Loading...
HomeMy WebLinkAbout07-20-20 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 MONDAY July 20, 2020 12:00 P.M. This is a District Committee meeting. This meeting is being posted as a special meeting in order to comply with the Brown Act (Government Code Section §54954.2) in the event that a quorum of the Board is present. Items will be deliberated, however, no formal board actions will be taken at this meeting. The committee makes recommendations to the full board for its consideration and formal action. AGENDA 1. ROLL CALL 2. PUBLIC PARTICIPATION – OPPORTUNITY FOR MEMBERS OF THE PUBLIC TO SPEAK TO THE BOARD ON ANY SUBJECT MATTER WITHIN THE BOARD'S JU-RISDICTION BUT NOT AN ITEM ON TODAY'S AGENDA In lieu of in-person attendance, members of the public may submit their comments on agendized and non-agendized items via email at boardsecretary@otaywater.gov. Public comments submitted will be read into the record at the Committee Meeting and the public may continue to watch and listen to the meeting. The information on how to watch and listen to the District’s live streaming can be found at this link: https://otaywater.gov/board-of-directors/agenda-and-minutes/committee-meetings/ DISCUSSION ITEMS 3. AWARD TWO (2) PROFESSIONAL SERVICE CONTRACTS WITH RICK ENGINEERING COMPANY AND STC TRAFFIC, INC. FOR AS-NEEDED TRAFFIC ENGINEERING, EACH IN AN AMOUNT NOT-TO-EXCEED $175,000 FOR FISCAL YEARS 2021 THROUGH 2023. THE TOTAL AMOUNT OF THE TASKS UNDER THE TWO CONTRACTS WILL NOT EXCEED $175,000 (BEPPLER) [5 minutes] 4. AWARD A CONSTRUCTION CONTRACT TO KAY CONSTRUCTION COMPANY FOR THE OTAY MESA PIPELINE CATHODIC PROTECTION IMPROVEMENTS PROJECT IN AN AMOUNT NOT-TO-EXCEED $379,115 (MARCHIORO) [5 minutes] 2 5. AWARD A CONSTRUCTION CONTRACT TO BURTECH PIPELINE, INC. FOR THE 14-INCH FORCE MAIN AIR-VAC REPLACEMENTS PROJECT IN AN AMOUNT NOT-TO-EXCEED $212,100 (MARCHIORO) [5 minutes] 6. ADJOURNMENT BOARD MEMBERS ATTENDING: Gary Croucher, Chair Tim Smith All items appearing on this agenda, whether or not expressly listed for action, may be delib- erated and may be subject to action by the Board. The Agenda, and any attachments containing written information, are available at the Dis-trict’s website at www.otaywater.gov. Written changes to any items to be considered at the open meeting, or to any attachments, will be posted on the District’s website. Copies of the Agenda and all attachments are also available through the District Secretary by contacting her at (619) 670-2280. If you have any disability which would require accommodation in order to enable you to par- ticipate in this meeting, please call the District Secretary at 670-2280 at least 24 hours prior to the meeting. Certification of Posting I certify that on July 17, 2020 I posted a copy of the foregoing agenda near the regular meeting place of the Board of Directors of Otay Water District, said time being at least 24 hours in advance of the meeting of the Board of Directors (Government Code Section §54954.2). Executed at Spring Valley, California on July 17, 2020. /s/ Susan Cruz, District Secretary STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: August 5, 2020 SUBMITTED BY: Stephen Beppler Senior Civil Engineer PROJECT: Various DIV. NO. All APPROVED BY: Bob Kennedy, Engineering Manager Rod Posada, Chief, Engineering Jose Martinez, General Manager SUBJECT: Award of Two (2) Professional Services Contracts for As-Needed Traffic Engineering for Fiscal Years 2021 through 2023 GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) award two (2) professional service contracts for As-Needed Traffic Engineering and to authorize the General Manager to execute two (2) agreements with Rick Engineering Company and STC Traffic, Inc., each in an amount not-to-exceed $175,000 for Fiscal Years 2021 through 2023. The total amount of the tasks under the two contracts will not exceed $175,000. COMMITTEE ACTION: Please see Attachment A. PURPOSE: To obtain Board authorization for the General Manager to enter into two (2) professional services contracts for As-Needed Traffic Engineering with Rick Engineering and STC Traffic, each in an amount not-to-exceed $175,000 for Fiscal Years 2021 through 2023 (ending June 30, 2023). The total amount of tasks under the two contracts will not exceed $175,000. AGENDA ITEM 3 2 ANALYSIS: The District will require the professional services of two (2) traffic engineering consultants on an as-needed basis in support of Capital Improvement Program (CIP) projects for Fiscal Years 2021 through 2023. The services could include the preparation