Loading...
HomeMy WebLinkAbout09-15-14 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 MONDAY September 15, 2014 11:30 A.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 A CONSTRUCTION CONTRACT WITH OLYMPUS & ASSOCIATES, INC. FOR THE 944-1, 944-2 & 458-2 RESERVOIR INTERIOR/EXTERIOR COATINGS AND UPGRADES PROJECT IN AN AMOUNT NOT-TO-EXCEED $1,206,008 (CAM- ERON) [5 minutes] 4. APPROVE A CONSTRUCTION CONTRACT WITH RAP ENGINEERING, INC. FOR THE 870-1 RESERVOIR ACCESS ROAD PAVING PROJECT IN AN AMOUNT NOT- TO-EXCEED $207,362.02 (ALMGREN) [5 minutes] 5. APPROVE UTILITY AGREEMENT NO. 33622 WITH CALTRANS FOR ROUTES 11/125/905 CONNECTOR RAMPS BLOW OFF RELOCATION PROJECT (MAR- CHIORO) [5 minutes] 6. APPROVE A PROFESSIONAL SERVICES CONTRACT WITH PIPELINE INSPEC- TION & CONDITION ANALYSIS CORPORATION FOR INSPECTION AND CONDI- TION ASSESSMENT OF THE RALPH W. CHAPMAN WATER RECYCLING FACILI- 2 TY 14-INCH FORCE MAIN IN AN AMOUNT NOT-TO-EXCEED $302,092 (MAR- CHIORO) [5 minutes] 7. APPROVE AMENDMENT NO. 2 TO THE EXISTING CONTRACT WITH AECOM TECHNICAL SERVICES, INC. FOR THE DESIGN OF THE OTAY MESA DESALINA- TION CONVEYANCE AND DISINFECTION SYSTEM PROJECT DECREASING THE CONTRACT BY $364,774 RESULTING IN A LOWER CONTRACT AMOUNT WITH AECOM OF AN AMOUNT NOT-TO-EXCEED $3,681,932 (COBURN-BOYD) [5 minutes] 8. FISCAL YEAR-END 2014 STRATEGIC PERFORMANCE PLAN REPORT (STE- VENS) [10 minutes] 9. SAN DIEGO COUNTY WATER AUTHORITY UPDATE (WATTON) [10 minutes] 10. ADJOURNMENT BOARD MEMBERS ATTENDING: David Gonzalez, Chair Gary Croucher 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 September 12, 2014 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 September 12, 2014. /s/ Susan Cruz, District Secretary STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: October 1, 2014 SUBMITTED BY: Kevin Cameron Assistant Civil Engineer II Bob Kennedy Engineering Manager PROJECT: P2531-001103 P2532-001103 P2535-001103 DIV. NO.: 2 & 5 APPROVED BY: Rod Posada, Chief, Engineering German Alvarez, Assistant General Manager Mark Watton, General Manager SUBJECT: Award of a Construction Contract to Olympus & Associates, Inc. for the 944-1, 944-2, & 458-2 Reservoir Interior/Exterior Coatings & Upgrades Project GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) award a construction contract to Olympus & Associates, Inc. (Olympus) and to authorize the General Manager to execute a construction contract with Olympus for the 944-1, 944-2, & 458-2 Reservoir Interior/Exterior Coatings & Upgrades Project in an amount-not-to exceed $1,206,008 (see Exhibits A-1 & A-2 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 Olympus for the 944-1, 944-2, & 458-2 Reservoir Interior/Exterior Coatings & Upgrades Project in an amount- not-to exceed $1,206,008. 2 ANALYSIS: In June 2013, the District’s corrosion consultant, V&A Consulting Engineers, completed a Corrosion Control Program (CCP) that addressed the installation, maintenance, and monitoring of corrosion protection systems for the District’s steel reservoirs and buried metallic piping. The CCP included a reservoir maintenance schedule that showed the 944-1 (0.3 MG), 944-2 (3.0 MG), and the 458-2 (1.8 MG) Reservoirs were due to be recoated on both the interior and exterior surfaces. In addition to replacing the coatings of the reservoirs, structural upgrades will be added to comply with the current American Water Works Association (AWWA) and the Occupational Safety and Health Administration standards for both Federal (OSHA) and State (Cal-OSHA) levels. An external inspection of the reservoir was performed in 2008 by Utility Service Company, Inc. as part of a multiple tank investigation. An internal inspection was completed in March 5, 2014 by HDR, Inc. (HDR). The recommended coating and structural upgrades, developed with input from engineering and operations staff, are as follows: replace the twenty (20) year old coating on the interior and exterior surfaces, replace the existing level indicators, install a new fall prevention device on the interior ladder, modify anode access ports, replace all anodes, replace the roof vents, install new safety cable lanyards, and add miscellaneous tank penetrations for chlorination and sampling. These upgrades will ensure compliance with AWWA, OSHA, and Cal-OSHA requirements as well as upgrade antiquated equipment on the tank. The Project was advertised on July 23, 2014 on the District’s website and several other publications including the San Diego Daily Transcript. A Pre-Bid Meeting was held on August 7, 2014, which was attended by seven (7) contractors. Two (2) addenda were 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 August 20, 2014, with the following results: CONTRACTOR TOTAL BID AMOUNT CORRECTED BID AMOUNT 1 Olympus & Associates, Inc. Reno, NV $1,206,008.00 2 Advanced Industrial Services, Inc., Los Alamitos, CA $1,252,690.00 3 Farr Construction, Sparks, NV $1,471,771.00 $1,471,770.00 4 Blastco, Inc. Downey, CA $1,592,470.00 5 Paso Robles Tank, Inc. Laguna Hills, CA $1,609,626.00 $1,609,632.52 3 6 Abhe & Svoboda, Inc. Alpine, CA $1,946,230.00 7 Utility Service Co., Inc. Perry, GA $1,561,377.00 $2,064,763.92 The Engineer’s Estimate is $1,499,000. The 458-2 Reservoir was part of the 624-2 and 458-2 Reservoir coating project that was bid in August of 2013. On the day of the bid opening, October 29, 2013, three (3) bids were received late due to a FedEx plane arriving late into San Diego. Following District policy, the late bids were returned unopened. Also, the low bidder did not hold the proper certification, as required by the contract documents, and was considered unresponsive. Therefore, per staff’s recommendation, the Board elected to reject all bids. The 624-2 Reservoir Coating was rebid two weeks later and the 458-2 Reservoir was delayed until this fiscal year to avoid the reservoir being out of service during the summer months. The table below describes both the cost of rebidding the 624-2 and the 458-2 reservoirs and the overall savings. Name Original Bid Amount 8/29/13 458-2 Rebid 8/20/14 624-2 Rebid 10/29/13 Difference (+/-) Costs Incurred Between Bids Total Savings 458-2 $446,514 $404,100 -$42,414 $8,080 $34,334 624-2 $1,251,603 $1,199,000 -$82,603 $14,569 $68,034 Total Savings $102,368 Staff reviewed the submitted bids for conformance with the contract requirements and determined that Olympus was the lowest responsive and responsible bidder. Olympus holds a Class C-33, Painting and Decorating, Contractor’s License, which meets the contract document’s requirements, and is valid through April 30, 2016. Olympus also holds a current QP-2 certification from the Society for Protective Coatings, which was also a requirement. Four (4) references were contacted and all indicated a good performance record on similar projects. An internet background search of the company was performed and revealed no outstanding issues with this company. Staff has verified that the bid bond provided by Olympus is valid. Staff will also verify that Olympus’ Performance Bond and Labor and Materials Bond are valid prior to execution of the contract. 4 FISCAL IMPACT: Joe Beachem, Chief Financial Officer The total budget for CIP P2531, as approved in the FY 2015 budget, is $240,000. Total expenditures, plus outstanding commitments and forecast, are $239,801. See Attachment B-1 for the budget detail. The total budget for CIP P2532, as approved in the FY 2015 budget, is $950,000. Total expenditures, plus outstanding commitments and forecast, are $750,132. See Attachment B-2 for the budget detail. The total budget for CIP P2535, as approved in the FY 2015 budget, is $640,000. Total expenditures, plus outstanding commitments and forecast, are $570,634. See Attachment B-3 for the budget detail. Based on a review of the financial budget, the Project Manager anticipates that the budget is sufficient to support the Project. Finance has determined that 100% of the funding is available from the Replacement Fund for all three (3) CIP’s. 