reviewed this item at a meeting held on July 22, 2015. The Committee
supported Staff’s recommendation.
NOTE:
The "Committee Action" is written in anticipation of the Committee
moving the item forward for Board approval. This report will be sent
to the Board as a Committee approved item, or modified to reflect any
discussion or changes as directed from the Committee prior to
presentation to the full Board.
ATTACHMENT B – Budget Detail
SUBJECT/PROJECT:
S2033-002103 Approve Change Order No. 2 to the Contract with Arrieta
Construction, Inc. for the Calavo Basin Sewer
Rehabilitation, Phase 1 Project
Date Updated: 7/10/2015
Budget
6,000,000
Planning
Regulatory Agency Fees 50 50 - 50 PETTY CASH CUSTODIAN
Standard Salaries 216,679 216,679 - 216,679
Total Planning 216,729 216,729 - 216,729
Design 001102
Consultant Contracts 20,720 20,720 - 20,720 DARNELL & ASSOCIATES INC
21,446 21,446 - 21,446 SOUTHERN CALIFORNIA SOIL
152,958 152,958 - 152,958 AEGIS ENGINEERING MGMT INC
62,256 62,256 - 62,256 ARCADIS US INC
6,995 6,995 - 6,995 AIRX UTILITY SURVEYORS INC
Professional Legal Fees 120 120 - 120 STUTZ ARTIANO SHINOFF
Service Contracts 2,666 2,666 - 2,666 MAYER REPROGRAPHICS INC
385 385 - 385 SAN DIEGO DAILY TRANSCRIPT
1,500 1,500 - 1,500 CHICAGO TITLE COMPANY
Standard Salaries 323,104 323,104 - 323,104
Total Design 592,149 592,149 - 592,149
Construction
Consultant Contracts 5,850 5,850 - 5,850 ALYSON CONSULTING - DESIGN REVIEW
2,400 2,400 - 2,400 RBF CONSULTING
25,200 21,450 3,750 25,200 ALYSON CONSULTING - CM SERVICES
Regulatory Agency Fees 12,004 12,004 - 12,004 COUNTY OF SAN DIEGO
529,490 475,080 54,410 529,490 ARRIETA CONSTRUCTION INC
19,879 19,879 - 19,879 Change Order No. 1
(54,410) - (54,410) (54,410) Change Order No. 2
32,521 22,416 10,104 32,521 CALIFORNIA BANK & TRUST
Professional Legal Fees 300 300 - 300 STUTZ ARTIANO SHINOFF
Reimbursement Agreements 15,000 11,675 3,325 15,000 COUNTY OF SAN DIEGO
Standard Salaries 220,000 205,276 14,724 220,000 0
Total Construction 808,234 776,331 31,903 808,234
Grand Total 1,617,112 1,585,209 31,903 1,617,112
Construction Contracts
Vendor/Comments
Otay Water District
S2033-Sewer System Various Locations Rehabilit
Committed Expenditures
Outstanding
Commitment &
Forecast
Projected Final
Cost
!(
!(!(
!(!(
!(
!(
!(
!(
!(
!(!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(!(!(
!(
!(
!(
!(
!(
!(!(
!(
!(!(
!(!(!(
!(
!(!(!(
!(
!(!(!(!(!(
!(
!(
!(
!(
!(
!(!(!(
!(
!(!(!(!(!(!(!(!(
!(
!(
!(
!(
!(
!(
!(!(
!(
!(
!(
!(!(
!(
!(
!(
!(!(!(!(
!(
!(!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(!(
!(
!(
!(!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(!(
!(!(!(
!(
!(!(
!(
!(
!(!(
!(
!(
!(
!(!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(!(
!(!(
!(
!(!(
!(
!(
!(
!(
!(!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(!(!(
!(
!(
!(
!(
!(
!(
!(
!(
!(!(!(!(!(
!(
!(
!(!(
!(
!(
!(!(
!(
!(
!(
!(
!(
!(!(
!(!(!(
!(
!(
!(
!(!(
!(!(
!(!(!(
!(
!(!(
!(!(
!(
!(
!(
!(!(!(
!(
!(
!(
!(
!(
!(
!(!(!(!(
!(!(!(!(
!(!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(!(
!(
!(
!(
!(
!(
!(!(
!(
!(
!(
!(
!(!(!(!(
!(
!(
!(
!(
!(
!(
!(
!(!(
!(
!(!(
!(!(
!(
!(!(
!(
!(
!(!(!(
!(
!(
!(
!(
!(
!(!(!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(!(!(!(
!(
!(!(
!(!(!(
!(
!(
!(
!(!(!(
!(
!(
!(
!(!(!(!(!(!(!(!(
NABAL
^_
^_^_
^_
^_
^_
^_
^_
^_
^_
^_
^_
^_
^_
154
81
160
42
140
60
145219
100
28
122
27123
8AVOCADO
FURY LN
BLVD
CALLE VERDE
FUERTE DR
EXPLORER RD
C
ALA
V
O
NABAL
CHALLENGE
QUEEN
MARS
PUEB LA
R
A
N
C
H
O
ANAHEIM
LOUISA
ITZAMNA
DUTTON
TAFT
ALTA RICA
LALANI
CRESTLAND
SUNDOWN
C
ENTINELLA
CAMINO ALEGRE
VIA PIC
A
N
TE
VIA ESCUDA
VIA PALMA
VERNETTE
L U PIN
DICKEY
MORNING STAR
BOBBIE
NEW MORNINGRAPATEE
CARPENTER
LA RUEDA
CARMEN
BUTTERFLY
ALTA MIRA
SUNRISE VALLEY
OLVERA
MEADOW VIEW
SUNRAY
LYONS
TOPA TOPA
VI
A M
ER
C
AD
O
AVNDA JOHANNA
LORRAINE
ANN
NOLAN
MIG
U
E
L VIE
W
AVOCADO SCHOOL
CALLE VERDE
AVNDATHOMAS
AVOCADO VILLAGE
VELASCO
DESOTO
JULIE
SHINING LIGHT
PRIVATE
P
R
I
V
AT
E
MARS
PRIVATE
PRIVATE
PASEO
ZUNIGA
PRIVATE
VICINITY MAP
PROJECT SITE
NTS DIV 5
DIV 1
DIV 2
DIV 4
DIV 3
?ò
Aä;&s
?p
?Ë
!\F
OTAY WATER DISTRICTCALAVO BASIN SEWER REHABILITATION - PHASE 1LOCATION MAP
EXHIBIT A
CIP S2033P:\WORKING\CIP S2033 Sewer System Rehabilitation\Graphics\Exhibits-Figures\Exhibit A, CIP S2033, Calavo Basin Sewer Rehab - Phase 1, Location Map, 2014-08-21.mxd
F
0 1,000500
Feet
LEGEND
^_
OWD BOUNDARY
EXISTING SEWER MAIN
SEWER MAIN REPAIR LOCATION
123 SITE NUMBER
EXISTING SEWER MANHOLE!(
Contract / P.O. Change Order No. 2 page 2 of 3
Description of Work
Description
Increase Decrease Time
Item No. 1:
This Change Order decreases the amount allocated for Bid Item 7, Remove
and Replace 8-inch Sewer Main by $7,385.00 to a new authorized amount of
$245,815.00. (Delete 35 SY at $211/LF)
$7,385.00 0
Item No. 2:
This Change Order increases the amount allocated for Bid Item 9, Reconnect
Sewer Laterals by $720.00 to a new authorized amount of $7,920.00. (Add 1
EA at $720/EA)
$720.00 0
Item No. 3:
This Change Order decreases the amount allocated for Bid Item 14, Asphalt
Concrete Pavement Restoration, Private Drive by $8,385.00 to a new
authorized amount of $1,365.00. (Delete 215 SY at $39/SY)
$8,385.00 0
Item No. 4:
This Change Order decreases the amount allocated for Bid Item 15, Asphalt
Concrete Pavement Restoration, Public Street by $34,580.00 to a new
authorized amount of $17,920.00. (Delete 988 SY at $35/SY)
$34,580.00 0
Item No. 5:
This Change Order decreases the amount allocated for Bid Item 16,
Rubberized Asphalt Concrete Pavement Restoration by $13,535.71 to a new
authorized amount of $3,484.29. (Delete 366 SY at $37/SY)
$13,535.71 0
Item No. 6:
This Change Order decreases the amount allocated for Bid Item 19, Rock
Removal by $100.00 to a new authorized amount of $0.00. (Delete 1 CY at
$100/CY)
$100.00 0
Item No. 7:
This Change Order decreases the amount allocated for Bid Item 21,
Undercrossing of Utilities Over 4-inches in Diameter, Not Identified on the
Drawings by $400.00 to a new authorized amount of $100.00. (Delete 8 EA at
$50/EA)
$400.00 0
Item No. 8:
This Change Order provides up to 5,000 SF of Type II RPMS Slurry Seal on
Calavo Drive.
