Loading...
HomeMy WebLinkAbout04-20-21 EO&WR Committee Packet 1 OTAY WATER DISTRICT ENGINEERING, OPERATIONS & WATER RESOURCES COMMITTEE MEETING and SPECIAL MEETING OF THE BOARD OF DIRECTORS BY TELECONFERENCE 2554 SWEETWATER SPRINGS BOULEVARD SPRING VALLEY, CALIFORNIA TUESDAY April 20, 2021 12:30 P.M. This is a District Committee meeting. This meeting is being posted as a special meeting in order to comply with the Brown Act (Government Code Section §54954.2) in the event that a quorum of the Board is present. Items will be deliberated, however, no formal board actions will be taken at this meeting. The committee makes recommendations to the full board for its consideration and formal action. AGENDA 1. ROLL CALL 2. PUBLIC PARTICIPATION – OPPORTUNITY FOR MEMBERS OF THE PUBLIC TO SPEAK TO THE COMMITTEE ON ANY SUBJECT MATTER WITHIN THE COMMITTEE'S JURISDICTION BUT NOT AN ITEM ON TODAY'S AGENDA This meeting is being held via teleconference. Members of the public may submit their comments on agendized and non-agendized items by either of the following two meth- ods: a) No later than a half hour before the start of the meeting, complete and submit a Request to Speak Form. Your request to speak will be acknowledged during the “Public Participation” portion of the meeting when the committee will hear your public comment. When called to speak, please state your Name and the City in which you reside. You will be provided three minutes to speak. OR b) No later than a half hour before the start of the meeting, email your comment to BoardSecretary@otaywater.gov and it will be read aloud during the “Public Par- ticipation” portion of the meeting. Please provide your Name and the City in which you reside, with your comment. Your comment must not take more than three minutes to read. The District’s meeting is live streamed. Information on how to watch and listen to the District’s meeting can be found at this link: https://otaywater.gov/board-of- directors/agenda-and-minutes/committee-meetings/ 2 DISCUSSION ITEMS 3. APPROVE TO INCREASE THE CIP P2671 BUDGET IN AN AMOUNT OF $200,000 (FROM $450,000 TO $650,000) AND AWARD A CONSTRUCTION CONTRACT TO CCL CONTRACTING, INC. FOR THE MELROSE AVENUE (CIP P2605) AND OLEANDER AVENUE (CIP P2627) 458/340 PRESSURE REDUCING STATIONS REPLACEMENT AND 980 RESERVOIRS ALTITUDE VALVE VAULTS RENOVATION (CIP P2671) PROJECT IN AN AMOUNT NOT-TO-EXCEED $1,331,523 (BEPPLER) [5 minutes] 4. AUTHORIZE THE CREATION OF A CAPITAL IMPROVEMENT PROGRAM PROJECT FOR THE RECPL – 20-INCH, 680 ZONE, OLYMPIC PARKWAY RECYCLED PIPELINE REHABILITATION PROJECT IN THE AMOUNT OF $100,000 FOR THE CURRENT FISCAL YEAR (BEPPLER) [5 minutes] 5. AWARD A PROFESSIONAL ENGINEERING SERVICES AGREEMENT TO RICHARD BRADY & ASSOCIATES, INC. FOR THE DESIGN AND CONSTRUCTION SUPPORT OF THE 1655-1 RESERVOIR AND RANCHO JAMUL HYDROPNEUMATIC PUMP STATION MODIFICATIONS PROJECT IN AN AMOUNT NOT-TO-EXCEED $622,575 (CAMERON) [5 minutes] 6. APPROVE CHANGE ORDER NO. 9 TO THE EXISTING CONSTRUCTION CONTRACT WITH PACIFIC HYDROTECH CORPORATION IN THE AMOUNT OF $117,045.51 FOR THE 870-2 PUMP STATION REPLACEMENT PROJECT (LONG) [5 minutes] 7. AWARD A PROFESSIONAL ENVIRONMENTAL SERVICES CONTRACT TO MERKEL & ASSOCIATES, INC. FOR THE MAINTENANCE AND MONITORING OF THE SAN MIGUEL HABITAT MANAGEMENT AREA AND CIP-ASSOCIATED MITIGATION PROJECTS FOR A THREE-YEAR PERIOD (JUNE 2021 – JUNE 2024) IN AN AMOUNT NOT-TO-EXCEED $382,881.30 (COBURN-BOYD) [5 minutes] 8. ADJOURNMENT BOARD MEMBERS ATTENDING: Tim Smith, 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 by contacting the Acting District Secretary at (619) 670-2253. 3 If you have any disability which would require accommodation in order to enable you to par- ticipate in this meeting, please call the Acting District Secretary at 670-2253 at least 24 hours prior to the meeting. Certification of Posting I certify that on April 15, 2021 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 April 15, 2021. /s/ Tita Ramos-Krogman, Acting District Secretary STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: May 5, 2021 SUBMITTED BY: Stephen Beppler Senior Civil Engineer PROJECT: P2605-001103 P2627-001103 P2671-001103 DIV. NO. 2 & 5 APPROVED BY: Bob Kennedy, Engineering Manager Rod Posada, Chief, Engineering Jose Martinez, General Manager SUBJECT: Approval to Increase the CIP P2671 Budget in an Amount of $200,000 and Award of a Construction Contract to CCL Contracting, Inc. for the Melrose Avenue (CIP P2605) and Oleander Avenue (CIP P2627) 458/340 Pressure Reducing Stations Replacement and 980 Reservoirs Altitude Valve Vaults Renovation (CIP P2671) Project GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board): 1. Approve to increase the CIP P2671 budget by $200,000 (from$450,000 to $650,000); and2. Award a construction contract to CCL Contracting, Inc. (CCL)and authorize the General Manager to execute an agreement with CCL for the construction of the Melrose Avenue (CIP P2605) andOleander Avenue (CIP P2627) 458/340 Pressure Reducing Stations (PRSs) Replacement and 980 Reservoirs Altitude Valve VaultsRenovation (CIP P2671) Project in an amount not-to-exceed$1,331,523 (see Exhibits A and B for Project locations). COMMITTEE ACTION: Please see Attachment A. AGENDA ITEM 3 2 PURPOSE: To increase the overall CIP P2671 budget in the amount of $200,000 (from $450,000 to $650,000) and to authorize the General Manager to execute an agreement with CCL for the construction of the Melrose Avenue (CIP P2605) and Oleander Avenue (CIP P2627) 458/340 Pressure Reducing Stations (PRSs) Replacement and 980 Reservoirs Altitude Valve Vaults Renovation (CIP P2671) Project (Project) in an amount not-to-exceed $1,331,523. ANALYSIS: The 340 Pressure Zone (PZ), located in the City of Chula Vista south of E. Orange Avenue and along Main Street, is a closed potable water system served by three PRSs. The Melrose Avenue and Oleander Avenue PRSs were originally constructed in the 1960s and are near the end of their useable life cycle, requiring replacement. The 340 PZ requires at least two of the three PRSs to be operational to meet peak water demands of the system. The stations feature pressure relief valves to prevent the over-pressurization of the closed system. The scope of work for CIPs P2605 and P2627 generally consists of the replacement of the two existing potable water pressure reducing stations, including construction of approximately 155 linear feet of 12-inch water line, connections to existing water lines and services, abandonment of existing water lines, pavement and surface restoration, cathodic protection, and all other associated work and appurtenances as required by the Contract Documents. For CIP 2671, the 980 PZ is served by two 5-million-gallon water storage reservoirs located north of the former Salt Creek Golf Course. The complex was constructed in the late 1980’s with each reservoir controlled by an altitude valve located in a below grade vault. Corrosion observations and subsequent investigation requires replacement of the piping within and adjacent to the vaults. The scope of work for CIP P2671 generally consists of the renovation of two potable water altitude valve vaults, including replacement of precast concrete vault tops with hatches, altitude valves, butterfly valves, steel water lines from 4-inch to 30-inch inside diameter, pavement and surface restoration, cathodic protection, and all other associated work and appurtenances as required by the Contract Documents. The Project was advertised on February 23, 2021 using Periscope S2G (formerly BidSync), the District’s online bid solicitation website, 3 on the Otay Water District’s website, and in the Daily Transcript. Additionally, notifications of the Project being out for bid were emailed directly to thirty (30) contractors that have previously worked for the District. This is in addition to the numerous plan houses that provide another resource for reaching contractors to advise them of the project being out for bids. Periscope S2G provided electronic distribution of the Bid Documents, including specifications, plans, and addenda. An on-line Pre-Bid Meeting was held on March 11, 2021, which was attended by seven (7) contractors and vendors. Site visits were made available to the contractors on March 12th and 15th. 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-line on March 25, 2021, with the following result: CONTRACTOR TOTAL BID AMOUNT 1 CCL Contracting, Inc., Escondido, CA $1,331,523.00 2 Cass Construction, Inc., El Cajon, CA $1,349,400.00 3 LB Civil Construction, Inc., Escondido, CA $1,389,230.00 4 Piperin Corporation, Escondido, CA $1,431,115.00 5 PPM Contracting, Oceanside, CA $1,440,149.00 6 SCW Contracting Corporation, Fallbrook, CA $1,547,459.00 7 Kay Construction Co., Santee, CA $1,692,672.00 8 James W. Fowler Co, Dallas, OR $1,927,645.00 9 Blue Pacific Eng. & Constr., San Diego, CA $1,992,800.00 The Engineer's Estimate is $1,120,000. The cost of steel pipe in the bids was higher than expected due to the small quantities in the project and supply issues. A review of the bid was performed by District staff for conformance with the contract requirements and determined that CCL was a responsive and responsible bidder. CCL holds a Class A, General Engineering, Contractor’s License in the State of California, which meets the Contract Document’s requirements, and is valid through August 31, 2021. The reference checks indicated a good to excellent performance record on similar projects. An internet background search of the company was performed and revealed no outstanding issues with this company. CCL has previously worked for the District including the Jamacha Road Water Line and 624 PZ PRSs Improvements projects and their performance was good. 4 Staff verified that the bid bond provided by CCL is valid. Staff will also verify that CCL’s 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 P2605, as approved in the FY 2021 budget, is $750,000. Total expenditures, plus outstanding commitments and forecast, including this contract, are estimated at $575,130. See Attachment B-1 for the budget detail. The total budget for CIP P2627, as approved in the FY 2021 budget, is $750,000. Total expenditures, plus outstanding commitments and forecast, including this contract, are estimated at $614,700. See Attachment B-2 for the budget details. Based on a review of both financial budgets for CIP P2605 and P2627, the Project Manager anticipates the Project will be completed within the budgeted amounts. The total budget for CIP P2671, as approved in the FY 2021 budget, is $450,000. Total expenditures, plus outstanding commitments and forecast, including this contract, are estimated at $618,229. See Attachment B-3 for the budget details. The Project Manager anticipates that with a budget increase of $200,000, the CIP P2671 portion of the Project will be completed within the new budget amount of $650,000. The Finance Department has determined that, under the current rate model, 100% of the funding for CIPs P2605, P2627, and P2671 is available from the Replacement Fund. GRANTS/LOANS: Engineering staff researched and explored grants and loans and found none were available for this Project. STRATEGIC GOAL: This Project supports the District’s Mission statement, “To provide exceptional water and wastewater service to its customers, and to manage District resources in a transparent and fiscally responsible manner” and the General Manager’s Vision, "To be a model water agency by providing stellar service, achieving measurable results, and continuously improving operational practices." 