23.12.2014 Views

Upper and Lower Five Coves Rehabilitation Project

Upper and Lower Five Coves Rehabilitation Project

Upper and Lower Five Coves Rehabilitation Project

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

AGENDA<br />

WATER ISSUES COMMITTEE MEETING<br />

WITH BOARD OF DIRECTORS*<br />

ORANGE COUNTY WATER DISTRICT<br />

18700 Ward Street, Fountain Valley (714) 378-3200<br />

Wednesday, April 10, 2013, 8 a.m., Boardroom<br />

* The OCWD Water Issues Committee meeting is noticed as a joint meeting with the Board of Directors for<br />

the purpose of strict compliance with the Brown Act <strong>and</strong> to allow all Board members to hear the<br />

presentations <strong>and</strong> participate in the discussions. OCWD Directors receive no additional compensation or<br />

stipend as a result of simultaneously convening this Board of Directors meeting. Items recommended for<br />

approval at this meeting will be placed on the Consent Calendar at the April 17, 2013 Board meeting.<br />

ROLL CALL<br />

VISITOR PARTICIPATION<br />

Members of the audience wishing to address the Board on items of interest to the public are requested to<br />

identify themselves. If the matter on which they wish to comment is an Agenda item, the visitor will be<br />

called on when that matter comes up for consideration on the Agenda. If the item is on the Consent<br />

Calendar, it will be removed from the Consent Calendar for separate consideration. Visitors are requested<br />

to limit comments to three minutes.<br />

ITEMS RECEIVED TOO LATE TO BE AGENDIZED<br />

RECOMMENDATION:<br />

Determine need to take action on item(s) which arose subsequent to posting<br />

of the Agenda (ROLL CALL VOTE: Adoption of this recommendation requires<br />

two-thirds vote of the Board/Committee, or, if less than two-thirds of the<br />

members are present, a unanimous vote)<br />

CONSENT CALENDAR (ITEM NO. 1 - 5)<br />

All matters on the Consent Calendar are to be approved by one motion unless Director or staff<br />

request separate action on a specific item.<br />

1. MINUTES OF WATER ISSUES COMMITTEE MEETING HELD MARCH 13, 2013<br />

RECOMMENDATION:<br />

Approve minutes as presented<br />

2. CONTRACT NO. B-2013-1: BURRIS PUMP STATION PROJECT PHASE I CONSTRUCTION<br />

NOTICE INVITING BIDS<br />

RECOMMENDATION:<br />

Agendize for April 17 Board meeting: Authorize publication of Notice<br />

Inviting Bids for Contract No. B-2013-1: Burris Pump Station <strong>Project</strong><br />

Phase I Construction<br />

3. CONTRACT NO. SAR-2013-2: UPPER AND LOWER FIVE COVES REHABILITATION<br />

PROJECT – NOTICE INVITING BIDS<br />

RECOMMENDATION:<br />

Agendize for April 17 Board meeting: Authorize Publication of Notice<br />

Inviting Bids for Contract No. SAR-2013-2: <strong>Upper</strong> <strong>and</strong> <strong>Lower</strong> <strong>Five</strong><br />

<strong>Coves</strong> <strong>Rehabilitation</strong> <strong>Project</strong>


4. REQUEST FOR PROPOSALS FOR DESIGN OF THE SANTIAGO BASINS SADDLE<br />

REPAIR PROJECT<br />

RECOMMENDATION:<br />

Agendize for April 17 Board meeting: Authorize issuance of Request<br />

for Proposals for engineering services for design of the Santiago<br />

Basins Saddle Repair <strong>Project</strong><br />

5. WATER QUALITY REGULATION STUDY BY CALIFORNIA COUNCIL FOR ENVIRONMENTAL<br />

AND ECONOMIC BALANCE<br />

RECOMMENDATION:<br />

Agendize for April 17 Board meeting: Authorize continued participation<br />

<strong>and</strong> funding in the amount of $10,000 in the California Council for<br />

Environmental <strong>and</strong> Economic Balance study project for improved<br />

California water quality regulation<br />

MATTERS FOR CONSIDERATION<br />

END OF CONSENT CALENDAR<br />

6. FY2013-14 CAPITAL IMPROVEMENT PROGRAM BUDGET<br />

RECOMMENDATION:<br />

Provide comments <strong>and</strong> direction to staff<br />

7. ACCELERATION OF OCWD FUNDING FOR PRADO BASIN FEASIBILITY STUDY<br />

RECOMMENDATION:<br />

Agendize for April 17 Board meeting: Approve accelerating funding in<br />

the amount of $530,000 to the United States Army Corps of Engineers<br />

for the Prado Basin California Study, <strong>and</strong> authorize staff to transfer<br />

said funding to the federal government<br />

DETERMINATION OF ADDITIONAL ITEMS TO BE PLACED ON CONSENT CALENDAR FOR<br />

APRIL 17 BOARD MEETING<br />

DIRECTORS’ ANNOUNCEMENTS/REPORTS<br />

GENERAL MANAGER’S ANNOUNCEMENTS/REPORTS<br />

ADJOURNMENT


WATER ISSUES COMMITTEE MEMBERS<br />

Cathy Green - Chair<br />

Denis Bilodeau - Vice Chair<br />

Vincent Sarmiento<br />

Shawn Dewane<br />

Philip Anthony<br />

Alternates:<br />

Steve Sheldon Alternate 1<br />

Kathryn Barr Alternate 2<br />

Harry Sidhu Alternate 3<br />

Roger Yoh Alternate 4<br />

Bruce Whitaker Alternate 5<br />

In accordance with the requirements of California Government Code Section 54954.2, this agenda has been<br />

posted in the main lobby of the Orange County Water District, 18700 Ward Street, Fountain Valley, CA not<br />

less than 72 hours prior to the meeting date <strong>and</strong> time above. All written materials relating to each agenda<br />

item are available for public inspection in the office of the District Secretary. Backup material for the Agenda is<br />

available at the District offices for public review <strong>and</strong> can be viewed online at the District’s website:<br />

www.ocwd.com<br />

Pursuant to the Americans with Disabilities Act, persons with a disability who require a disability-related<br />

modification or accommodation in order to participate in a meeting, including auxiliary aids or services, may<br />

request such modification or accommodation from the District Secretary at (714) 378-3234, by email at<br />

jkarlsen@ocwd.com by fax at (714) 378-3373. Notification 24 hours prior to the meeting will enable District<br />

staff to make reasonable arrangements to assure accessibility to the meeting.<br />

As a general rule, agenda reports or other written documentation has been prepared or organized with<br />

respect to each item of business listed on the agenda, <strong>and</strong> can be reviewed at www.ocwd.com. Copies of<br />

these materials <strong>and</strong> other disclosable public records distributed to all or a majority of the members of the<br />

Board of Directors in connection with an open session agenda item are also on file with <strong>and</strong> available for<br />

inspection at the Office of the District Secretary, 18700 Ward Street, Fountain Valley, California, during regular<br />

business hours, 8:00 am to 5:00 pm, Monday through Friday. If such writings are distributed to members of<br />

the Board of Directors on the day of a Board meeting, the writings will be available at the entrance to the<br />

Board of Directors meeting room at the Orange County Water District office.


MINUTES OF BOARD OF DIRECTORS MEETING<br />

WITH WATER ISSUES COMMITTEE<br />

ORANGE COUNTY WATER DISTRICT<br />

March 13, 2013 @ 8 a.m.<br />

Water Issues Committee Chair Director Green called the meeting to order in the Boardroom of<br />

Orange County Water District in Fountain Valley, CA. The Assistant District Secretary called the<br />

Roll as follows:<br />

Committee Members<br />

Cathy Green<br />

Denis Bilodeau (arrived 8:20 am)<br />

Vincent Sarmiento<br />

Shawn Dewane (arrived 8:05 am)<br />

Philip Anthony<br />

Alternates<br />

Steve Sheldon<br />

Kathryn Barr<br />

Harry Sidhu<br />

Roger Yoh<br />

Bruce Whitaker<br />

CONSENT CALENDAR<br />

(not present)<br />

OCWD Staff<br />

Mike Markus, General Manager<br />

Joel Kuperberg, General Counsel<br />

Judy-Rae Karlsen, Assistant District Secretary<br />

Paula Bouyounes, Bill Dunivin, R<strong>and</strong>y Fick,<br />

Jason Dadakis, Roy Herndon, Bonnie Howard,<br />

Bill Hunt, John Kennedy, Dave Mark,<br />

Chris Olsen, Ben Peralta, Nate Scheevel,<br />

S<strong>and</strong>y Scott-Roberts, Mike Wehner,<br />

Marsha Westropp, Greg Woodside<br />

Others<br />

Michael Ho - City of Seal Beach<br />

Nabil Saba - City of Santa Ana<br />

Don Calkins - City of Anaheim<br />

Chris Davis - City of Huntington Beach<br />

Robert Hanford - Golden State Water Company<br />

Greg Heiertz - Irvine Ranch Water District<br />

Rick Shintaku - City of Anaheim<br />

Keith Lyon - Municipal Water District of Orange County<br />

Paul Schoenberg - Mesa Water District<br />

Howard Johnson - Brady Associates<br />

Director Anthony requested the removal of Item No. 4, Contract No. W-2013-1: Field<br />

Headquarters <strong>and</strong> Annex Remodel <strong>Project</strong>- Publish Notice Inviting Bids from the Consent<br />

Calendar. The remainder of the Consent Calendar was then approved upon motion by Director<br />

Anthony, seconded by Director Barr <strong>and</strong> carried [5-0] as follows.<br />

1. Minutes of Previous Meeting<br />

The Minutes of the Water Issues Committee meeting held February 13, 2013 are approved<br />

as presented.<br />

2. Weir Pond <strong>Rehabilitation</strong> <strong>Project</strong> Design - Request for Proposals<br />

Recommended for approval at March 20 Board meeting: Authorize issuance of Request for<br />

Proposals to design the Weir Pond <strong>Rehabilitation</strong> <strong>Project</strong>.<br />

3. Contract No. Tal-2013-1: Talbert Barrier Well Redevelopment – Publish Notice Inviting<br />

Bids<br />

Recommended for approval at March 20 Board meeting: Authorize publication of Notice<br />

Inviting Bids for Contract No. TAL-2013-1, FY 2013-14 Talbert Barrier Well Redevelopment<br />

<strong>Project</strong>.