$6,640.60 3
Item No. 9:
This Change Order provides an additional 320 SF of base course pavement at
the Bobbie Lane repair area.
$2,614.82 0
Sub Total Amount $9,975.42 $64,385.71 0
Total Net Change Order Amount ($54,410.29)
Contract / P.O. Change Order No. 2 page 3 of 3
Revisions to: BID SCHEDULE
Item # Description Quantity Unit Unit Price Amount
7 Remove and Replace 8-inch Sewer Main 1165 LF $211.00 $245,815.00
9 Reconnect Sewer Laterals 11 EA $720.00 $7,920.00
14 Asphalt Concrete Pavement Restoration, Private Drive 35 SY $39.00 $1,365.00
15 Asphalt Concrete Pavement Restoration, Public Street 512 SY $35.00 $17,920.00
16 Rubberized Asphalt Concrete Pavement Restoration 94 SY $37.00 $3,484.29
19 Rock Removal 0 CY $100.00 $0.00
21 Undercrossing of Utilities Over 4-inches in Diameter 2 EA $50.00 $100.00
Reason:
Item No. 1:
The Contract Bid Item No 7, Remove and Replace 8-inch Sewer Main, required a quantity adjustment resulting from field
conditions.
Item No. 2:
The Contract Bid Item No 9, Reconnect Sewer Laterals, required a quantity adjustment resulting from field conditions.
Item No. 3:
The Contract Bid Item No 14, Asphalt Concrete Pavement Restoration, Private Drive, required a quantity adjustment resulting
from field conditions.
Item No. 4:
The Contract Bid Item No 15, Asphalt Concrete Pavement Restoration, Public Street, required a quantity adjustment resulting
from field conditions.
Item No. 5:
The Contract Bid Item No 16, Rubberized Asphalt Concrete Pavement Restoration, required a quantity adjustment resulting
from field conditions.
Item No. 6:
The Contract Bid Item No 19, Rock Removal, required a quantity adjustment resulting from field conditions.
Item No. 7:
The Contract Bid Item No 21, Undercrossing of Utilities Over 4-inches in Diameter, required a quantity adjustment resulting
from field conditions.
Item No. 8:
Prior to Notice to Proceed the County of San Diego repaved portions of Calavo Drive. County standards require slurry seal
and/or full pavement restoration on newly paved roads. As a result it was determined to slurry seal half the width of Calavo for
the length of sewerline replacement to comply with County of San Diego Standards. This change is necessary to resolve all
costs associated with Contractor Change Order Request No. 4.
Item No. 9:
During excavation and subsequent to pavement removal it was discovered that the sewerline was not in the location indicated
on the drawings. This discovery resulted in 320 SF of additional pavment removal to excavate in the discovered location. This
change is necessary to resolve all costs associated with Contractor Change Order Request No. 5.
4
PROJECT:
TITLE:
Date:ACI Job 2014-352
From:Buzz Birney To:Stephen Beppler
Arrieta Construction, Inc.Otay Water District
1215 N. Marshall Ave.2554 Sweetwater Springs Boulevard
El Cajon, CA. 92020 Spring Valley, CA 91976-2004
O.619-448-7683 O. 619-670-2209
F. 619-448-1287 steve.beppler@otaywater.gov
buzz@arrietaconst.com
Item Qty U/
M Unit Price
1.)1 LS $6,000.00
5% M/U (SUB)
2.)1 LS $239.00
15% M/U (LAB)
SUBTOTAL:
1% BOND
COR #4 TOTAL:
NOTES:
3
Buzz Birney
Project Manager
$300.00
ACI On-Site Foreman Time $239.00
$35.85
Includes TC & No Parks by Subcontractor. Same exclusions listed on attached sub quote carry on this change order.
6/16/2015
Description
$6,000.00
Total Unit Price
Type II RPMS on Calavo Drive (Min. Move On Up to 5000 FT2)
CHANGE ORDER REQUEST NO.:
OWD - CALAVO BASIN SEWER REHAB PH. 1
Slurry Seal for Calavo Drive
$6,574.85
$65.75
Additional Work Days Requested:
$6,640.60
DAILY EXTRA WORK REPORT
Job Name: Calavo Basin Sewer Rehab Phase 1
Arrieta Job No.: 2014-352
Work Performed For: Otay Water District Date of Work Performed: 4/2/2015
Date of Report: 4/2/2015
Description of Work: 320SF of additional paving required per direction received from RFI #6. The sewer alignment was different than what the plans had shown and
our crews had already ground the asphalt per the staking from the plans when the problem was identified therefore causing the SF increase in paving.