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. KC/BK:jf P:\WORKING\CIP P2531 & P2532 - 944-1 & 2 Reservoir Int-Ext Coating\Staff Reports\10-01-14, Staff Report, 944-1, 944-2, & 458-2 Reservoir Coating(KC-BK).docx Attachments: Attachment A – Committee Action Attachment B-1 – Budget Detail for P2531 Attachment B-2 – Budget Detail for P2532 Attachment B-3 – Budget Detail for P2535 Exhibit A-1 – Location Map for 944-1 & 944-2 Exhibit A-2 – Location Map for 458-2 ATTACHMENT A SUBJECT/PROJECT: P2531-001103 P2532-001103 P2535-001103 Award of a Construction Contract to Olympus & Associates, Inc. for the 944-1, 944-2, & 458-2 Reservoir Interior/ Exterior Coatings & Upgrades Project COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on September 15, 2014. 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-1 – Budget Detail for P2531 SUBJECT/PROJECT: P2531-001103 P2532-001103 P2535-001103 Award of a Construction Contract to Olympus & Associates, Inc. for the 944-1, 944-2, & 458-2 Reservoir Interior/ Exterior Coatings & Upgrades Project Date Updated: 8/21/14 Budget 240,000 Planning Standard Salaries 468 468 - 468 Consultant Contracts 3,411 3,411 - 3,411 HDR ENGINEERING INC Regulatory Agency Fees 25 25 - 25 PETTY CASH CUSTODIAN Total Planning 3,904 3,904 - 3,904 Design Standard Salaries 4,144 3,144 1,000 4,144 Service Contracts 45 45 - 45 SAN DIEGO DAILY TRANSCRIPT Construction Contracts 90 90 - 90 CLARKSON LAB & SUPPLY INC Total Design 4,279 3,279 1,000 4,279 Construction Standard Salaries 8,479 279 8,200 8,479 Construcion Contract 198,228 - 198,228 198,228 OLYMPUS & ASSOCIATES Service Contracts 7,500 - 7,500 7,500 HDR-SPECIALTY INSPECTION 5,000 - 5,000 5,000 ALYSON CONSULTING-CM Project Closeout 3,000 - 3,000 3,000 CLOSEOUT Project Contingency 9,911 - 9,411 9,411 5% CONTINGENCY Total Construction 232,118 279 231,339 231,618 Grand Total 240,301 7,462 232,339 239,801 Vendor/Comments Otay Water District P2531-944-1 Reservoir Interior/Exterior Coating Committed Expenditures Outstanding Commitment & Projected Final Cost ATTACHMENT B-2 – Budget Detail for P2532 SUBJECT/PROJECT: P2531-001103 P2532-001103 P2535-001103 Award of a Construction Contract to Olympus & Associates, Inc. for the 944-1, 944-2, & 458-2 Reservoir Interior/ Exterior Coatings & Upgrades Project Date Updated: 8/21/14 Budget 950,000 Planning Standard Salaries 468 468 - 468 Consultant Contracts 3,411 3,411 - 3,411 HDR ENGINEERING INC Regulatory Agency Fees 25 25 - 25 PETTY CASH CUSTODIAN Total Planning 3,904 3,904 - 3,904 Design Standard Salaries 8,007 6,007 2,000 8,007 Service Contracts 45 45 - 45 SAN DIEGO DAILY TRANSCRIPT Total Design 8,052 6,052 2,000 8,052 Construction Standard Salaries 60,112 112 60,000 60,112 Construcion Contract 583,680 - 583,680 583,680 OLYMPUS & ASSOCIATES Service Contracts 30,000 - 30,000 30,000 HDR-SPECIALTY INSPECTION 25,200 - 25,200 25,200 ALYSON CONSULTING-CM Project Closeout 10,000 - 10,000 10,000 CLOSEOUT Project Contingency 29,184 - 29,184 29,184 5% CONTINGENCY Total Construction 738,176 112 738,064 738,176 Grand Total 750,132 10,068 740,064 750,132 Vendor/Comments Otay Water District P2532-944-2 Reservoir Interior/Exterior Coating Committed Expenditures Outstanding Commitment & Projected Final Cost ATTACHMENT B-3 – Budget Detail for P2535 SUBJECT/PROJECT: P2531-001103 P2532-001103 P2535-001103 Award of a Construction Contract to Olympus & Associates, Inc. for the 944-1, 944-2, & 458-2 Reservoir Interior/ Exterior Coatings & Upgrades Project Date Updated: 8/21/14 Budget 640,000 Planning - - - - Total Planning - - - - Design Standard Salaries 11,581 9,581 2,000 11,581 Professional Legal Fees - - - - STUTZ ARTIANO SHINOFF Consultant Contracts 2,715 2,715 - 2,715 CSI SERVICES INC Service Contracts 4,802 4,802 - 4,802 MAYER 89 89 - 89 SAN DIEGO DAILY TRANSCRIPT Total Design 19,187 17,187 2,000 19,187 Construction Standard Salaries 53,070 3,070 50,000 53,070 Construcion Contract 424,100 - 424,100 424,100 OLYMPUS & ASSOCIATES Service Contracts 47 47 - 47 SAN DIEGO DAILY TRANSCRIPT 30,000 - 30,000 30,000 HDR-SPECIALTY INSPECTION 13,000 - 13,000 13,000 ALYSON CONSULTING-CM Regulatory Agency Fees 25 25 - 25 PETTY CASH CUSTODIAN Project Closeout 10,000 - 10,000 10,000 CLOSEOUT Project Contingency 21,205 - 21,205 21,205 5% CONTINGENCY Total Construction 551,447 3,142 548,305 551,447 Grand Total 570,634 20,329 550,305 570,634 Vendor/Comments Otay Water District P2535-458-2 Reservoir Interior/Exterior Coating Committed Expenditures Outstanding Commitment & Projected Final Cost OTAY WATER DISTRICT 944-1 & 944-2 Reservoirs Exterior/Interior Coating ProjectLocation Map EXHIBIT A-1 CIP P2531CIP P2532 F P:\\WORKING\CIP P2531 & P2532 - 944-1 & 2 Reservoir Int-Ext Coating\Graphics\Exhibits-figures\Reservoir Location Map Exhibit 33 33 33 33 33 33 33 !\ VICINITY MAP PROJECT SITE NTSDIV 5 DIV 1 DIV 2 DIV 4 DIV 3 ?ò Aä%&s ?p ?Ë F 0 200100 Feet VISTA DIEGO RD SR-94 CAMPO RD944-1Tank0.5 MG Steel Reservoir 944-2 Tank0.5 MG Steel Reservoir "Cé ¹r $R $R $R ¹r ¹r $R ¹r ¹r B r a n d y w i n e A v e O l y m p i c P k w y Morro Point Dr W P o i n t D r Point Barrow Dr Point la Jolla Dr P o i n t D e f i a n c e C t Laguna Point Ct Malibu Point Ct Diablo Point Ct San Pedro Point Ct O l y m p i c P k w y 066065 ! VICINITY MAP PROJECT SITE NTS ?ò Aä ?Ë ;&s DIV 5 DIV 1 DIV 2 DIV 4 DIV 3 ?p F P:\WORKING\CIP P2493 & P2535 624-2 & 458-2 Reservoir Coating\Graphics\Exhibits-Figures\458-2 Location.mxd OTAY WATER DISTRICT458-2 Reservoir Interior/ExteriorCoating and Upgrades EXHIBIT A-2 CIP P2535F 458-2 Tank1.75 MG Steel Reservoir STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: October 1, 2014 SUBMITTED BY: Howard Almgren Senior Civil Engineer Bob Kennedy Engineering Manager PROJECT: P2515-001103 DIV. NO.: 2 APPROVED BY: Rod Posada, Chief, Engineering German Alvarez, Assistant General Manager Mark Watton, General Manager SUBJECT: Award of a Construction Contract to RAP Engineering, Inc. for the 870-1 Reservoir Access Paving Project GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) award a construction contract to RAP Engineering, Inc. (RAP Engineering) and to authorize the General Manager to execute an agreement with RAP Engineering for the 870-1 Reservoir Access Road Paving Project in an amount-not-to exceed $207,362.02 (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 RAP Engineering for the 870-1 Reservoir Access Road Project in an amount-not-to exceed $207,362.02. 2 ANALYSIS: The 870-1 Reservoir is a 10.98 million gallon reservoir in Otay Mesa near the end of Alta Road (see Exhibit A for Project location). The reservoir receives a daily inspection to observe its general condition. Regular maintenance activities or operation are necessary and the existing perimeter dirt road is difficult to travel on any day but can be very difficult during rainy days. The perimeter dirt road, approximately 2,100-feet in length, is in need of repair and the roll gate at the site entrance needs to be replaced. The new road will be 12-feet wide, paved with asphalt concrete on imported crushed aggregate base. The road will also include a “staging” area or vehicle turn around at the reservoir entrance to facilitate future maintenance projects. The Project was advertised on July 18, 2014 on the District’s website and several other publications including the San Diego Daily Transcript. A Pre-Bid Meeting was held on July 29, 2014, which was attended by seven (7) contractors. 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 August 19, 2014, with the following results: CONTRACTOR TOTAL BID AMOUNT 1 RAP Engineering, Inc. Vista, CA $207,362.02 2 A.M. Ortega G.E.C., Inc. Lakeside, CA $210,423.97 3 LC Paving & Sealing, Inc. San Marcos, CA $223,401.00 4 Portillo Concrete, Inc. Lemon Grove, CA $225,614.00 5 TC Construction Co. Santee, CA $226,310.00 6 A.B. Hashmi, Inc. San Diego, CA $238,915.00 7 SRM Contracting & Paving San Diego, CA $246,500.00 8 Kirk Paving, Inc. Lakeside, CA $248,316.00 9 Visionary Construction & Consulting, Inc. Escondido, CA $267,881.82 10 Ramona Paving and Construction Corp. Ramona, CA $284,785.00 The Engineer’s Estimate is $250,000. 