3/13/2013<br />

4. Contract No. W-2013-1: Field Headquarters <strong>and</strong> Annex Remodel <strong>Project</strong>- Publish Notice<br />

Inviting Bids<br />

This matter was removed from the Consent Calendar for further discussion.<br />

5. Amendment to Agreement with CH2M HILL for Computer Model of Recharge System<br />

<strong>and</strong> Contract Extension<br />

Recommended for approval at March 20 Board meeting: Authorize issuance of Amendment<br />

No. 2 to Agreement No. 538 with CH2M HILL, for an amount not to exceed $24,082 for<br />

updates to the recharge facilities computer model <strong>and</strong> extending the contract to<br />

June 30, 2014.<br />

6. Contract GBM-2012-2: Destruction of Monitoring Well OCWD-SA22 <strong>and</strong> Construction of<br />

Replacement Monitoring Well OCWD-SA22r <strong>Project</strong> – Award Contract to Cascade Drilling<br />

Recommended for approval at March 20 Board meeting: 1) Receive <strong>and</strong> file Affidavit of<br />

Publication of Notice Inviting Bids for Contract GBM 2012-2; <strong>and</strong> 2) Accept bid <strong>and</strong> award<br />

Contract No. GBM-2012-2 to lowest responsive bidder, Cascade Drilling, L.P. for $170,419.<br />

7. Contract No. GA-2013-1: Green Acres <strong>Project</strong> Jamboree Road Bridge Crossing San<br />

Diego Creek Repair <strong>Project</strong> – Publish Notice Inviting Bids <strong>and</strong> File Categorical Exemption<br />

Recommended for approval at March 20 Board meeting: 1) Authorize filing of a Categorical<br />

Exemption for the removal of pipe, pipeline repairs <strong>and</strong> construction in compliance with<br />

the California Environmental Quality Act guidelines; <strong>and</strong> 2) Authorize publication of Notice<br />

Inviting Bids for Contract No. GA-2013-1: Green Acres <strong>Project</strong> Jamboree Road Bridge<br />

Crossing San Diego Creek Repair project.<br />

Director Dewane arrived at 8:05 during discussion of the following item.<br />

ITEM REMOVED FROM CONSENT CALENDAR<br />

4. Contract No. W-2013-1: Field Headquarters <strong>and</strong> Annex Remodel <strong>Project</strong>- Publish Notice<br />

Inviting Bids<br />

Director Anthony requested that staff present the scope of work associated with the remodeling<br />

project. General Manager Mike Markus reported the buildings at Field Headquarters in Anaheim are<br />

in need of new paint, new flooring, <strong>and</strong> there are functional repairs/improvements needed in the<br />

restroom <strong>and</strong> kitchen areas. The Committee then took the following action.<br />

Recommended for approval at March 20 Board meeting: Authorize publication of Notice<br />

Inviting Bids for Contract No. W-2013-1: Field Headquarters <strong>and</strong> Annex Remodel <strong>Project</strong>.<br />

MATTERS FOR CONSIDERATION<br />

Director Bilodeau arrived at 8:20 a.m. during the discussion on the following item.<br />

2


3/13/2013<br />

8. Alamitos Barrier Improvement <strong>Project</strong> – Geology/Engineering Report, Environmental<br />

Impact Report, Publish Notice Inviting Bids for Design, <strong>and</strong> Request for Proposals for<br />

Drilling <strong>and</strong> Construction<br />

Principal Hydrologist Dave Mark highlighted the District’s involvement in the Alamitos Barrier<br />

Improvement <strong>Project</strong>. He presented the data that demonstrates potential seawater migration into<br />

the groundwater basin <strong>and</strong> the threat to downgradient production wells <strong>and</strong> potable groundwater<br />

supplies. He stated the Geologist/Engineer’s Report <strong>and</strong> the Environmental Impact Report (EIR)<br />

outline issues, describe potential impacts <strong>and</strong> contain recommendations to address seawater<br />

intrusion in the current Alamitos Barrier alignment. Mr. Mark reported the staff has complied with<br />

California Environmental Quality Act (CEQA) requirements <strong>and</strong> the draft EIR was circulated for<br />

public comment during November 26, 2012 to January 1, 2013. He noted that staff received <strong>and</strong><br />

responded to 4 comment letters. Mr. Mark advised that staff has prepared a Statement of<br />

Overriding Consideration that identifies the Alamitos Barrier Improvement <strong>Project</strong> as critical to<br />

OCWD’s ability to maintain the water quality of the groundwater basin, to reduce dependence on<br />

imported water supplies, <strong>and</strong> that the project is a regional benefit to over 2.3 million Orange<br />

County residents with the regional benefits outweighing the temporary unavoidable significant<br />

short-term noise impacts generated by construction activity. Director Anthony requested that staff<br />

inform him of meetings with the residents of Seal Beach.<br />

Following a lengthy discussion on the project schedule, CEQA guidelines, mitigation activities,<br />

<strong>and</strong> projected costs, the Committee took the following actions.<br />

Upon motion by Director Anthony, seconded by Director Barr <strong>and</strong> carried [5-0], the<br />

Committee recommended that the Board at its March 20 Board meeting: 1) Adopt the<br />

resolution Certifying the Final Environmental Impact Report (State Clearinghouse<br />

#2012031027) for the Orange County Water District Alamitos Barrier Improvement <strong>Project</strong>;<br />

2) Approve the Geologist/Engineers’ Report; 3) Authorize issuance of Request for<br />

Proposals for engineering design; <strong>and</strong> 4) Authorize publication of Notice Inviting Bids for<br />

Drilling <strong>and</strong> Well Construction.<br />

9. Contract No. SAR-2013-1: Riverbed Filtration Desilting Demonstration <strong>Project</strong> –<br />

Amendment to Agreement with RMC Water <strong>and</strong> Environment <strong>and</strong> Publish Notice Inviting Bids<br />

Senior Engineer S<strong>and</strong>y Scott-Roberts reported the District has invested in the evaluation of various<br />

technologies for filtering Santa Ana river water <strong>and</strong> increasing recharged water percolation rates.<br />

She reported the initial study of the Riverbed Filtration Desilting Demonstration project successfully<br />

filtered Santa Ana River water <strong>and</strong> staff recommends modifying the project for greater efficiencies in<br />

the desilting process. Ms. Scott-Roberts reviewed the layout of the project <strong>and</strong> presented anticipated<br />

results for a period of two years for river water diverted to Olive Basin using the newly designed<br />

subsurface collection gallery. She reports the quality of filtered water from this project is equal to the<br />

Groundwater Replenishment System effluent water. The Committee discussed the project <strong>and</strong> then<br />

took the following actions.<br />

Upon motion by Director Dewane, seconded by Director Anthony <strong>and</strong> carried [5-0], the<br />

Committee recommended that the Board at its March 20 Board meeting: 1) Authorize<br />

issuance of Amendment No. 1 to Agreement No. 836 with RMC Water <strong>and</strong> Environment for an<br />

amount not to exceed $14,970 for an amended total of $73,762; <strong>and</strong> 2) Authorize publication<br />

of Notice Inviting Bids for Contract No. SAR-2013-1: Riverbed Filtration Desilting<br />

Demonstration <strong>Project</strong>.<br />

3


3/13/2013<br />

10. Proposed Fiscal Year 2013-14 Water Purchase Budget<br />

Executive Director John Kennedy reviewed the various components of the Water Purchase<br />

Budget. He stated that the Fiscal Year 2013-14 Water Budget is projected to be $20 million which<br />

provides for the purchase of 30,500 acre-feet of water with the largest expense the purchase of<br />

20,000 acre-feet of Metropolitan Water District (MWD) untreated full service water. Mr. Kennedy<br />

advised that water rates from the MWD terminated replenishment program were used to develop<br />

the proposed water budge <strong>and</strong> the purchase of MWD water will help support the recommended<br />

70% Basin Production Percentage. He reported the District is considering participation in the<br />

MWD Storage Incentive Program but more information from MWD is required to make that<br />

determination.<br />

The Committee discussed the Municipal Water District of Orange County surcharge rate <strong>and</strong> the<br />

overall water purchase budget items.<br />

11. Prepurchase of Fiscal Year 2013-14 Metropolitan Water District Water<br />

General Manager Mike Markus briefly discussed the District’s strategy for prepurchasing MWD<br />

water to avoid paying the MWD capacity charge. He noted that staff recommends the purchase of<br />

an additional 6,000 to 10,000 acre-feet of water if recharge capacity is available during the<br />

remainder of the fiscal year 2012-13. The Committee took the following action.<br />

Upon motion by Director Anthony, seconded by Director Dewane <strong>and</strong> carried [5-0], the<br />

Committee recommended that the Board at its March 20 Board meeting: Authorize staff to<br />

purchase fiscal year 2013-14 Metropolitan Water District water supplies if recharge<br />

capacity exists during the remainder of fiscal year 2012-13<br />

DETERMINATION OF ADDITIONAL ITEMS TO BE PLACED ON CONSENT CALENDAR FOR<br />

MARCH 20 BOARD MEETING<br />

The Committee recommended that Items No. 2-9,11 be placed on the Consent Calendar for the<br />

March 20 Board meeting.<br />

DIRECTOR COMMENTS<br />

Director Dewane reported the Colored Water Facility Dedication would be held at Mesa Water<br />

District on March 21, 2013<br />

Director Green reported Orange County Sanitation District has distributed invitations for the March<br />

27 retirement party for General Manager Jim Ruth.<br />

ADJOURNMENT<br />

There being no further business, the meeting was adjourned at 9:10 a.m.<br />

__________________________<br />

Cathy Green, Chair<br />

4


AGENDA ITEM SUBMITTAL<br />

Meeting Date: April 10, 2013<br />

Budgeted: Yes<br />

Budgeted Amount: $2,000,000<br />

To: Water Issues Committee Cost Estimate: $2,000,000<br />

Board of Directors<br />

Funding Source: R&R<br />

Program/Line Item No. R12034<br />

From: Mike Markus<br />

General Counsel Approval: NA<br />

Engineers/Feasibility Report: NA<br />

Staff Contact: J. Kennedy/ N. Scheevel CEQA Compliance: In Progress<br />

Subject:<br />

CONTRACT NO. B-2013-1: BURRIS PUMP STATION PROJECT PHASE I<br />

CONSTRUCTION – NOTICE INVITING BIDS<br />

SUMMARY<br />

Staff is proposing to construct the new Burris Pump Station in two phases in order to keep<br />

the existing pump station in operation during the FY2013 –14 storm season. The design of<br />

the Burris Pump Station Phase I <strong>Project</strong> is now complete <strong>and</strong> the bid documents are being<br />

prepared.<br />

Attachment(s): DRAFT NOTICE INVITING BIDS<br />

RECOMMENDATION<br />

Agendize for April 17 Board meeting: Authorize publication of Notice Inviting Bids for<br />

Contract No. B-2013-1: Burris Pump Station <strong>Project</strong> Phase I Construction<br />

BACKGROUND/ANALYSIS<br />

The Burris Pump Station was constructed in 1989 as part of what was referred to as the<br />

“Santiago Creek Replenishment <strong>Project</strong>”. The project included the purchase of the Santiago<br />

Basins, the construction of a 66” discharge pipeline, <strong>and</strong> the construction of the Burris Pump<br />

Station. These facilities allow the District to pump captured storm water from the Santa Ana<br />

River through the 66” pipeline for recharge at the Santiago Basins. The pump station <strong>and</strong><br />

pipeline were designed to deliver up to 200 cubic feet per second (cfs) to the Santiago<br />

Basins.<br />

Operation of the Burris Pump Station to capture storm flows typically occurs in the winter<br />

following significant rain events. This allows operations to capture <strong>and</strong> recharge water that<br />

would otherwise be lost to the ocean. Additional pumping usually continues until May or<br />

June of each year as base flow declines in the Santa Ana River. Since the winter of 2005-<br />

06, an average of 34,000 acre-feet per year of water has been pumped from Burris Pump<br />

Station to the Santiago Basins <strong>and</strong> Santiago Creek for recharge.<br />