EQ.HRLY XTNDED MATERIALS & SPECIALTY ITEMS XTNDED HRLY XTNDED
#EQUIPMENT HRS RATE AMOUNT DESCRIPTION QTY COST AMOUNT LABOR HRS RATE AMOUNT
428/406 Peterbilt Truck & Pup Trailer 3 104.68 $314.04 3/4" Asphalt (Superior)11.9 64.80 $771.12 Craig Threfall (FM)REG 3 80.08 $240.24
775 Skid Steer Sweeper Attachment 1 32.28 $32.28 $0.00 OT $0.00
793 CAT 226 Skid Steer 3 38.37 $115.11 $0.00 Roberto Asencio (PL)REG 3 56.31 $168.93
449 F550 Foreman's Truck 3 36.04 $108.12 $0.00 OT $0.00
$0.00 $0.00 Julio Mendoza (PL)REG 3 56.31 $168.93
$0.00 $0.00 OT $0.00
$0.00 $0.00 Clint Hamilton (TM)REG 3 57.28 $171.84
$0.00 $0.00 OT $0.00
$0.00 $0.00 John Mueller (OP)REG 3 76.05 $228.15
$0.00 $0.00 OT $0.00
$0.00 $0.00 REG $0.00
$0.00 $0.00 OT $0.00
$0.00 $0.00 REG $0.00
$0.00 $0.00 OT $0.00
$0.00 $0.00 REG $0.00
$0.00 $0.00 OT $0.00
$0.00 $0.00 REG $0.00
$0.00 $0.00 OT $0.00
$0.00 $0.00 REG $0.00
$0.00 $0.00 OT $0.00
TOTAL COST OF EQUIPMENT $255.51 TOTAL MATERIALS & SPECIALTY $771.12 TOTAL COST OF LABOR $978.09
TOTAL LABOR A $978.09
SUBCONTRACTOR QTY COST EXT TOTAL EQUIPMENT B $255.51
Christian Wheeler Engineering 3 $90.00 $270.00 TOTAL MATERIALS & SPECIALTY ITEMS C $771.12
$0.00 TOTAL SUBCONTRACTOR D $270.00
$0.00 % ON LABOR 15%(A)$146.71
$0.00 % ON EQUIPMENT 15%(B)$38.33
$0.00 % ON MATERIALS & SPECIALTY ITEMS 15%(C)$115.67
TOTAL COST OF SUBCONTRACTOR $270.00 % ON SUBS 5%(D)$13.50
RENTED EQUIPMENT & MATERIAL PRICES SUBJECT TO CHANGE PER FINAL BILLING BY SUPPLIER SUB TOTAL $2,588.93
CONTRACTOR'S REPRESENTATIVE:RESIDENT ENGINEER:% ON BOND & LIABILITY INSURANCE 1%$25.89
TOTAL THIS REPORT $2,614.82
Proposal 2150099.01 February 4, 2015 Page 2
Our scope of services does not include an evaluation of the adequacy of the soil for the proposed
construction.Our services do not include the direction or supervision of the contractor’s work.The
contractor should be advised that neither the presence of our field representative nor the observation by this
firm shall excuse them in any way for defects in their work.It should further be noted that we are not
responsible for the general site safety.
SERVICE FEES
Based upon our discussion, we propose to provide our services on a time and materials basis at the unit rates
indicated below.The quantities used will depend upon the scheduling of the contractor’s work.
Project Geologist $120/hour
Soil Technician w/Nuclear Density Gauge $90/hour
Soil Maximum Density Test $175/test
Soil R-Value Test $250/test
Asphalt Concrete Hveem Density $220/test
Summary Compaction Report, lump sum $900
The fees shown are based upon the work taking place between 0600 and 1700, Monday through Friday.Any
services provided beyond eight hours on a given day or on a Saturday will be invoiced at 1.5 times the
standard rate.Any services provided on Sunday or on a company recognized holiday will be invoiced at 2
times the standard rate.All field services will be invoiced a 4-hour minimum and in one-hour increments
thereafter.A 2-hour minimum charge will be applied if field services are cancelled on the same day that they
were scheduled to be provided.All service fees will be due within 30 days of invoicing.
We understand that this project is a California State prevailing wage job and that standard prevailing wage
rates for inspectors and technicians apply.We reserve the right to revise our rates should the applicable
prevailing wage rates change between the time this proposal was prepared and the work contracted.We are
registered in the DIR as a public works contractor in compliance with SB 854.Although the DIR has
indicated that inspection is an apprenticable trade and the DAS has indicated that local training is available, it
has been our experience that the local approved apprenticeship training organization will likely not provide
apprentices for this project.If they do provide apprentices for training on this project, our inspection hours
would need to be increased by 20% to include the apprentice time at $90 per hour.
STAFF REPORT
TYPE MEETING: Regular Board
MEETING DATE: August 13, 2015
SUBMITTED BY:
Jeff Marchioro
Senior Civil Engineer
Bob Kennedy
Engineering Manager
PROJECT: P2541-
001102
R2110-
001102
DIV. NO.
DIV. NO.
2
1
APPROVED BY:
Rod Posada, Chief, Engineering
German Alvarez, Assistant General Manager
Mark Watton, General Manager
SUBJECT: Award of a Construction Contract to CCL Contracting, Inc. for
the 624 Pressure Zone Pressure Reducing Stations and 944-1R
Pressure Reducing Station No. 3 Improvements Projects
GENERAL MANAGER’S RECOMMENDATION:
That the Otay Water District (District) Board of Directors (Board)
award a construction contract to CCL Contracting, Inc. (CCL) and to
authorize the General Manager to execute an agreement with CCL for
the 624 Pressure Zone Pressure Reducing Stations (PRSs) and 944-1R
PRS No. 3 Improvements Projects in an amount not-to-exceed $455,209
(see Exhibit A for Project locations).
COMMITTEE ACTION:
Please see Attachment A.
PURPOSE:
To obtain Board authorization for the General Manager to enter into a
construction contract with CCL in an amount not-to-exceed $455,209
for the 624 Pressure Zone PRSs and 944-1R PRS No. 3 Improvements
Projects.
2
ANALYSIS:
CIP P2541 improvements will provide two (2) PRSs feeding the 485
Pressure Zone and 458 Pressure Zones from the 624 Pressure Zone
(Terra Nova Drive 624/485 PRS and Sequoia Street 624/458 PRS,
respectively) to improve fire flow and enhance system reliability.
Both PRSs will be manually operated. The Terra Nova Drive 624/485
PRS will be needed in the event that an 18-inch water main in East H
Street will be shut down. The Sequoia Street 624/458 PRS will be
needed in the event that a 12-inch water main in Brandywine Avenue
between Sequoia Street and Olympic Parkway will be shut down.
CIP R2110 improvements include retrofit of an existing PRS vault
(944-1R PRS No. 3) with a sump pump, ventilation system, and hatch
drain improvements to mitigate water intrusion.
District staff prepared the bid documents in-house. Mayer
Reprographics (Mayer) distributed the bid documents electronically
through Mayer’s online plan room. The Project was advertised for bid
on April 28, 2015 on the District’s website and several other
publications including the San Diego Daily Transcript. A Pre-Bid
Meeting was held on May 7, 2015, which was attended by two (2)
contractors. One addendum was sent out to all bidders and plan
houses on May 12, 2015 to address questions asked during the bidding
period. Bids were publicly opened on May 21, 2015, with the
following results:
CONTRACTOR TOTAL BID AMOUNT
1. CCL Contracting, Inc.
Escondido, CA $455,209
2. Transtar Pipeline, Inc.
San Diego, CA $470,855
3. Wier Construction Corporation
Escondido, CA $491,090
4. C.E. Wilson Corporation
Spring Valley, CA $577,563
The Engineer's Estimate is $400,000.
The evaluation process included reviewing all bids submitted for
conformance to the contract documents. The lowest bidder, CCL,
submitted a responsible bid and holds a Class A Contractor’s License
which expires on August 31, 2015 (staff will reconfirm that CCL’s
license is still valid at the time of award). Staff checked the
references provided with CCL’s bid indicating a good performance
record on similar past projects. The proposed Project Manager has
3
experience throughout southern California on similar projects and
received good references. A background search of the company was
performed on the internet and revealed no outstanding issues. CCL
submitted the Company Background and Company Safety Questionnaires as
required by the Contract Documents. CCL has previously worked with
the District on the 36-inch Jamacha Pipeline Project.
Staff verified that the bid bond provided by Liberty Mutual Insurance
Company is valid. Once CCL signs the contract, they will furnish the
performance bond and labor and materials bond. Staff will verify
both bonds prior to executing the contract.