5 LEGAL IMPACT: None. SB/BK:jf Https://otaywater365.sharepoint.com/sites/engcip/Shared Documents/P2605-P2627 458-340 PRSs Repl Melrose-Oleander/Staff Reports/2021-05-05/5-5-21 Staff Report P2605-P2627-P2671.docx Attachments: Attachment A – Committee Action Attachment B-1 – Budget Detail for P2605 Attachment B-2 – Budget Detail for P2627 Attachment B-3 – Budget Detail for P2671 Exhibit A – P2605 & P2627 Project Location Map Exhibit B – P2671 Project Location Map ATTACHMENT A SUBJECT/PROJECT: P2605-001103 P2627-001103 P2671-001103 Approval to Increase the CIP P2671 Budget in an Amount of $200,000 and Award of a Construction Contract to CCL Contracting, Inc. for the Melrose Avenue (CIP P2605) and Oleander Avenue (CIP P2627) 458/340 Pressure Reducing Stations Replacement and 980 Reservoirs Altitude Valve Vaults Renovation (CIP P2671) Project COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on April 20, 2021. 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 P2605 SUBJECT/PROJECT: P2605-001103 P2627-001103 P2627-001103 Approval to Increase the CIP P2671 Budget in an Amount of $200,000 and Award of a Construction Contract to CCL Contracting, Inc. for the Melrose Avenue (CIP P2605) and Oleander Avenue (CIP P2627) 458/340 Pressure Reducing Stations Replacement and 980 Reservoirs Altitude Valve Vaults Renovation (CIP P2671) Project Project Budget Details P2605 - Melrose Avenue 458/340 PRS Replacement 3/26/2021 Budget Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost Vendor/Comments 750,000 Planning Regulatory Agency Fees $25 $25 $0 $25 Standard Salaries $12,846 $12,846 $0 $12,846 Total Planning $12,871 $12,871 $0 $12,871 Design Consultant Contracts $2,703 $2,703 $0 $2,703 RF YEAGER ENG LLC $2,069 $2,069 $0 $2,069 RICK ENG CO $5,850 $5,850 $0 $5,850 HUNSAKER & ASSOC $5,395 $5,395 $0 $5,395 NINYO & MOORE Standard Salaries $76,000 $74,113 $1,887 $76,000 Total Design $92,017 $90,129 $1,887 $92,017 Construction Service Contract $500 $0 $500 $500 MAYER REPROGRAPHICS Service Contract $42 $42 $0 $42 DAILY JOURNAL Consultant Contracts $15,000 $0 $15,000 $15,000 Construction Management Construction Contract $414,000 $0 $414,000 $414,000 CCL CONTRACTING INC $20,700 $0 $20,700 $20,700 Contingency @ 5% Standard Salaries $20,000 $317 $19,683 $20,000 Total Construction $470,242 $359 $469,883 $470,242 Grand Total $575,130 $103,360 $471,770 $575,130 ATTACHMENT B-2 – Budget Detail for P2627 SUBJECT/PROJECT: P2605-001103 P2627-001103 P2671-001103 Approval to Increase the CIP P2671 Budget in an Amount of $200,000 and Award of a Construction Contract to CCL Contracting, Inc. for the Melrose Avenue (CIP P2605) and Oleander Avenue (CIP P2627) 458/340 Pressure Reducing Stations Replacement and 980 Reservoirs Altitude Valve Vaults Renovation (CIP P2671) Project Project Budget Details P2627 - Oleander Avenue 458/340 PRS Replacement 3/26/2021 Budget Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost Vendor/Comments 750,000 Planning Insurance $25 $25 $0 $25 Standard Salaries $16,133 $16,133 $0 $16,133 Total Planning $16,158 $16,158 $0 $16,158 Design Consultant Contracts $2,703 $2,703 $0 $2,703 RF YEAGER ENG LLC $2,069 $2,069 $0 $2,069 RICK ENG CO $5,850 $5,850 $0 $5,850 HUNSAKER & ASSOC $21,004 $21,004 $0 $21,004 NINYO & MOORE Standard Salaries $86,000 $83,289 $2,711 $86,000 Total Design $117,626 $114,915 $2,711 $117,626 Construction Service Contract $500 $0 $500 $500 MAYER REPROGRAPHICS Service Contract $42 $42 $0 $42 DAILY JOURNAL Consultant Contracts $15,000 $0 $15,000 $15,000 Construction Management Construction Contract $424,233 $0 $424,233 $424,233 CCL CONTRACTING INC $21,212 $0 $21,212 $21,212 Contingency @ 5% Standard Salaries $20,000 $85 $19,915 $20,000 Total Construction $480,986 $126 $480,860 $480,986 Grand Total $614,770 $131,199 $483,571 $614,770 ATTACHMENT B-3 – Budget Detail for P2671 SUBJECT/PROJECT: P2605-001103 P2627-001103 P2671-001103 Approval to Increase the CIP P2671 Budget in an Amount of $200,000 and Award of a Construction Contract to CCL Contracting, Inc. for the Melrose Avenue (CIP P2605) and Oleander Avenue (CIP P2627) 458/340 Pressure Reducing Stations Replacement and 980 Reservoirs Altitude Valve Vaults Renovation (CIP P2671) Project Project Budget Details P2671 - 980 Reservoirs Altitude Valve Vaults Renovation 3/26/2021 Budget Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost Vendor/Comments 450,000 Planning Regulatory Agency Fees $50 $50 $0 $50 COUNTY OF SAN DIEGO Standard Salaries $1,455 $1,455 $0 $1,455 Total Planning $1,505 $1,505 $0 $1,505 Design Consultant Contracts $3,270 $3,270 $0 $3,270 RF YEAGER ENG LLC Standard Salaries $60,000 $57,562 $2,438 $60,000 Total Design $63,270 $60,832 $2,438 $63,270 Construction Service Contract $500 $0 $500 $500 MAYER REPROGRAPHICS Consultant Contracts $15,000 $0 $15,000 $15,000 Construction Management Construction Contract $493,290 $0 $493,290 $493,290 CCL CONTRACTING INC $24,665 $0 $24,665 $24,665 Contingency @ 5% Standard Salaries $20,000 $0 $20,000 $20,000 Total Construction $553,455 $0 $553,455 $553,455 Grand Total $618,229 $62,337 $555,892 $618,229 458-340 PRS REPLACEMENT ATMELROSE AVE & OLEANDER AVE EXHIBIT A CIP P2605 & P2627F C:\OneDrive\Otay Water District\ENG CIP - Documents\P2605-P2627 458-340 PRSs Repl Melrose-Oleander\Graphics\Exhibits-Figures\Exhibit A, Location Map.mxd 0 260130 Feet ©¨F 33 33 33 33 33 33 33 33 33 33 33 33 ¹r $R ¹r $R ¹r $R $R ¹r ¹r $R $R $R $R $R ¹r ¹r ¹r ¹r $R ¹r ¹r ¹r ¹r ¹r ¹r $R ¹r $R $R ¹r$R¹r $R¹r ¹r$R l? l? l? l? l? l? l? l? l? l? l? l? l? l? l? l? l? l? l? l? l? l? l? l? l? l? l? l? l? l? l? l? l? l? l?l? l? l? l? l? l?l?l?l? l?l?l?l?l? l? l? l? l? l? l? l? l? "Cé îîSRP îîSRP ©©ST ©©ST OTAY WATER DISTRICT 1505 Oleander Ave 1571 Melrose Ave I-805 S I-805 N Oleander Ave E O r a n g e A v e M elro s e A v e Ocala Ave Olive Ave Marble Ct N o l a n C t Satinwood Way Slate St Sequoia St R i v e r a C t Olive Ct Slate Ct Teak Ct Sequoia Ct S a n d sto n e C t P ri n c e s s M a n or C t S a t i n w o o d C t E O r a n g e A v e VICINITY MAP PROJECT SITES DIV 5 DIV 1 DIV 2 DIV 4 DIV 3 ÃÅ54 !\ ÃÅ125 ÃÅ94 ÃÅ905 §¨¦805 FNTS OTAY WATER DISTRICT OLEANDER AVE PRS 1505 OLEANDER AVE PROJECTSITE OLEANDER AVE PROJECTSITE MELROSE AVE PRS 1571 MELROSE AVE MELROSE AVE OTAY WATER DISTRICT980 RES ALTITUDE VALVE VAULTS RENOVATIONLOCATION MAP EXHIBIT BC:\OneDrive\Otay Water District\ENG CIP - Documents\P2605-P2627 458-340 PRSs Repl Melrose-Oleander\Graphics\Exhibits-Figures\980 Vaults Staff Report & NOE-Exhibit A.mxd ÃÅ125 !\ VICINITY MAP PROJECT SITE DIV 5 DIV 1 DIV 2 DIV 4 DIV 3 ÃÅ54 ÃÅ125 ÃÅ94 ÃÅ905 §¨¦805 FNTS PROJECTSITE CIP P2671F 0 1,000500 Feet 980-1 RESERVOIR 980-2RESERVOIR PROCTOR VAL LEY RD HUNTE P K W Y SR - 125 MT. R D MIGUEL STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: May 5, 2021 SUBMITTED BY: Stephen Beppler Senior Civil Engineer PROJECT: R2159-001101 DIV. NO. 4 APPROVED BY: Bob Kennedy, Engineering Manager Rod Posada, Chief, Engineering Jose Martinez, General Manager SUBJECT: Authorize the Creation of a Capital Improvement Program Project for the RecPL - 20-Inch, 680 Zone, Olympic Parkway Recycled Pipeline Rehabilitation Project in the Amount of $100,000 for the Current Fiscal Year GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) authorize the creation of a Capital Improvement Program (CIP) project for the RecPL - 20-Inch, 680 Zone, Olympic Parkway Recycled Pipeline Rehabilitation Project (Project) in the amount of $100,000 for the current fiscal year (see Exhibit A for Project location). COMMITTEE ACTION: Please see Attachment A. PURPOSE: To establish a CIP and budget for the Olympic Parkway Recycled Pipeline Rehabilitation Project for the pipeline that was installed in 2002 and has had four pipeline breaks (2013, 2015, 2020, and 2021). AGENDA ITEM 4 2 ANALYSIS: The 680 Pressure Zone (PZ) 20-inch recycled water line in Olympic Parkway located within the City of Chula Vista between Heritage Road and La Media Road was installed in 2002 and is about 5,500 linear feet in length. This pipeline is part of the main transmission system for conveying recycled water originating from the City of San Diego South Bay plant to the 680 PZ storage tank. The pipe material is polyvinyl chloride (PVC) manufactured by JM Eagle that was subject to quality issues during this time frame. Olympic Parkway is a major travel way through Chula Vista and the pipeline breaks have had significant impacts to the traffic flow and road integrity. Planning and design for the replacement of the pipeline will be accelerated, with hydraulic modeling used to determine immediate operation solutions and replacement options. Relining of the existing 20-inch pipe with a structural pipe material or using pipe bursting technics would avoid open trenching of over a mile of Olympic Parkway. This analysis can be performed quickly to enable a scope of work to be defined for starting the Project design before the end of the current fiscal year. The pipeline rehabilitation program is not just a single year program. In the upcoming budgetary process, staff will include this in the 2022 CIP and will outline the expected budget for the next six years. FISCAL IMPACT: Joe Beachem, Chief Financial Officer This action establishes the CIP Project for the Olympic Parkway Pipeline Rehabilitation Project budget of $100,000 for fiscal year 2021. While this expenditure was not incorporated into the planned rates, the District has sufficient financial flexibility to fund this program earlier than anticipated. Due to the strong water sales, and a $3.1 million refund from the San Diego County Water Authority this year, the general fund is currently anticipated to be $8.6 million more than budgeted. GRANTS/LOANS: Engineering staff are researching and exploring grants and loans for this Project and the District recently included this Project as a candidate for funding with a drought response package that Senate President Pro Tempore Toni Atkins is currently preparing and intending to introduce in the Legislature in the very near-term. 3 STRATEGIC GOAL: This Project supports the District’s Mission statement, “To provide exceptional water and wastewater service to its customers, and to manage District resources in a transparent and fiscally responsible manner” and the General Manager’s Vision, "To be a model water agency by providing stellar service, achieving measurable results, and continuously improving operational practices." LEGAL IMPACT: None. SB/BK:jf Https://otaywater365.sharepoint.com/sites/engcip/Shared Documents/R2159 Olympic Parkway Pipeline Rehabilitation/Staff Reports/05-05-21/Draft 5-5-21 Staff Report R2159.docx Attachments: Attachment A – Committee Action Exhibit A – Project Location Map ATTACHMENT A SUBJECT/PROJECT: R2159-001101 Authorize the Creation of a Capital Improvement Program Project for the RecPL - 20-Inch, 680 Zone, Olympic Parkway Recycled Pipeline Rehabilitation Project in the Amount of $100,000 for the Current Fiscal Year COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on April 20, 2021. 