The large pumping units at Burris Pump Station are nearly 23 years old <strong>and</strong> are showing<br />

significant signs of wear. Staff is concerned that failure of one or more of the pumping units<br />

could occur <strong>and</strong> severely impact the District’s ability to pump water from Burris Basin to<br />

Santiago Basin for recharge. An engineering evaluation of the existing pump station


performed by Black & Veatch revealed long term benefits of replacing the existing pump<br />

station.<br />

Design of the new pump station began in November of 2012. The selected design of the<br />

new pump station includes vertical turbine pumps installed in a vertical wet well (or sump).<br />

It was determined early in design that in order to construct the new pump station without<br />

having the basin out of operation for an entire storm season, a 2 phase construction<br />

approach would be required. Phase I involves draining Burris Basin <strong>and</strong> constructing a<br />

portion of the building site <strong>and</strong> an earthen berm. The berm will protect the construction site<br />

from being inundated with water while the existing pump station continues to operate. This<br />

will allow Phase II construction, the final construction of the wet well <strong>and</strong> pump station, to<br />

occur throughout the FY2013-14 storm season.<br />

Figure 1<br />

Burris Pump Station <strong>Project</strong><br />

Site Plan<br />

New Pump<br />

Station<br />

Building Site<br />

Burris<br />

Basin<br />

Existing Pump<br />

Station<br />

Santa<br />

Ana<br />

River<br />

N<br />

CEQA <strong>and</strong> regulatory permitting is underway for the project <strong>and</strong> is expected be completed<br />

prior to awarding the Phase I construction contract. An additional benefit of the 2 phase<br />

construction approach is that it allows the District to avoid significant impacts to nesting<br />

birds in Burris Basin. This is achieved by only having the basin dewatered outside of<br />

nesting season.<br />

The overall construction schedule for the new pump station is approximately 1.5 years. The<br />

Phase I construction is primarily earthwork which will provide a building site to allow OCWD<br />

to operate the existing pump station while constructing the remainder of the new pump<br />

station.


Table 1 shows the current schedule for Phase I of the project. It is anticipated that Phase II<br />

construction will begin in January or February of 2014 <strong>and</strong> be complete in early 2015.<br />

Table 1<br />

Burris Pump Station <strong>Project</strong><br />

Phase I Construction Schedule<br />

Description<br />

Date<br />

Advertise for Construction April 2013<br />

Award Construction July 2013<br />

Complete Construction December 2013<br />

Funds for the Burris Pump Station <strong>Project</strong> are included in the FY 2013-14 R&R Budget.<br />

Staff anticipates that approximately $5,000,000 will be spent in FY 2013-14 with the<br />

remainder of the project expenditures occurring in FY 14-15. A summary of the project<br />

budget can be seen in Table 2.<br />

Table 2<br />

Burris Pump Station <strong>Project</strong><br />

Budget<br />

Description<br />

<strong>Project</strong>ed Expenses<br />

Design<br />

Design Contract $990,980<br />

Construction<br />

Construction Contract<br />

Phase I<br />

Phase II<br />

Construction Management<br />

Construction Inspection Services<br />

Testing Services<br />

$2,000,000<br />

$18,000,000<br />

$200,000<br />

$50,000<br />

$50,000<br />

<strong>Project</strong> Contingency $2,000,000<br />

Total $23,290,980<br />

PRIOR RELEVANT BOARD ACTION(S):<br />

October 17, 2012, R12-10-126 - Authorize Agreement to Tetra Tech for an amount not to exceed<br />

$990,980 for the design of the Burris Pump Station<br />

July 18, 2012, M12-111 - Issue Request for Proposals for the Burris Pump Station design<br />

January 18, 2012, R12-1-5 – Agreement to Black & Veatch for an amount not to exceed $98,800 for<br />

engineering services for evaluation of the Burris Pump Station


NOTICE INVITING BIDS<br />

BURRIS PUMP STATION PHASE 1 - CONSTRUCTION<br />

CONTRACT NO. B-2013-1<br />

PLEASE TAKE NOTICE that sealed bids will be received at the office of the Contracts<br />

Administrator of the Orange County Water District ("District"), 18700 Ward Street,<br />

Fountain Valley, CA 92708 (mailing address: P.O. Box 8300, Fountain Valley, CA<br />

92728-8300), until 2:00 p.m. local time on ***, at which time the bids will be publicly<br />

opened <strong>and</strong> read aloud for performing all work <strong>and</strong> furnishing all labor, materials <strong>and</strong><br />

equipment for:<br />

The Work is to be done in accordance with the plans, specifications <strong>and</strong> contract<br />

documents on file in the District office, 18700 Ward Street, Fountain Valley, California,<br />

which plans <strong>and</strong> specifications are designated as above, <strong>and</strong> which documents are by<br />

this reference incorporated herein.<br />

PREBID CONFERENCE: A prebid conference will be held at the District office, 18700<br />

Ward Street, Fountain Valley, CA on *** at 10:00 a.m. All potential bidders, contractors<br />

<strong>and</strong> other interested parties are encouraged to attend this conference conducted by the<br />

District <strong>and</strong> Engineer. Any potential bidder that does not attend the prebid conference<br />

will be charged with knowledge of all information that was available at the prebid<br />

conference.<br />

COMPLETION OF WORK AND LIQUIDATED DAMAGES: All Work must be<br />

substantially completed within *** consecutive calendar days from the date of the Notice<br />

to Proceed issued by the District. Failure to complete the Work within the time set forth<br />

herein will result in the imposition of liquidated damages for each day of delay, in the<br />

amount set forth in the Information for Bidders.<br />

OBTAINING CONTRACT DOCUMENTS: Plans <strong>and</strong> specifications <strong>and</strong> all contract<br />

documents may be purchased at the District office for $*** per set. Payment will not be<br />

refunded <strong>and</strong> the plans <strong>and</strong> specifications <strong>and</strong> contract documents are not required to<br />

be returned.<br />

BID GUARANTEE: Each Bid shall be accompanied by one of the following: a certified<br />

or cashier's check, or bid bond in an amount not less than ten percent (10%) of the total<br />

bid price, payable to the Orange County Water District, as a guarantee that the Bidder,<br />

if its Bid is accepted, shall promptly execute the Agreement, furnish a satisfactory<br />

Faithful Performance Bond in an amount not less than one hundred percent (100%) of<br />

the total bid price, furnish a Labor <strong>and</strong> Material Bond in an amount not less than one<br />

hundred percent (100%) of the total bid price, <strong>and</strong> furnish certificates evidencing that<br />

the required insurance is in effect in the amounts set forth in the Insurance Conditions.<br />

The Faithful Performance Bond shall remain in full force <strong>and</strong> effect through the


guarantee period as specified in the General Provisions. All surety companies shall be<br />

admitted surety insurers <strong>and</strong> shall comply with the provisions of Code of Civil Procedure<br />

Section 995.630.<br />

WAGE RATE: As required by Section 1773 of the California Labor Code, the Director<br />

of the Department of Industrial Relations of the State of California has determined the<br />

general prevailing rates of wages in the locality in which the Work is to be performed.<br />

Copies of these wage rate determinations, entitled PREVAILING WAGE SCALE, are<br />

maintained at the principal office of the District, 18700 Ward Street, Fountain Valley,<br />

California, <strong>and</strong> are available to any interested party upon request. The Contractor shall<br />

post a copy of this document at each job site. The Contractor <strong>and</strong> any subcontractor<br />

under it shall pay not less than the specified prevailing rates of wages to all workers<br />

employed in the execution of the Contract.<br />

PROJECT ADMINISTRATION: All questions relative to this project prior to the opening<br />

of bids shall be directed, in writing, to the Engineer for the project:<br />

ORANGE COUNTY WATER DISTRICT<br />

18700 Ward Street<br />

Fountain Valley, CA 92708<br />

Mailing Address:<br />

P.O. Box 8300<br />

Fountain Valley, CA 92728-8300<br />

Attention: Nate Scheevel, P.E.<br />

Telephone: 714/378-3200<br />

Facsimile: 714/378-3373<br />

SUBSTITUTION OF SECURITIES: At the request <strong>and</strong> expense of the successful<br />

bidder, the District will pay the amounts retained pursuant to the contract documents as<br />

security for the completion of the Work in compliance with the requirements of Public<br />

Contract Code Section 22300 <strong>and</strong> the provisions of the General Provisions pertaining to<br />

"Substitution of Securities."<br />

CONTRACTOR'S LICENSE SPECIFICATION: In accordance with the provisions of<br />

California Public Contract Code Section 3300, the District requires that the bidder<br />

possess the following classification of contractor's license at the time that the bid<br />

proposal is submitted: Class A. If the license classification specified hereinabove is that<br />

of a "specialty contractor" as defined in Section 7058 of the California Business <strong>and</strong><br />

Professions Code, the specialty contractor awarded the Contract for this Work shall<br />

itself construct a majority of the Work, in accordance with the provisions of California<br />

Business <strong>and</strong> Professions Code Section 7059. Each bidder shall clearly write or type<br />

their contractor’s license number on the outside of the bidding envelope.


SHEETING, SHORING AND BRACING: Pursuant to the provisions of California Labor<br />

Code Section 6707, each bid submitted in response to this Notice Inviting Bids shall<br />

contain, as a bid item, adequate sheeting, shoring, <strong>and</strong> bracing, or equivalent method,<br />

for the protection of life <strong>and</strong> limb in trenches <strong>and</strong> open excavation, which shall conform<br />

to applicable safety orders.<br />

DISTRICT'S RIGHTS RESERVED: The Orange County Water District reserves the<br />

right to reject any or all bids, <strong>and</strong> to waive any informality in any bid.<br />

Dated: ____________________________<br />

ORANGE COUNTY WATER DISTRICT<br />

By:<br />

_____________________________<br />

Michael R. Markus, P.E., D.WRE<br />

General Manager


AGENDA ITEM SUBMITTAL<br />

Meeting Date: April 10, 2013<br />

Budgeted: Yes<br />

Budgeted Amount: $1,200,000<br />

To: Water Issues Committee Cost Estimate: $1,200,000<br />

Board of Directors<br />

Funding Source: R&R<br />

Program/Line Item No. R13020<br />

From: Mike Markus<br />

General Counsel Approval: NA<br />

Engineers/Feasibility Report: NA<br />

Staff Contact: J. Kennedy/ N. Scheevel CEQA Compliance: Yes<br />

Subject:<br />

CONTRACT NO. SAR-2013-2: UPPER AND LOWER FIVE COVES<br />

REHABILITATION PROJECT – NOTICE INVITING BIDS<br />

SUMMARY<br />

The <strong>Upper</strong> <strong>and</strong> <strong>Lower</strong> <strong>Five</strong> <strong>Coves</strong> Basins provide de-silting <strong>and</strong> conveyance for Santa Ana<br />

River water into Burris Basin. Ultimately, a portion of this water is pumped to Santiago<br />

Basins <strong>and</strong> Santiago Creek. The transfer structures <strong>and</strong> drain tubes in the <strong>Five</strong> <strong>Coves</strong><br />

Basins are at the end of their useful life <strong>and</strong> are in need of repair <strong>and</strong> replacement.<br />