The CIP P2541 portion of the Project was previously bid May 22, 2014;
however, all bids were rejected because there was little interest,
especially from contractors that have successfully completed similar
work for the District (e.g., Arietta, Basile, Cass, CCL, LH Woods,
NEWest, TC Construction). Even though the design for P2451 has not
been changed since it was bid a year ago, the current low bid is
$47,855 higher compared to the previous low bid due to fluctuations
in the bidding climate. The following table summarizes May 2014 and
2015 bids for CIP P2541:
CONTRACTOR P2541 BID AMOUNT
May 2014 May 2015 Difference
CCL Did not
bid $426,909 -
Transtar Pipeline, Inc. $399,220 $427,255 +$28,035
Wier Construction $529,401 $469,010 -$60,391
C.E. Wilson Corporation Did not
bid $535,023 -
Blue Pacific Engineering
& Construction $379,054 Did not
bid -
Piperin Corporation $385,715 Did not
bid -
Cora Constructors, Inc. $498,870 Did not
bid -
FISCAL IMPACT: Joe Beachem, Chief Financial Officer
The total budgets for CIPs P2541 and R2110, as approved in the FY
2016 budget, are $750,000 and $200,000, respectively. Total
expenditures, plus outstanding commitments and forecast including
this contract, are $749,771 and $126,741, respectively.
4
Based on a review of the financial budget, the Project Manager
anticipates that the budgets for CIPs P2541 and R2110 are sufficient
to support the Projects. See Attachments B and C for Budget Details.
The Finance Department has determined that, under the current rate
model, for CIPs P2541 and R2110, 100% of the funding will be
available from the Betterment Fund.
STRATEGIC GOAL:
These Projects support the District’s Mission statement, “To provide
high value water and wastewater services to the customers of the Otay
Water District in a professional, effective, and efficient manner”
and the General Manager’s Vision, “A District that is at the
forefront in innovations to provide water services at affordable
rates, with a reputation for outstanding customer service.”
LEGAL IMPACT:
None.
JM/BK:mlc
P:\WORKING\CIP P2541 - 624 Pressure Zone PRSs\Staff Reports\BD-08-13-15, Staff Report, 624 PRSs & 944-1R
PRS3 Const Award, (JM-BK).docx
Attachments: Attachment A – Committee Action
Attachment B – Budget Detail P2541
Attachment C – Budget Detail R2110
Exhibit A – Location Map
ATTACHMENT A
SUBJECT/PROJECT:
P2541-001102
R2110-001102
Award of a Construction Contract to CCL Contracting, Inc.
for 624 Pressure Zone Pressure Reducing Stations and 944-1R
Pressure Reducing Station No. 3 Improvements Projects
COMMITTEE ACTION:
The Engineering, Operations, and Water Resources Committee (Committee)
reviewed this item at a meeting held on July 22, 2015. The Committee
supported Staff's recommendation.
NOTE:
The “Committee Action” is written in anticipation of the Committee
moving the item forward for Board approval. This report will be sent
to the Board as a Committee approved item, or modified to reflect any
discussion or changes as directed from the Committee prior to
presentation to the full Board.
ATTACHMENT B – Budget Detail P2541
SUBJECT/PROJECT:
P2541-001102
R2110-001102
Award of a Construction Contract to CCL Contracting, Inc.
for 624 Pressure Zone Pressure Reducing Stations and 944-1R
Pressure Reducing Station No. 3 Improvements Projects
Date Updated: 5/21/2015
Budget
750,000
Planning
Regulatory Agency Fees 51 51 - 51 PETTY CASH CUSTODIAN
Standard Salaries 1,985 1,985 - 1,985
Total Planning 2,036 2,036 - 2,036
Design 001102
Consultant Contracts 10,462 10,462 - 10,462 SOUTHERN CALIFORNIA SOIL
680 680 - 680 AEGIS ENGINEERING MGMT INC
7,868 7,868 - 7,868 AIRX UTILITY SURVEYORS INC
9,360 9,360 - 9,360 BSE ENGINEERING INC
7,200 7,200 - 7,200 DARNELL & ASSOCIATES INC
4,939 4,939 - 4,939 HDR ENGINEERING INC
5,000 5,000 - 5,000 MICHAEL D KEAGY REAL ESTATE
7,912 7,912 - 7,912 NARASIMHAN CONSULTING SERVICES
Professional Legal Fees 300 300 - 300 STUTZ ARTIANO SHINOFF
Regulatory Agency Fees 650 650 - 650 CITY OF CHULA VISTA
Service Contracts 157 157 - 157 SAN DIEGO DAILY TRANSCRIPT
1,300 1,300 - 1,300 SOUTHERN PACIFIC TITLE CO
4,830 - 4,830 4,830 UNDERGROUND SOLUTIONS INC
4,055 4,055 - 4,055 US BANK
3,452 1,952 1,500 3,452 MAYER REPROGRAPHICS INC
Settlements 3,100 3,100 - 3,100 ROBINHOOD POINT HOMEOWNERS
Standard Salaries 154,562 153,062 1,500 154,562
Total Design 225,826 217,996 7,830 225,826
Construction
426,909 - 426,909 426,909 CCL CONTRACTING INC.
35,000 - 35,000 35,000 CM & Inspection
35,000 - 35,000 35,000 Staff time
25,000 - 25,000 25,000 Contingency
Total Construction 521,909 - 521,909 521,909
Grand Total 749,771 220,032 529,739 749,771
Vendor/Comments
Otay Water District
p2541-624 Pressure Zone PRSs
CommittedExpenditures
Outstanding
Commitment &
Forecast
Projected Final
Cost
ATTACHMENT C – Budget Detail R2110
SUBJECT/PROJECT:
P2541-001102
R2110-001102
Award of a Construction Contract to CCL Contracting, Inc.
for 624 Pressure Zone Pressure Reducing Stations and 944-1R
Pressure Reducing Station No. 3 Improvements Projects
Date Updated: 5/21/2015
Budget
200,000
Planning
For Ops Only - Contracted Services 3,010 3,010 - 3,010 KIRK PAVING INC
495 495 - 495 CITY OF CHULA VISTA
146 146 - 146 US BANK
Union 3 Part 62,722 62,722 - 62,722
Total Planning 66,373 66,373 - 66,373
Design 001102
Service Contracts 2,141 641 1,500 2,141 MAYER REPROGRAPHICS INC
51 51 - 51 SAN DIEGO DAILY TRANSCRIPT
Standard Salaries 13,294 11,794 1,500 13,294
Total Design 15,486 12,486 3,000 15,486
Construction
INFRASTRUCTURE EQUIPMENT & MATERIALS 1,582 1,582 - 1,582 FERGUSON WATERWORKS # 1083
28,300 - 28,300 28,300 CCL CONTRACTING INC.
5,000 - 5,000 5,000 CM & Inspection
5,000 - 5,000 5,000 Staff time
5,000 - 5,000 5,000 Contingency
Total Construction 44,882 1,582 43,300 44,882
Grand Total 126,741 80,441 46,300 126,741
Vendor/Comments
Otay Water District
r2110-RecPS - 944-1R Optimization and Pressure
CommittedExpenditures
Outstanding
Commitment &
Forecast
Projected Final
Cost
STAFF REPORT
TYPE MEETING: Regular Board
MEETING DATE: August 13, 2015
SUBMITTED BY:
Stephen Beppler
Senior Civil Engineer
Bob Kennedy
Engineering Manager
PROJECT: R2109-
001102
DIV. NO.: 3
APPROVED BY:
Rod Posada, Chief, Engineering
German Alvarez, Assistant General Manager
Mark Watton, General Manager
SUBJECT: Award of a Construction Contract to Fordyce Construction, Inc.
for the Sweetwater River Trestle Improvements Project
GENERAL MANAGER’S RECOMMENDATION:
That the Otay Water District (District) Board of Directors (Board)
award a construction contract to Fordyce Construction, Inc. (Fordyce
Construction) and to authorize the General Manager to execute an
agreement with Fordyce Construction for the Sweetwater River Trestle
Improvements Project in an amount not-to-exceed $173,740.00 (see
Exhibit A for Project location).