and process of traffic control plans, traffic signal plans, traffic signal modification plans, and any reports needed in support of District projects. It is more efficient and cost effective to issue an as- needed contract for traffic engineering services which will provide the District with the ability to obtain consulting services in a timely and efficient manner. This concept has also been used in the past for other disciplines such as engineering design, construction management, electrical, and environmental services. The District staff will identify tasks for specific projects and request cost proposals from the two (2) consultants during the contract period. Each consultant will prepare a detailed scope of work, schedule, and fee for each task order, with the District evaluating the proposals based upon qualifications and cost. The District will enter into negotiations with the consultants, selecting the proposal that has the best value for the District. Upon written task order authorization from the District, the selected consultant shall then proceed with the project as described in the scope of work. The CIP projects that are estimated to require traffic engineering services for the duration of the contract, at this time, are listed below: CIP DESCRIPTION ESTIMATED COST P2610 Valve Replacement Program – Phase 1 $20,000 P2612 PL – 12-inch, 711 Zone, Paso de Luz/Telegraph Canyon Rd $15,000 P2646 North District Area Cathodic Protection Improvements $25,000 P2647 Central District Area Cathodic Protection Improvements $30,000 P2655 La Presa Pipeline Improvements $15,000 R2146 Recycled Pipeline Cathodic Protection Improvements $30,000 S2049 Calavo Basin Sewer Rehabilitation – Phase 2 $25,000 TOTAL: $165,000 3 The traffic engineering services scopes for the above projects are estimated from preliminary information and past projects. Staff believes that a $175,000 cap on each of the As-Needed Traffic Engineering Services contracts is adequate, while still providing a buffer for unforeseen tasks. Fees for professional services will be charged to the CIP projects or to the Fiscal Year Operations budget. The As-Needed Traffic Engineering Services contracts do not commit the District to any expenditure until a task order is approved to perform the work. The District does not guarantee work to the consultants, nor does the District guarantee to the consultants that it will expend all the funds authorized by the contract on professional services. The District solicited traffic engineering services by placing an advertisement on the Otay Water District’s website and using BidSync, the District’s online bid solicitation website, on March 2, 2020. The advertisement was also placed in the Daily Transcript. Eight (8) firms submitted a Letter of Interest and a Statement of Qualifications. The Request for Proposal (RFP) for Traffic Engineering Services was sent to all eight (8) firms resulting in seven (7) proposals received on June 11, 2020. They are as follows: • Interwest Consulting Group, Huntington Beach, CA • Kimley Horn & Associates, Inc., San Diego, CA • KOA Corporation, San Diego, CA • LIN Consulting, Inc., San Diego, CA • Linscott, Law & Greenspan, Engineers, San Diego, CA • Rick Engineering Company, San Diego, CA • STC Traffic, Inc., Carlsbad, CA In accordance with the District’s Policy 21, staff evaluated and scored all written proposals. Rick Engineering and STC Traffic received the highest scores based on their experience, understanding of the scope of work, proposed method to accomplish the work, and their composite weighted hourly rate [this rate is obtained by adjusting their rates for the six requested positions proportionally by the percentage indicated for Principal Engineer (5%), Senior Engineer/Project Manager (35%), Project Engineer II (20%), Project Engineer I (20%), Technician/Drafter (15%) and Office Support (5%)]. Rick Engineering and STC Traffic were the most qualified consultants with the best overall proposals. Rick Engineering currently holds the District’s as-needed traffic engineering contract and has performed well. The District has not previously worked with STC Traffic on any projects, but they provide similar services to other 4 agencies in California and have experience with all of the jurisdictions that issue permits on District projects. Both consultants are readily available to provide the services required. A summary of the complete evaluation is shown in Attachment B. Rick Engineering and STC Traffic 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 The funds for