Attachment(s):<br />

Draft Notice Inviting Bids<br />

Presentation<br />

RECOMMENDATION<br />

Agendize for April 17 Board meeting: Authorize Publication of Notice Inviting Bids for<br />

Contract No. SAR-2013-2: <strong>Upper</strong> <strong>and</strong> <strong>Lower</strong> <strong>Five</strong> <strong>Coves</strong> <strong>Rehabilitation</strong> <strong>Project</strong><br />

BACKGROUND/ANALYSIS<br />

The <strong>Upper</strong> <strong>and</strong> <strong>Lower</strong> <strong>Five</strong> <strong>Coves</strong> Basins receive water diverted by the <strong>Five</strong> <strong>Coves</strong><br />

Inflatable Rubber Dam, as well as water from the end of the Off River. Water enters <strong>Upper</strong><br />

<strong>Five</strong> <strong>Coves</strong> through pipelines that go underneath Carbon Canyon Diversion Channel. Water<br />

then surface transfers from <strong>Upper</strong> <strong>Five</strong> <strong>Coves</strong> into <strong>Lower</strong> <strong>Five</strong> <strong>Coves</strong> Basin (Figure 1).<br />

Water then leaves <strong>Lower</strong> <strong>Five</strong> <strong>Coves</strong> Basin <strong>and</strong> is conveyed into Lincoln Basin by reinforced<br />

concrete pipes buried under Lincoln Avenue. From Lincoln Basin the water is conveyed into<br />

Burris Basin <strong>and</strong> onto Santiago Basins <strong>and</strong> Santiago Creek.<br />

There are multiple structures <strong>and</strong> pipelines that convey water through the basins <strong>and</strong> allow<br />

the basins to be drained <strong>and</strong> cleaned. The existing structures <strong>and</strong> pipelines were installed<br />

between 1989 <strong>and</strong> 1990. In December of 2008 the transfer structure between <strong>Upper</strong> <strong>and</strong><br />

<strong>Lower</strong> <strong>Five</strong> <strong>Coves</strong> Basins partially collapsed due to corroded corrugated metal pipe (CMP).<br />

Subsequent inspections of the other facilities identified a number of the structures <strong>and</strong><br />

pipelines that need repair or replacement.


The items that have been identified for repair or replacement are:<br />

1) Flow control gate rehabilitation <strong>and</strong> construction of a new flow measurement<br />

structure at the end of the Off River.<br />

2) Flow control gate rehabilitation at the 60” intertie tubes between the Santa Ana River<br />

<strong>and</strong> <strong>Upper</strong> <strong>Five</strong> <strong>Coves</strong> Basin.<br />

3) Drain tube replacement between <strong>Upper</strong> <strong>Five</strong> <strong>Coves</strong> <strong>and</strong> <strong>Lower</strong> <strong>Five</strong> <strong>Coves</strong> Basins.<br />

4) Surface transfer structure replacement between <strong>Upper</strong> <strong>Five</strong> <strong>Coves</strong> <strong>and</strong> <strong>Lower</strong> <strong>Five</strong><br />

<strong>Coves</strong> Basins.<br />

5) Flow control gate replacement <strong>and</strong> drain tube rehabilitation between <strong>Lower</strong> <strong>Five</strong><br />

<strong>Coves</strong> Basin <strong>and</strong> Lincoln Basin.<br />

Figure 1<br />

<strong>Upper</strong> <strong>and</strong> <strong>Lower</strong> <strong>Five</strong> <strong>Coves</strong> Basins <strong>Rehabilitation</strong> <strong>Project</strong><br />

Site Plan<br />

N<br />

Off River Flow<br />

Control Gates<br />

<strong>and</strong> Flow<br />

Measurement<br />

Structure<br />

Off River<br />

<strong>Upper</strong> <strong>Five</strong><br />

<strong>Coves</strong> Drain<br />

Tube <strong>and</strong> Flow<br />

Control Gate<br />

<strong>Upper</strong> <strong>Five</strong><br />

<strong>Coves</strong> Basin<br />

<strong>Lower</strong> <strong>Five</strong><br />

<strong>Coves</strong> Drain<br />

Tube <strong>and</strong> Flow<br />

Control Gate<br />

Lincoln<br />

Basin<br />

<strong>Lower</strong> <strong>Five</strong><br />

<strong>Coves</strong> Basin<br />

Santa<br />

Ana<br />

River<br />

SAR to <strong>Upper</strong><br />

<strong>Five</strong> <strong>Coves</strong><br />

Intertie Flow<br />

Control Gates<br />

<strong>Upper</strong> <strong>Five</strong> <strong>Coves</strong><br />

to <strong>Lower</strong> <strong>Five</strong><br />

<strong>Coves</strong> Transfer<br />

Structure<br />

Lincoln Avenue<br />

Burris Basin


Table 1 shows the current schedule for this project. The scheduling of this work coincides<br />

with the Phase I earthwork work scheduled for the Burris Pump Station <strong>Project</strong>. The <strong>Five</strong><br />

<strong>Coves</strong>, Lincoln <strong>and</strong> Burris Basins will be taken out of service in the summer of 2013 to allow<br />

for the proposed rehabilitation project to be completed <strong>and</strong> to prepare a building site for the<br />

construction of the new Burris Pump Station.<br />

Table 1<br />

<strong>Five</strong> <strong>Coves</strong> <strong>Rehabilitation</strong> <strong>Project</strong><br />

Schedule<br />

Description<br />

Date<br />

Advertise for Construction April 2013<br />

Award Construction June 2013<br />

Complete Construction November 2013<br />

Design is complete for the <strong>Upper</strong> <strong>and</strong> <strong>Lower</strong> <strong>Five</strong> <strong>Coves</strong> <strong>Rehabilitation</strong> <strong>Project</strong>. This design<br />

work was originally done along with the <strong>Five</strong> <strong>Coves</strong> <strong>and</strong> Lincoln Basins Bypass Pipeline<br />

<strong>Project</strong> in 2010. OCWD’s consultant is updating the drawings <strong>and</strong> technical specifications<br />

with the remaining design budget from the <strong>Five</strong> <strong>Coves</strong> <strong>and</strong> Lincoln Basins Bypass Pipeline<br />

<strong>Project</strong> <strong>and</strong> staff is preparing the remaining bid documents. The project expenses are<br />

presented in Table 2 below.<br />

Table 2<br />

<strong>Upper</strong> <strong>and</strong> <strong>Lower</strong> <strong>Five</strong> <strong>Coves</strong> <strong>Rehabilitation</strong> <strong>Project</strong><br />

Budget<br />

Description<br />

<strong>Project</strong>ed Expenses<br />

Design<br />

Design Contract $24,000<br />

Construction<br />

Construction Contract<br />

$1,200,000<br />

Construction Management<br />

$0<br />

Testing Services<br />

$18,400<br />

<strong>Project</strong> Contingency $120,000<br />

Total $1,362,400<br />

OCWD staff will perform the construction management activities for this project.<br />

PRIOR RELEVANT BOARD ACTION(S):<br />

6/16/2010 – R10-6-95: Rejecting all bids for Contract SAR-2010-1; <strong>Five</strong> <strong>Coves</strong> <strong>and</strong> Lincoln Basins<br />

Bypass Pipeline <strong>Project</strong><br />

4/21/2010 – M10-59: Authorize publication of Notice Inviting Bids for Contract No. SAR-2010-1, <strong>Five</strong><br />

<strong>Coves</strong> <strong>and</strong> Lincoln Basins Bypass Pipeline <strong>Project</strong>


3/17/2010 – R10-3-00: Authorize issuance of Amendment No. 1 to Professional Services Agreement<br />

No. 0595 with Stantec Consulting Inc. for an amount not to exceed $78,790 for additional services<br />

required for the design of the <strong>Five</strong> <strong>Coves</strong> <strong>and</strong> Lincoln Basins Bypass Pipeline<br />

2/17/2010 – R10-2-30: Adopt <strong>and</strong> Certify the Final Initial Study/Mitigated Negative Declaration<br />

(IS/MND) for the <strong>Five</strong> <strong>Coves</strong> <strong>and</strong> Lincoln Basins Bypass Pipeline <strong>Project</strong><br />

2/17/2010 – R10-2-30: Approve the Engineer’s Report (Revised): <strong>Five</strong> <strong>Coves</strong> <strong>and</strong> Lincoln Basins<br />

Bypass Pipeline<br />

9/16/2009 – R09-09-148: Authorize issuance of Professional Services Agreement to Stantec<br />

Consulting Inc. for an amount not to exceed $347,900 for engineering services for the design of the<br />

<strong>Five</strong> <strong>Coves</strong> <strong>and</strong> Lincoln Basins Bypass Pipeline <strong>Project</strong><br />

7/17/2009 – R09-4-118: Determine the <strong>Five</strong> <strong>Coves</strong> <strong>and</strong> Lincoln Basins Bypass Pipeline <strong>Project</strong><br />

feasible, necessary, <strong>and</strong> of general benefit to the l<strong>and</strong>s of the District, <strong>and</strong> declare the project duly<br />

instituted<br />

7/17/2009 – R09-7-118: Approve Engineer’s Report <strong>and</strong> authorize issuance of a Request for<br />

Proposals for design services


NOTICE INVITING BIDS<br />

UPPER AND LOWER FIVE COVES BASIN REHABILITATION<br />

CONTRACT NO. SAR-2013-2<br />

PLEASE TAKE NOTICE that sealed bids will be received at the office of the Contracts<br />

Administrator of the Orange County Water District ("District"), 18700 Ward Street,<br />

Fountain Valley, CA 92708 (mailing address: P.O. Box 8300, Fountain Valley, CA<br />

92728-8300), until 2:00 p.m. local time on ***, at which time the bids will be publicly<br />

opened <strong>and</strong> read aloud for performing all work <strong>and</strong> furnishing all labor, materials <strong>and</strong><br />

equipment for:<br />

The Work is to be done in accordance with the plans, specifications <strong>and</strong> contract<br />

documents on file in the District office, 18700 Ward Street, Fountain Valley, California,<br />

which plans <strong>and</strong> specifications are designated as above, <strong>and</strong> which documents are by<br />

this reference incorporated herein.<br />

PREBID CONFERENCE: A prebid conference will be held at the District office, 18700<br />

Ward Street, Fountain Valley, CA on *** at 10:00 a.m. All potential bidders, contractors<br />

<strong>and</strong> other interested parties are encouraged to attend this conference conducted by the<br />

District <strong>and</strong> Engineer. Any potential bidder that does not attend the prebid conference<br />

will be charged with knowledge of all information that was available at the prebid<br />

conference.<br />

COMPLETION OF WORK AND LIQUIDATED DAMAGES: All Work must be<br />

substantially completed within *** consecutive calendar days from the date of the Notice<br />

to Proceed issued by the District. Failure to complete the Work within the time set forth<br />

herein will result in the imposition of liquidated damages for each day of delay, in the<br />

amount set forth in the Information for Bidders.<br />

OBTAINING CONTRACT DOCUMENTS: Plans <strong>and</strong> specifications <strong>and</strong> all contract<br />

documents may be purchased at the District office for $*** per set. Payment will not be<br />

refunded <strong>and</strong> the plans <strong>and</strong> specifications <strong>and</strong> contract documents are not required to<br />

be returned.<br />

BID GUARANTEE: Each Bid shall be accompanied by one of the following: a certified<br />

or cashier's check, or bid bond in an amount not less than ten percent (10%) of the total<br />

bid price, payable to the Orange County Water District, as a guarantee that the Bidder,<br />

if its Bid is accepted, shall promptly execute the Agreement, furnish a satisfactory<br />