3 Three (3) bids were received and were determined to be non- responsive. They were from Miller Paving Corporation, Spring Valley, CA,(incomplete bid); Koch-Armstrong General Engineering, Inc., Lakeside, CA, (Addendum No. 1 not acknowledged in bid); and Eagle Paving Company, Inc., Poway, CA (bid bond not included in bid). Staff reviewed the bids submitted for conformance with the contract requirements and determined that RAP Engineering was the lowest responsive and responsible bidder. RAP Engineering holds a Class A, General Engineering, Contractor’s License, which meets the contract document’s requirements, and is valid through June 30, 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. RAP Engineering previously worked with the District’s Operations Department on one previous project and completed the work within budget and on schedule. Staff verified that the bid bond provided by RAP Engineering is valid. Staff will also verify that RAP Engineering Performance Bond and Labor and Materials Bond are valid prior to execution of the contract. FISCAL IMPACT: Joe Beachem, Chief Financial Officer The total budget for CIP P2515, as approved in the FY 2015 budget, is $550,000. Total expenditures, plus outstanding commitments and forecast, are $435,553.06. See Attachment B for the budget detail for CIP P2515. Based on a review of the financial budget, the Project Manager anticipates that the budget is sufficient to support the Project. Finance has determined that 100% of the funding is available from the Replacement Fund for CIP P2515. 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. HA/BK:jf P:\WORKING\CIP P2515 - 870-1 Reservoir Paving\Staff Reports\BD 10-1-14\BD 10-01-14, Staff Report, 870-1 Award Construction Reservoir Access Road Paving Project To RAP (HA-BK-RP).Docx Attachments: Attachment A – Committee Action Attachment B – Budget Detail Exhibit A – Location Map ATTACHMENT A SUBJECT/PROJECT: P2515-001103 Award of a Construction Contract to RAP Engineering, Inc. for the 870-1 Reservoir Access Paving Project COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on September 15, 2014. 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: P2515-001103 Award of a Construction Contract to RAP Engineering, Inc. for the 870-1 Reservoir Access Paving Project Budget DetaiP25Project - 8/ Date Updated: 8/29/2014 Budget 550,000 Phases Equipment Distribution 350 350 - 350 Total Planning 350 350 - 350 Planning Consultant Contracts 19,890 19,890 - 19,890 JONES & STOKES ASSOCIATES INC Regulatory Agency Fees 2,231 2,231 - 2,231 COUNTY OF SAN DIEGO 50 50 - 50 PETTY CASH CUSTODIAN Service Contracts 125 125 - 125 SAN DIEGO DAILY TRANSCRIPT 115 115 - 115 THE STAR-NEWS PUBLISHING CO Standard Salaries 33,740 33,740 - 33,740 Total Planning 56,152 56,152 - 56,152 Design 001102 Consultant Contracts 7,615 7,615 - 7,615 MTGL INC 2,716 2,716 - 2,716 AIRX UTILITY SURVEYORS INC 1,425 1,425 - 1,425 ALTA LAND SURVEYING INC Service Contracts 109 109 - 109 SAN DIEGO DAILY TRANSCRIPT 2,284 2,038 246 2,284 MAYER REPROGRAPHICS INC 12 12 - 12 FIRST AMERICAN DATA TREE LLC 1,300 1,300 - 1,300 INLAND AERIAL SURVEYS INC Standard Salaries 116,485 112,485 4,000 116,485 Total Design 131,947 127,701 4,246 131,947 Construction Standard Salaries 22,774 2,774 20,000 22,774 Construction Contract 207,362 - 207,362 207,362 RAP ENGINEERING, INC. Construction Management Contract 19,200 - 19,200 19,200 ALYSON CONSULTING Total Construction 249,336 2,774 246,562 249,336 Grand Total 437,784 186,976 250,808 437,784 Vendor/Comments Otay Water District p2515-870-1 Reservoir Paving Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost 27/2014 OTAY WATER DISTRICT870-1 RESERVOIR PAVINGLOCATION MAP EXHIBIT A CIP P2515F P:\\working\CIP P2515-870-1 Reservoir Paving\Staff Reports\Exhibit A !\ VICINITY MAP PROJECT SITE NTSDIV 5 DIV 1 DIV 2 DIV 4 DIV 3 ?ò Aä%&s ?p ?Ë F 0 800400 Feet PROJECT SITE 870-1RESERVOIR EAST MESADETENTIONFACILITY 571-1RESERVOIR A LT A R O A D OTAY WATER DISTRICT BOUNDARY STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: October 1, 2014 SUBMITTED BY: Jeff Marchioro Senior Civil Engineer Bob Kennedy Engineering Manager PROJECT: P2453- 003102 DIV. NO. 2 APPROVED BY: Rod Posada, Chief, Engineering German Alvarez, Assistant General Manager Mark Watton, General Manager SUBJECT: Approve Utility Agreement No. 33622 with Caltrans for Routes 11/125/905 Connector Ramps Blow Off Relocation Project GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) authorize the General Manager to execute Utility Agreement No. 33622 with Caltrans for Routes 11/125/905 Connector Ramps Blow Off Relocation Project (see attached Exhibit A for Project location). COMMITTEE ACTION: Please see Attachment A. PURPOSE: To obtain Board authorization for the General Manager to execute Utility Agreement No. 33622 with Caltrans for Routes 11/125/905 Connector Ramps Blow Off Relocation Project. 2 ANALYSIS: The Board previously approved a separate utility agreement and a construction contract associated with the SR-11 freeway on July 13, 2013 and January 4, 2014 respectively. The attached utility agreement (Exhibit C) constitutes the second round of potable water utility relocations associated with the freeway. Caltrans required a new/separate utility agreement to comply with Caltrans’ funding requirements. The attached utility agreement includes relocation of an existing 6- inch potable water blow off to accommodate a new freeway overpass. Responding to a request from Caltrans, staff submitted a claim letter dated March 28, 2014, which was revised August 12, 2014, for the utility conflict. The District has prior and superior rights for the relocation. The total planning, design, inspection, and closeout costs incurred by the District for this relocation are estimated to be $74,000. The calculated depreciation cost for the existing blow off is $7,000. The total cost that Caltrans will reimburse the District at completion of the construction work is estimated at $67,000. Consistent with the conditions of all other utility agreements between the District and Caltrans, actual costs may not exceed 125 percent of the estimated cost in the agreement without a revised amendment being executed. The District’s relocations will be constructed through a construction contract administered by the District separately from Caltrans’ freeway construction project. Staff anticipates that the above-described relocations will be awarded for construction at the January 7, 2015 Board Meeting. The installation of the pipelines, including the tie-ins, will not adversely affect any District customers. Staff will coordinate the necessary short-term shutdowns to minimize the impact on system operations. A future Utility Agreement will be presented to the Board for future phases of the SR-11 freeway project including the future SR-11 alignment from Enrico Fermi Drive to a future Port of Entry facility and the U.S. border with Mexico. 3 FISCAL IMPACT: Joe Beachem, Chief Financial Officer The total planning, design, inspection, and closeout costs incurred by the District for this relocation are estimated to be $74,000. The calculated depreciation cost for the existing blow off is $7,000. The total net cost that Caltrans will reimburse the District at completion of the construction work is estimated at $67,000. The total budget for CIP P2453, as approved in the FY 2015 budget, is $2,250,000. Total expenditures, plus outstanding commitments and forecast, accounting for the previous agreement and the attached agreement, is $1,113,430. See Attachment B for budget detail. Based on a review of the financial budget, the Project Manager anticipates that the budget for CIP P2453 is sufficient to support the Project. Finance has determined that 100% of the funding is available from the Replacement Fund for CIP P2453. 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. JM/BK:jf P:\WORKING\CIP P2453 SR-11 Utility Relocations\Staff Reports\BD 10-01-14, Staff Report, SR-11 Utility Agreement No. 33622 with Caltrans.docx Attachments: Attachment A – Committee Action Attachment B – Budget Detail Exhibit A – Location Map Exhibit B – Caltrans signed Utility Agreement ATTACHMENT A SUBJECT/PROJECT: P2453-003102 Approve Utility Agreement No. 33622 with Caltrans for Routes 11/125/905 Connector Ramps Blow Off Relocation Project COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on September 15, 2014. 