these contracts will be expended from a variety of projects, as previously noted above, and from the FY 2021 through FY 2023 operating budgets. These contracts are for as-needed professional services based on the District’s need and schedule, and expenditures will not be made until a task order is approved by the District for the consultant’s services on a specific CIP or operating project. The total amount of tasks under the two contracts will not exceed $175,000. Based on a review of the financial budget, the Project Manager anticipates that the budgets will be sufficient to support the professional as-needed consulting services required for the CIP and operating projects noted above. The Finance Department has determined that the funds to cover these contracts will be available as budgeted for these projects. 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." GRANTS/LOANS: Not applicable. LEGAL IMPACT: None. 5 SB/BK:jf P:\WORKING\As Needed Services\Traffic Engineer\FY21-FY23\Staff Report\BD_08-05-2020_Staff Report_Award of As-Needed Traffic Engineering Services (SB-BK).docx Attachments: Attachment A – Committee Action Attachment B – Summary of Proposal Rankings ATTACHMENT A SUBJECT/PROJECT: Various Award of Two (2) Professional Services Contracts for As- Needed Traffic Engineering Services for Fiscal Years 2021 through 2023 COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on July 20, 2020. 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 – Summary of Proposal Rankings SUBJECT/PROJECT: Various Award of Two (2) Professional Services Contracts for As- Needed Traffic Engineering Services for Fiscal Years 2021 through 2023 SUMMARY OF PROPOSAL RANKINGS - As-Needed Traffic Engineering FY 2021-23 WRITTEN REFERENCES 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 MAXIMUM POINTS 30 25 30 85 85 15 Y/N 100 Poor/Good/ Excellent Interwest Chad Thompson 23 19 23 65 63 11 Y 74 Kent Payne 21 18 24 63 Juan Tamayo 22 19 23 64 Steve Beppler 21 20 24 65 Kevin Cameron 22 16 22 60 Kimley Horn Chad Thompson 26 23 25 74 76 1 Y 77 Kent Payne 26 24 27 77 Juan Tamayo 27 22 24 73 Steve Beppler 28 22 27 77 Kevin Cameron 28 23 28 79 KOA Corp Chad Thompson 23 19 22 64 66 6 Y 72 Kent Payne 24 20 25 69 Juan Tamayo 24 19 21 64 Steve Beppler 21 19 23 63 Kevin Cameron 24 21 24 69 Lin Consulting Chad Thompson 23 20 22 65 69 1 Y 70 Kent Payne 23 23 25 71 Juan Tamayo 22 21 22 65 Steve Beppler 24 22 25 71 Kevin Cameron 25 21 25 71 LL&G Eng Chad Thompson 25 21 24 70 70 3 Y 73 Kent Payne 24 23 25 72 Juan Tamayo 24 21 25 70 Steve Beppler 23 21 25 69 Kevin Cameron 25 21 24 70 Rick Eng Chad Thompson 26 24 25 75 76 15 Y 91 E Kent Payne 27 24 27 78 Juan Tamayo 26 24 25 75 Steve Beppler 27 22 26 75 Kevin Cameron 27 23 27 77 STC Traffic Chad Thompson 25 23 24 72 76 10 Y 86 E Kent Payne 26 24 27 77 Juan Tamayo 27 23 25 75 Steve Beppler 28 23 27 78 Kevin Cameron 27 23 28 78 RATES SCORING CHART Firm Interwest Kimley Horn KOA Corp Lin Consulting LL&G Eng Rick Eng STC Traffic *Note: Review Panel does not see or consider proposed fee when scoring other Fee $140 $151 $145 $151 $149 $136 $141 categories. The proposed fee is scored by Score 11 1 6 1 3 15 10 Engineering Staff not on the Review Panel. STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: August 5, 2020 SUBMITTED BY: Jeff Marchioro Senior Civil Engineer PROJECT: P2648- 001103 DIV. NO. 2 APPROVED BY: Bob Kennedy, Engineering Manager Rod Posada, Chief, Engineering Jose Martinez, General Manager SUBJECT: Award of a Construction Contract to Kay Construction Company for the Otay Mesa Pipeline Cathodic Protection Improvements Project GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) award a construction contract to Kay Construction Company (Kay Construction) and to authorize the General Manager to execute a construction contract with Kay Construction for the Otay Mesa Pipeline Cathodic Protection Improvements Project in an amount not-to-exceed $379,115 (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 Kay Construction for the Otay Mesa Pipeline Cathodic Protection Improvements Project in an amount not-to-exceed $379,115. AGENDA ITEM 4 ANALYSIS: The District’s Cathodic Protection (CP) Program (Program) was implemented over sixteen (16) years ago to provide the long-term benefit of preserving the life expectancy of metallic pipeline and reservoir facilities and reducing the risk of costly failures. A portion of the Program includes annual data collection from roughly 1,000 pipeline cathodic test stations. The effort results in a list of recommendations for repairs to