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. OTAY WATER DISTRICTOLYMPIC PARKWAY PIPELINE REHABILITATIONLOCATION MAP EXHIBIT A\\Otay Water District\ENG CIP - Documents\R2159 Olympic Parkway Pipeline Rehabilitation\Staff Reports\05-05-21\Exhibit A.mxd June 11, 2015WO #15-01342 Sept 13, 2013WO #13-02433 October 6, 2020WO #16096 kj kjkj Otay RanchHigh Schoolkj April 5, 2021WO #17498 La Media Rd E Palomar St O ly m pic P k w y H erita g e R d M o r g a n H ill D r Telegraph C anyon Rd EJ St P e r s h in g R d S a n t a C o r a A v e S t a n i s l a u s Dr S a n t a D i a n a R d T r a il w o o d A v e C a r p i n t e ri a S t Birch Rd Irwin St PiedmontSt M ontera St CarmelAve Ki n c ai d Av e ApplegateSt Antioch Ave State St GoldRunRd MonteSereno A v e Lindsay St Santa Lucia Rd Heath er w o o d A v e W e averville S t Ortega S t C arnerosValley S t SantaVenetiaSt H i ll s b oro ugh St Lo k o y a Dr E d g e h ill D r W o o d c r e s t S t S a n ta M a d e r a A v e Al on dra Ave M o n a rcheDr W i n d c h i m e A v e Calle Avila Santa Victoria Rd P e m b e r A v e SierraVerde R d WestmorlandSt S a n t a D e l p h i n a A v e P a c i f i c a A v e O c o n n o r A v e G u s ti n e S t Livingston St VistaSonrisaAve Mannis Ave Santa Ynez Ave B e l l e n a A v e Via Cap r i Ten a y a L a k e R d Spa r r o w L a k e R d El Prado St L o s C o c hesCt Pleasa n t on Rd Aguirre Dr S a n t a C r u z C t Bri d l e v a l e W i n d R i v e r R d L a M a n c h a Pl Valley Bend St C errito s C t T i e r r a B o n it a P l U k iah St L o di S t L o s P i n o s C t Falcon Pe ak St Franceschi Dr H o ll y b r o o k A v e S o u t h v i e w C t A s t o r C t Saratoga Ct Delano Ct C a n o n P e r d i d o S t L a M e d i a R d H e rit a g e R d Santa LuciaRd S antaVictoria Rd E P a l o m a r S t Telegraph C a nyon R d !\ VICINITY MAP PROJECT SITE DIV 5 DIV 1 DIV 2 DIV 4 DIV 3 ÃÅ54 ÃÅ125 ÃÅ94 ÃÅ905 §¨¦805 FNTS CIP R2159F 0 1,000500 Feet Legend Existing Recycled Water Main 20-Inch PVC RW Main Rehabilitation kj RW Main Repairs STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: May 5, 2021 SUBMITTED BY: Kevin Cameron Senior Civil Engineer PROJECT: P2040-001102 P2642-001102 DIV. NO. 5 APPROVED BY: Bob Kennedy, Engineering Manager Rod Posada, Chief, Engineering Jose Martinez, General Manager SUBJECT: Award of a Professional Engineering Services Agreement for Design and Construction Support of the 1655-1 Reservoir and Rancho Jamul Hydropneumatic Pump Station Modifications Project to Richard Brady & Associates, Inc. GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) award a professional engineering services agreement to Richard Brady & Associates, Inc. (Brady) and authorize the General Manager to execute a professional engineering services agreement with Brady for design and construction support of the 1655-1 Reservoir and Rancho Jamul Hydropneumatic Pump Station Modifications Project in an amount not-to-exceed $622,575.00 (see Exhibit A for Project locations). COMMITTEE ACTION: Please see Attachment A. PURPOSE: To obtain Board authorization for the General Manager to enter into a professional engineering services agreement with Brady for design and construction support of the 1655-1 Reservoir and Rancho Jamul Hydropneumatic Pump Station Modifications Project in an amount not- to-exceed $622,575.00. AGENDA ITEM 5 2 ANALYSIS: The 1655-1 Reservoir and Rancho Jamul Hydropneumatic Pump Station Modifications Project (Project) includes a new potable water reservoir and modifications to the Rancho Jamul Hydropneumatic Pump Station (HPS) to convert it to the 1655-1 Pump Station to feed the new 1655-1 Reservoir and replace approximately 1,500 linear feet of existing pipe that will be experiencing pressure over the rated pressure class under the new configuration. The 1655-1 Reservoir will meet projected ultimate demands as well as provide adequate storage to the 1655 Pressure Zone. The selected consultant will design an American Water Works Association (AWWA) D110 Type-I prestressed concrete tank, ancillary piping, electrical and control systems necessary to integrate the new tank into the existing water network system. The design will also include a new access road, drainage, security, and fencing. In addition to the Reservoir design, the consultant will analyze the existing Rancho Jamul HPS and provide a design to convert the station to the permanent pump station for the new 1655-1 Reservoir. The analysis will evaluate the electrical, pumps, pump control, telemetry requirements as well as the supporting pump station systems, and the estimated remaining useful life of the existing equipment. In accordance with the Board of Directors Policy Number 21, a Request for Proposal (RFP) was advertised on October 8, 2020 using Periscope S2G (formerly BidSync), the District’s online bid solicitation website, and the Otay Water District’s website. The advertisements attracted Letters of Interest and Statements of Qualifications from nine (9) consulting firms. A Pre-Proposal Meeting was held on January 28, 2021 via Zoom online conference, which was attended by nineteen (19) consultants and subconsultants. On February 18, 2021, four (4) proposals were received from the following consulting firms: 1. Richard Brady & Associates, Inc. (San Diego, CA) 2. Horrocks Engineers, Inc. (San Diego, CA) 3. Lee + Ro, Inc. (City of Industry, CA) 4. Psomas (San Diego, CA) Two (2) firms submitted a letter of interest, but elected to partner with other firms. Woods Rodgers (San Diego, CA) teamed with Brady and Peterson Structural Engineering (San Diego, CA) teamed with Psomas. The following firms submitted letters of interest, but did 3 not submit a proposal: Kennedy Jenks (San Diego, CA), NV5 (San Diego, CA), and MKN & Associates (Irvine, CA). After the proposals were evaluated and ranked by a five-member review panel consisting of Engineering, Operations, and Administration staff, it was determined that all four (4) proposals ranked sufficiently close to warrant being invited to make an oral presentation and respond to questions from the panel. After conducting the interviews on March 17, 2021 via Zoom online conferences, the panel completed the consultant ranking process. The scores for Total Fee were added last and the sum of the scores concluded that Brady had the best approach to the Project and provided the best overall value to the District. A summary of the Proposal Ranking is shown in Exhibit B. During the RFP process, consultants were asked to include a task for Construction Support in an equal amount of $20,000 as part of the cost proposal. This allowed staff to evaluate the cost proposals for the design and negotiate the level of construction support with the selected consultant. After negotiating this with the consultant, staff decided to increase the construction support by $75,000.00. Scope and fee negotiations with Brady concluded on March 26, 2021, which resulted in a fee increase of $75,000.00 to their original proposed fee of $547,575.00. Brady’s revised proposed fee, with the adjustment described above, is $622,575.00. FISCAL IMPACT: Joe Beachem, Chief Financial Officer The total budget for CIP P2040, as approved in the FY 2021 budget, is $5,750,000. Total expenditures, plus outstanding commitments and forecast, are $5,740,908. See Attachment B-1 for the budget detail. The total budget for CIP P2642, as approved in the FY 2021 budget, is $2,500,000. Total expenditures, plus outstanding commitments and forecast, are $2,402,950. See Attachment B-2 for the budget detail. Based on a review of the financial budget, the Project Manager anticipates that the budgets for each of the CIP’s are sufficient to support the Project. The Finance Department has determined that, under the current rate model, 69% of the funding is available from the Betterment Fund and 31% of the funding is available from the Expansion Fund for CIPs P2040 and P2642. 4 GRANTS/LOANS: Engineering staff researched and explored grants and loans and found none available for this Project, but will continue to pursue alternative funding for this Project. STRATEGIC GOAL: This Project supports the District’s Mission statement, “To provide exceptional water and wastewater service to its customers, and to manage District resources in a transparent and fiscally responsible manner” and the General Manager’s Vision, "To be a model water agency by providing stellar service, achieving measurable results, and continuously improving operational practices." LEGAL IMPACT: None. KC/BK:jf Https://otaywater365.sharepoint.com/sites/engcip/Shared Documents/P2040 1655-1 Reservoir 0.5 MG/Staff Reports/BD_05-05-21 1655-1 Reservoir Design Consultant Selection (KC-BK).docx Attachments: Attachment A – Committee Action Attachment B-1 – P2040 Budget Detail Attachment B-2 – P2642 Budget Detail Exhibit A – Location Map Exhibit B – Summary of Proposal Rankings ATTACHMENT A SUBJECT/PROJECT: P2040-001102 P2642-001102 Award of a Professional Engineering Services Agreement for design and construction support of 1655-1 Reservoir and Rancho Jamul Hydropneumatic Pump Station Modifications Project to Richard Brady & Associates, Inc. COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on April 20, 2021. 