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: P2453-003102 Approve Utility Agreement No. 33622 with Caltrans for Routes 11/125/905 Connector Ramps Blow Off Relocation Project Date Updated: 8/21/2014 Budget 2,250,000 Planning/Design/Construction - Sequence 1 Standard Salaries 189,428 154,916 34,512 189,428 STAFF LABOR Consultant Contracts 80,450 61,864 18,586 80,450 ATKINS 2,763 2,763 - 2,763 V & A CONSULTING ENGINEERS 970 970 - 970 ALTA LAND SURVEYING INC 4,901 4,901 - 4,901 NARASIMHAN CONSULTING SERVICES 2,561 2,561 - 2,561 CPM PARTNERS INC 30,000 11,550 18,450 30,000 ALYSON CONSULTING Professional Legal Fees 121 121 - 121 STUTZ ARTIANO SHINOFF Service Contracts 1,382 1,382 - 1,382 US BANK 1,382 1,382 - 1,382 US BANK CORPORATE PAYMENT 2,985 2,985 - 2,985 MAYER REPROGRAPHICS INC 84 84 - 84 SAN DIEGO DAILY TRANSCRIPT Construction Contract 992,380 84,263 908,117 992,380 COFFMAN SPECIALTIES 49,619 4,435 45,184 49,619 REGENTS BANK 24,063 - 24,063 24,063 CLOSEOUT Total - Sequence 1 1,383,089 334,176 1,048,913 1,383,089 Planning/Design/Construction - 6-inch Blow Off Standard Salaries 19,000 9,483 9,517 19,000 STAFF LABOR Service Contracts 1,500 1,500 1,500 MAYER REPROGRAPHICS INC 3,500 - 3,500 3,500 ALYSON CONSULTING Construction Contract 50,000 - 50,000 50,000 CONSTRUCTION COST EST Total - 6-inch Blow Off 74,000 9,483 64,517 74,000 Grand Total 1,457,089 343,660 1,113,430 1,457,089 Reinbursement Agreements (961,521) - (961,521) (961,521) CALTRANS UTILITY AGREEMENT (285,380) (285,380) (285,380) FUTURE CALTRANS AMENDMENT (74,000) - (74,000) (74,000) CALTRANS UTILITY AGREEMENT Grand Total (1,320,901) - (1,320,901) (1,320,901) Committed Expenditures Outstanding Commitment & Projected Final Cost Vendor/Comments Vendor/Comments Otay Water District p2453-SR-11 Utility Relocations Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost ?ò Aä Sanyo Ave Otay Mesa Rd Airway Rd Piper Ranch Rd Harvest Rd Otay Mesa Rd !VICINITY MAP PROJECT SITE NTS ?ò Aä ?Ë ;&s DIV 5 DIV 1 DIV 2 DIV 4 DIV 3 ?p F P:\WORKING\CIP P2453 SR-11 Utility Relocations\Graphics\Exhibits-Figures\Exhibit A, Blowof Relocation-Location Map.mxd OTAY WATER DISTRICTPOTABLE 6-INCH BLOW OFF RELOCATIONLOCATION MAP EXHIBIT A CIP P2453F 0 650325Feet EXISTING BLOW OFF RELOCATEDBLOW OFF PROPOSEDSR-11 STATE OF CALIFORNIA  DEPARTMENT OF TRANSPORTATION Page 1 of 4 UTILITY AGREEMENT RW 13-5 (REV 6/2012) DISTRICT 11 COUNTY SD ROUTE 11 POST MILE 0.40 -0.40 PROJECT ID 1113000167 EA 288811 FEDERAL PARTICIPATION X073 (108) OWNER’S FILE NUMBER SR 11/125/905 Connector Ramps Blowoff Relocation CIP P2453 FEDERAL PARTICIPATION On the Project Yes No On the Utilities Yes No Owner Payee Data No. VC0000020910 or Form STD 204 is attached UTILITY AGREEMENT NO. 33622 DATE ______________ The State of California acting by and through the Department of Transportation, herein after called “STATE” proposes to construct northbound connectors in San Diego County, in and near San Diego at State Route (SR) -11/125/905 separation, and NAME: Otay Water District ADDRESS: 2554 Sweetwater Springs Blvd., Spring Valley, CA 91978 hereinafter called “OWNER,” owns and maintains a 6-inch potable water blowoff assembly located in the median of Otay Mesa Road within the limits of State’s project which requires relocation to accommodate STATE’s project. It is hereby mutually agreed that: I. WORK TO BE DONE: In accordance with Notice to Owner No. 33622 dated August 21, 2014, OWNER shall relocate the 6-inch potable water blowoff assembly. All work shall be performed substantially in accordance with OWNER’s SR 11/125/905 Connector Ramp Blowoff Relocation CIP P2453 approved August 19, 2014 consisting of seven sheets, a copy of which is on file in the District office of the Department of Transportation at 4050 Taylor Street, MS 310, San Diego, CA, 92110. Deviations from the OWNER’s plan described above initiated by either the STATE or the OWNER, shall be agreed upon by both parties hereto under a Revised Notice to Owner. Such Revised Notices to Owner, approved by the STATE and agreed to/acknowledged by the OWNER, will constitute an approved revision of the OWNER’s plan described above and are hereby made a part hereof. No work under said deviation shall commence prior to written execution by the OWNER of the Revised Notice to Owner. Changes in the scope of the work will require an amendment to this Agreement in addition to the Revised Notice To Owner. II. LIABILITY FOR WORK: The existing facilities are lawfully maintained in their present location and qualify for relocation at STATE expense under the provisions of Section 703 of the Streets and Highways Code. III. PERFORMANCE OF WORK: OWNER agrees to perform the herein described work with its own forces or to cause the herein described work to be performed by the OWNER’s contractor, employed by written contract on a continuing basis to perform work of this type, and to provide and furnish all necessary labor, materials, tools, and equipment required therefore, and to prosecute said work diligently to completion. Use of out-of-state personnel (or personnel requiring lodging and meal “per diem” expenses) will not be allowed without prior written authorization by STATE’s representative. Requests for such authorization must be contained in OWNER’s estimate of actual and necessary relocation costs. Accounting Form FA-1301 is to be completed and submitted for all non- State personnel travel per diem. OWNER shall include an explanation why local employee or contract labor is not considered adequate for the relocation work proposed. Per Diem expenses shall not exceed the per diem expense amounts allowed under the State’s Department of Personnel Administration travel expense guidelines. Exhibit B -----uTitiTY-A:GREEMENT-(cont-;) age2of4 RW 13-5 (REV 6/2012) ----------------------------------------------- Pursuant to Public Works Case No. 2001-059 determination by the California Department of Industrial Relations dated October 25, 2002, work performed by OWNER's contractor is a public work under the defmition of Labor Code Section 1720(a) and is therefore subject to prevailing wage requirements. OWNER shall verify compliance with this requirement in the administration of its contracts referenced above. IV. PAYMENTFORWORK: The STATE shall pay its share of the actual and necessary cost of the herein described work within 45 days after receipt of three (3) copies of OWNER's itemized bill, signed by a responsible official of OWNER's organization and prepared on OWNER's letterhead, compiled on the basis of the actual and necessary cost and expense. The OWNER shall maintain records of the actual costs incurred and charged or allocated to the project in accordance with recognized accounting principles. The OWNER's billing cost to the STATE is $74,000.00. It is understood and agreed that the STATE will not pay for any betterment or increase in capacity of OWNER's facilities in the new location and that OWNER shall give credit to the STATE for the "used life" or accrued depreciation of the replaced facilities and for the salvage value of any material or parts salvaged and retained or sold by OWNER. Not more frequently than once a month, but at least quarterly, OWNER will prepare and submit progress bills for costs incurred not to exceed OWNER's recorded costs as of the billing date less estimated credits applicable to completed work. Payment of progress bills not to exceed the amount of this Agreement may be made under the terms of this Agreement. Payment of progress bills which exceed the amount of this Agreement may be made after receipt and approval by STATE of documentation supporting the cost increase and after an Amendment to this Agreement has been . executed by the parties to this Agreement. The OWNER shall submit a final bill to the STATE within 360 days after the completion of the work described in Section I above. If the STATE has not received a final bill within 360 days after notification of completion of OWNER's work described in Section I of this Agreement, and STATE has delivered to OWNER fully executed Director's Deeds, Consents to Common Use or Joint Use Agreements, if required for OWNER's facilities, STATE will provide written notification to OWNER of its intent to close its file within 30 days and OWNER hereby acknowledges, to