existing cathodic protection systems such as anode replacement, cathodic test station repairs, retrofit/ repair of isolation kits, and repair of existing impressed current systems and anode beds. The first phase of Pipeline CP Improvements was completed on the District’s 1980 era RWCWRF 14-inch force main in 2017. A portion of the second phase was bid and awarded with the District’s 870-2 Pump Station project for work in vaults immediately adjacent to the Roll Reservoir. Construction for the remainder of the second phase was completed on five (5) pipelines in environmentally sensitive areas in 2019. The work associated with this construction bid is for the replacement and repairs of existing cathodic protection systems on five (5) pipelines generally located in the Otay Mesa Area. This includes the District's existing 1995 era piping near the Donovan Prison, 1993 era pipeline crossing the Otay River near the intersection of Main Street and Heritage Road, 2002 era pipelines at the interconnection with Mexico, 1999 era pipeline in Otay Mesa Road, and 1985 era pipeline in Airway Road. Each pipe system includes several sites which require two (2) agency permits from City of Chula Vista and City of San Diego as well as coordination with Donovan Prison and Border Patrol. Overall, the work includes approximately fourteen (14) phases of traffic control and approximately twenty-one (21) sites total. Staff prepared the contract documents in-house together with assistance from the District’s As-Needed Corrosion and Traffic Engineer Consultants. On May 21, 2020, the Project was publicly advertised for bid using BidSync, an online bid solicitation website. The Project was also advertised in the Daily Transcript. BidSync provided electronic distribution of the Bid Documents, including specifications, plans, and addendum. A Pre-Bid Meeting was held on May 28, 2020 via Zoom video online conference, which was attended by six (6) contractors. Two addenda were sent out to all bidders and plan houses to address questions and clarifications to the contract documents during the bidding period. Staff reached out to twenty-nine (29) contractors directly via email and telephone to encourage them to submit a bid. Bids were publicly opened on June 11, 2020, via Zoom video online conference with the following results: CONTRACTOR TOTAL BID AMOUNT Corrected Bid Amount 1 Kay Construction Co. (Santee, CA) $379,115.00 2 Corrpro Companies, Inc. (San Diego, CA) $418,521.12 unknown 3 Hemet Manufacturing Company, Inc. DBA Genesis Construction (Hemet, CA) $503,444.00 4 Exaro Technologies Corp. (Burlingame, CA) $618,397.00 $624,785.00 5 Farwest Corrosion Control Co. (Downey, CA) $634,380.00 6 Kantex Industries (Olathe, KS) $2,116,436.02 The Engineer’s Estimate is $350,000. Corrpro Companies, Inc. bid appeared second low; however, Corrpro omitted a unit price for an allowance item. Exaro Technologies Corp. total bid amount was corrected to account for a mathematical error. A review of the bids was performed by District staff for conformance with the contract requirements and determined that Kay Construction was the lowest responsive and responsible bidder. Kay Construction 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 April 30, 2021. The reference checks indicated a very 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. Staff verified that the bid bond provided by Kay Construction is valid. Staff will also verify that Kay Construction’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 P2648, as approved in the FY 2021 budget, is $700,000. Total expenditures, plus outstanding commitments and forecast including this contract, are $658,861. See Attachment B for budget detail. Based on a review of the financial budgets, the Project Manager anticipates that the budget for CIP P2648 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. GRANTS/LOANS: Engineering staff researched and explored grants and loans and found none 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." LEGAL IMPACT: None. JM/BK:jf Https://otaywater365.sharepoint.com/sites/engcip/Shared Documents/P2648 Otay Mesa Area CP Improvements/Staff Reports/BD 08-05-20 Staff Report Otay Mesa CP Imp.docx Attachments: Attachment A – Committee Action Attachment B – Budget Detail Exhibit A – Location Map ATTACHMENT A SUBJECT/PROJECT: P2648-001103 Award of a Construction Contract to Kay Construction Company for the Otay Mesa Pipeline Cathodic Protection Improvements Project COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on July 20, 2020. 