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 – P2040 Budget Detail SUBJECT/PROJECT: P2040-001102 P2642-001102 Award of a Professional Engineering Services Agreement for design and construction support of 1655-1 Reservoir and Rancho Jamul Hydropneumatic Pump Station Modifications Project to Richard Brady & Associates, Inc. 4/2/2021 Budget 5,750,000 Planning Standard Salaries 125,000 124,037 963 125,000 Consultant Contracts 5,558 5,558 - 5,558 HELIX ENVIRONMNTL PLANNING INC Service Contracts 48,401 48,401 - 48,401 ICF JONES & STOKES INC Regulatory Agency Fees 50 50 - 50 PETTY CASH CUSTODIAN Total Planning 179,009 178,046 963 179,009 Design Standard Salaries 150,000 30,379 119,621 150,000 Fixed Asset 454,378 454,378 - 454,378 PREVIOUS DESIGN Consultant Contracts 20,396 20,396 - 20,396 HUNSAKER & ASSOCIATES 353,475 - 353,475 353,475 RICHARD BRADY & ASSOCIATES, INC. 25,000 - 25,000 25,000 FUTURE GEOTECHNICAL 10,000 10,000 10,000 FUTURE HYDRAULIC MODELING Total Design 1,013,249 505,153 508,096 1,013,249 Construction Standard Salaries 250,000 - 250,000 250,000 Construcion Contract 3,800,000 - 3,800,000 3,800,000 FUTURE CONSTRUCTION CONTRACTOR Service Contracts 63,650 63,650 63,650 RICHARD BRADY & ASSOCIATES, INC. 125,000 125,000 125,000 FUTURE CONSTRUCTION MANAGEMENT 5,000 - 5,000 5,000 FUTURE WELDING INSPECTION 40,000 40,000 40,000 FUTURE SECURITY CONSULTANT 5,000 5,000 5,000 FUTURE STRUCTURAL ENGINEER 5,000 - 5,000 5,000 FUTURE TESTING Standard Materials 60,000 - 60,000 60,000 FUTURE ENVIRONMENTAL Project Closeout 5,000 - 5,000 5,000 CLOSEOUT Project Contingency 190,000 - 190,000 190,000 5% CONTINGENCY Total Construction 4,548,650 - 4,548,650 4,548,650 Grand Total 5,740,908 683,199 5,057,709 5,740,908 Vendor/Comments Otay Water District P2040-Res - 1655-1 Reservoir 0.5 MG Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost ATTACHMENT B-2 – Budget Detail SUBJECT/PROJECT: P2040-001102 P2642-001102 Award of a Professional Engineering Services Agreement for design and construction support of 1655-1 Reservoir and Rancho Jamul Hydropneumatic Pump Station Modifications Project to Richard Brady & Associates, Inc. 4/2/2021 Budget 2,500,000 Planning Standard Salaries 25,000 20,745 4,255 25,000 Total Planning 25,000 20,745 4,255 25,000 Design Standard Salaries 75,000 1,380 73,620 75,000 Consultant Contracts 174,100 8,314 165,786 174,100 RICHARD BRADY & ASSOCIATES, INC. 20,000 - 20,000 20,000 FUTURE GEOTECHNICAL Total Design 269,100 9,694 259,406 269,100 Construction Standard Salaries 125,000 - 125,000 125,000 Construcion Contract 1,750,000 - 1,750,000 1,750,000 CONSTRUCTION CONTRACTOR Service Contracts 31,350 31,350 31,350 RICHARD BRADY & ASSOCIATES, INC. 75,000 - 75,000 75,000 FUTURE CONSTRUCTION MANAGEMENT 10,000 - 10,000 10,000 FUTURE WELDING INSPECTION 5,000 - 5,000 5,000 FUTURE STRUCTURAL ENGINEER 15,000 - 15,000 15,000 FUTURE TESTING 5,000 - 5,000 5,000 FUTURE ENVIRONMENTAL Project Closeout 5,000 - 5,000 5,000 CLOSEOUT Project Contingency 87,500 - 87,500 87,500 5% CONTINGENCY Total Construction 2,108,850 - 2,108,850 2,108,850 Grand Total 2,402,950 30,439 2,372,511 2,402,950 Vendor/Comments Otay Water District P2642-Rancho Jamul Pump Station Replacement Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost OTAY WATER DISTRICT1655-1 RESERVOIR (0.5 MG)& RANCHO JAMUL HPS REPLACEMENT EXHIBIT A CIP P2040CIP P2642C:\OneDrive\Otay Water District\ENG CIP - Documents\P2040 1655-1 Reservoir 0.5 MG\Graphics\Exhibits-Figures\Exhibit A - Staff Report Location MAp.mxd HYDRO PSSITE 0 750375 Feet VICINITY MAP DIV 5 DIV 1 DIV 2 DIV 4 DIV 3 ÃÅ54 SITE !\ ÃÅ125 ÃÅ94 ÃÅ905 §¨¦805 FNTS PRESILLA DR F P R E SIL L A D R RESERVOIRSITE Qualifications of Team Responsiveness and Project Understanding Technical and Management Approach INDIVIDUAL SUBTOTAL - WRITTEN AVERAGE SUBTOTAL - WRITTEN Cost Proposal* 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 SCORE WITHOUT FEE TOTAL SCORE 30 25 30 85 85 15 Y/N 100 15 15 10 10 50 50 135 150 Poor/Good/ Excellent Brandon 28 23 26 77 14 13 9 8 44 Jake 25 21 25 71 12 12 8 8 40 Kevin 28 23 26 77 14 12 8 8 42 Stephanie 25 23 25 73 12 12 8 8 40 Jeff 26 23 28 77 12 12 9 9 42 Brandon 26 21 25 72 11 10 7 6 34 Jake 26 23 22 71 9 8 6 6 29 Kevin 25 21 22 68 12 10 7 5 34 Stephanie 25 22 24 71 9 8 6 6 29 Jeff 26 20 24 70 12 10 8 6 36 Brandon 27 22 24 73 10 10 8 7 35 Jake 26 20 22 68 9 8 7 6 30 Kevin 27 22 24 73 11 11 7 6 35 Stephanie 24 22 24 70 9 8 7 6 30 Jeff 27 21 26 74 11 11 7 6 35 Brandon 24 21 24 69 11 12 6 6 35 Jake 26 22 24 72 11 9 7 7 34 Kevin 24 22 24 70 12 12 8 7 39 Stephanie 26 23 26 75 11 9 7 7 34 Jeff 27 21 25 73 12 11 8 8 39 * Review Panel does not see or consider cost proposals when scoring other categories. The cost proposals are scored by District staff who is not on Review Panel. Consultant Proposed Rates Score Brady $547,575 9 Horrocks $534,686 10 Lee & Ro $359,284 15 Psomas $836,950 1 42 32 117 102 105 10873 87 36 120 109 33 Y 15 10 75 Y 84 126 112 COST PROPOSAL SCORING CHART YHorrocks70 72 1Psomas Lee & Ro 72 Y EXHIBIT BSUMMARY OF PROPOSAL RANKINGS 1655-1 RESERVOIR (0.5 MG) AND RANCHO JAMUL HYDROPNEUMATIC PUMP STATION MODIFICATION PROJECT WRITTEN ORAL 80 MAXIMUM POINTS 9Brady REFERENCES STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: May 5, 2021 SUBMITTED BY: Michael J. Long Engineering Manager PROJECT: P2083-001103 P2562-001103 DIV. NO. 2 APPROVED BY: Rod Posada, Chief, Engineering Jose Martinez, General Manager SUBJECT: Approval of Change Order No. 9 in an amount not-to-exceed $117,045.51 to the Construction Contract with Pacific Hydrotech Corporation for the 870-2 Pump Station Replacement Project GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) authorize the General Manager to execute Change Order No. 9 to the existing construction contract with Pacific Hydrotech Corporation (Pacific Hydrotech) in the amount of $117,045.51 for the 870-2 Pump Station Replacement Project (Project) (see Exhibits A and B for Project location). COMMITTEE ACTION: Please see Attachment A. PURPOSE: To obtain Board authorization for the General Manager to execute Change Order No. 9 in the amount of $117,045.51 to the construction contract with Pacific Hydrotech for the 870-2 Pump Station Replacement Project. AGENDA ITEM 6 ANALYSIS: The District’s existing High Head (870-1) and Low Head (571-1) Pump Stations constructed in 1962 and 1966, respectively, have reached the end of their useful lives. The 870-2 Pump Station Project will replace these facilities and includes replacement of existing Reservoir inlet/outlet piping, construction of recirculation system pumps, and a chloramine disinfection booster system. Improvements of the access road and the installation of utilities for electrical, gas, sewer, and communication services are also included. The 870-2 Pump Station Replacement Project also includes the replacement of the 571-1 Reservoir (36.7 MG) floating cover and liner. The 571-1 Reservoir was originally built in 1967. In 1993, the District retrofitted the existing Reservoir to install a reservoir liner and floating cover. The existing liner and floating cover were more than 24 years old and nearing the end of their useful lives. As part of the overall Project, the existing Reservoir outlet stub-out piping located beneath the Reservoir was replaced, which allows the new 870-2 Pump Station to simultaneously perform its primary function (pump from the 571-1 Reservoir to the 870-1 Reservoir), recirculate the 571-1 Reservoir, and achieve a future function (pump from the 571-1 Reservoir to the 624 Pressure Zone). The replacement of the cover and liner under this Project mitigates having to take this critical Reservoir out of service a second time within the next few years. The demolition of the Low Head and High Head Pump Stations will be completed later (not part of this Project) when the new 870-2 Pump Station has been brought online and completed its warranty period. At the July 5, 2017 Board Meeting, the Board awarded a construction contract in the amount of $16,925,900.00 to Pacific Hydrotech. Since the award of the construction contract, eight (8) change orders have been approved. Change Order No. 1, which totaled $26,269.83, compensated the contractor for changes associated with the 571-1 Reservoir cover and liner improvements. These changes included provisions for additional cover buoyancy floats; replacement of existing unsalvageable batten bar anchor bolts; contractor reservoir disinfection in lieu of contract specified District disinfection; weather related days; and an adjustment to the contract milestone date for the 571-1 Reservoir. In total, Change Order No. 1 added twenty-seven (27) days to the contract. 3 Change Order No. 2, which totaled $48,698.12, compensated the contractor for changes including the following: modifications to the new electric meter room to accommodate San Diego Gas & Electric accessibility requirements; modifications to provide two (2) 250- gallon aqueous ammonia tanks in lieu of one (1) 550-gallon tank to better serve Station operations; provisions for two (2) 30-inch magnetic flow meters in lieu of ultrasonic flow meters to provide more resiliency and flexibility with anticipated flow conditions; and repairs to an existing rectifier electrical conduit adjacent to the access road. Change Order No. 2 also addressed contract time including weather days. In total, Change Order No. 2 added sixteen (16) days to the contract. Change Order No. 3, which totaled $64,864.00, compensated the contractor for several changes including the following: modifications to the dimensions of the backup generator concrete foundation pad; addition of structural support members for the heating, ventilation, and air-conditioning (HVAC) equipment and emergency generator muffler; revisions to the Stations louvers and associated masonry; installation of door louvers for the compressor room doors; increasing the discharge piping on the 570 zone (recirculation) pumps to 18-inches; revisions to provide a sewn protective thermal insulation jacket with clips for the emergency generator muffler and exhaust piping; modifying the emergency generator exhaust roof penetration to simplify future muffler removal/servicing; and consolidation of exterior lighting controls in a new contactor and control panel. Change Order No. 3 also addressed contract time including weather days. In total, Change Order No. 3 added twenty-five (25) days to the contract. Change Order No. 4, which totaled $49,157.89, compensated the contractor for several changes including the following: surge protection for indoor devices; additional pipe supports; spare engine exhaust catalysts; modification to Victaulic couplings; and relocation of chemical analyzers. Change Order No. 4 also reconciled credits associated with the unused portions of the Environmental/Regulatory Compliance and Reservoir Improvement Allowance items. Change Order No. 4 also addressed contract time including weather days. In total, Change Order No. 4 added forty-four (44) days to the contract. Change Order No. 5, which totaled $95,725.00, compensated the contractor for several changes including the following: profile and alignment revisions to the 66-inch and 30-inch discharge yard piping and suction header elevation; modifications to the Type D emergency batteries and test switch locations; addition of a fuel containment structure; providing position switches at the surge tank isolation valve; modifications to the thermal insulation for the pump engine coolant line piping; fire rated door hardware at door D-12; addition of bollards and a metal protective enclosure at the diesel fuel lines entrance location to the Pump Station; revisions to the suction header platform handrail; revisions to the pump engine natural gas pipe sizes; modifications to the cable tray support; ethernet communications to the pump engines; additional costs associated with dewatering existing vault No. 7; elevation and layout modifications to the suction header walkway and engine platform structures; and credits for unused items. Change Order No. 5 also addressed contract time including weather days. In total, Change Order No. 5 added thirty-eight (38) days to the contract. Change