the extent allowed by law, that all remaining costs will be deemed to have been abandoned. If the STATE processes a fmal bill for payment more than 360 days after notification of completion of OWNER's work, payment of the late bill may be subject to allocation and/or approval by the California Transportation Commission. The fmal billing shall be in the form of an itemized statement of the total costs charged to the project, less the credits provided for in this Agreement, and less any amounts covered by progress billings. However, the STATE shall not pay fmal bills which exceed the estimated cost of this Agreement without documentation of the reason for the increase of said cost from the OWNER and approval of documentation by STATE. Except, if the fmal bill exceeds the OWNER's estimated costs solely as the result of a Revised Notice to Owner as provided for in Section, I, a copy of said Revised Notice to Owner shall suffice as documentation. In either case, payment of the amount over the estimated cost of this Agreement may be subject to allocation and/or approval by the California Transportation Commission. In any event if the final bill exceeds 125% of the estimated cost of this Agreement, an Amended Agreement shall be executed by the parties to this Agreement prior to the payment of the OWNER'S fmal bill. Any and all increases in costs that are the direct result of deviations from the work described in Section I of this Agreement shall have the prior concurrence of STATE. Detailed records from which the billing is compiled shall be retained by the OWNER for a period of three years from the date of the fmal payment and will be available for audit by State and/or Federal auditors. Owner agrees to comply with Contract Cost Principles and Procedures as set forth in 48 CFR, Chapter 1, Part 31, et seq., 23 CFR, Chapter 1, Part 645 and/or 18 CFR, Chapter 1, Parts 101, 201, et al. If a subsequent State and/or Federal audit determines payments to be unallowable, OWNER agrees to reimburse STATE upon receipt of STATE billing. Exhibit B UTILITY AGREEMENT (cont.) Page 3 of 4 RW 13-5 (REV 6/2012) UTILITY AGREEMENT NO. 33622 V. GENERAL CONDITIONS: All costs accrued by OWNER as a result of STATE's request of November 5, 2013 to review, study and or prepare relocation plans and estimates for the project associated with this Agreement may be billed pursuant to the terms and conditions of this Agreement. If STATE's project which precipitated this Agreement is canceled or modified so as to eliminate the necessity of work by OWNER, STATE will notify OWNER in writing and STATE reserves the right to terminate this Agreement by Amendment. The Amendment shall provide mutually acceptable terms and conditions for terminating the Agreement. All obligations of STATE under the terms of this Agreement are subject to the passage of the annual Budget Act by the State Legislature and the allocation of those funds by the California Transportation Commission. OWNER shall submit a Notice of Completion to the STATE within 30 days of the completion of the work described herein. It is understood that said highway is a Federal aid highway and accordingly, 23 CFR, Chapter 1, Part 645 is hereby incorporated into this Agreement. In addition, the provisions of 23 CFR 635.410, BA, are also incorporated into this agreement. The BA requirements are further specified in Moving Ahead for Progress in the 21st Century (MAP-21), section 1518; 23 CFR 635.410 requires that all manufacturing processes have occurred in the United States for steel and iron products (including the application of coatings) installed on a project receiving funding from the FHWA. OWNER understands and acknowledges that this project is subject to the requirements of the BA law (23 U.S.C., section 313) and applicable regulations, including 23 CFR 635.410 and FHWA guidance and will demonstrate BA compliance by collecting written certification(s) from the vendor(s) or by collecting written certification(s) from the manufacturer(s) (the mill test report (MTR). All documents obtained to demonstrate BA compliance will be held by the OWNER for a period of three (3) years from the date the final payment was received by the OWNER and will be made available to Caltrans or FHWA upon request. One set of copies of all documents obtained to demonstrate BA compliance will be attached to, and submitted with, the final invoice. IN WITNESS WHEREOF, the above parties have executed this Agreement the day and year above written. Exhibit B ----UTILITY AGREEMENT (cont.) RW 13-5 (REV 6/2012) Page4 of4 ~~----------------------------~-~-------------------~~~~~~~~~~~=-----!-=-=~ IN WITNESS WHEREOF, the above_ parties have executed this Agreement the_ day and_ yearabove written. By ---::-o:b~==t-=-="'-=-1==1==---­Name Title APPROVAL RECOMMENDED: Bys~~~ Name SYNDI~TTER Title Utility Coordinator Right of Way Division OWNER: OTAYWATERDISTRlCT By ------------- Name Title By -------------Name Title Date Date THISAGREEMENTSHALLNOTBEEXECUTEDBYTHESTATEOFCAL~ORNIA-DEPARTMENTOF TRANSPORTATION UNTIL FUNDS ARE CERT~IED. DO NOT WRITE BELOW-FOR ACCOUNTING PURPOSES ONLY SPECIAL DIST UNIT DESIGNATION FFY FA II .AY3l} PROJECT ID FUNDING VERIFIED: REVIEW/REQUEST FUNDING: Sign:> Sign> 8'--r.\~2~ ~~ K-\~-\'-\ Print> J Date Print> SYNDI~UTTER Date R/W Planning and Management Utility Coordinator THE ESTIMATED COST TO STATE FOR ITS SHARE OF THE ABOVE DESCRIBED WORK IS $74,000.00 CERTIFICATION OF FUNDS I hereby certify upon my own personal knowledge that budgeted funds are available for the period and purpose of the expenditure shown here. ~ --(1,.... ......... _ p.;;o., --r7J ..._... n Planning and Management ITEM CHAP STAT F¥ ~6·~:ff10· :;..J ;)..{) /:J.... Jfo/13 Distribution: 2 originals to RJW Accounting 1 original to Utility Owner 1 original to Utility File Date AMOUNT ~~ (5{)() ·lYD FUND TYPE PROJECTID AMOUNT Design Funds $ Construction Funds $ RWFunds 288819 $74,000.00 Vendor/Customer: VC00000209~\0 Address ID: ADOO$\ Exhibit B STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: October 1, 2014 SUBMITTED BY: Jeff Marchioro Senior Civil Engineer Bob Kennedy Engineering Manager PROJECT: R2116- 001101 DIV. NO. 3 APPROVED BY: Rod Posada, Chief, Engineering German Alvarez, Assistant General Manager Mark Watton, General Manager SUBJECT: Award of a Professional Services Contract for Inspection and Condition Assessment of the Ralph W. Chapman Water Recycling Facility 14-inch Force Main to Pipeline Inspection & Condition Analysis Corporation GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) award a professional services contract to Pipeline Inspection & Condition Analysis Corporation (PICA) and authorize the General Manager to execute an agreement with PICA for inspection and condition assessment of the Ralph W. Chapman Water Recycling Facility (RWCWRF) 14-inch Force Main in an amount not-to-exceed $302,092 (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 professional services contract with PICA for inspection and condition assessment of the RWCWRF 14-inch Force Main in an amount not-to- exceed $302,092. 