COMMITTEE ACTION:
Please see Attachment A.
PURPOSE:
To obtain Board authorization for the General Manager to enter into a
construction contract with Fordyce Construction for the Sweetwater
River Trestle Improvements Project in an amount not-to-exceed
$173,740.00.
2
ANALYSIS:
The effluent force main from the Ralph W. Chapman Water Reclamation
Facility (RWCWRF) crosses the Sweetwater River by means of a 196-foot
span wooden trestle bridge in the San Diego National Wildlife Refuge,
approximately three quarters of a mile south of the plant. The area
is subject to wildfires which would have the potential to
significantly damage or destroy the bridge, resulting in the shutdown
of the RWCWRF as this is the only outlet from the plant.
The Project consists of installing fire protective measures to the
underside of the trestle, ensuring the structural integrity of the
bridge, and improving safety features for District personnel. The
addition of the fire shields is projected to increase the fire
resistance capacity of the trestle to beyond three hours.
The Project was advertised on May 18, 2015 on the District’s website
and several other publications including the San Diego Daily
Transcript. A non-mandatory Pre-Bid Meeting was held on June 2,
2015, which was attended by five (5) contractors, subcontractors, and
suppliers. One (1) addendum was sent out to all bidders and plan
houses to address questions and clarifications to the contract
documents during the bidding period. Bids were publicly opened on
June 18, 2015, with the following results:
CONTRACTOR TOTAL BID
AMOUNT
CORRECTED
BID AMOUNT
1 Fordyce Construction, Inc.
Santee, CA $180,018.00 $173,740.00
2 Tharsos, Inc.
La Mesa, CA $191,000.00 -
3 GEM Industrial Electric, Inc.
Lakeside, CA $247,000.00 -
4 M.A. Stevens Construction, Inc.
National City, CA $267,221.00 -
5 Beador Construction Company, Inc.
Corona, CA $299,700.00 -
6 Wier Construction Corp.
Escondido, CA $322,000.00 -
The Engineer’s Estimate is $206,000.00.
Staff reviewed the bids submitted for conformance with the contract
requirements and discovered that the Fordyce Construction Bid had an
illegible number entered for a Change to Bid Item 3 and several math
errors related to this Change. District staff, after consultation
with the District’s legal counsel and with a representative of
3
Fordyce Construction, rejected the Change amount due to the inability
to decipher the written amount clearly. The resultant Total Bid
Amount for Fordyce Construction was revised from $180,018 to
$173,740. Staff determined that Fordyce Construction was the lowest
responsive and responsible bidder. Fordyce Construction holds a
Class A Contractor’s License, which meets the contract document’s
requirements, and is valid through October 31, 2015. The reference
checks indicated an excellent performance record on similar projects.
An internet background search of the company was performed and
revealed no outstanding issues with this company. Fordyce
Construction is actively registered with the State of California’s
Department of Industrial Relations (DIR), as required by SB854.
Staff verified that the bid bond provided by Fordyce Construction is
valid. Staff will also verify that Fordyce Construction’s
Performance Bond and Labor and Materials Bond are valid prior to
execution of the contract.
Fordyce Construction is currently building the 450-1 Reservoir
Disinfection Facility (CIP R2112) for the District and the project is
on schedule and within the budget.
FISCAL IMPACT: Joe Beachem, Chief Financial Officer
The total budget for CIP R2109, as approved in the FY 2016 budget, is
$600,000.00. Total expenditures, plus outstanding commitments and
forecast, including this contract, are $339,695.04. See Attachment B
for budget detail.
Based on a review of the financial budget, the Project Manager
anticipates that the budget is sufficient to support the Project.
The Finance Department has determined that, under the current rate
model, 100% of the funding will be available from the Replacement
Fund for CIP R2109.
STRATEGIC GOAL:
This Project supports the District’s Mission statement, “To provide
high value water and wastewater services to the customers of the Otay
Water District in a professional, effective, and efficient manner”
and the General Manager’s Vision, “A District that is at the
forefront in innovations to provide water services at affordable
rates, with a reputation for outstanding customer service.”
4
LEGAL IMPACT:
None.
SB/BK:mlc
P:\WORKING\CIP R2109 Sweetwater River Trestle Bridge\Staff Reports\BD 08-13-15, Staff Report,
Sweetwater River Trestle, Award Construction To Fordyce (SB-BK-RP).Docx
Attachments: Attachment A – Committee Action
Attachment B – Budget Detail
Exhibit A – Location Map
ATTACHMENT A
SUBJECT/PROJECT:
R2109-001102 Award of a Construction Contract to Fordyce Construction,
Inc. for the Sweetwater River Trestle Improvements Project
COMMITTEE ACTION:
The Engineering, Operations, and Water Resources Committee (Committee)
reviewed this item at a meeting held on July 22, 2015. The Committee
supported Staff's recommendation.
NOTE:
The “Committee Action” is written in anticipation of the Committee
moving the item forward for Board approval. This report will be sent
to the Board as a Committee approved item, or modified to reflect any
discussion or changes as directed from the Committee prior to
presentation to the full Board.
ATTACHMENT B – Budget Detail
SUBJECT/PROJECT:
R2109-001102
Award of a Construction Contract to Fordyce Construction,
Inc. for the Sweetwater River Trestle Improvements Project
5Project
Level Title1 Committed Expenditures Outstanding
Commitment
Projected Final
Cost
Vendor
Professional
Legal Fees
$50.41 $50.41 $0.00 $50.41 STUTZ ARTIANO SHINOFF
Standard Salaries $39,119.43 $39,119.43 $0.00 $39,119.43
Total $39,169.84 $39,169.84 $0.00 $39,169.84
$17,390.00 $16,366.88 $1,023.12 $17,390.00 PSOMAS
$26,790.00 $26,790.00 $0.00 $26,790.00 SIMON WONG ENGINEERING
$1,296.00 $437.50 $858.50 $1,296.00 MAYER REPROGRAPHICS INC
$249.50 $249.50 $0.00 $249.50 SAN DIEGO DAILY TRANSCRIPT
Standard Salaries $33,567.70 $33,567.70 $0.00 $33,567.70
Total $79,293.20 $77,411.58 $1,881.62 $79,293.20
Consultant
Contracts
$20,000.00 $750.00 $19,250.00 $20,000.00 ALYSON CONSULTING
$2,492.00 $0.00 $2,492.00 $2,492.00 PSOMAS
$173,740.00 $0.00 $173,740.00 $173,740.00 FORDYCE CONSTRUCTION
Standard Salaries $25,000.00 $1,136.92 $23,863.08 $25,000.00
Total $221,232.00 $1,886.92 $219,345.08 $221,232.00
Budget $600,000.00
Total $339,695.04 $118,468.34 $221,226.70 $339,695.04
Project Budget Detail
R2109-Sweetwater River Wooden Trestle Improvement
1/1/2006 - 7/9/2015
Planning
Design Consultant
Contracts
Service Contracts
Construction
STAFF REPORT
TYPE MEETING: Regular Board
MEETING DATE: August 13, 2015
SUBMITTED BY:
Lisa Coburn-Boyd
Environmental Compliance
Specialist
Bob Kennedy
Engineering Manager
PROJECT: P1210-
001101
DIV. NO. ALL
APPROVED BY:
Rod Posada, Chief, Engineering
German Alvarez, Assistant General Manager
Mark Watton, General Manager
SUBJECT: Award of a Professional Engineering Services Contract for the
2015 Urban Water Management Plan Update to CH2M.
GENERAL MANAGER’S RECOMMENDATION:
That the Otay Water District (District) Board of Directors (Board)
award a professional services contract to CH2M and to authorize the
General Manager to execute an agreement with CH2M for the 2015 Urban
Water Management Plan Update in an amount not-to-exceed $49,839.
