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