Faithful Performance Bond in an amount not less than one hundred percent (100%) of<br />

the total bid price, furnish a Labor <strong>and</strong> Material Bond in an amount not less than one<br />

hundred percent (100%) of the total bid price, <strong>and</strong> furnish certificates evidencing that<br />

the required insurance is in effect in the amounts set forth in the Insurance Conditions.<br />

The Faithful Performance Bond shall remain in full force <strong>and</strong> effect through the


guarantee period as specified in the General Provisions. All surety companies shall be<br />

admitted surety insurers <strong>and</strong> shall comply with the provisions of Code of Civil Procedure<br />

Section 995.630.<br />

WAGE RATE: As required by Section 1773 of the California Labor Code, the Director<br />

of the Department of Industrial Relations of the State of California has determined the<br />

general prevailing rates of wages in the locality in which the Work is to be performed.<br />

Copies of these wage rate determinations, entitled PREVAILING WAGE SCALE, are<br />

maintained at the principal office of the District, 18700 Ward Street, Fountain Valley,<br />

California, <strong>and</strong> are available to any interested party upon request. The Contractor shall<br />

post a copy of this document at each job site. The Contractor <strong>and</strong> any subcontractor<br />

under it shall pay not less than the specified prevailing rates of wages to all workers<br />

employed in the execution of the Contract.<br />

PROJECT ADMINISTRATION: All questions relative to this project prior to the opening<br />

of bids shall be directed, in writing, to the Engineer for the project:<br />

ORANGE COUNTY WATER DISTRICT<br />

18700 Ward Street<br />

Fountain Valley, CA 92708<br />

Mailing Address:<br />

P.O. Box 8300<br />

Fountain Valley, CA 92728-8300<br />

Attention: Nate Scheevel<br />

Telephone: 714/378-3200<br />

Facsimile: 714/378-3373<br />

SUBSTITUTION OF SECURITIES: At the request <strong>and</strong> expense of the successful<br />

bidder, the District will pay the amounts retained pursuant to the contract documents as<br />

security for the completion of the Work in compliance with the requirements of Public<br />

Contract Code Section 22300 <strong>and</strong> the provisions of the General Provisions pertaining to<br />

"Substitution of Securities."<br />

CONTRACTOR'S LICENSE SPECIFICATION: In accordance with the provisions of<br />

California Public Contract Code Section 3300, the District requires that the bidder<br />

possess the following classification of contractor's license at the time that the bid<br />

proposal is submitted: Class A. If the license classification specified hereinabove is that<br />

of a "specialty contractor" as defined in Section 7058 of the California Business <strong>and</strong><br />

Professions Code, the specialty contractor awarded the Contract for this Work shall<br />

itself construct a majority of the Work, in accordance with the provisions of California<br />

Business <strong>and</strong> Professions Code Section 7059. Each bidder shall clearly write or type<br />

their contractor’s license number on the outside of the bidding envelope.


SHEETING, SHORING AND BRACING: Pursuant to the provisions of California Labor<br />

Code Section 6707, each bid submitted in response to this Notice Inviting Bids shall<br />

contain, as a bid item, adequate sheeting, shoring, <strong>and</strong> bracing, or equivalent method,<br />

for the protection of life <strong>and</strong> limb in trenches <strong>and</strong> open excavation, which shall conform<br />

to applicable safety orders.<br />

DISTRICT'S RIGHTS RESERVED: The Orange County Water District reserves the<br />

right to reject any or all bids, <strong>and</strong> to waive any informality in any bid.<br />

Dated: ____________________________<br />

ORANGE COUNTY WATER DISTRICT<br />

By:<br />

_____________________________<br />

Michael R. Markus, P.E., D.WRE<br />

General Manager


<strong>Upper</strong> <strong>and</strong> <strong>Lower</strong> <strong>Five</strong> <strong>Coves</strong><br />

<strong>Rehabilitation</strong> <strong>Project</strong><br />

Water Issues Committee Meeting<br />

April 10, 2013


<strong>Five</strong> <strong>Coves</strong> Basins Overview<br />

5. Drain<br />

Tube<br />

3. Drain Tube<br />

4.<br />

Transfer<br />

Structure<br />

Lincoln<br />

Basin<br />

<strong>Lower</strong> <strong>Five</strong><br />

<strong>Coves</strong> Basin<br />

1.<br />

Transfer<br />

Structure<br />

<strong>Upper</strong> <strong>Five</strong><br />

<strong>Coves</strong> Basin<br />

Santa Ana River<br />

2. SAR<br />

Intertie<br />

Transfer Structure<br />

Lincoln Avenue<br />

Rubber<br />

Dam<br />

Off<br />

River<br />

• <strong>Five</strong> <strong>Coves</strong> Basins are located along<br />

the Santa Ana River (SAR),<br />

southwest of the SAR/Glassell<br />

Street crossing<br />

• <strong>Upper</strong> <strong>Five</strong> <strong>Coves</strong> Basin is the<br />

primary diversion point to capture<br />

SAR water for delivery to Burris<br />

Basin, Santiago Basin <strong>and</strong> Santiago<br />

Creek<br />

• <strong>Five</strong> <strong>Coves</strong> Basins provide de-silting<br />

<strong>and</strong> some percolation capacity


<strong>Project</strong> Scope<br />

1. Off River transfer, flow control gates <strong>and</strong> flow<br />

measurement structure<br />

2. SAR/<strong>Upper</strong> <strong>Five</strong> <strong>Coves</strong> 60” diameter intertie flow<br />

control gates<br />

3. <strong>Upper</strong> <strong>Five</strong> <strong>Coves</strong> flow control gate <strong>and</strong> drain tube<br />

4. <strong>Upper</strong> <strong>Five</strong> <strong>Coves</strong> to <strong>Lower</strong> <strong>Five</strong> <strong>Coves</strong> transfer<br />

structure<br />

5. <strong>Lower</strong> <strong>Five</strong> <strong>Coves</strong> flow control gate <strong>and</strong> drain tube


1. Off River Transfer


2. SAR 60” Intertie


3. <strong>Upper</strong> <strong>Five</strong> <strong>Coves</strong> Drain Tube


4. <strong>Five</strong> <strong>Coves</strong> Transfer


5. <strong>Lower</strong> <strong>Five</strong> <strong>Coves</strong> Drain Tube


<strong>Project</strong> Schedule<br />

Description<br />

Date<br />

Advertise Notice Inviting Bids April 2013<br />

Award Construction June 2013<br />

Complete Construction November 2013


<strong>Upper</strong> <strong>and</strong> <strong>Lower</strong> <strong>Five</strong> <strong>Coves</strong><br />

<strong>Rehabilitation</strong> <strong>Project</strong> Budget<br />

Description<br />

<strong>Project</strong>ed Expenses<br />

Design<br />

Design Contract $ 24,000<br />

Construction<br />

Construction Contract<br />

Construction Management<br />

Construction Inspection Services<br />

Testing Services<br />

$ 1,200,000<br />

$ 0<br />

$ 0<br />

$ 18,400<br />

<strong>Project</strong> Contingency $ 120,000<br />

Total <strong>Project</strong> Budget $ 1,362,400


Recommendation<br />

• Agendize for April 17 Board meeting:<br />

Authorize Publication of Notice Inviting Bids for Contract No. SAR-<br />

2013-2: <strong>Upper</strong> <strong>and</strong> <strong>Lower</strong> <strong>Five</strong> <strong>Coves</strong> <strong>Rehabilitation</strong> <strong>Project</strong>


AGENDA ITEM SUBMITTAL<br />

Meeting Date: April 10, 2013<br />

Budgeted: Yes<br />

Budgeted Amount: $600,000<br />

To: Water Issues Committee Cost Estimate: $250,000<br />

Board of Directors<br />

Funding Source: R&R, FEMA<br />

Program/Line Item No. R11015<br />

From: Mike Markus<br />

General Counsel Approval: Yes<br />

Engineers/Feasibility Report: Yes<br />

Staff Contact: J. Kennedy,<br />

CEQA Compliance: Yes<br />

S. Scott-Roberts<br />

Subject:<br />

REQUEST FOR PROPOSALS FOR DESIGN OF THE SANTIAGO<br />

BASINS SADDLE REPAIR PROJECT<br />

SUMMARY<br />

The Santiago Basins (Blue Diamond <strong>and</strong> Bond Basin) were connected by a pipeline<br />

located in the berm that separates the two basins, otherwise known as the saddle.<br />

During the 2010-11 storm season, the pipeline <strong>and</strong> a portion of the saddle were washed<br />

out. The saddle in its current condition has several unstable slopes. OCWD would like<br />

to repair this washed out saddle to provide stability to the facilities above <strong>and</strong> to provide<br />

additional water for recharge during the summer months. Therefore staff recommends<br />

issuing a Request for Proposals for design of the Santiago Basins Saddle Repair<br />

<strong>Project</strong>. Staff expects a larger percentage of this project cost to be reimbursed by the<br />

Federal Emergency Management Agency.<br />

Attachment(s): Request for Proposals<br />

RECOMMENDATION<br />

Agendize for April 17 Board meeting: Authorize issuance of Request for Proposals for<br />

engineering services for design of the Santiago Basins Saddle Repair <strong>Project</strong><br />

BACKGROUND/ANALYSIS<br />

Orange County Water District (District) bought the Santiago Basins in 1990. The<br />

Santiago Basins are located in the City of Orange, City of Villa Park, <strong>and</strong> in<br />

unincorporated areas of Orange County. The basins consist of two s<strong>and</strong>-gravel pits<br />

referred to as Bond Basin (south basin) <strong>and</strong> Blue Diamond Basin (north basin). Figure 1<br />

shows the configuration of these basins.<br />

Upon purchase, Blue Diamond <strong>and</strong> Bond Basin were separated by a dirt berm. The<br />

District excavated the narrowest portion of the separating berm down to elevation 245,<br />

referred to as the “saddle”, <strong>and</strong> installed a corrugated metal pipe within the saddle at<br />

elevation 230. During the winter of 2010-11, the rains washed out the corrugated metal<br />

pipe <strong>and</strong> eroded parts of the saddle. The storm left some steep unstable slopes around<br />

the saddle area. These slopes need to be maintained so that the erosion doesn’t<br />

continue <strong>and</strong> wash out facilities <strong>and</strong> roads on top of the berm.