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: P2648-001103 Award of a Construction Contract to Kay Construction Company for the Otay Mesa Pipeline Cathodic Protection Improvements Project 7/6/2020 Budget 700,000 Planning Consultant Contracts 8,728 8,728 - 8,728 HELIX ENVIRONMENTAL Parking and Tolls 8 8 - 8 PETTY CASH CUSTODIAN Regulatory Agency Fees 50 50 - 50 COUNTY OF SAN DIEGO Standard Salaries 24,407 24,407 - 24,407 Total Planning 33,193 33,193 - 33,193 Design 001102 Consultant Contracts 25,070 25,070 - 25,070 RICK ENGINEERING COMPANY 15,900 15,900 - 15,900 CORRPRO COMPANIES INC OTHER AGENCY FEES 14,402 14,402 - 14,402 CITY OF SAN DIEGO Regulatory Agency Fees 48 48 - 48 PETTY CASH CUSTODIAN Standard Salaries 92,090 92,090 - 92,090 1,500 - 1,500 1,500 Reprographics Total Design 149,009 147,509 1,500 149,009 Construction INFRASTRUCTURE EQUIPMEN 512 512 - 512 FERGUSON ENTERPRISES INC #1083 379,115 - 379,115 379,115 Kay Construction Co. 15,165 - 15,165 15,165 CM @4% 18,956 - 18,956 18,956 Inspection @5% 18,956 - 18,956 18,956 Staff Time @5% 25,000 - 25,000 25,000 Agency Fees 18,956 - 18,956 18,956 Contingency @5% Total Construction 476,659 512 476,147 476,659 Grand Total 658,861 181,214 477,647 658,861 Vendor/Comments Otay Water District p2648-Otay Mesa Cathodic Protection Impr Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost OTAY WATER DISTRICT OTAY MESA PIPELINE CATHODIC PROTECTION IMPROVEMENTS LOCATION MAP EXHIBIT A CIP P2648F P:\WORKING\CIP P2648 Otay Mesa Area CP Improvements\Graphics\Exhibits-Figures\Staff Report -Exhibit A.mxd ÃÅ125 ÃÅ905 ÃÅ905 ÃÅ125 ÃÅ905 LOWEROTAY RESERVOIR OTAY MESA ROADPIPELINE F O TAY O TAY WA T ERWATERDISTRICTDISTRICT C I T Y OF C I T Y OF S A N D I EGOSAN D I EGO DONOVANPIPELINE OTAY RIVER CROSSINGPIPELINE 0 4,4002,200 Feet VICINITY MAP NTSDIV 5 DIV 1 DIV 2 DIV 4 DIV 3 ÃÅ54 !\!\ !\!\ Text !\ TextPROJECTSITES TextPROJECT SITESÃÅ125 ÃÅ94 ÃÅ905 §¨¦805 F AIRWAY ROADPIPELINE U.S./MEXICO FCFPIPELINE STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: August 5, 2020 SUBMITTED BY: Jeff Marchioro Senior Civil Engineer PROJECT: R2156- 001103 DIV. NO. 3 APPROVED BY: Bob Kennedy, Engineering Manager Rod Posada, Chief, Engineering Jose Martinez, General Manager SUBJECT: Award of a Construction Contract to Burtech Pipeline, Inc. for the 14-Inch Force Main Air-Vac Replacements Project GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) award a construction contract to Burtech Pipeline, Inc. (Burtech) and to authorize the General Manager to execute a construction contract with Burtech for the 14-Inch Force Main Air-Vac Replacements Project in an amount not-to-exceed $212,100 (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 Burtech for the 14-Inch Force Main Air-Vac Replacements Project in an amount not-to-exceed $212,100. AGENDA ITEM 5 2 ANALYSIS: The District owns and operates the Ralph W. Chapman Water Reclamation Facility (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 former 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 force main serves as a conveyance pipeline and as a chlorine contact chamber for disinfection prior to reaching the 944-1R and 927-1R recycled water reservoirs located north of the former Salt Creek Golf Course. 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. Several force main improvement projects were completed over the last twelve years. All air-vacuum valve assemblies and inline section valves were replaced in 2008. A two-year condition assessment program was completed using PICA’s See Snake tool in 2016. All blow offs were replaced, a new cathodic protection system installed, a buried high-pressure isolation valve was replaced in the RWCWRF yard, and a new redundant flow meter vault was installed in 2016 and 2017. Several spot repairs were completed in 2019 corresponding to PICA’s prioritized condition assessment results. Air-vacuum valve assemblies previously replaced in 2008 are due for replacement since all nineteen (19) air-vacuum valve assemblies between the RWCWRF and the Junction Box are showing signs of corrosion. The air-vacuum valve assembly closest to the RWCWRF failed on February 10, 2020 due to corrosion and was repaired. Staff prepared the contract documents in-house under CIP R2116 (14- Inch, 927 Zone, Force Main Improvements), which was closed at the end of FY 2020 and superseded by the new CIP R2156 for FY 2021. Air- vacuum valve assembly materials were selected considering force main high operating pressure and chlorine concentrations. District staff pre-purchased high-pressure combination air-vacuum valves considering valve lead time and the District’s desire to have the contractor complete their work within the October 1, 2020 through January 15, 2021 environmental work window. 