Order No. 6, which totaled $40,125.89, compensated the contractor for several changes including the following: credits associated with revisions to chain link fencing; modifications to the overhead crane electrical feed circuit; installation of flashing around pump engine exhaust canopy roof penetration; handrail and steps at the fuel containment structure; incorporation of handwheels on all suction header valves; Type II gate well frames and lids; additional conduit between CP-100 and the telephone backboard; additional electrical grounding of the gas engines; custom grade adjustment for the oil interceptor; relocation of pump engine batteries; and modifications to the planned hydroseed mix. Change Order No. 6 also addressed contract time including weather days. In total, Change Order No. 6 added twenty-seven (27) days to the contract. Change Order No. 7, which totaled $60,567.00, compensated the contractor for several changes including the following: revisions to the ammonia alarm horn/beacon mounting location; provides for cathodic protection jumper wires at the meter vault and cathodic system retesting; installation of concrete curbs at unpaved access road crossings; additional data communication and programming for chlorine analyzers; revisions to programming for pump emergency stop buttons; installation of additional UPS receptacles; replacement of sodium hypochlorite and ammonia pressure switches; revisions to the trip rating of panel LP-2 main circuit breaker; modifications to the site drainage at the Pump Station entrance; provides custom protective enclosures for fuel piping; provides type II gate well frame/lid to provide tracer wire access. Change Order No. 7 also addressed contract time including weather days. In total, Change Order No. 7 added nine (9) days to the contract. 5 Change Order No. 8, which totaled $59,903.35, compensated the contractor for several changes including the following: an additional valve and piping modifications at the 30-inch piping interconnection; installation of a storm drainpipe to convey stormwater from the new V-ditch to the underground storm drain system; installation of a 1-inch AVAR and relocation of the 66-inch suction header pressure transmitter assembly; additional signage in the pipe galley, chemical rooms, and fuel containment area; drainage modifications to the meter vault; additional V-ditches and concrete curb; delineation posts and rock protection; engine canopy lighting and a meter vault flood alarm switch; north access road grading and paving modifications; credit for unused electrical and control systems allowance; credit for unused specialized equipment electrical connections allowance; credit for unused agency permit fees allowance. Change Order No. 8 also addressed contract time including weather days. In total, Change Order No. 8 added forty-six (46) days to the contract. Change Order No. 9, which is the subject of this staff report, provides for the modifications to the four (P101, P102, P104, and P105) pumping systems, as detailed in the attached Exhibit C. Currently, the contractor has removed the four pumps and is working on machining the surface of the pump cans. The pump manufacturer is remanufacturing the right-angle drive gear boxes for the gas-powered pumps. The parts will arrive in late April and are expected to be installed by early May. Engineering construction staff continue to keep an accounting of all additional District staff time, construction management time, costs, and consultant analysis and studies that have occurred since the June 29, 2020 date of contractor substantial completion. This accounting will be utilized during project close-out for negotiation with the contractor to reimburse the unanticipated expenses resulting from the delayed operation of the Pump Station. As of May 2021, the physical construction of the 870-2 Pump Station remains approximately 99% percent complete and the project 7-day testing and startup are pending completion of the enhancements associated with this change order and contractor corrections to pump systems. As was previously reported to the Board, the District hired an expert pump consultant to assist in diagnosis on pump systems deficiencies and to ensure the proper and functional operation of the Pump Station; that the contractor would correctly address all the issues encountered during the 7-day test; that the repairs were adequately made; and for the long-term safety and reliability of the Pump Station. This pump consultant is an expert on rotational equipment 6 and has ample experience on the type of pumps installed at the 870-2 Pump Station. The items included in this Change Order No. 9 were recommended by the pump consultant. The pump consultant did not consider these items a design requirement, but to be a betterment. The items were recommended during operational pump system testing since the June 29, 2020 substantial construction completion was achieved. The added items will serve to prolong the life of the pumps and reduce the difficulty of maintenance required. In total, the cost associated with the items in Change Order No. 9 is $117,045.51. The time impacts associated with these betterments are not included in this change order. The contract duration remains at 1,070 calendar days and substantial completion of the project was achieved within that contract time. In addition, the pump consultant made observations and recommendations on retrofits to existing pumps at this and other pump stations that will serve to add operation monitoring redundancies to increase safety and longevity in the on-going operations of all District pump stations. As a result of these recommendations, engineering staff are developing a future CIP for retrofitting District pump stations with these monitoring improvements. Additionally, as part of a lessons learned exercise, Engineering staff will be revising District design standards for future pump station designs to incorporate the pump consultant recommendations. FISCAL IMPACT: Joe Beachem, Chief Financial Officer The total budget for CIP P2083, as approved in the FY 2021 budget, is $19,850,000. Total expenditures, plus outstanding commitments and forecast are $19,806,644. See Attachment B-1 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. The total budget for CIP P2562, as approved in the FY 2021 budget, is $2,900,000. Total expenditures, plus outstanding commitments, and forecast, including this contract, are $2,779,524. See Attachment B- 2 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. The Finance Department has determined that, under the current rate model, 100% of the funding is available from the Replacement Fund for CIP P2083 and for CIP P2562. 7 GRANTS/LOANS: Engineering staff researched and explored grants and loans and found none currently available for this Project. STRATEGIC GOAL: This Project supports the District’s Mission statement, “To provide exceptional water and wastewater service to its customers, and to manage District resources in a transparent and fiscally responsible manner” and the District’s Vision, “To be a model water agency by providing stellar service, achieving measurable results, and continuously improving operational practices.” LEGAL IMPACT: None. MJL/RP:jf P:\WORKING\CIP P2083 870-2 Pump Station Replacement\Staff Reports\BD 05-05-21 Pacific Hydrotech Change Order No 9\BD 05-05-21 Staff Report CO No. 9 for 870-2 PS (Rev 2).docx Attachments: Attachment A – Committee Action Attachment B1 – P2083 Budget Detail Attachment B2 - P2562 Budget Detail Exhibit A – 870-2 Pump Station Project Location Exhibit B - 870-2 Pump Station Project Detail Map Exhibit C – Change Order No. 9 ATTACHMENT A SUBJECT/PROJECT: P2083-001103 P2562-001103 Approval of Change Order No. 9 in an amount not-to-exceed $117,045.51.00 to the Construction Contract with Pacific Hydrotech Corporation for the 870-2 Pump Station Replacement Project COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a Committee Meeting held on April 20, 2021. 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 – P2083 Budget Detail SUBJECT/PROJECT: P2083-001103 P2562-001103 Approval of Change Order No. 9 in an amount not-to-exceed $117,045.51 to the Construction Contract with Pacific Hydrotech Corporation for the 870-2 Pump Station Replacement Project 4/9/2021 Budget 19,850,000 Planning Consultant Contracts 53,611 53,611 - 53,611 HELIX ENVIRONMENTAL 31,005 31,005 - 31,005 HELIX ENVIRONMNTL PLANNING INC17,094 17,094 - 17,094 JONES & STOKES ASSOCIATES INC211,296 211,296 - 211,296 ICF JONES & STOKES INCRegulatory Agency Fees 2,109 2,109 - 2,109 CA DEPT OF FISH & WILDLIFE720 720 - 720 CALIFORNIA REGIONAL WATER1,570 1,570 - 1,570 SAN DIEGO COUNTY WATER AUTH3,924 3,924 - 3,924 STATE WATER RESOURCES Service Contracts 2,260 2,260 - 2,260 COUNTY OF SAN DIEGO 164 164 - 164 SAN DIEGO DAILY TRANSCRIPT505 505 - 505 THE SAN DIEGO UNION-TRIBUNEStandard Salaries 233,775 233,775 - 233,775 Fixed Asset 580,444 580,444 - 580,444 Total Planning 1,138,478 1,138,478 - 1,138,478 Design 001102Consultant Contracts 136 136 - 136 THE WATCHLIGHT CORPORATION 4,850 4,850 - 4,850 BURKETT & WONG ENGINEERS INC 14,068 14,068 - 14,068 SOUTHERN CALIFORNIA SOIL3,034 3,034 - 3,034 RICK ENGINEERING COMPANY4,625 4,625 - 4,625 ROGER B WOODHULL22,149 22,149 - 22,149 NINYO & MOORE GEOTECHNICAL AND10,484 10,484 - 10,484 HUNSAKER & ASSOCIATES6,086 6,086 - 6,086 HDR ENGINEERING INC682,870 682,870 - 682,870 CAROLLO ENGINEERS INC7,974 7,974 - 7,974 AEGIS ENGINEERING MGMT INC Regulatory Agency Fees 3,694 3,694 - 3,694 SAN DIEGO GAS & ELECTRIC 18,348 18,348 - 18,348 COUNTY OF SAN DIEGOService Contracts 98 98 - 98 DAILY JOURNAL CORPORATIONStandard Salaries 677,054 677,054 - 677,054 Supplier Contracts 5,350 5,350 - 5,350 INLAND AERIAL SURVEYS INC Total Design 1,460,820 1,460,820 - 1,460,820 ConstructionConstruction Contracts 790 790 - 790 CLARKSON LAB & SUPPLY INC 14,092,223 14,092,223 - 14,092,223 PACIFIC HYDROTECH CORPORATION 738,919 738,919 - 738,919 PACIFIC WESTERN BANK117,055 117,055 117,055 Pacific Hydrotech CO No. 9Consultant Contracts 52,853 5,920 46,933 52,853 ALYSON CONSULTING437,691 425,389 12,302 437,691 CAROLLO ENGINEERS INC1,319 1,319 - 1,319 NINYO & MOORE GEOTECHNICAL AND10,240 10,240 - 10,240 NV5 INC70,000 15,335 54,665 70,000 ON-SITE TECHNICAL SVCS INC 17,623 17,623 - 17,623 RBF CONSULTING 1,038,300 1,038,300 - 1,038,300 MICHAEL BAKER INT'L INC 438 438 - 438 NINYO & MOORE GEOTECHNICALFor Ops Only - Contracted Services 1,375 1,375 - 1,375 LYNN'S LOCKSMITH SERVICEINFRASTRUCTURE EQUIPMENT & MA 1,281 1,281 - 1,281 MALLORY SAFETY & SUPPLY LLCOTHER AGENCY FEES 339,493 339,493 - 339,493 SAN DIEGO GAS & ELECTRICParking and Tolls 29 29 - 29 PETTY CASH CUSTODIANProfessional Legal Fees 276 276 - 276 ARTIANO SHINOFF280 280 - 280 STUTZ ARTIANO SHINOFF Regulatory Agency Fees 11,758 11,758 - 11,758 COUNTY OF SAN DIEGO Security Services 41,112 41,112 - 41,112 WATCHLIGHT CORPORATIONService Contracts 3,628 3,628 - 3,628 MAYER REPROGRAPHICS INC119 119 - 119 SAN DIEGO DAILY TRANSCRIPTStandard Salaries 230,546 210,546 20,000 230,546 Total Construction 17,207,346 16,956,392 250,954 17,207,346 Grand Total 19,806,644 19,555,690 250,954 19,806,644 Vendor/Comments Otay Water Districtp2083-PS - 870-2 Pump Station Repl Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost ATTACHMENT B-2 – P2562 Budget Detail SUBJECT/PROJECT: P2083-001103 P2562-001103 Approval of Change Order No. 9 in an amount not-to-exceed $117,045.51 to the Construction Contract with Pacific Hydrotech Corporation for the 870-2 Pump Station Replacement Project 4/9/2021 Budget 2,900,000 Planning Regulatory Agency Fees 50 50 - 50 PETTY CASH CUSTODIAN Total Planning 50 50 - 50 Design 001102 Mileage Reimbursement 14 14 - 14 PETTY CASH CUSTODIAN Standard Salaries 51,320 51,320 - 51,320 Total Design 51,333 51,333 - 51,333 Construction Construction Contracts 206 206 - 206 CLARKSON LAB & SUPPLY INC 2,414,577 2,414,577 - 2,414,577 PACIFIC HYDROTECH CORPORATION 125,493 125,493 - 125,493 PACIFIC WESTERN BANK Consultant Contracts - - - ALYSON CONSULTING 129,300 129,300 - 129,300 MICHAEL BAKER INT'L INC Standard Salaries 58,565 58,565 - 58,565 Total Construction 2,728,140 2,728,140 - 2,728,140 Grand Total 2,779,524 2,779,524 - 2,779,524 Vendor/Comments Otay Water District p2562-Res - 571-1 Reservoir Cover/Liner Replac Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost OTAY WATER DISTRICT870-2 PUMP STATIONLOCATION MAP EXHIBIT A CIP P2083F P:\WORKING\CIP P2083 870-2 Pump Station Replacement\Graphics\Exhibits-Figures\Exhibit A, Location Map, May 2016.mxd ROLLRESERVOIR(571-1) LOW HEADPUMP STATION HIGH HEADPUMPSTATION FOR PROJECT DETAILSEE EXHIBIT B ACCESS FROMALTA RD OWD PROPERTY LINE(APPROX) FirearmsTrainingFacility VICINITY MAP PROJECT SITE NTSDIV 5 DIV 1 DIV 2 DIV 4 DIV 3 !\ ?ò Aä ?Ë ;&s ?p F 0 250125 Feet OTAY WATER DISTRICT870-2 PUMP STATIONPROJECT DETAIL MAP EXHIBIT B CIP P2083F P:\WORKING\CIP P2083 870-2 Pump Station Replacement\Graphics\Exhibits-Figures\Exhibit B, Project Detail Map, May 2016.mxd 0 10050 Feet Legend ExistingEasementOWD ExistingParcelOWD ExistingEasementSDGE ProposedStructure ProposedWater ProposedStormDrain ProposedSewer ProposedGas ProposedSiteCivil ExistingWaterOWD OTAY WATER DISTRICT 2554 SWEETWATER SPRINGS BLVD., SPRING VALLEY, CA. 91978, (619) 670-2222 CONTRACT/P.O. CHANGE ORDER No. 9 PROJECT/ITEM: 870-2 Pump Station Replacement CONTRACTOR/VENDOR: Pacific Hydrotech Corporation REF.CIP No.: P2083/P2562 APPROVED BY: Board REF. P.O. No: 720067 DATE: 4/6/21 DESCRIPTION: Charges attributable to the 870-2 PS (CIP 2083). This Change Order provides for installation of four equipment connection fittings: two between the pump discharge flange and heat exchanger (P102 & P104) and two between pump discharge flange and pipe spool (P101 & P105) per RFP 015 and COR 150. REASON: Subsequent to pump removal as part of pump failure analysis investigations it was discovered that pump discharge piping had shifted slightly from originally installed conditions, likely a result of surge system functional testing. This discovery resulted in direction to enhance the design with installation of an equipment connection fitting (ECF) between each pump outlet flange and adjacent piping to simplify future pump alignment procedures and allow independent movement of the discharge piping mitigating potential for future stress of the pump outlet flange. This change order is required to implement the required modifications resolving all costs associated with RFP 015 and COR 150. CHANGE P.O. TO READ: Revise Contract to add $117,045.51 and add 0 days time for a total Contract amount of $17,488,256.59 with a Contract Duration of 1070 Calendar Days. ORIGINAL CONTRACT/P.O. AMOUNT: $ 16,925,900.00 ADJUSTED AMOUNT FROM PREVIOUS CHANGE: $ 445,311.08 TOTAL COST OF THIS CHANGE ORDER: $ 117,045.51 NEW CONTRACT/P.O. AMOUNT IS: $ 17,488,256.59 ORIGINAL CONTRACT COMPLETION DATE: 10/4/19 CONTRACT/P.O. TIME AFFECTED BY THIS CHANGE: No REVISED CONTRACT COMPLETION DATE: 6/30/20 IT IS UNDERSTOOD WITH THE FOLLOWING APPROVALS, THAT THE CONTRACTOR/VENDOR IS AUTHORIZED AND DIRECTED TO MAKE THE HEREIN DESCRIBED CHANGES. IT IS ALSO AGREED THAT THE TOTAL COST FOR THIS CHANGE ORDER CONSTITUTES FULL AND COMPLETE COMPENSATION FOR OBLIGATIONS REQUIRED BY THE CONTRACT/P.O. ALL OTHER PROVISIONS AND REQUIREMENTS OF THE CONTRACT/P.O. REMAIN IN FULL FORCE AND EFFECT. CONTRACTOR/VENDOR: STAFF APPROVALS: SIGNATURE: PROJ. MGR: DATE: NAME: David Power DIV.MGR:DATE: TITLE: Project Manager DATE: CHIEF: DATE: COMPANY & Pacific Hydrotech Corporation ADDRESS: 314 E. 3rd Street DISTRICT APPROVAL: Perris, CA 92570 GEN. MANAGER: DATE: COPIES: o FILE (Orig.), o CONTRACTOR/VENDOR, o CHIEF-ENGINEERING, o CHIEF-FINANCE, o ENGR. MGR. o ACCTS PAYABLE, o INSPECTION, o PROJ. MGR.,o ENGR. SECRETARY, o PURCHASING, o PROJECT BINDER EXHIBIT C Michael Baker International 9755 Clairemont Mesa Blvd San Diego, CA 92124 (858) 518-3072 REQUEST FOR PROPOSAL #15 Date: March 31, 2021 Project Name: 870-2 Pump Station Replacement To: Pacific Hydrotech, Inc. C.I.P. No.: P2083 & P2562 314 E 3rd St., Perris CA 92570 Contractor: Pacific Hydrotech Attn: David Power From: Douglas Cook Subject: Equipment Connection Fittings Page 1 of 3 Reference Drawings: attached Ref. Spec. Section: N/A Referenced RFI: N/A Description: Shop drawings required X No Shop drawings required Please lump sum proposal to furnish all required labor, material, and equipment necessary to implement the following items per the attached drawing and material information: 1. P102 & P104 o Remove Victaulic connection spool between butterfly valve and Cla-Val, disconnect all heat exchanger coolant lines, disconnect electrical conduits to Cla-Val, provide temporary support for piping and remove existing pipe stanchions. o Remove flange on discharge header and adjust outlet length to achieve a nominal length of 23.75 inches between Cla-Val and discharge header flange. Reinstall new flange and repair damaged cement mortar lining prior to bolting butterfly valve back to flange. o Shift Cla-Val and Heat Exchanger so that Cla-Val bolts to butterfly valve and a gap of 23.75 inches is achieved between the pump discharge flange and heat exchanger. o Install Romac ECF400 between pump discharge flange and heat exchanger. o Reconnect all heat exchanger coolant lines to relocated heat exchanger. o Reconnect all electrical conduits to relocated Cla-Val. o Reinstall two existing pipe stanchions beneath Cla-Val and install a new pipe support with strap beneath the heat exchanger. o Apply contractual coating system to all new piping and damaged existing coating materials. 2. P101 & P105 o Remove spool between the pump outlet flange and Cla-Val. o Modify length of spool to achieve a nominal length of 23.75 inches between pump discharge flange and spool piece. o Install Romac ECF400 between pump discharge flange and heat exchanger. o Apply contractual coating system to all new piping and damaged existing coating materials. · Please submit a lump sum cost proposal for this adjustment to your construction contract by April 5, 2021. Your proposal should include a complete detailed breakdown of labor man-hours, materials, equipment, and all other related costs which would be basis for negotiation and agreement in an adjustment to the contract price. · Please quantify the impact, if any, the above described scope of work will have upon your project completion date, by identifying the first critical path element of your schedule which is impacted and the duration of the impact. · Other requirements to be included are: N/A Michael Baker International 9755 Clairemont Mesa Blvd San Diego, CA 92124 (858) 518-3072 REQUEST FOR PROPOSAL #15 Date: March 31, 2021 Project Name: 870-2 Pump Station Replacement To: Pacific Hydrotech, Inc. C.I.P. No.: P2083 & P2562 314 E 3rd St., Perris CA 92570 Contractor: Pacific Hydrotech Attn: David Power From: Douglas Cook Subject: Equipment Connection Fittings Page 2 of 3 By: Construction Manager’s Signature ECF400 EQUIPMENT CONNECTION FITTING 1.800.426.9341 • www.romac.com Restraint for misaligned flanged fittings on field connections and equipment. • The ECF400 combines two flanged couplings with a plain spool piece and thrust restraint rods in one complete and easy-to-use assembly. • The ECF400’s flexibility and adjustability simplifies systems that are otherwise difficult to work with. • Provided in standard lengths for ease of piping system design. Available in custom lengths if required. BECF 09/2018 1.800.426.9341 www.romac.com OFFSET & DEFLECTION If your system has misaligned or offset flanges that need to be connected, the ECF400 will accommodate a minimum of 1/4” offset and deflection (see chart). Once installed, the fitting is a solid connection that will not allow your system to move. ADJUSTABLE LAYING LENGTH Just like our DJ400 and DJ405, the ECF400 has an adjustable laying length, allowing room for access, valve installation, or an extra pipe length that may be required. CONNECTION The Romac Equipment Connection Fitting accommodates a flanged system with ANSI CLS 125 and 150 bolt circles. We also can provide other configurations on request. RESTRAINT Tie-rods and harness lugs provide the means of restraint. Since the tie-rods only pass through the harness lugs and not the flanges, the rods are easily installed or removed. For sizes, pricing and other information, contact Romac 1-800-426-9341 SPOOL ASTM A53 SCH 40 pipe for 3-12” sizes and ASTM A36 steel for 14” & larger sizes. A pipe stop is available. BODIES AND END RINGS For 3- 12” Sizes, ASTM A536 ductile iron meeting or exceeding Grade 65-45-12. For 14” and larger sizes, ASTM A36 steel. Flange bolt circles accommodate ANSI CLS 125 and 150. GASKETS Compounded for water and sewer service in accordance with ASTM D2000. Other compounds available for petroleum, chemical, or high temperature service. BOLTS, NUTS, SPHERICAL WASHERS High Strength Low Alloy Steel. Type 304 Stainless Steel or Type 316 Stain- less Steel is available. TIE RODS High Strength Steel per ASTM A193 B7. Type 304 (A193 B8) and 316 (A193 B8M) Stainless steel is available. HARNESS LUGS ASTM A36 steel or ASTM A536 Ductile Iron. Coated with Fusion Bonded Epoxy. COATING All steel and ductile iron parts are coated at Romac with NSF 61 certified Fusion Bonded Epoxy. OVERVIEW NOM.MIN.MAX.LBS 3 7.50 0.60 16.50 15.50 17.50 4 5/8 - 11 5/8 23.38 2 2 3.50 0.22 0.50 0.25 0.32 49 4 9.00 0.60 16.50 15.50 17.50 8 5/8 - 11 5/8 23.75 2 2 4.50 0.24 0.50 0.25 0.32 58 6 11.00 0.63 16.63 15.63 17.63 8 3/4 - 10 5/8 24.88 2 2 6.63 0.28 0.75 0.25 0.32 92 8 13.50 0.63 16.63 15.63 17.63 8 3/4 - 10 5/8 25.25 2 3 8.63 0.32 0.75 0.25 0.32 122 10 16.00 1.24 19.25 18.25 20.25 12 5/8 - 11 X 7/8 - 9 3/4 28.75 2 3 10.75 0.37 1.00 0.70 0.77 204 12 19.00 1.25 19.50 18.50 20.50 12 7/8 - 9 7/8 29.63 2 4 12.75 0.38 1.00 0.71 0.78 268 OFFSET AT MIN. LENGTH AT MAX. LENGTH APPROX. WEIGHTNOM SIZE DIMENSIONS BOLTS TIE RODS FACE TO FACE LENGTHFLANGE OD FCA FLANGE THK QTY