COMMITTEE ACTION:
Please see Attachment A.
PURPOSE:
To obtain Board authorization for the General Manager to enter into a
professional engineering services contract with CH2M for the 2015
Urban Water Management Plan Update (2015 UWMP Update) in an amount
not-to-exceed $49,839.
2
ANALYSIS:
The District requires the services of an engineering planning firm
(Consultant) to provide professional engineering services as part of
the District’s Urban Water Management Plan (UWMP) Update for 2015
(Capital Improvement Plan Number P1210).
The Urban Water Management Planning Act requires that every urban
water supplier that provides water to 3,000 or more customers, or
that provides over 3,000 acre-feet of water annually, develop an UWMP
every five years and submit the plan to the Department of Water
Resources (DWR). An effective UWMP is prepared to ensure the
appropriate level of reliability in the District’s potable and
recycled water service sufficient to meet the needs of its customers
during normal, dry, and multiple dry years. The UWMP is also required
in order for the District to be eligible for DWR administered State
grants, loans and drought assistance. The 2015 UWMP Update will also
provide the basis for future water supply assessments which aid the
District in approving development.
As a member agency, the District will coordinate with the San Diego
County Water Authority (SDCWA) as they prepare their 2015 UWMP. The
District’s UWMP will need to incorporate information from the SDCWA
UWMP in the preparation of our 2015 UWMP Update.
It is anticipated that the final 2015 UWMP Update will be ready for
adoption by the Board in June 2016. This allows the District to meet
the July 1, 2016 deadline for the submittal of the adopted UWMP to
the DWR.
In accordance with the Board of Directors Policy Number 21, the
District initiated the consultant selection process on May 22, 2015,
by placing an advertisement in the San Diego Daily Transcript, and
posting the Project on the District’s website for Professional
Engineering Services. The advertisements attracted Letters of
Interest and Statements of Qualifications from seven (7) consulting
firms.
On June 18, 2015, proposals were received from the following five (5)
consulting firms:
1. Arcadis, Irvine, CA
2. CH2M, San Diego, CA
3. HDR Inc., San Diego, CA
4. Stetson Engineers, Inc., San Rafael, CA
5. Water Systems Consulting, Inc., San Diego, CA
3
The two firms that chose not to propose were Atkins North America,
Inc. and SA Associates.
After the proposals were evaluated and ranked by a five-member review
panel consisting of District Engineering, Finance, and Operations
staff. The panel completed the consultant ranking process and
concluded that CH2M had the best approach to the Project at the best
overall value to the District. A summary of the complete evaluation
is shown in Attachment B.
CH2M submitted the Company Background Questionnaire, as required by
the RFP, and staff did not find any significant issues. In addition,
staff checked their references and performed an internet search on
the company. Staff found the references to be excellent and did not
find any outstanding issues with the internet search.
FISCAL IMPACT: Joe Beachem, Chief Financial Officer
As a part of the Fiscal Year (FY) 2016 operating budget development
process, the total estimated budget for the Project was projected by
the Project Manager to be approximately $50,000 with total
expenditures anticipated to occur in FY 2016. The cost for the work
is $49,839.
Based on a review of the budget, the Project Manager has determined
that the approved FY 2016 budget will be sufficient to support the
UWMP Update Project.
STRATEGIC GOAL:
This Project supports the District’s Mission statement, “To provide
high value water and wastewater services to the customers of the Otay
Water District in a professional, effective, and efficient manner”
and the General Manager’s Vision, “A District that is at the
forefront in innovations to provide water services at affordable
rates, with a reputation for outstanding customer service.”
LEGAL IMPACT:
None.
LCB/BK:mlc
P:\WORKING\CIP 00210 WMP & PEIR\2015 UWMP Update\Staff Report\BD 08-13-15 Staff Report - Award 2015 UWMP
Update Contract to CH2M (LCB-BK).docx
Attachments: Attachment A – Committee Action
Attachment B – Summary of Proposal Rankings
ATTACHMENT A
SUBJECT/PROJECT:
P1210-001101
Award of a Professional Engineering Services Contract for
Production of the 2015 Urban Water Management Plan Update
to CH2M
COMMITTEE ACTION:
The Engineering, Operations, and Water Resources Committee (Committee)
reviewed this item at a meeting held on July 22, 2015. The Committee
supported Staff’s recommendation.
NOTE:
The “Committee Action” is written in anticipation of the Committee
moving the item forward for Board approval. This report will be sent
to the Board as a Committee approved item, or modified to reflect any
discussion or changes as directed from the Committee prior to
presentation to the full Board.
Qualifications of
Staff
Understanding of
Scope, Schedule
and Resources
Soundness and
Viability of
Proposed Project
Plan
INDIVIDUAL
SUBTOTAL -
WRITTEN
AVERAGE
SUBTOTAL -
WRITTEN
Proposed Fee*
Consultant's
Commitment to
DBE
TOTAL SCORE
30 25 30 85 85 15 Y/N 100
Poor/Good/
Excellent
Steve Beppler 23 23 25 71
Andrea Carey 23 22 25 70
Bob Kennedy 24 23 24 71
Dan Martin 27 22 26 75
Jake Vaclavek 27 23 26 76
Steve Beppler 28 24 28 80
Andrea Carey 26 24 27 77
Bob Kennedy 26 24 26 76
Dan Martin 28 24 29 81
Jake Vaclavek 30 24 29 83
Steve Beppler 24 23 28 75
Andrea Carey 23 22 27 72
Bob Kennedy 25 23 25 73
Dan Martin 26 22 26 74
Jake Vaclavek 26 24 29 79
Steve Beppler 25 22 24 71
Andrea Carey 26 22 23 71
Bob Kennedy 24 23 24 71
Dan Martin 24 20 24 68
Jake Vaclavek 26 23 25 74
Steve Beppler 28 23 28 79
Andrea Carey 25 23 24 72
Bob Kennedy 25 24 25 74
Dan Martin 27 24 28 79
Jake Vaclavek 27 24 27 78
Review Panel does not see or consider fee when scoring other categories. Fee is scored by the PM, who is not on Review Panel.
Consultant Proposed Fee Position Score
Arcadis $44,040 lowest 15
WSC $46,730 15
CH2M $49,839 14
HDR $51,800 14
Stetson $125,442 highest 1
SUMMARY OF PROPOSAL RANKINGS
2015 UWMP Update
Attachment B
FEE SCORING CHART
76
Y 89
88
91
1
WRITTEN
15
REFERENCES
73
79
75
Arcadis N
93Y
71
HDR
E
14
CH2M
WSC Y
MAXIMUM POINTS
Stetson N 72
15
14
P:\WORKING\CIP 00210 WMP PEIR\2015 UWMP\Staff Report\Attachment B_2015 UWMP Update_Summary of Proposal Rankings.docx
STAFF REPORT
TYPE MEETING: Regular Board
MEETING DATE: August 13, 2015
SUBMITTED BY:
Lisa Coburn-Boyd
Environmental Compliance
Specialist
Bob Kennedy
Engineering Manager
PROJECT: P2511-
001101
DIV. NO.