Saddle Area<br />

The District dewatered the basin in 2012 to have a topographic map made of the storm<br />

damage. The District is now looking to repair <strong>and</strong> stabilize the eroded slopes. The<br />

District would also like to grade the saddle to minimize future erosion potential <strong>and</strong><br />

lower the saddle top elevation to allow for more water to come into Bond Basin during<br />

draining. The District has a pump station in Bond Basin that can be used to pump water<br />

to various facilities for recharge. Figure 2 shows a cross section of both basins <strong>and</strong> the<br />

current saddle elevation. If the saddle elevation is lowered, more water from Blue<br />

Diamond will be able to be pumped out of Bond Basin to recharge basins for recharge.<br />

However, the water level in Blue Diamond cannot be dropped drastically due to the 21-<br />

foot diameter inlet from the Orange County Flood Control District which is located on the<br />

north end of Blue Diamond <strong>and</strong> runs underneath Villa Park Road. If the water level in<br />

Blue Diamond is too low, the water will cascade from the 21-foot inlet into Blue Diamond<br />

basin erode the inlet.<br />

Improvements to the Santiago Basins would include stabilizing the eroded dirt slopes to<br />

protect the roads <strong>and</strong> facilities above them, evaluating the optimal berm level to provide<br />

additional water for recharge while still maintaining a pool of water for the inlet at Blue<br />

Diamond, <strong>and</strong> developing a monitoring plan for ensuring the slopes around both basins<br />

remain stable.<br />

Therefore as part of the Request for Proposals (RFP) for the design of the Santiago<br />

Basins Saddle Repair <strong>Project</strong> staff is asking consultants to<br />

Evaluate eroded slopes <strong>and</strong> banks around the Santiago Basins <strong>and</strong><br />

recommend at least three repair alternatives


Develop a monitoring plan describing tests that the District should<br />

undertake to ensure the slopes around both basins remain stable.<br />

Develop construction documents for the repair of the Santiago Basins<br />

saddle <strong>and</strong> evaluate the optimal final saddle elevation to allow for more<br />

water to be pumped to the recharge basins.<br />

The CEQA for this project was completed in July 2012. As part of the CEQA documents<br />

the work to repair the Santiago Basins saddle is considered routine maintenance. The<br />

budget for this project is still preliminary <strong>and</strong> will depend on the recommended repair<br />

alternatives presented in the report to be completed as part of this RFP. However a<br />

preliminary schedule is presented in Table 1 below.<br />

Table 1<br />

Riverbed DDP Schedule<br />

Description<br />

Date<br />

Design Award June 2013<br />

Complete Design November 2013<br />

Advertise for Construction January 2013<br />

Since the damage to the Santiago Basins Saddle was caused by the storms in 2010-11,<br />

the costs for these repairs, including the design <strong>and</strong> construction, will be over 90%<br />

reimbursable by Federal Emergency Management Agency (FEMA).<br />

PRIOR RELEVANT BOARD ACTION(S):<br />

07/18/12 – R12-7-92 - Adopt the Resolution of the Board of Directors of the Orange<br />

County Water District Certifying the Final Environmental Impact Report (State


Clearinghouse #2012011053); <strong>and</strong> adopting the Groundwater Recharge Facilities<br />

Maintenance Plan.


REQUEST FOR PROPOSALS<br />

FOR<br />

ENGINEERING SERVICES FOR DESIGN OF THE<br />

SANTIAGO BASINS SADDLE REPAIR PROJECT<br />

ORANGE COUNTY WATER DISTRICT<br />

PROPOSALS DUE<br />

May 14, 2013<br />

11:00 A.M.


REQUEST FOR PROPOSALS FOR THE SANTIAGO BASINS SADDLE REPAIR PROJECT<br />

INTRODUCTION<br />

Orange County Water District (OCWD) is seeking proposals from qualified firms that<br />

are interested in providing Engineering Services for the preparation of the final<br />

construction documents for the SANTIAGO BASINS SADDLE REPAIR PROJECT.<br />

This Request for Proposals (RFP) describes the project, the scope of work, the<br />

schedule, the elements of the proposal, <strong>and</strong> the selection process. Failure to submit<br />

information in accordance with these requirements <strong>and</strong> procedures may be cause<br />

for disqualification.<br />

PROJECT BACKGROUND AND DESCRIPTION<br />

Orange County Water District (District) bought the Santiago Basins in 1990. The<br />

Santiago Basins are located in the City of Orange, City of Villa Park, <strong>and</strong> in<br />

unincorporated areas of Orange County. The basins consist of two s<strong>and</strong>-gravel pits<br />

referred to as Bond Basin (south basin) <strong>and</strong> Blue Diamond Basin (north basin).<br />

Figure 1 shows the configuration of these basins.<br />

Upon purchase, Blue Diamond <strong>and</strong> Bond Basin were separated by a dirt berm. The<br />

District excavated the narrowest portion of the separating berm down to elevation<br />

245, referred to as the “saddle”, <strong>and</strong> installed a corrugated metal pipe within the<br />

saddle at elevation 230. During the winter of 2010-11, the rains washed out the<br />

corrugated metal pipe <strong>and</strong> eroded parts of the saddle. The storm left some steep<br />

unstable slopes around the saddle area. These slopes need to be maintained so that<br />

the erosion doesn’t continue <strong>and</strong> wash out facilities <strong>and</strong> roads on top of the berm.<br />

1


REQUEST FOR PROPOSALS FOR THE SANTIAGO BASINS SADDLE REPAIR PROJECT<br />

The District dewatered the basin in 2012 to have a topographic map made of the<br />

storm damage. The District is now looking to repair <strong>and</strong> stabilize the eroded slopes.<br />

The District would also like to grade the saddle to minimize future erosion potential<br />

<strong>and</strong> lower the saddle top elevation to allow for more water to come into Bond Basin<br />

during draining. The District has a pump station in Bond Basin that we can use to<br />

pump water to various basins for recharge. Figure 2 shows a cross section of both<br />

basins <strong>and</strong> the current saddle elevation. If the saddle elevation is lowered, more<br />

water from Blue Diamond will be able to be pumped out of Bond Basin to recharge<br />

basins for recharge. However, the water level in Blue Diamond cannot be dropped<br />

drastically due to the 21-foot diameter inlet from the Orange County Flood Control<br />

District which is located on the north end of Blue Diamond <strong>and</strong> runs underneath Villa<br />

Park Road. If the water level in Blue Diamond is too low, the water will cascade from<br />

the 21-foot inlet into Blue Diamond basin erode the inlet.<br />

2


REQUEST FOR PROPOSALS FOR THE SANTIAGO BASINS SADDLE REPAIR PROJECT<br />

Improvements to the Santiago Basins would include stabilizing the erroded dirt<br />

slopes to protect the roads <strong>and</strong> facilities above them, evaluating the optimal berm<br />

level to provide additional water for recharge while still maintaining a pool of water<br />

for the inlet at Blue Diamond, <strong>and</strong> developing a monitoring plan for ensuring the<br />

slopes around both basins remain stable.<br />

The purpose of this RFP is to complete a study <strong>and</strong> design documents for the<br />

Santiago Basins Saddle Repair <strong>Project</strong>. In general, the study <strong>and</strong> the final design<br />

should include the following:<br />

<br />

<br />

<br />

<br />

<br />

Evaluate Eroded Areas – Evaluate eroded banks around each of the Santiago<br />

Basins <strong>and</strong> recommend at least three repair alternatives for slope failure<br />

areas around the basin <strong>and</strong> on the saddle.<br />

Evaluate Inlet into Blue Diamond - Evaluate erosion potential of the 21-feet<br />

diameter inlet into Blue Diamond Basin <strong>and</strong> recommend design alternatives to<br />

prevent erosion of the inlet.<br />

Evaluate the Cost of Alternative – Evaluate the cost of the repair alternatives<br />

for the basin slopes <strong>and</strong> the saddle.<br />

Establish Excavation & Backfill Plans – Recommend the optimal excavation<br />

slopes during construction to safely stabilize the saddle slopes.<br />

Prepare contract documents – Prepare plans <strong>and</strong> specifications for the<br />

excavation of the basin <strong>and</strong> the backfill of the basin. Prepare plans <strong>and</strong><br />

specifications for final grades of the saddle <strong>and</strong> the basin inlet. Provide<br />

engineer’s estimate of probable cost of construction.<br />

3


REQUEST FOR PROPOSALS FOR THE SANTIAGO BASINS SADDLE REPAIR PROJECT<br />

Bid & Construction Support – Provide support to OCWD during the both<br />

bidding <strong>and</strong> construction of the project. This shall include review of<br />

submittals/shop drawings, response to RFIs <strong>and</strong> preparation of record<br />

drawings.<br />

SCOPE OF WORK<br />

The following outline describes the anticipated scope of services:<br />

1.0 DESIGN PHASE<br />

1.1 - <strong>Project</strong> Management<br />

1.2 - Design<br />

A. 30% Design Submittal<br />

B. 75% Design Submittal<br />

C. 100% Design Submittal<br />

D. Final Design Submittal<br />

2.0 BID PHASE<br />

2.1 - <strong>Project</strong> Management<br />

2.2 - Technical Support During Bid Phase<br />

2.3 – Prepare <strong>Project</strong> Addenda<br />

3.0 CONSTRUCTION PHASE<br />

3.1 - <strong>Project</strong> Management<br />

3.2 - Submittal/Shop Drawing Review<br />

3.3 - RFI Response<br />

`<br />

3.4 - O & M Manual<br />

3.5 - Record Drawings<br />

1.0 DESIGN PHASE<br />

1.1 <strong>Project</strong> Management – The Consultant shall conduct project management<br />

activities to ensure adherence to schedule <strong>and</strong> budget, as well as documentation of<br />

communication between the Consultant <strong>and</strong> OCWD. Coordinate <strong>and</strong> attend<br />

approximately ten (10) design meetings with OCWD, such as project kickoff, design<br />

submittal reviews, <strong>and</strong> to review design issues. Provide meeting minutes for each of<br />

these meetings. Consultant shall provide biweekly updates of design progress to<br />

OCWD.<br />

1.2 Final Design – This task will include preparation of drawings <strong>and</strong> specifications<br />

for each design milestone (30%, 75%, 100%, Final).<br />

30% Design Submittal - Review past geotechnical reports <strong>and</strong> the Feasibility Study<br />

for the Santiago Basin <strong>Project</strong>. Using the recommendations from the reports<br />

indicated produce a report detailing repair alternatives <strong>and</strong> their associated costs, for<br />

the basin slope failures, for the saddle repair, <strong>and</strong> for the inlet. Provide conceptual<br />

drawings for the alternatives developed. Please provide three hardcopy copies of the<br />

report with design alternatives <strong>and</strong> a pdf file of the report either via email, ftp site, or<br />

CD.<br />

4


REQUEST FOR PROPOSALS FOR THE SANTIAGO BASINS SADDLE REPAIR PROJECT<br />

75% Design Submittal - Prepare more detailed construction drawings for the<br />

recommended alternative. Prepare specifications for the general construction.<br />

Develop a project schedule <strong>and</strong> estimated construction costs. Provide two sets of<br />

construction plans on full size sheets (22” x 34”), two sets of project specifications,<br />

<strong>and</strong> three sets of half-size (11”x17”) drawings for review. Please also include these<br />

drawing files as a pdf file either via email, ftp site, or CD.<br />

100% Design Submittal - Incorporate revisions from 75% design review <strong>and</strong><br />

prepare draft 100% plans <strong>and</strong> specifications. This submittal should include the<br />

same deliverables as the 75% design submittal.<br />

Final Design Submittal – Incorporate any comments from 100% design submittal.<br />