SPOOL SIZE SIZE LENGTH 175 PSI (CLS D) QTY 275 PSI (CLS E) QTY OD THK HARNESS LUG THK MATERIAL SPECIFICATIONS Tie-Rod SphericalWashers Nut HarnessLugs Spherical washer and harness lug assemblies are engineered to keep the tie-rods in position, and prevent bending. SPHERICAL WASHER DETAIL 1.800.426.9341 www.romac.com DIMENSIONS HARNESS LUG DETAIL HARNESS LUG DETAIL NOM.MIN.MAX.LBS 3 7.50 0.60 16.50 15.50 17.50 4 5/8 - 11 5/8 23.38 2 2 3.50 0.22 0.50 0.25 0.32 49 4 9.00 0.60 16.50 15.50 17.50 8 5/8 - 11 5/8 23.75 2 2 4.50 0.24 0.50 0.25 0.32 58 6 11.00 0.63 16.63 15.63 17.63 8 3/4 - 10 5/8 24.88 2 2 6.63 0.28 0.75 0.25 0.32 92 8 13.50 0.63 16.63 15.63 17.63 8 3/4 - 10 5/8 25.25 2 3 8.63 0.32 0.75 0.25 0.32 122 10 16.00 1.24 19.25 18.25 20.25 12 5/8 - 11 X 7/8 - 9 3/4 28.75 2 3 10.75 0.37 1.00 0.70 0.77 204 12 19.00 1.25 19.50 18.50 20.50 12 7/8 - 9 7/8 29.63 2 4 12.75 0.38 1.00 0.71 0.78 268 OFFSET AT MIN. LENGTH AT MAX. LENGTH APPROX. WEIGHTNOM SIZE DIMENSIONS BOLTS TIE RODS FACE TO FACE LENGTHFLANGE OD FCA FLANGE THK QTY SPOOL SIZE SIZE LENGTH 175 PSI (CLS D) QTY 275 PSI (CLS E) QTY OD THK HARNESS LUG THK FACE TO FACE FACE TO FACE ECF400 3"–12" ECF400 14"–72" Repair Clamps • Couplings • Expansion Joints • Pipe Restraint • Service Saddles Tapping Sleeves • Tapping Machines • Valve Insertion • Waterworks Tools 1.800.426.9341 • www.romac.com BECF 09/2018 NOTES: 2.PRESSURE RATED UP TO FLANGES PROVIDED; 14” - 72” AWWA CLS D 150 PSIG WORKING, 187 PSIG TEST. FOR HIGHER PRESSURES, 3.AWWA CLS E OR CLS F FLANGES AVAILABLE. ACCOMODATES DEFLECTION AND/OR OFFSET IN A SYSTEM PROVIDING A SOLID CONNECTION AFTER INSTALLATION,4.NOT INTENDED TO PROVIDE LATERAL MOVEMENT IN PIPELINE.5.*FLANGE BOLTS PROVIDED ARE ALL THREAD STUDS WITH TWO NUTS PER STUD AND ARE USED ONLY WHERE HARNESS LUGS BOLT TO 6.FLANGE. USER TO PROVIDE REMAINING FLANGE BOLTS. NSF 61 CERTIFIED COATING: FUSION BONDED EPOXY IS STANDARD. OTHER COATINGS AVALABLE UPON REQUEST. 1.FASTENERS: HSLA PER ASTM A588 IS STANDARD. STAINLESS STEEL TYPE 304 OR 316 PER ASTM A193 AVAILABLE UPON REQUEST. NOM PIPE SIZE DIMENSIONS BOLTS TIE RODS SPOOL HARNESS LUG THK *FLANGE BOLT OFFSET MAX DEFLECTION APPROX WEIGHTFLANGE OD FLANGE THK C - LENGTH QTY SIZE SIZE LENGTH QTY OD THK SIZE LENGTH QTY AT MIN LENGTH AT MAX LENGTHA B NOM MIN MAX D E F G H J K N R S T DEGREES LBS 14 21.00 0.94 23.75 22.25 25.25 16 5/8 - 11 1 35.00 2 14.00 0.25 1.00 1 6.50 8 0.25 0.37 2.25 286 16 23.50 1.00 24.75 23.25 26.25 20 5/8 - 11 1 36.25 2 16.00 0.25 1.00 1 6.75 8 0.25 0.36 2.00 334 18 25.00 1.06 24.75 23.25 26.25 20 5/8 - 11 1 36.50 3 18.00 0.25 1.00 1-1/8 7.00 12 0.25 0.35 2.00 391 20 27.50 1.13 24.88 23.38 26.38 24 5/8 - 11 1 37.25 4 20.00 0.25 1.00 1-1/8 7.50 16 0.25 0.35 2.00 472 24 32.00 1.25 25.13 23.63 26.63 28 5/8 - 11 1 38.00 5 24.00 0.25 1.00 1-1/4 8.00 20 0.25 0.35 2.00 631 30 38.75 1.38 26.38 24.88 27.88 32 5/8 - 11 1-1/4 40.75 5 30.00 0.38 1.25 1-1/4 8.75 20 0.25 0.34 1.75 969 36 46.00 1.63 26.88 25.38 28.38 36 5/8 - 11 1-1/4 41.75 7 36.00 0.38 1.25 1-1/2 10.00 28 0.25 0.34 1.75 1412 42 53.00 1.75 28.63 27.13 30.13 40 5/8 - 11 1-1/4 44.00 9 42.00 0.38 1.25 1-1/2 10.50 36 0.25 0.33 1.50 1862 48 59.50 1.88 30.75 29.25 32.25 44 5/8 - 11 1-1/2 47.75 8 48.00 0.38 1.75 1-1/2 11.50 32 0.25 0.32 1.25 2282 54 66.25 2.13 31.25 29.75 32.75 48 5/8 - 11 1-1/2 49.25 10 54.00 0.38 1.75 1-3/4 12.75 40 0.25 0.32 1.25 3018 60 73.00 2.25 31.50 30.00 33.00 56 5/8 - 11 1-1/2 49.75 13 60.00 0.38 1.75 1-3/4 12.00 52 0.25 0.32 1.25 3670 66 80.00 2.50 34.88 33.38 36.38 60 5/8 - 11 1-3/4 54.75 11 66.00 0.38 2.00 1-3/4 13.00 44 0.25 0.30 1.00 4441 72 86.50 2.63 35.13 33.63 36.63 64 5/8 - 11 1-3/4 55.25 13 72.00 0.38 2.00 1-3/4 13.25 52 0.25 0.30 1.00 5128 REVISIONS REV. DESCRIPTION DATE APPROVED 0 INITIAL RELEASE IN PDM, UPDATED TO CURRENT DESIGN 1/24/2013 PNN 1 FIXED DIM "C" 5/21/2015 NST AWWA C207 CLS D FLANGEQTY: 2 A A A WRITTEN PERMISSION OF ROMAC IND., INC. DRAWING FILE NAME: NOT HAVE ITS INFORMATION DISCLOSED 1/64 DRAWN SIGNATURESUNLESS OTHERWISE SPECIFIED ROMAC INDUSTRIES INC. REV. NO. TITLE APPROVED NTS 1 OF 1ASCALESIZE WHICH IT WAS SUBMITTED AND SHALL DRAWING BE USED ONLY FOR THE PURPOSE FOR SHEET OR REPRODUCED IN WHOLE OR IN PART MODEL CAD #: CAD-005118 PROPERTY OF ROMAC IND., INC. IT IS TO DWG. NO. ECF400 - 14 - 72 - AWWA CLS D - STANDARD DATE AUTHOR: Peter NielsenMODEL NAME: ECF400 - 14 - 72 - AWWA CLS D - STANDARD LENGTHS - WITH OFFSET PROPRIETARY NOTICE 01/24/2013 2/5/2013 PROPRIETARY INFORMATION AND IS THE FOR ANY PURPOSE WITHOUT PRIOR ECF400 - 14 - 72 - AWWA CLS D - STANDARD LENGTHS - CUSTOMER LENGTHS CAD-005065 CAD-005065 1 Peter Nielsen Sam Hill CONFIGURATION NAME:Default THIS DRAWING CONTAINS CONFIDENTIAL DIMENSIONS ARE IN INCHES TOLERANCES ARE ON: 1 PL DECIMALS 0.0602 PL DECIMALS 0.0303 PL DECIMALS 0.010ANGLES 1FRACTIONS LEGACY DRAWING #: B2358-A FO R C U S T O M E R U S E A-Fab_V2 SPHERICAL WASHER SET, TIE ROD, "F" UNC X "G" LG, ASTM A36. QTY: 2 PER TIE ROD QTY: "H" QTY: "D" ASTM A193 GR. B7, B8 OR B8M.QTY: "T" SPOOL, "J" OD X "K" THK, "R" UNC X 'S" LENGTH,*FLANGE BOLT QTY: 2 BODY ASTM A193 GR. B7, B8 OR B8M. ALLOWS FOR DEFLECTION, GASKET: SUITABLEFOR WATER & SEWERSERVICE, 180 F MAX,75 DUROMETER, BOLTS, "E" SIZE, END RING SECTION A-A B C B K G N OFFSET J PACIFIC HYDROTECH CORPORATION 314 E. 3RD ST, PERRIS, CA 92570 (951) 943-8803 FAX (951) 943-1093 COR: 150 April 6, 2021 Michael Baker International, 9755 Clairemont Mesa Blvd San Diego, CA 92124 Attention: Doug Cook Reference: C1710 870-2 Otay Pump Station Replacement: COR # 150 Piping Enhancements Doug: Per attached RFP #15, please find attached cost to furnish all required labor, material, and equipment necessary to implement piping enhancements per the attached drawing and material information, as requested by owner. Amount of this Proposed Lump Sum Change Order: $117,045.51 Exclusions: Any work not specifically mentioned. Please review this change order request and if everything is acceptable to you, please issue us a Change Order in the amount of $117,045.51 at your earliest convenience. Sincerely, David N. Power Pacific Hydrotech Corporation PACIFIC HYDROTECH CORPORATION 314 E 3RD Street Perris,CA 92570(951)943-8803 EXTRA WORK DESCRIPTION:COR: PROJECT NAME:JOB #: DATE:EQUIPMENT UOM UNIT RATE*TOTAL LABOR HR RATE**TOTAL Tool Truck HR 160 $39.12 6,259.20$ Backhoe 420D w/4WD HR 0 $50.05 -$ Foreman (prep,layout,investigate)40 95.00$ 3,800.00$ Mini Excavator HR 0 $31.61 -$ Working Superintendent 24 102.00$ 2,448.00$ Wacker Compactor HR 0 $10.19 -$ Foreman 80 95.00$ 7,600.00$ Gradall HR 0 $72.47 -$ Operator 0 91.32$ -$ Generator HR 0 $14.99 -$ Carpenter 0 75.21$ -$ Rotohammer HR 0 $9.97 -$ Pipe Fitter 320 73.00$ 23,360.00$ Roller Compactor HR 0 $94.78 -$ Cement Mason 0 70.60$ -$ Excavator 345CL HR 0 $167.40 -$ Bricklayer 0 68.00$ -$ Water Truck HR 0 $28.17 -$ Laborer 80 72.00$ 5,760.00$ Welder HR 0 $165.00 -$ Welder 80 135.00$ 10,800.00$ Forklift HR 0 $56.42 -$ Crane HR 0 $250.00 -$ Sr. Project Manager 0 124.93$ -$ 5 Yd. Loader HR 0 $175.08 -$ Superintendent 0 134.13$ -$ Crane Rental LS 0 $0.00 -$ Foreman (prep,layout,investigate)0 124.93$ -$ -$ Operator 0 119.27$ -$ -$ Carpenter 0 99.38$ -$ -$ Pipe Fitter 0 96.00$ -$ -$ Cement Mason 0 88.73$ -$ Subtotal 6,259.20$ Bricklayer 0 89.42$ -$ Markup 15%938.88$ Laborer 87.85$ -$ Total Cost 7,198.08$ MATERIAL UOM UNIT COST TOTAL Material list per attached LS 1 31,516.71$ 31,516.71$ Sr. Project Manager 0 156.75$ -$ -$ -$ Superintendent 0 168.30$ -$ Misc. Materials LS 1 500.00$ 500.00$ Foreman (prep,layout,investigate)0 156.75$ -$ -$ -$ Operator 0 147.91$ -$ -$ -$ Carpenter 0 124.11$ -$ -$ -$ Pipe Fitter 0 120.45$ -$ -$ -$ Cement Mason 0 107.29$ -$ -$ -$ Bricklayer 0 112.20$ -$ -$ Laborer 0 108.35$ -$ -$ -$ -$ Subtotal 53,768.00$ Subtotal 32,016.71$ Markup 15%8,065.20$ Markup 15%4,802.51$ Total Cost 61,833.20$ Total Cost 36,819.22$ INCIDENTALS UOM UNIT COST TOTAL Equipment Total Cost $7,198.08Electrical Subcontractor LS 1.0 3,000.00$ 3,000.00$ Material Total Cost $36,819.22 Painter (Labor & Materials)LS 1.0 5,000.00$ 5,000.00$ Subcontracts Total Cost $8,900.00-$ Labor Total Cost $61,833.20 -$ Subtotal $114,750.50 -$ Bond 1%1147.50 -$ Insurance 1%1147.50 -$ TOTAL COSTS $117,045.51 -$ -$ -$ Subtotal 8,000.00$ Markup 15%900.00$ Total Cost 8,900.00$ **Rates exclude weekends and are subject to increase in accordance with the DIR. *All other equipment not included above will be per Cal Trans rates. Pipe Enhancements at Pumps 101, 102, 104 & 105 C1710 April 2, 2021 Otay 870-2 Pump Station Regular Time Overtime Double Time P2083 & P2562-001103 C.O.AMOUNT BY DATE DESCRIPTION TYPE C.O. 1 $ 26,269.83 Chief 5/18/2018 Additional buoyancy floats in reservoir; replace existing to be reused anchor bolts, disinfect reservoir for water quality testing and weather days Lump Sum 2 $ 48,698.12 Chief 1/29/2019 Electric service room modifications; ammonia storage modifications; replace ultrasonic flow meters with magnetic type; Relocate existing rectifier power conduit and weather days Lump Sum 3 $ 64,864.00 Board 4/3/2019 Provide bathroom finishes; increase size of generator foundation; provide additional HVAC supports, add pilasters for louver relocation; add compressor room louvers; increase 570- zone discharge piping; emergency generator jacket insulation betterment; exhaust roof penetration detail modification; lighting controls modification and weather days Lump Sum 4 $ 49,157.89 Board 11/7/2019 Cathodic system modifications; HVAC modifications; additional 4-inch irrigation valve; indoor devices surge protection; surge tank concrete foundation modifications; Type G LED exit light fixture mount modifications; chemical resistant coating in chemical rooms; lighting controller modifications; additional pipe supports in the pump room; add EF-4 to pump room; spare exhaust catalyst and add make-up oil storage tanks; increase size of Victaulic couplings; add Type A light fixture to electrical service entrance room; incorporate two new prima roof drains and overflow drains; relocate HVAC ductwork in electric room; reorientation of electrical busway in emergency generator room; relocation of chemical analyzers; add 2-inch pressure reducing valves; add disassembly flanges on pump engine coolant piping; add cove base in restroom; add flexible connection for engine coolant and gas piping to pump engines; add support gussets on aluminum platform above the suction piping; add 1-hour fire labeling at the generator room interior door; weather and bid item quantity adjustments Lump Sum 5 $ 95,725.00 Board 2/6/2020 Suction piping revisions; type D emergency batteries and test switch locations; fuel containment structure; position switches at surge tank isolation valve; thermal insulation for pump engine coolant line piping; door D-12 fire rated door hardware; protective enclosure for diesel fuel lines; suction header platform handrail modifications; natural gas engine piping modifications; cable tray support modification; ethernet communication to pump engines; vault 7 dewatering; AVAR piping connection material changes; suction header platform modifications; weather and bid item quantity adjustments Lump Sum 6 $ 40,125.89 Board 4/1/2020 Fencing revisions; overhead crane electrical feed changes; pump engine exhaust penetration; handrail and steps at fuel containment; suction header valve handwheels; gate well frames/lids; conduit between CP-100 and backboard; gas engine electrical grounding; oil interceptor grade adjustment; relocate pump engine batteries; change hydroseed mix and density Lump Sum 7 $ 60,567.00 Board 6/9/2020 Ammonia Alarm Mounting; Meter Vault Cathodic Revisions; Concrete Curbs; Chlorine Analyzer Data/Comm Mods; Pump Estop Revisions; CP-100 UPS Outlets; Chemical Pressure Switch Revisions; LP-2 Panel Trip Rating Revision; Entrance Drainage Mod; Fuel Pipe Protective Enclosure; Gate Well Frame/Lid for Cathodic Lump Sum 8 $ 59,903.35 Board 10/8/2020 Additional Interconnect Valve; Add 'l Storm Drain Pipe; Relocate Pressure xmiter and AVAR; Add 'l signage & Display Cover; Meter Vault Drainage Mods; Add 'l V-Ditches and curb/gutter; Delineation Posts and Rock Protection; Engine Canopy Lighting, Convenience Outlets, Meter Vault Flood Alarm; North Access Road Grading and Paving Mods, Bid Item Reconciliation Lump Sum 9 $117,045.51 Board Install equipment connection fittings on P101, P102, P104, P015 Lump Sum 10 Total C.O.'s To Date: $562,356.59 3.3% Original Contract Amount:$16,925,900.00 Current Contract Amount:$17,488,256.59 Change Order Breakdown for the Month: Month Net C.O.