2 ANALYSIS: The District owns and operates the RWCWRF 14-inch cement mortar lined, coal-tar epoxy coated steel force main. The 1980 era, 3.1 mile long steel force main, which has pressures up to 400 psi, conveys reclaimed water from the RWCWRF to a hydraulic structure (Junction Box) north of the Salt Creek Golf Course. At the Junction Box, the force main transitions to a gravity main and the pipe material transitions from steel to asbestos-cement pipe. The entire force main traverses an environmentally sensitive area designated as an environmental preserve. The preserve contains an active river (Sweetwater River) which drains to the Sweetwater Reservoir through very rough/steep terrain. District staff are concerned that RWCWRF chlorine residuals could shorten the force main’s life expectancy. District staff recently repaired two (2) leaks in the upper (lower pressure) portions of the steel force main. District staff also completed a traditional above- grade noise based leak detection survey in May 2014 and did not find any leaks. The District requires the services of a professional consulting firm to provide inspection and condition assessment of the 14-inch force main. In accordance with the Board of Directors Policy Number 21, the District initiated the consultant selection process on July 9, 2014, by placing an advertisement in the San Diego Daily Transcript, and posting the Project on the District’s website for Professional Consulting Services. The advertisements attracted Letters of Interest and Statements of Qualifications from four (4) consulting firms. A Pre-Proposal Meeting was held on July 29, 2014. Five (5) people representing four (4) prime consulting firms attended the meeting. On August 12, 2014, proposals were received from the following three (3) consulting firms: 1. PICA (Miami, FL) 2. Pure Technologies (San Diego, CA) 3. RBF Consulting (San Diego, CA) The firm that submitted a letter of interest, but did not propose, was Rock Solid Group located in Australia. After the written proposals were evaluated and ranked by a five- member review panel consisting of District Engineering and Operations staff, it was determined that all three (3) proposals ranked 3 sufficiently to warrant being invited to make an oral presentation and respond to questions from the panel. After conducting the interviews on August 27, 2014, the panel completed the consultant ranking process and concluded that PICA had the best approach to the Project and provided the best overall value to the District. A summary of the complete evaluation is shown in Exhibit B. As suggested in the written proposals, and confirmed during the interviews, PICA and their civil engineering sub consultant (Brown & Caldwell), was the only team that could fulfill the entire Request for Proposal (RFP) scope which required civil engineering interpretation/calculations based on remaining wall thickness of the steel pipe. Remaining wall thickness is needed to quantitatively estimate the probability of pipe failure and remaining life expectancy and also recommend improvements with cost estimates and corresponding effect on life expectancy. PICA’s inspection tool (SeeSnake®) can also pinpoint the location and size of existing defects to facilitate development of effective action plans for repairs. Pure Technologies’ inspection tool (SmartBall®) can detect active leaks, air pockets, and stress anomalies within about 10 feet accuracy; however, the SmartBall® technology could not provide remaining wall thickness of the steel pipe. Pure Technologies has other tools that can provide remaining wall thickness data, but none would be suitable for the pipe diameter associated with this effort. RBF’s team proposed closed circuit television (CCTV), an option for helium leak detection, and another option for high definition CCTV. Similar to Pure Technologies, RBF’s team could not estimate remaining wall thickness of the steel pipe. PICA submitted the Company Background Questionnaire as required by the RFP and staff did not find any outstanding 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 The total budget for CIP R2116, as approved in the FY 2015 budget, is $1,500,000. Total expenditures, plus outstanding commitments and forecast, including this contract, are $340,210. See Attachment B for budget detail. Based on a review of the financial budget, the Project Manager anticipates that the budget for CIP R2116 is sufficient to support the Project. 4 Finance has determined that 100% of the funding is available from the Betterment Fund for CIP R2116. 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. JM/BK:jf P:\WORKING\CIP R2116 - 14-Inch FM Assessment and Repair\Staff Reports\BD 10-01-14, Staff Report, 14-inch FM Inspection.docx Attachments: Attachment A – Committee Action Attachment B – Budget Detail Exhibit A – Location Map Exhibit B – Summary of Proposal Rankings ATTACHMENT A SUBJECT/PROJECT: R2116-001101 Award of a Professional Services Contract for Inspection and Condition Assessment of the Ralph W. Chapman Water Recycling Facility 14-inch Force Main to Pipeline Inspection & Condition Analysis Corporation COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on September 15, 2014. 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. 6 ATTACHMENT B – Budget Detail SUBJECT/PROJECT: R2116-001101 Award of a Professional Services Contract for Inspection and Condition Assessment of the Ralph W. Chapman Water Recycling Facility 14-inch Force Main to Pipeline Inspection & Condition Analysis Corporation Date Updated: 8/28/2014 Budget 1,500,000 Planning Standard Salaries 37,011 7,011 30,000 37,011 Consultant Contracts 302,092 - 302,092 302,092 PICA Total Planning 339,103 7,011 332,092 339,103 Design 001102 Consultant Contracts 420 420 - 420 HDR ENGINEERING INC Service Contracts 152 152 - 152 SAN DIEGO DAILY TRANSCRIPT Standard Salaries 535 535 - 535 Total Design 1,107 1,107 - 1,107 Construction - - - - Total Construction - - - - Grand Total 340,210 8,118 332,092 340,210 Vendor/Comments Otay Water District r2116-RecPL - 14-Inch, 927 Zone, Forcemain Ass Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost OTAY WATER DISTRICTINSPECTION AND CONDITION ASSESSMENTOF THE RWCWRF 14-INCH FORCE MAIN EXHIBIT A CIP R2116F P:\WORKING\CIP R2116 - 14-Inch FM Assessment and Repair\Graphics\Exhibits-Figures\Exhibit A, Location Map.mxd C A M P O R D JAMACHA SALTCREEKGOLFCOURSE JUNCTION BOX 14-INCH FORCE MAIN 12-INCH GRAVITY MAIN RALPH W. CHAPMANWATERRECYCLINGFACILITY " BLVD !\ ?Ë ?Ë J A M A C H A R D JAMACHA BLVD SWEETWATERRESERVOIR SWEETWATER RI V E R OTAY WATERDISTRICT SWEETWATERAUTHORITY VICINITY MAP PROJECT SITE NTSDIV 5 DIV 1 DIV 2 DIV 4 DIV 3 ?ò Aä%&s ?p ?Ë!\ F 0 0.50.25 Miles EXHIBIT B SUMMARY OF PROPOSAL RANKINGS Inspection and Condition Assessment of the Ralph W. Chapman Water Recycling Facility 14-Inch Force main Qualifications of Team Responsiveness and Project Understanding Technical and Management Approach INDIVIDUAL SUBTOTAL - WRITTEN AVERAGE SUBTOTAL - WRITTEN Proposed Fee* Consultant's Commitment to DBE TOTAL - WRITTEN Additional Creativity and Insight Strength of Project Manager Presentation and Communication Skills Responses to Questions INDIVIDUAL TOTAL - ORAL AVERAGE TOTAL ORAL TOTAL SCORE 30 25 30 85 85 15 Y/N Y/N 15 15 10 10 50 50 150 Poor/Good/ Excellent Dan Martin 28 24 27 79 15 14 10 10 49 Jose Martinez 25 23 27 75 14 14 10 10 48 Steve Beppler 28 22 25 75 15 14 9 10 48 Howard Almgren 25 22 25 72 13 13 8 8 42 Kevin Cameron 27 23 28 78 15 14 9 10 48 Dan Martin 27 23 20 70 10 12 6 6 34 Jose Martinez 28 19 25 72 9 12 8 7 36 Steve Beppler 25 19 23 67 9 11 7 6 33 Howard Almgren 26 18 21 65 8 10 5 5 28 Kevin Cameron 27 22 23 72 9 13 7 5 34 Dan Martin 26 23 23 72 8 14 7 7 36 Jose Martinez 25 21 22 68 10 13 7 6 36 Steve Beppler 23 18 23 64 8 9 6 6 29 Howard Almgren 26 18 20 64 7 8 8 5 28 Kevin Cameron 26 20 20 66 8 12 7 5 32 *Note: Review Panel does not see or consider proposed fee when scoring other categories. The proposed fee is scored by the PM, who is not on Review Panel. Firm PICA Pure RBF****Average of four price options ranging from $184,145 to $259,261 provided in RBF's cost proposal Fee $302,092 $144,492 $221,703 Score 1 15 8 47 32 RATES SCORING CHART* RBF 67 8 Y 75 107 124 Excellent Pure 69 15 Y 84 33 117 MAXIMUM POINTS PICA 76 1 Y 77 WRITTEN ORAL REFERENCES Y:\Board\CurBdPkg\ENGRPLAN\2015\BD 10-1-14\Award Contract for Inspection and Condition Assessment of the RWCWRF 14-Inch Force Main\Exhibit B.xls STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: October 1, 2014 SUBMITTED BY: Lisa Coburn-Boyd Environmental Compliance Specialist Bob Kennedy Engineering Manager CIP./G.F. NO: P2451- 001102 DIV. NO. ALL APPROVED BY: Rod Posada, Chief, Engineering German Alvarez, Assistant General Manager Mark Watton, General Manager SUBJECT: Amendment No. 2 to the Contract with AECOM Technical Services, Inc. for the Otay Mesa Desalination Conveyance and Disinfection System Project GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board approve Amendment No. 2 to the existing contract with AECOM Technical Services, Inc. (AECOM) for design of the Otay Mesa Desalination Conveyance and Disinfection System Project decreasing the contract by $364,774 resulting in a lower contract amount with AECOM of an amount not-to-exceed $3,681,932 (see Exhibit A for Project location). COMMITTEE ACTION: Please see Attachment A. PURPOSE: To obtain Board authorization for the General Manager to execute Amendment No. 2 with AECOM (see Exhibit B) for the Otay Mesa Desalination Conveyance and Disinfection System Project (Project) decreasing the contract by $364,774. 