3 & 4
APPROVED BY:
Rod Posada, Chief, Engineering
German Alvarez, Assistant General Manager
Mark Watton, General Manager
SUBJECT: Certification of the Final Environmental Impact Report for the
North-South District Interconnection System Project
GENERAL MANAGER’S RECOMMENDATION:
That the Otay Water District (District) Board of Directors
(Board):
Certify that the Final Environmental Impact Report (FEIR) for
the District’s North-South District Interconnection System
Project (Project) has been completed in compliance with the
California Environmental Quality Act, the current State
Guidelines and the District’s Local Guidelines, and that it
reflects the independent judgment of the District.
Find that the potentially significant effects of the Project
will be avoided through the adoption of feasible mitigation
measures, as shown in the FEIR, and the Mitigation, Monitoring
and Reporting Program for the FEIR.
Approve the Findings for the Project.
2
COMMITTEE ACTION:
Please see Attachment A.
PURPOSE:
To obtain Board certification of the FEIR for the Project (see
Exhibit A for Project location).
ANALYSIS:
In November 2010, the Board awarded a professional engineering
services agreement to Lee & Ro for the design of the Project.
This Project is the design of a 30-inch pipeline and associated
booster pump station that would enable the District to convey
potable water from the North District’s 640 pressure zone to the
South District’s 624 pressure zone and vice versa. The Project
would increase the District’s potable water supply flexibility
and reliability.
The scope of work for the Project included the preparation of
the necessary environmental documents. Lee & Ro hired Helix
Environmental Planning, Inc. (Helix) as their sub-consultant for
this task. Helix prepared a draft Environmental Impact Report
(EIR) which analyzed the impact of the Project on air quality,
biological and cultural resources, geology and soils, greenhouse
gas emissions, hazards and hazardous materials, hydrology and
water quality, noise and traffic and transportation.
The draft EIR was submitted for a 45-day public review period on
June 12, 2013 and ten (10) comment letters were received from
state and local agencies, organizations, and individuals. Helix
and the District prepared responses to these letters and
comments have been incorporated into the EIR. The comment
letters and responses are included in the FEIR which also
includes the revised draft EIR.
Staff had previously begun the certification process for the
FEIR in January 2015 and brought the certification staff report
to the Engineering, Operations and Water Resources Committee
(Committee) meeting on January 20, 2015. The Committee
recommended that the Board approve the certification.
(Attachment B). However, during the period of time between the
Committee meeting and the Board meeting, Caltrans sent notice to
the District that they would not be able to sell the parcels
that were identified in the EIR as the preferred site for the
pump station to the District. The staff report was pulled
3
before the Board meeting so that District staff could analyze
whether any of the other alternative parcels described in the
EIR would be appropriate for the pump station site. In early
June 2015, Caltrans notified the District that they would be
able to sell the preferred pump station site parcels to the
District and that decision made it possible for the
certification of the EIR to proceed.
FISCAL IMPACT: Joe Beachem, Chief Financial Officer
No fiscal impact.
STRATEGIC GOAL:
This Project supports the District’s Mission statement, “To
provide high value water and wastewater services to the
customers of the Otay Water District in a professional,
effective, and efficient manner” and the General Manager’s
Vision, “A District that is at the forefront in innovations to
provide water services at affordable rates, with a reputation
for outstanding customer service.”
LEGAL IMPACT:
No legal impact is anticipated. However, in compliance with the
California Environmental Quality Act process, the FEIR will have
the normal 30-day legal challenge period once recorded with the
County of San Diego.
LC-B/BK:mlc
P:\WORKING\CIP P2511-North-South District Intertie\Staff Reports\BD 08-13-15, Staff Report, North-South
Interconnect FEIR.docx
Attachments: Exhibit A – Project Location
Attachment A – Committee Action
Attachment B – BD 02-14-15, Staff Report &
Committee Notes
Attachment C – Final EIR, MMRP & Findings
S W E E T W A T E R A U T H O R I T Y
O T A Y W A T E R D I S T R I C T
O W D
S W A!V!V
H S t
State Hwy 125
Sou
t
h
Ba
y
E
xp
y
Bay Fwy
OtayLakesRd
San Miguel Rd
Bonita Rd
Elevado
StateHwy54
C e n t r a l A v e
C
o
rralCanyonRd
ProctorValley R d
S w e e t w aterRd
QuarryRd
G otha m St
Acacia Ave
C
o
u
n
t
r
y
Trl
Ti
m
S
t
Paradise V all e y Rd
P
al
m
D
r
Mojave
L
orett
a
W
o
r
t
h
i
n
gton
S
t
P r a y St
P ark b r o o k S t
Degen Dr
C
a
n
y
o
n
DrRanchodelRayPkwy
MountMiguelRd
C
o
n
d
u
it
R
d Jonel Way
Co u n t r y V i s ta sLn
Noeline A v e
laMarina
Go o deSt
S
y
l
v
i
a
S
t
Broo k h a v enRd
D
a
w
s
o
n
i
a
S
t
Driveway
P a r k D r
Lakeview Ave
Rosal
San Carlos St
E
xit 8
Chateau Ct
A ll e y
R i d g e b ackRd
U n namedStreet
Mt
Miguel
Rd
Redlands
P
l
Wi
ld
Oats
L
n
W
in
n
etk
a D
r
Eastl ak e Pkwy
laQuinta
Crestview Dr
Point Dr
Lakeshor e Dr
Zinfandel Ter
Hills i deDr
Nilo Way
ElkeltonPl
D
a
ir
y
R
d
Versailles Rd
P
ad
era
Wa
y
Casa B o nita
Dr
Loping Ln
Windy Way
S outh BayExpy
S
t
a
t
e
H
w
y
125
Driveway
H S t
OTAY WATER DISTRICTNORTH / SOUTH DISTRICT INTERCONNECTION SYSTEMPROPOSED PUMP STATION AND PIPELINE ALIGNMENT CIP # P2511
EXHIBIT A
AäH
?pE
SWEETWATERRESERVOIR
F
P:\WORKING\CIP P2511-North-South District Intertie\Graphics\Exhibits-Figures\Exhibit A.mxd
LA MESA
EL CAJON
CHULAVISTA
OTAYMESA
DIV. 1
DIV. 2
DIV. 3
DIV. 5
DIV. 4
M E XI CO
VICINITY MAP
PROJECTSITE
AäH
Legend
!V!VProposed Pump Station
Proposed Pipeline Alignment
Alternative Alignment
Preferred Alignment
OWD Boundary
Division 1
Division 2
Division 3
Division 4
Division 5
SWEETWATERAUTHORITY
ATTACHMENT A
SUBJECT/PROJECT:
P2511-001101
Certification of the Final Environmental Impact Report for
the North-South District Interconnection System Project
COMMITTEE ACTION:
The Engineering, Operations, and Water Resources Committee
(Committee) reviewed this item at a meeting held on July 22, 2015.
The Committee supported Staff's recommendation.
NOTE:
The “Committee Action” is written in anticipation of the Committee
moving the item forward for Board approval. This report will be sent
to the Board as a Committee approved item, or modified to reflect any
discussion or changes as directed from the Committee prior to
presentation to the full Board.
ATTACHMENT B
STAFF REPORT
TYPE MEETING: Regular Board
MEETING DATE: February 4,2015
SUBMITTED BY:
Lisa Coburn-Boyd
Environmental Compliance
Specialist
Bob Kennedy
Engineering Manager
PROJECT: P2511-
001101
DIV. NO.