Prepare final construction plans, specifications <strong>and</strong> technical provisions for the<br />

project. Modify the OCWD Special Provisions, which will be incorporated into the<br />

OCWD st<strong>and</strong>ard contract documents to complete construction-bidding documents.<br />

Provide an engineer’s estimate of probable construction costs. Provide complete set<br />

of signed construction plans <strong>and</strong> specifications on full size (D-Size) reproducible<br />

Mylar drawing sheets <strong>and</strong> on a CD-ROM in both an Adobe Acrobat pdf format <strong>and</strong> in<br />

the 2002 version of AutoCAD dwg format. OCWD will provide duplication of contract<br />

documents for advertisement.<br />

2.0 BID PHASE<br />

The Design Consultant shall provide bid phase services including project<br />

management, bid support, <strong>and</strong> addenda preparation. These services are detailed<br />

below.<br />

2.1 <strong>Project</strong> Management – The Design Consultant shall provide an agenda for<br />

<strong>and</strong> attend the pre-bid meeting.<br />

2.2 Bid Support – The Design Consultant shall provide bidding support as it<br />

pertains to the contract documents <strong>and</strong> drawings of the structures <strong>and</strong> piping<br />

system.<br />

2.3 Addenda – Any addenda will be prepared, issued, <strong>and</strong> documented by the<br />

design consultant. Consultant shall assume three addenda for purposes of<br />

preparing this proposal.<br />

3.0 CONSTRUCTION PHASE<br />

The Design Consultant shall provide construction phase services including project<br />

management, submittal/shop drawing review, response to requests for information,<br />

<strong>and</strong> record drawing preparation. These services are detailed below.<br />

3.1 <strong>Project</strong> Management – Attend construction meetings as needed to support<br />

OCWD <strong>and</strong> OCWD’s construction management consultant. Consultant shall assume<br />

ten construction meetings for purposes of preparing this proposal.<br />

5


REQUEST FOR PROPOSALS FOR THE SANTIAGO BASINS SADDLE REPAIR PROJECT<br />

3.2 Submittal/Shop Drawing Review – Review Contractor submittals for<br />

completeness <strong>and</strong> conformity with the contract documents. Review any deviations<br />

or substitutions submitted by the contractor <strong>and</strong> make recommendations to OCWD.<br />

3.3 Requests for Information (RFIs) – Review contractors request for<br />

information <strong>and</strong> prepare responses to the contractor. Prepare any revisions to<br />

contract documents necessary to resolve conflicts.<br />

3.4 O & M Manual – Prepare a complete O & M Manual. Provide four complete<br />

operation <strong>and</strong> maintenance manuals which will include O&M procedures,<br />

maintenance schedules, material <strong>and</strong> equipment literature, specifications <strong>and</strong><br />

warranty information. Consultant will be responsible for collecting <strong>and</strong> compiling all<br />

equipment <strong>and</strong> product information <strong>and</strong> specifications from the contractor, which will<br />

then be incorporated into the O&M manual.<br />

3.5 Record Drawing Preparation – As appropriate, incorporate OCWD<br />

comments <strong>and</strong>/or revisions to draft documents <strong>and</strong> finalize all record documents.<br />

Provide two copies each of the final documents in digital <strong>and</strong> hardcopy. All drawings<br />

shall be completed <strong>and</strong> provided in Mylar format at the end of the project. A CD-<br />

ROM shall be provided at the end of the project containing the drawings in both the<br />

most recent versions of Autocad (dwg format) <strong>and</strong> Adobe Acrobat (pdf format).<br />

SCHEDULE<br />

The proposed project schedule is as follows:<br />

Design RFP Issued April 24, 2013<br />

Preproposal Meeting, 9:00 A.M. May 2, 2013<br />

Proposals Due, 11:00 A.M. May 14, 2013<br />

Board Approval for Consultant Agreement June 19, 2013<br />

Final <strong>Project</strong> Documents October 24, 2013<br />

ELEMENTS OF PROPOSAL<br />

Please include the following in your proposal:<br />

1. Cover letter.<br />

2. <strong>Project</strong> approach, exp<strong>and</strong>ing or revising the scope of services provided herein<br />

if necessary. Any deviations from the scope herein shall be clearly<br />

designated in the proposal, including associated man-hours. Include <strong>and</strong><br />

describe all sub-consultant services you believe are necessary.<br />

3. <strong>Project</strong> team description (with resumes at the back of the proposal),<br />

emphasizing similar project experience <strong>and</strong> capabilities of designated project<br />

manager, project engineers, <strong>and</strong> support staff related to the outlined scope of<br />

work. Indicate the percentage of time each member will contribute to the<br />

6


REQUEST FOR PROPOSALS FOR THE SANTIAGO BASINS SADDLE REPAIR PROJECT<br />

project. Provide an organizational chart showing the proposed staff for these<br />

services that illustrates the relationship between OCWD, the proposed project<br />

manager, key personnel, <strong>and</strong> sub-consultants. The Consultant shall also<br />

include the home office <strong>and</strong> location of each project team member.<br />

4. Provide a matrix table of the estimated man-hours for each project task <strong>and</strong><br />

subtask broken down by individual project staff <strong>and</strong> any sub-consultants.<br />

5. Description of the project team’s past record of performance on similar<br />

projects for which your firm has provided services. Also include client<br />

references that may be contacted by OCWD.<br />

6. <strong>Project</strong> schedule with milestones <strong>and</strong> completion deadlines, modifying the<br />

proposed schedule herein, based on your project approach <strong>and</strong> experience.<br />

7. Fee proposal submitted in a separate sealed envelope. The fee proposal shall<br />

show estimated hours <strong>and</strong> cost for each task <strong>and</strong> subtask, including meeting<br />

obligations. The fee proposal shall be based on services provided on an<br />

hourly-rate basis, with a total not-to-exceed fee. Provide a rate schedule for<br />

proposed services.<br />

The proposal is limited to 10 pages, exclusive of cover letter, resumes, <strong>and</strong><br />

preprinted materials.<br />

SELECTION PROCESS<br />

Selection of the Consultant will be based on the proposal contents, prior experience<br />

of the firm, <strong>and</strong> specific experience <strong>and</strong> capabilities of the designated project<br />

manager <strong>and</strong> support staff. The firm, <strong>and</strong> in particular the project manager, must be<br />

fully capable in all areas outlined under the scope of work above. Key personnel<br />

shall have the professional license(s) issued by the State of California as required<br />

for these services. Based upon this information, OCWD staff will recommend a firm<br />

to OCWD’s Board of Directors for award of contract. The selected firm must be able<br />

to begin work immediately upon award of contract <strong>and</strong> must be able to maintain the<br />

required level of effort to meet the proposed schedule.<br />

PRE-PROPOSAL ACTIVITIES<br />

Questions Concerning Request for Proposals<br />

All questions regarding the RFP should be presented to:<br />

Orange County Water District<br />

18700 Ward Street<br />

Fountain Valley, CA 92708<br />

Phone: (714) 378-3292<br />

Fax: (714) 378-3381<br />

Attn: S<strong>and</strong>y Scott-Roberts, P.E.<br />

7


REQUEST FOR PROPOSALS FOR THE SANTIAGO BASINS SADDLE REPAIR PROJECT<br />

sscott@ocwd.com<br />

Pre-Proposal Meeting<br />

A Pre-Proposal meeting <strong>and</strong> subsequent site tour of the Santiago Basins will<br />

be held at OCWD at the above listed address. This meeting will be held at<br />

9:00 AM on Thursday, May 2, 2013. All potential proposers are strongly<br />

encouraged to attend this meeting <strong>and</strong> tour.<br />

Revision to the Request for Proposals<br />

OCWD reserves the right to revise the RFP prior to the date the Proposals<br />

are due. Revisions to the RFP shall be mailed to all potential Proposers.<br />

OCWD reserves the right to extend the date by which the Proposals are due.<br />

PROPOSAL SUBMITAL<br />

Proposals are due no later than 11:00 A.M., May 14, 2013 at the OCWD<br />

office listed below. Please provide three hard copies of the proposal<br />

document as well as a pdf document of the proposal.<br />

(If sent by courier):<br />

(If sent by regular mail):<br />

SPECIAL CONDITIONS<br />

Orange County Water District<br />

Attention: S<strong>and</strong>y Scott-Roberts, P.E.<br />

18700 Ward Street<br />

Fountain Valley, CA 92708<br />

Orange County Water District<br />

Attention: S<strong>and</strong>y Scott-Roberts, P.E.<br />

P.O. Box 8300<br />

Fountain Valley, CA 92728-8300<br />

Reservations<br />

This RFP does not commit OCWD to award a contract, to defray any costs<br />

incurred in the preparation of a Proposal pursuant to this RFP or to procure or<br />

contract for work.<br />

Public Records<br />

All Proposals submitted in response to this RFP become the property of<br />

OCWD <strong>and</strong> are public records <strong>and</strong> as such may be subject to public review.<br />

Right to Cancel<br />

OCWD reserves the right to cancel, for any or no reason, in part or in its<br />

entirety, this RFP including but not limited to: selection schedule, submittal<br />

date, <strong>and</strong> submittal requirements. If OCWD cancels or revises the RFP,<br />

OCWD will notify all the Proposers in writing.<br />

8


REQUEST FOR PROPOSALS FOR THE SANTIAGO BASINS SADDLE REPAIR PROJECT<br />

Additional Information<br />

OCWD reserves the right to request additional information <strong>and</strong>/or<br />

clarifications from any or all Proposers.<br />

Public Information<br />

Release of Public Information selection announcements, contract awards,<br />

<strong>and</strong> all data provided by OCWD shall be protected from public disclosure.<br />

Proposers desiring to release information to the public must receive prior<br />

written approval from OCWD.<br />

Professional Services Agreement<br />

The selected consultant will be required to sign the attached Professional<br />

Services Agreement (Exhibit A) <strong>and</strong> to provide the Insurance Certificates <strong>and</strong><br />

all other required documentation within 10 calendar days of notice of award.<br />

Insurance Requirements<br />

The minimum insurance requirements are $2 million ($4 million aggregate) for<br />

comprehensive general liability insurance, $1 million for workers<br />

compensation, $1 million for comprehensive automobile liability insurance <strong>and</strong><br />

$1 million for professional liability insurance. OCWD requires contractors,<br />

consultants <strong>and</strong> vendors doing business with it to obtain Errors <strong>and</strong><br />

Omissions insurance as shown in the Professional Services Agreement.<br />

OCWD must also be named as additional insured. The required insurance<br />

certificates must comply with all requirements of the st<strong>and</strong>ards as shown in<br />

the Agreement <strong>and</strong> must be provided (original copy) within 10 calendar days<br />

of notice of award <strong>and</strong> prior to the commencement of any work on the project.<br />

Equal Employment Opportunity <strong>and</strong> Affirmative Action Requirements<br />