2 ANALYSIS: At the November 3, 2010 Board Meeting, AECOM was awarded a professional engineering services contract for the Otay Mesa Desalination Conveyance and Disinfection System Project. The contract amount approved by the Board was an amount not-to- exceed $3,910,297 to be completed by the end of Fiscal Year 2016. The District restricted AECOM’s work to miscellaneous studies until January 24, 2013 when AECOM was authorized to initiate work on the preliminary design of a large diameter pipeline 3.5 miles long, a pump station, and a disinfection facility, along with the environmental surveys and studies for CEQA/NEPA compliance. In April 2014, the Board approved an amendment to the original contract for additional environmental surveys and project management. The new contract amount, after approval of the amendment, is $4,046,706 and the completion date of the Project was extended to June 30, 2018. The environmental work for the Project has been ongoing since January 2013 and has included coordination with the State Department for the Presidential Permit (PP) application that was submitted to the State Department in November 2013. Due to the need for a PP, the State Department assumes the role of lead agency for the NEPA component of the Project’s CEQA/NEPA environmental analysis. The State Department must comply with the regulations of the Council for Environmental Quality which has very specific Conflict of Interest guidelines. These guidelines state that there can’t be any suggestion of financial interest in the construction of the project by the firm that is completing the project’s environmental work. The original contract with AECOM includes construction services support for the Project and the State Department sees this as a potential conflict of interest. Therefore, this amendment of the original contract will remove the construction services component, resulting in a decrease of the contract amount by $364,774. There will not be a change in the contract completion date for the Project, which remains at June 30, 2018. Since the construction services support will not be able to be provided by AECOM, the District will add these services to the scope of work for the Construction Management of the project. FISCAL IMPACT: Joe Beachem, Chief Financial Officer The total budget for CIP P2451, as approved in the FY 2015 budget, is $30,000,000. Total expenditures, plus outstanding 3 commitments and forecast, including this contract, are $6,066,535.61. 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 this Project. Finance has determined that 40% of the funding is available from the Expansion Fund and 60% of the funding will be available from the Betterment Fund for CIP P2451. 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/RP:jf P:\WORKING\CIP P2451 Desalination Feasibility Study\Staff Reports\Board 10-01-14\BD 10-01-14, Staff Report, AECOM Amendment No-2 (LCB-BK).doc Attachments: Attachment A – Committee Action Attachment B – Budget Detail Exhibit A – Location Map Exhibit B – Contract Amendment No. 2 ATTACHMENT A SUBJECT/PROJECT: P2451-001102 Amendment No. 2 to the Contract with AECOM Technical Services, Inc. for the Otay Mesa Desalination Conveyance and Disinfection System Project COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on September 15, 2014. 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: P2451-001102 Amendment No. 2 to the Contract with AECOM Technical Services, Inc. for the Otay Mesa Desalination Conveyance and Disinfection System Project Level Title1 Committed Expenditures Outstanding Commitment Projected Final Cost Vendor Planning $98,577.34 $98,577.34 $98,577.34 CAMP DRESSER & MCKEE INC $13,311.19 $13,311.19 $13,311.19 CPM PARTNERS INC $71,529.59 $71,529.59 $71,529.59 MARSTON+MARSTON INC $437,200.00 $371,200.00 $66,000.00 $437,200.00 HECTOR I MARES-COSSIO $26,700.00 $26,700.00 $26,700.00 REA & PARKER RESEARCH $4,172.90 $4,172.90 $4,172.90 SALVADOR LOPEZ-CORDOVA $267,066.00 $160,355.05 $106,710.95 $267,066.00 SILVA SILVA INTERNATIONAL Travel $20,046.35 $20,046.35 $20,046.35 STAFF Printing $60.59 $60.59 $60.59 MAIL MANAGEMENT GROUP INC $162,041.07 $162,041.07 $162,041.07 GARCIA CALDERON & RUIZ LLP $43,174.50 $43,174.50 $43,174.50 SOLORZANO CARVAJAL GONZALEZ Y $16,609.76 $16,609.76 $16,609.76 STUTZ ARTIANO SHINOFF $500.00 $500.00 $500.00 REBECA SOTURA NICKERSON $105.50 $105.50 $105.50 SAN DIEGO DAILY TRANSCRIPT $17,500.00 $17,500.00 $17,500.00 BUSTAMANTE & ASSOCIATES LLC $32,340.00 $32,340.00 $32,340.00 BROWNSTEIN HYATT FARBER Standard Salaries $909,497.19 $909,497.19 $909,497.19 Total $2,120,431.98 $1,947,721.03 $172,710.95 $2,120,431.98 $5,108.75 $5,108.75 $5,108.75 MARSTON+MARSTON INC $120,520.00 $22,320.00 $98,200.00 $120,520.00 MICHAEL R WELCH PHD PE $8,818.00 $8,818.00 $8,818.00 CPM PARTNERS INC $5,000.00 $5,000.00 $5,000.00 ATKINS $3,681,932.00 $862,634.03 $2,819,297.97 $3,681,932.00 AECOM TECHNICAL SERVICES INC Legal Fees $7,761.19 $7,761.19 $7,761.19 STUTZ ARTIANO SHINOFF Travel $3,174.39 $3,174.39 $3,174.39 STAFF $342.80 $342.80 $342.80 SAN DIEGO UNION-TRIBUNE LLC $114.08 $114.08 $114.08 REPROHAUS CORP Standard Salaries $113,002.94 $113,002.94 $113,002.94 Total $3,945,774.15 $1,028,276.18 $2,917,497.97 $3,945,774.15 Construction Standard Salaries $329.48 $329.48 $329.48 Total $329.48 $329.48 $329.48 Budget $30,000,000.00 Total $6,066,535.61 $2,976,326.69 $3,090,208.92 $6,066,535.61 March 23, 2005 through August 30, 2014 Design Consultant Contracts Service Contracts Consultant Contracts Legal Fees Service Contracts 571-136.7 MG 870-110.9 MG OTAY MESA RD EN R I C O F E R M I D R AL T A R D DONOVAN STATEPRISON RD DONOVAN STATEPRISON G. F. BAILEYDETENTION FACILITY !V!V ÍÒ PROPOSEDPUMP STATION A PROPOSEDTREATMENTFACILITY PR O P O S E D P I P E L I N E A 1.25 MILES SA N Y O R D SR - 1 1 FUTURE SR-11 FUT U R E PR O P O S E D P I P E L I N E B !V!V PROPOSEDPUMP STATION B USAUSA MEXICOMEXICO OWD Boundary OWD Boundary P:\ W O R K I N G \ C I P P 2 4 5 1 D e s a l i n a t i o n F e a s i b i l i t y S t u d y \ G r a p h i c s \ E x h i b i t s - F i g u r e s | E x h i b i t A . m x d F 0 2,0001,000 Feet OTAY WATER DISTRICT Otay Mesa Conveyance and Disinfection Facility ProjectEXHIBIT A §¨¦ §¨¦ §¨¦ §¨¦ ÃÅ ÃÅ ÃÅ ÃÅ ÃÅ ÃÅ ÃÅ ÃÅ ^_ PROJECTSITE VICINITY MAP NTS DIV. 5 DIV. 2 DIV. 1 DIV. 3 DIV. 4 5 8 8 805 11 9454 94 125 905 125 905 125 3.2 mi. 3.7 mi. 24 mi. Existing OWD Pipelines Proposed Pipeline A Proposed Pipeline B Mexico Pipeline CIP P2451 Contract No. 0001124 EXHIBIT B SECOND AMENDMENT TO AGREEMENT BETWEEN OTAY WATER DISTRICT AND AECOM TECHNICAL SERVICES, INC. RELATIVE TO THE PROFESSIONAL ENGINEERING SERVICES FOR THE OTAY MESA CONVEYANCE AND DISINFECTION SYSTEM This Second Amendment (“Amendment”) to the original Agreement for Professional Engineering Services is made and entered into as of the _____ day of ______________, 2014, by and between the OTAY WATER DISTRICT ("District"), and AECOM TECHNICAL SERVICES, INC. ("Consultant"). R E C I T A L S A. District and Consultant entered into that certain Professional Services Agreement dated January 3, 2011 (the "Original Agreement"), under which Consultant agreed to provide the services therein described in connection with the District’s Otay Mesa Conveyance and Disinfection System (the “Services”). The Original Agreement was amended on June 16, 2014 (the “Amended Original Agreement”). B. The Amended Original Agreement is due to expire on June 30, 2018 and the Services are 21% complete. C. District and Consultant desire to enter into this Agreement to amend certain specific terms and conditions of the Amended Original Agreement as indicated below. NOW, THEREFORE, in consideration of the foregoing and the mutual promises and covenants hereinafter contained, the parties agree as follows: 1. Exhibit A to the Amended Original Agreement, setting forth the Services to be provided by Consultant, is hereby amended and supplemented by the attached Exhibit A, Revised and Supplemented Scope of Work, attached to this Second Amendment and incorporated herein by reference. This revision deletes Task 20, Construction Phase Services. CIP P2451 Contract No. 0001124 2. The parties agree that the aggregate amount paid by the District to the Consultant for the Professional Engineering Design Services rendered by Consultant in excess of the original Agreement shall be decreased by an amount not to exceed Three Hundred Sixty Four Thousand Seven Hundred Seventy Four Dollars ($364,774). Therefore, the total compensation paid by the District for Services described in the amended original contract and this second amendment shall not exceed Three Million Six Hundred Eighty One Thousand Nine Hundred Thirty Two Dollars ($3,681,932). 