Loading...
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