3,4
APPROVED BY:
Rod Posada, Chief, Engineering
German Alvarez, Assistant General Manager
Mark Watton, General Manager
SUBJECT: Certification of the Final Environmental Impact Report for the
North-South District Interconnection System Project
GENERAL MANAGER’S RECOMMENDATION:
That the Otay Water District (District) Board of Directors
(Board)certify that the Final Environmental Impact Report (FEIR)
for the District’s North-South District Interconnection System
Project has been completed in compliance with the California
Environmental Quality Act, the current State Guidelines, and the
District’s local Guidelines, and that it reflects the
independent judgment of the District.
COMMITTEE ACTION:
Please see Attachment A.
PURPOSE:
To obtain Board certification of the FEIR for the Otay Water
District’s North-South District Interconnection System Project
(see Exhibit A for Project location).
ANALYSIS:
In November 2010, the Board awarded a professional engineering
services agreement to Lee & Ro for the design of the North-South
Interconnection Project. This Project is the design of a 30-
inch pipeline and associated booster pump station that would
enable the District to convey potable water from the North
District’s 640 pressure zone to the South District’s 624
pressure zone and vice versa. The Project would increase the
District’s potable water supply flexibility and reliability.
The scope of work for the Project included the preparation of
the necessary environmental documents and Lee & Ro hired Helix
Environmental Planning, Inc. (Helix) as their sub-consultant for
this task. Helix prepared a draft Environmental Impact Report
which analyzed the impact of the Project on air quality,
biological and cultural resources, geology & soils, greenhouse
gas emissions, hazards & hazardous materials, hydrology & water
quality, noise and traffic & transportation.
The draft EIR was submitted for a 45-day public review period on
June 12, 2013 and ten comment letters were received from state
and local agencies, organizations, and individuals. Helix and
the District prepared responses to these letters and comments
have been incorporated into the EIR. The comment letters and
responses are included in the FEIR which also includes the
revised draft EIR.
Staff is asking that the Board certify the FEIR, but is not
requesting approval of the Project or adoption of Project
findings. These will be brought to the Board when construction
of the pipeline and pump station is scheduled to move forward.
Staff will also ask for approval of the Mitigation, Monitoring
and Reporting Program for the selected pipeline alignment and
pump station at that time. Construction is expected to start
sometime around Fiscal Year 2020.
FISCAL IMPACT: Joe Beachem, Chief Financial Officer
No fiscal impact.
STRATEGIC GOAL:
This Project supports the District’s Mission statement, “To
provide high value water and wastewater services to the
customers of the Otay Water District in a professional,
effective, and efficient manner” and the General Manager’s
Vision, “A District that is at the forefront in innovations to
provide water services at affordable rates, with a reputation
for outstanding customer service.”
LEGAL IMPACT:
No legal impact is anticipated. However, in compliance with the
California Environmental Quality Act process, the FEIR will have
the normal 30-day legal challenge period once recorded with the
County of San Diego.
LC-B/BK:jf
P:\WORKING\CIP P2511-North-South District Intertie\Staff Reports\BD 02-04-15, Staff Report, North-South
Interconnect FEIR.docx
Attachments: Exhibit A – Project Location
Attachment A – Committee Action
Attachment B – Final EIR
ATTACHMENT A
SUBJECT/PROJECT:
P2511-001101
Certification of the Final Environmental Impact Report for
the North-South District Interconnection System Project
COMMITTEE ACTION:
The Engineering, Operations, and Water Resources Committee (Committee)
reviewed this item at a meeting held on January 20, 2015, and the
following comments were made:
Staff recommended that the Board certify that the Final
Environmental Impact Report (FEIR) for the District’s North-South
District Interconnection System Project has been completed in
compliance with the California Environmental Quality Act, the
current State Guidelines, and the District’s local Guidelines,
and that it reflects the independent judgment of the District.
Staff stated that the North-South Interconnection System Project
consists of a 30-inch pipeline and an associated booster pump
station that would enable the District to move potable water
between the District’s North and South Districts. It was noted
that the Project would increase the District’s potable water
supply flexibility and reliability.
It was indicated that in 2010, the District hired Lee & Ro as the
engineering design firm for the Project and Lee & Ro’s
environmental sub consultant is Helix Environmental Planning.
Helix prepared the draft Environmental Impact Report (EIR) for
the Project which analyzes the impact of the Project on air
quality, biological and cultural resources, geology and soils,
greenhouse gas emissions, hazards and hazardous materials,
hydrology and water quality, noise, and traffic, and
transportation.
Staff noted that the EIR was submitted for a 45-day public review
period and ten (10) comment letters were received from state and
local agencies, organizations and individuals. These comment
letters and their responses are included in the EIR.
Staff is asking that the committee recommend that the Board
certify the final EIR, but is not requesting approval of the
Project or adoption of Project findings at this time. Project
approval and the corresponding Project findings will be brought
to the Board when construction of the Project is scheduled to
move forward. At that time, staff will also ask for approval of
the mitigation, monitoring, and reporting program associated with
the selected pipeline alignment and pump station site.
Construction is expected to occur sometime around Fiscal Year
2020.
The Committee commented that District staff and consultants did
an excellent job at reviewing, researching alternative
alignments, and looking at potential impacts for the Project.
The Committee stated that it is a very complete report and that
staff has placed a lot of time and effort to complete the EIR. It
was indicated that staff and consultants have been working on the
EIR since Fiscal Year 2010. With that said, the Committee
recommended that this committee agenda item move forward to the
full board for consideration.
The Committee inquired if staff was concerned with public
responses/comments to the EIR. Staff stated that there are no
major concerns, but shared that the Bonita Highlands Homeowners’
Association (BHHA) did indicate that they were opposed to the
Project because of several impacts it may cause to the community.
It was indicated that staff has addressed BHHA’s concerns at
their community meetings and in addition has met with County
Supervisor Greg Cox several times to provide extensive details of
the Project. Staff noted that approximately $1 million dollars
has been spent so far including outreach efforts by staff for
this Project.
It was indicated that BHHA provided to the District alternative
routes for the Project, which District staff had considered.
However, when taking a look at it from an engineering
perspective, there were risks with some of the tunnel and pipe
jacking, as well as, environmental issues. The District
understands the BHHA’s concerns of traffic and access to their
homes, but staff believes that this Project will consist of
different phases to alleviate some of the impacts to the
community.
In response to a question by the Committee, staff indicated that
one of the route alternatives (the straight route) was not
feasible because it goes through a horse trail that has a very
narrow easement and is basically made up of dirt road. Staff
stated that going down Frisbee Street, which goes around the
horse trail, was a better route for the Project.
The Committee commented that it is very important to provide
community outreach and updates to the community as the District
moves forward with the Project. They believe that communicating
with the homeowners will help alleviate some of their concerns
about potential impacts to the community.
The Committee recommended that staff collaborate with other
agencies to ensure that their projects will not begin at the same
time as the District’s North-South District Interconnection
System Project. The goal is to avoid significant impacts that
would upset the community.
Following the discussion, the Committee supported staffs’
recommendation and presentation to the full board as a public hearing
item.
Prepared for:
Otay Water District
2554 Sweetwater Springs Boulevard
Spring Valley, CA 91978-2004
NORTH-SOUTH DISTRICTINTERCONNECTION SYSTEM PROJECT
Final Environmental Impact Report
CIP No. P2511
SCH No. 2011081048
December 2014
Prepared by:
HELIX Environmental Planning, Inc.
7578 El Cajon Boulevard, Suite 200
La Mesa, CA 91942