3 On May 28, 2020, the Project was publicly advertised for bid using BidSync, an online bid solicitation website. The Project was also advertised in the Daily Transcript. BidSync provided electronic distribution of the Bid Documents, including specifications, plans, and addendum. A Pre-Bid Meeting was held on June 4, 2020 via Zoom video online conference, which was attended by five (5) contractors. Three (3) addenda were sent out to all bidders and plan houses to address questions and clarifications to the contract documents during the bidding period. Staff reached out to twenty-nine (29) contractors directly via email and telephone to encourage them to submit a bid. Bids were publicly opened on June 23, 2020, via Zoom video online conference with the following results: CONTRACTOR TOTAL BID AMOUNT Corrected Bid Amount 1 Burtech Pipeline, Inc (Encinitas, CA) $212,100.00 2 Jennette Company, Inc (San Diego, CA) $245,580.00 3 Tharsos, Inc. (San Diego, CA) $288,000.00 $287,999.00 4 M-Rae Engineering (Descanso, CA) $294,900.00 5 Provet Concrete, Inc (Santee, CA) $295,497.00 6 Charles King Company (Signal Hill, CA) $363,300.00 7 Kay Construction Co. (Santee, CA) $430,150.00 8 Piperin Corp. (Escondido, CA) $440,000.00 The Engineer’s Estimate is $250,000. A review of the bids was performed by District staff for conformance with the contract requirements and determined that Burtech was the lowest responsive and responsible bidder. Burtech 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 January 31, 2022. The reference checks indicated an acceptable performance record on similar projects. Burtech noted on their bid submittal they have been inspected by OSHA in the last three years, but the inspections were not in response to any complaints. They were cited, as a result of these inspections. Burtech stated they have appealed all alleged citations and expect there will be no adverse findings by the CAL-OSHA Appeals Court. Staff verified that the bid bond provided by Burtech is valid. Staff will also verify that Burtech’s 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 R2156, as approved in the FY 2021 budget, is $1,300,000. Total outstanding commitments and forecast, including this contract, are $1,279,529. See Attachment B for budget detail. Based on a review of the financial budgets, the Project Manager anticipates that the budget for CIP R2156 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. GRANTS/LOANS: Engineering staff researched and explored grants and loans and found none 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." LEGAL IMPACT: None. JM/BK:jf Https://otaywater365.sharepoint.com/sites/engcip/Shared Documents/R2156 14-inch Force Main Improvements/Staff Reports/OLD/BD 08-05-20 Staff Report 14FM AirVac.docx Attachments: Attachment A – Committee Action Attachment B – Budget Detail Exhibit A – Location Map ATTACHMENT A SUBJECT/PROJECT: R2156-001103 Award of a Construction Contract to Burtech Company for the Otay Mesa Pipeline Cathodic Protection Improvements Project COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on July 20, 2020. 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: R2156-001103 Award of a Construction Contract to Burtech Company for the Otay Mesa Pipeline Cathodic Protection Improvements Project 7/7/2020 Budget 1,300,000 Planning 500,000 - 500,000 500,000 Future Phase Condition Assessment Total Planning 500,000 - 500,000 500,000 Design 001102 100,000 - 100,000 100,000 Future Phase Spot Repair Design Total Design 100,000 - 100,000 100,000 Construction INFRASTRUCTURE EQUIPMENT & MATERIALS 27,130 - 27,130 27,130 PACIFIC PIPELINE SUPPLY INC 212,100 - 212,100 212,100 Burtech Pipeline 8,484 8,484 8,484 CM @4% 10,605 10,605 10,605 Inspection @5% 10,605 10,605 10,605 Staff Time @5% 10,605 10,605 10,605 Contingency @5% 400,000 400,000 400,000 Future Phase Spot Repair Construction Total Construction 679,529 - 679,529 679,529 Grand Total 1,279,529 - 1,279,529 1,279,529 Vendor/Comments Otay Water District r2156-RecPL 14" RWCWRF Effluent Force Main Imp Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost OTAY WATER DISTRICT14-INCH FORCE MAIN AIR-VAC RELOCATIONSLOCATION MAP EXHIBIT A CIP R2156F C:\OneDrive\Otay Water District\ENG CIP - Documents\R2156 14-inch Force Main Improvements\Graphics\Exhibits-Figures\Exhibit A, Location Map, Air-Vac Relocations.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