$Limit Authorization Absolute C.O.$ Absolute C.O. % 4/21 $0.00 $5,000/5%PM/Supervisor $0.00 0.0% $10,000/10%Manager $0.00 0.0% $15,000/20%Chief $0.00 0.0% $50,000/30%GM $0.00 0.0% CHANGE ORDER LOG 870-2 Pump Station (P2083 & P2562) APPROVED STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: May 5, 2021 SUBMITTED BY: Lisa Coburn-Boyd Environmental Compliance Specialist Bob Kennedy Engineering Manager PROJECT: P1253-004000 DIV. NO. 5 APPROVED BY: Rod Posada, Chief, Engineering Jose Martinez, General Manager SUBJECT: Award of a Professional Environmental Services Contract for the San Miguel Habitat Management Area and CIP-Associated Mitigation Projects for Three Years (June 2021–June 2024) GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) award a Professional Environmental Services Contract to Merkel & Associates, Inc. (Merkel) for the maintenance and monitoring of the San Miguel Habitat Management Area and CIP-Associated Mitigation Projects for a three-year period (June 2021–June 2024) and authorize the General Manager to execute an agreement in an amount not-to-exceed $382,881.30 (see Exhibit A for location map). COMMITTEE ACTION: Please see Attachment A. PURPOSE: That the Board authorize the General Manager to execute a Professional Environmental Services Agreement with Merkel in an amount not-to-exceed $382,881.30 for the maintenance, monitoring, and reporting for the San Miguel Habitat Management Area and CIP- Associated Mitigation Projects for three years (June 2021–June 2024). AGENDA ITEM 7 2 ANALYSIS: The District’s Habitat Management Area (HMA) is a 230-acre, designated biological reserve located within the District’s 509-acre Use Area property within the City of Chula Vista. The HMA serves as a mitigation bank with credits that can be utilized to offset habitat impacts associated with District projects and facilities. It also serves as a habitat restoration area for vegetation impacts associated with the construction of District CIP projects. The District is required to conduct biological monitoring, provide continuous maintenance, and submit annual reports to the U.S. Fish and Wildlife Service and the California Department of Fish & Wildlife for the HMA. The HMA has been in existence since 1997 and is required to be monitored and maintained in perpetuity. Individual restoration areas associated with CIP projects at the HMA generally have a three (3) to five (5) year maintenance, monitoring, and reporting period. Currently, ICF is the firm that has the contract for the HMA maintenance, monitoring, and reporting. Their contract will conclude at the end of May 2021. In order to have a new consultant on board immediately following the end of the current contract so that maintenance services are not neglected, the District solicited Professional Environmental Consulting Services from consulting firms by placing an advertisement on the District’s website and in various other publications. Ten (10) firms submitted a Letter of Interest and Statement of Qualifications. The Request for Proposal (RFP) was sent to all ten (10) firms resulting in seven (7) proposals received on February 25, 2021, from the following consulting firms: • Artemis (Carlsbad, CA) • Helix Environmental Planning (La Mesa, CA) • ICF (San Diego, CA) • Merkel & Associates, Inc. (San Diego, CA) • SummitWest Environmental, Inc. (San Diego, CA) • KMEA (National City, CA) • Tierra Data, Inc. (Escondido, CA) In accordance with the District’s Policy 21, staff evaluated and scored six (6) of the written proposals. The proposal from Tierra Data was deemed non-responsive as their cost proposal (as evaluated by the Engineering Manager) was twice the amount of all other proposals. Five of the firms were interviewed on April 5, 2021. Merkel received the highest score for their services based on their extensive experience in the management of habitat areas, comprehensive understanding of the scope of work, proposed method to 3 accomplish the work, and overall strength of their project team. A summary of the complete evaluation is shown in Exhibit B. Merkel submitted the Company Background Questionnaire, as required by the RFP, and staff did not find any significant issues. In addition, staff checked their references and performed an internet search on the company. Staff found the references to be excellent and did not find any outstanding issues with the internet search. FISCAL IMPACT: Joe Beachem, Chief Financial Officer This contract totals $382,881.30 and will be expended from June 2021 through June 2024, encompassing Fiscal years 2021-2024. The Project Manager expects that this contract amount is sufficient to cover the required expenditures in each of these years. The Operating Budget amount for FY 2021 is $150,000. The Project Manager anticipates this amount is sufficient to cover the expenses for this fiscal year. The requested budget for FY 2022 is $180,000 and, if approved, the Project Manager anticipates the requested budget to be sufficient to cover the operating expenses for the HMA maintenance, monitoring and reporting services required. Likewise, future operating budgets will be requested to support these required expenditures. STRATEGIC GOAL: This Project supports the District’s Mission statement, “To provide exceptional water and wastewater service to its customers, and to manage District resources in a transparent and fiscally responsible manner” and the General Manager’s Vision, "To be a model water agency by providing stellar service, achieving measurable results, and continuously improving operational practices." LEGAL IMPACT: None. LC-B/BK:jf https://otaywater365.sharepoint.com/sites/engoperating/Shared Documents/Environmental/HMA/2021-2024 HMA RFP & Contract/Staff Report/BD 05-05-21, Staff Report, San Miguel HMA Services Contract – 2021-2024 (LCB-BK).docx Attachments: Attachment A – Committee Action Attachment B – Summary of Proposal Rankings Exhibit A – Location Map ATTACHMENT A SUBJECT/PROJECT: P1253-004000 Award of a Professional Environmental Services Contract for the San Miguel Habitat Management Area and CIP-Associated Mitigation Projects for Three Years (June 2021–June 2024) COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on April 20, 2021. The Committee supported staff's recommendation. NOTE: The “Committee Action” is written in anticipation of the Committee moving the item forward for Board approval. This report will be sent to the Board as a Committee approved item or modified to reflect any discussion or changes as directed from the Committee prior to presentation to the full Board. Qualifications of Staff Understanding of Scope, Schedule and Resources Soundness and Viability of Proposed Project Plan INDIVIDUAL SUBTOTAL - WRITTEN AVERAGE SUBTOTAL - WRITTEN Proposed Fee*Consultant's Commitment to DBE AVERAGE TOTAL WRITTEN Additional Creativity and Insight Strength of Project Manager Presentation, Communication Skills Quality of Response to Questions INDIVIDUAL TOTAL - ORAL AVERAGE TOTAL ORAL 30 25 30 85 85 15 Y/N 100 15 15 10 10 50 50 150 Poor/Good/ Excellent Andrea Carey 29 24 28 81 13 13 7 9 42 Lisa Coburn-Boyd 29 24 29 82 13 13 8 8 42 Damon Newman 28 23 29 80 12 13 9 9 43 Mike O'Donnell 28 23 28 79 12 14 8 8 42 Kent Payne 28 24 28 80 13 13 9 8 43 Andrea Carey 27 22 27 76 12 13 9 8 42 Lisa Coburn-Boyd 27 23 27 77 13 13 8 9 43 Damon Newman 26 22 27 75 11 13 10 9 43 Mike O'Donnell 29 22 27 78 13 14 9 9 45 Kent Payne 26 22 26 74 13 13 9 9 44 Andrea Carey 29 25 28 82 14 13 8 9 44 Lisa Coburn-Boyd 29 24 28 81 14 13 8 9 44 Damon Newman 28 24 29 81 14 14 9 9 46 Mike O'Donnell 29 25 29 83 14 13 9 9 45 Kent Payne 28 24 28 80 14 13 9 9 45 Andrea Carey 26 22 26 74 10 10 6 6 32 Lisa Coburn-Boyd 27 23 27 77 10 10 7 7 34 Damon Newman 26 23 27 76 11 11 7 8 37 Mike O'Donnell 28 23 27 78 11 12 7 7 37 Kent Payne 25 20 25 70 10 10 6 6 32 Andrea Carey 28 23 26 77 14 14 9 9 46 Lisa Coburn-Boyd 28 24 27 79 14 14 9 9 46 Damon Newman 28 23 26 77 Y 13 14 9 9 45 Mike O'Donnell 28 22 26 76 14 13 9 9 45 Kent Payne 27 22 27 76 14 14 9 9 46 Andrea Carey 25 21 25 71 Lisa Coburn-Boyd 26 21 26 73 Summit Damon Newman 25 22 25 72 Y Mike O'Donnell 25 21 25 71 Kent Payne 24 21 24 69 Andrea Carey Lisa Coburn-Boyd Damon Newman Mike O'Donnell Kent Payne NR: Non-responsive DNI: Did Not Interview Consultant Proposed Fee Position Score Merkel $382,881 lowest 15 Helix $410,032 12 Artemis $425,540 11 ICF $447,121 9 Summit $499,066 3 MAXIMUM POINTS KMEA Y 45 ORAL 42 43 ICF Attachment B San Miguel HMA Services 2021-2024 TOTAL SCORE 75 NR NR Y 90 91 Y 77 71 15 SUMMARY OF PROPOSAL RANKINGS DNI REFERENCES 76 11 12 9 1 WRITTEN 133 FEE SCORING CHART Helix Artemis 131 Y 88 110 TierraData 34 Merkel 3 135 80 76 81 NR Excellent92 74 46 138 https://otaywater365.sharepoint.com/sites/engoperating/Shared Documents/Environmental/HMA/2021-2024 HMA RFP & Contract/Staff Report/Summary of Proposal Rankings - HMA Services 21-24.xlsx P:\ W o r k i n g \ P 2 4 9 5 - S a n M i g u e l H M A a n d A s s o c . M i t i g a t i o n P r o j e c t s \ S t a f f R e p o r t s \ E x h i b i t A (;+,%,7$ ! VICINITY MAP NTS ?ò Aä ?Ë ;&s DIV 5 DIV 1 DIV 2 DIV 4 DIV 3 ?p SITE HMA SITE OTAY WATER DISTRICT Environmental Setting MapSan Miguel Habitat Management Area F CIP P2495 F CIP P1253 P: \ W O R K I N G \ C I P P 1 2 5 3 \ S u b p r o j e c t 0 0 4 0 0 0 - H M A \ H M A C o n t r a c t - 2 0 1 8 - 2 0 2 1 \ S t a f f R e p o r t \ B D 0 5 - 0 2 - 1 8 , E x h i b i t A - S a n M i g u e l H M A l o c a tio n m a p . m x d