3. The parties agree that all terms and conditions of the Amended Original Agreement not modified or amended by this Second Amendment, including without limitation all indemnity and insurance requirements, are and shall remain in full force and effect. 4. This Second Amendment is subject to the venue, choice of law and interpretation provisions of the Original Agreement. IN WITNESS WHEREOF, the parties have caused this Second Amendment to be executed as of the day and year first above written. OTAY WATER DISTRICT By: ____________________________ Mark Watton Its: General Manager Date: ___________________________ CONSULTANT: AECOM TECHNICAL SERVICES, INC. By: Name: Its: Date: Approved as to form: By: _______________________ General Counsel Approved as to form: By: _______________________ Its: _______________________ P:\WORKING\CIP P2451 Desalination Feasibility Study\Agreements-Contracts-RFPs\AECOM\Second Amendment to Existing Agreement.doc Task No.Description Labor Subconsultant Other Direct Costs Fee Previous Fee Difference 20 Construction Phase Services $0.00 $0.00 $0.00 $0.00 $364,774.00 ($364,774.00) *Tasks 1-19, 21-22 $3,681,932.00 Total ($364,774.00) Total $3,681,932.00 * Tasks 1-6, 8-19 and 22 are not modified or amended by the Second Amendment. The Consultant's fee for these tasks are provided for reference. Exhibit A REVISED AND SUPPLEMENTED SCOPE OF WORK Y:\Board\CurBdPkg\ENGRPLAN\2015\BD 10-1-14\Change Order No 2 with AECOM\Exhibit A, Second Amendment_Revised and Supplemented Scope of Work.xlsx STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: October 1, 2014 SUBMITTED BY: Geoffrey Stevens, Chief Information Officer PROJECT: Various DIV. NO. ALL APPROVED BY: German Alvarez, Assistant General Manager Mark Watton, General Manager SUBJECT: FISCAL YEAR 2012 – 2014 YEAR-END STRATEGIC PLAN AND PERFORMANCE MEASURES REPORT GENERAL MANAGER'S RECOMMENDATION: No recommendation. This is an informational item only. COMMITTEE ACTION: See “Attachment A”. PURPOSE: To provide a final report on the District’s Strategic Performance Plan for FY 2012-2014. ANALYSIS: The District has completed the FY 2012-2014 Strategic Plan. Results for Performance Measures are mixed, but overall positive. For example, Strategic Objectives, with 85% complete or on schedule are slightly below the target of 90%, however, staff significantly exceeded the combined target for Performance Measures with 88% on target versus the 75% goal. In addition, 14 of 16 benchmarked items were on or above target. Strategic Plan Objectives Strategic Plan Objectives are designed to ensure that the District is making the appropriate high-level changes necessary to move the agency in the planned direction to meet new challenges and harness opportunities. Objective results for FY 2014 were slightly below target at 85% complete, ahead or on schedule. These results are marginally lower than the previous year. 33/39 or 85% of Strategic Objectives Meet or Exceed Expectations Strategic Objectives Not On Schedule: 1.1.1.1 CAREY, A Enhance communications with customers using our new phone system 3.1.2.16 STALKER, G Replace SCADA software system 3.1.2.25 STALKER, G Implement wireless radio and data network for field operations 4.1.1.4 WILLIAMSON, K Negotiate a successor Memorandum of Understanding for represented employees for 2014 and beyond, and related compensations and benefits for unrepresented employees 3.1.1.8 KENNEDY, R Update Water Facilities Master Plan 3.1.1.2 KENNEDY, R Update the 2007 Integrated Water Resources Plan (IRP) to acquire and/or additional potable and recycled water supplies and enhanced resource reliability Performance Measures Performance measures are designed to track the day-to-day performance of the District. These items measure the effectiveness and efficiency of daily operations. The overall goal is that at least 75% of these measures be rated “on target”. Results for the fourth quarter Performance Measures are well above target with 38 of 43 (88%) items achieving the desired level or better. 38/43 or 88% of Performance Measures Are On or Above Target Items Not On target 1.4.104 RAMIREZ,O Health & Safety Severity Rate (QualServe) 2.2.200 MARTIN,D CIP Project Expenditures vs. Budget 2.3.203 MARTIN,D Project Closeout Time 5.1.500 VACLAVEK,J Unplanned Disruptions (QualServe) 5.2.503 HOLLY,R Planned Recycled Water Maintenance Ratio in $ QualServe Benchmarking Perspective The District participates in a benchmarking program sponsored by AWWA. We utilize 16 measures designed by QualServe. The District is on target for 14 of 16 measures or 88%. The two items not on target are Health & Safety Severity Rate and Unplanned Disruptions. Category Measure Target Result Target Met Sewer Ops Collection System Integrity (QualServe) 3.5 0 Yes Sewer Ops Direct Cost of Treatment per MGD (QualServe) 1050 833.87 Yes Sewer Ops O&M Cost per MG Processed of Wastewater (QualServe) 1925 1383.03 Yes Sewer Ops Sewer Overflow Rate (QualServe) 0 0 Yes Sewer Ops Planned Wastewater Maintenance Ratio in $ (QualServe) 77.00 84.71 Yes Customer Relations Unplanned Disruptions (QualServe) .7 1.57 No Customer Relations Technical Quality Complaint (QualServe) 9 5.19 Yes Customer Relations Billing Accuracy (QualServe) 99.8 99.99 Yes Customer Relations Planned Water Service Disruption Rate (QualServe) 2.5 2.4 Yes Water Ops Distribution System Loss (QualServe) 5% 4.5 Yes Water Ops Potable Water Compliance Rate (QualServe) 100% 100 Yes Water Ops O&M Cost per Account (QualServe) 512 482 Yes Water Ops Water Distribution System Integrity (QualServe) 4 15.82 Yes Water Ops Planned Potable Water Maintenance Ratio in $ (QualServe) 66% 70.2 Yes Business Ops Debt Coverage Ratio (QualServe) 148.6 1.97 Yes Org Dev Health & Safety Severity Rate (QualServe) 30 36.63 No The Strategic Plan results are presented to both the Administration and Finance Committee and the Engineering and Operations Committee with a specific focus on the most relevant information for each Committee (see Attachment B). All of the Strategic Plan results and associated details are provided in a real-time, interactive web-based application available to the Board on the Board Virtual Private Network (VPN). Next Steps The Board has adopted the FY 2015 – 2018 Strategic Plan along with the FY 2016 Budget. Staff will report back to the Board on March 2016 on the progress from quarters one and two of the 2015-2018 Strategic Plan. FISCAL IMPACT: Joe Beachem, Chief Financial Officer Informational item only, no fiscal impact. STRATEGIC GOAL: Strategic Plan and Performance Measure reporting is a critical element in providing performance reporting to the Board and staff. LEGAL IMPACT: None Attachments: Attachment A – Committee Action Attachment B - Presentation ATTACHMENT A SUBJECT/PROJECT: FISCAL YEAR 2012 – 2014 YEAR-END STRATEGIC PLAN AND PERFORMANCE MEASURES REPORT COMMITTEE ACTION: The Finance, Administration and Communications Committee and the Engineering and Operations Committee met in September 2014 and reviewed this item. Based upon this discussion the Committees recommend that the Board receive the attached information. 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. Strategic Plan FY 2014 Year ‐End  Report  (Final Year  of FY 2012 – 2014 Strategic Plan)  33/39 (85%) Objectives On Target 38/43 (88%) Measures On Target Detailed Presentation of Performance Measures