The Proposers shall provide a Statement of Equal Employment<br />

Opportunity/Affirmative Action. The Consultant <strong>and</strong> each subcontractor shall<br />

not discriminate in the employment of persons on the work because of race,<br />

religious creed, color, national origin, ancestry, physical h<strong>and</strong>icap, medical<br />

condition, marital status, sexual preference or sex of such persons except as<br />

permitted by Section 12940 of the California government Code. The<br />

Consultant is expected to maintain policies similar to those of OCWD<br />

regarding equal employment opportunities <strong>and</strong> affirmative action as set forth<br />

in OCWD’s Administrative Policies.<br />

9


EXHIBIT A<br />

SAMPLE PROFESSIONAL SERVICES AGREEMENT


EXHIBIT B<br />

OCWD PROPOSAL EVALUATION FORM


AGENDA ITEM SUBMITTAL<br />

Meeting Date: April 10, 2013<br />

Budgeted: Yes<br />

Budgeted Amount: $10,000<br />

To: Water Issues Committee Cost Estimate: $10,000<br />

Board of Directors<br />

Funding Source: General Fund<br />

Program/ Line Item No. 1046.53001<br />

From: Mike Markus<br />

General Counsel Approval: NA<br />

Staff Contact: M. Wehner/G.<br />

Woodside<br />

Engineers/Feasibility Report: NA<br />

CEQA Compliance: NA<br />

Subject:<br />

WATER QUALITY REGULATION STUDY BY CALIFORNIA COUNCIL<br />

FOR ENVIRONMENTAL AND ECONOMIC BALANCE<br />

SUMMARY<br />

OCWD is participating in a project by the California Council for Environmental <strong>and</strong><br />

Economic Balance (CCEEB) on improving water quality regulation in California. The<br />

purpose of the project is to evaluate the recommendations of a 2009 Little Hoover<br />

Commission Report on ways to improve the governance of water quality regulation in<br />

California by focusing on the biggest threats to water quality. Other public agencies,<br />

including Orange County Sanitation District (OCSD) <strong>and</strong> Los Angeles County Sanitation<br />

Districts are participating, along with businesses. CCEEB has requested an additional<br />

contribution from the participants to fund the completion of the study <strong>and</strong> outreach to<br />

stakeholders.<br />

Attachment(s): Invoice from CCEEB dated March 25, 2013<br />

RECOMMENDATION<br />

Agendize for April 17 Board meeting: Authorize continued participation <strong>and</strong> funding in<br />

the amount of $10,000 in the California Council for Environmental <strong>and</strong> Economic<br />

Balance study project for improved California water quality regulation.<br />

BACKGROUND/ANALYSIS<br />

In 2009, the Little Hoover Commission found that “California’s current system for<br />

ensuring water quality does not rank the biggest threats to water quality <strong>and</strong><br />

systematically match its finite resources to address the most serious of them using the<br />

tools of scientific <strong>and</strong> economic analysis.” The Commission went on to make a series of<br />

recommendations on how to improve water quality regulation in California. The<br />

California Council for Environmental <strong>and</strong> Economic Balance (CCEEB) recognized the<br />

importance of following up the Little Hoover Commission Report with a project to<br />

determine which of the Commission’s recommendations are achievable now (without<br />

legislation) <strong>and</strong> to help establish priorities to obtain the greatest water quality<br />

improvement possible with available resources.


The Board approved participation in the study in March 2012 <strong>and</strong> authorized<br />

contributing $10,000 to help fund the study.<br />

The study began in 2012 <strong>and</strong> a draft report has been prepared. The study is being<br />

prepared by Dr. Susan Paulsen of Flow Science, who is well qualified to perform the<br />

analyses to identify the changes in water quality regulation in California that would yield<br />

the most significant water quality benefits from the investment of currently available<br />

resources.<br />

The funding request, if approved by the Board, would bring the District’s total cash<br />

contribution to the study up to $20,000. The funding would be used to complete the<br />

study <strong>and</strong> outreach to stakeholders regarding the study. This will include working with<br />

State Water Resources Control Board members <strong>and</strong> staff, the Secretary of Cal EPA <strong>and</strong><br />

staff, the Governor’s office, legislative staff, <strong>and</strong> regional board staff.<br />

Participation in the study is beneficial to OCWD since the District is very much affected<br />

by water quality regulation through the State Water Resources Control Board <strong>and</strong> the<br />

Santa Ana Regional Board, as a regulated entity, as a partner with another regulated<br />

entity (OCSD) <strong>and</strong> as a downstream agency that depends on water discharged by other<br />

agencies upstream. Participation in the study gives OCWD an opportunity to assure<br />

that the study includes an Orange County perspective on costs <strong>and</strong> benefits of water<br />

quality regulation. Prioritization of regulation to address the most critical needs is<br />

consistent with OCWD goals <strong>and</strong> objectives.<br />

CCEEB is a non-partisan, non-profit coalition of business, labor <strong>and</strong> public leaders that<br />

has advanced strategies for a sound economy <strong>and</strong> healthy environment since 1973.<br />

Jerry Secundy is the president <strong>and</strong> CEO of CCEEB. Robert Lucas is a consultant <strong>and</strong><br />

lobbyist for CCEEB <strong>and</strong> leads the advocacy effort for the recommendations developed<br />

by the study. .<br />

PRIOR RELEVANT BOARD ACTION(S)<br />

3-21-2012, M12-44 - Authorize participation in California Council for Environmental <strong>and</strong><br />

Economic Balance study project to improve California water quality regulation <strong>and</strong><br />

provide financial support in the amount of $10,000.


California Council for Environmental <strong>and</strong> Economic Balance<br />

100 Spear Street, Suite 805<br />

San Francisco, CA 94105<br />

Phone (415) 512-7890 Fax (415) 512-7897<br />

Greg Woodside<br />

Orange County Water District<br />

3/25/2013<br />

Invoice Date<br />

711M<br />

Invoice #<br />

INVOICE<br />

2013 Water Quality Task Force $10,000.00<br />

Contributions or gifts to CCEEB are not tax deductible as charitable contributions.<br />

Pursuant to the Omnibus Budget Reconciliation Act of 1993, 11%<br />

of your membership dues are not deductible as a business<br />

expense.<br />

Tax I.D. 94-2210145


AGENDA ITEM SUBMITTAL<br />

Meeting Date: April 10, 2013<br />

To: Water Issues Committee<br />

Board of Directors<br />

From: Mike Markus<br />

Staff Contact: J. Kennedy<br />

Budgeted: N/A<br />

Budgeted Amount: $65.6 M<br />

Cost Estimate: N/A<br />

Funding Source: Long Term Debt, Grants,<br />

Litigation Settlements, State Loans &<br />

Operating Revenues<br />

Program/Line Item No: N/A<br />

General Counsel Approval: N/A<br />

Engineers/Feasibility Report: N/A<br />

CEQA Compliance: N/A<br />

Subject:<br />

FY2013-14 CAPITAL IMPROVEMENT PROGRAM BUDGET<br />

SUMMARY<br />

The proposed FY2013-14 Capital Improvement Program (CIP) budget totals $ 65.6 million<br />

for 21 projects. The CIP section (Section 8) from the March 6, 2013 draft FY2013-14<br />

OCWD Budget document provided to the Board is attached. An Engineer’s Report must be<br />

approved by the Board of Directors for each project before it can proceed forward with<br />

design <strong>and</strong> construction.<br />

Attachment(s):<br />

OCWD Budget—Section 8—Capital Improvement Program<br />

CIP Program Summary<br />

Presentation<br />

RECOMMENDATION<br />

Provide comments <strong>and</strong> direction to staff.<br />

DISCUSSION/ANALYSIS<br />

The FY2013-14 Capital Improvement Program (CIP) is provided on the following pages.<br />

The CIP projects are funded by debt proceeds, water quality lawsuit settlements, state<br />

loans, grants <strong>and</strong> $5 million from operating revenues (Pay-as-you-go Program). The total<br />

proposed CIP cost for the FY2013-14 budget is $65.6 million <strong>and</strong> includes 21 projects.<br />

The CIP is primarily driven by the following objectives: (1) increasing the District’s recharge<br />

capacity to allow for increased sustainable production out of the groundwater basin;<br />

(2) protecting water quality by removing contaminated groundwater from the basin; <strong>and</strong><br />

(3) protecting the coastal portion of the groundwater basin.<br />

Budgeting of project expenditures does not authorize staff to proceed with a project. Each<br />

budgeted project must be individually reviewed <strong>and</strong> formally approved by the Board via the<br />

1


preparation of an Engineer’s Report. In addition, the Board of Directors would need to<br />

approve the design <strong>and</strong> the construction contracts as/if the project progresses forward.<br />

The expenditures for each project are shown in the fiscal year they are anticipated to occur<br />

in. The District has many multi-year projects that require several years to process <strong>and</strong><br />

construct.<br />

PRIOR RELEVANT COMMITTEE/BOARD ACTION(S):<br />

April 3, 2013<br />

March 14, 2013<br />

March 13, 2013<br />

March 6, 2013<br />

January 16, 2013<br />

December 13, 2012<br />

Review proposed FY2013-14 General Fund Budget<br />

Review proposed FY2013-14 R&R Budget<br />

Review proposed FY2013-14 Water Budget <strong>and</strong> Water Reserves<br />

Receive proposed FY2013-14 Budget<br />

RA & BPP <strong>Project</strong>ions<br />

Establish budget schedule <strong>and</strong> process<br />

2


CAPITAL IMPROVEMENT PROGRAM<br />

The fiscal year (FY) 2013-14 Capital Improvement Program (CIP) is provided on the<br />

following pages. The CIP projects are funded by debt proceeds, grants, litigation<br />

settlements, state loans <strong>and</strong> $5 million from operating revenues. The assets created by<br />

the CIP projects typically have a useful life of between five to seventy years.<br />

The total proposed CIP cost for the FY 2013-14 budget is $65.57 million <strong>and</strong> it includes<br />

21 projects. The life span of various CIP projects varies from project to project <strong>and</strong> it<br />

can be three years or longer. The District will fund $5 million of the $65.57 million dollar<br />

CIP budget from the operating revenues. This District practice is very useful in keeping<br />

the debt service cost to the minimum <strong>and</strong> maintenance coverage targets.<br />

The CIP is primarily driven by the following objectives: (1) increasing the District’s<br />

recharge capacity to allow for increased sustainable production out of the groundwater<br />

basin; (2) protecting water quality by removing contaminated groundwater from the<br />

basin <strong>and</strong> providing additional wetl<strong>and</strong>s treatment for Santa Ana River flows; <strong>and</strong><br />

(3) protecting the coastal portion of the groundwater basin.<br />

Budgeting of project expenditures does not authorize staff to proceed with a project.<br />

Each budgeted project must be individually reviewed <strong>and</strong> formally approved by the<br />

Board via the preparation of an Engineer’s Report. In addition, the Board would need to<br />

approve the design <strong>and</strong> the construction contracts as/if the project progresses forward.<br />

The expenditures for each project are shown in the fiscal year they are anticipated to<br />

occur in. The District has many multi-year projects that require several years to process<br />

<strong>and</strong> construct. Table 8-1 provides a broad summary of the projects in the CIP. A brief<br />

description <strong>and</strong> status of each project are provided on the attached Capital <strong>Project</strong>s<br />

Information sheet.<br />

TABLE 8-1<br />

SUMMARY OF PROJECTS IN CAPITAL IMPROVEMENT PROGRAM<br />

PROJECT TYPE<br />

WATER SUPPLY<br />

WATER QUALITY<br />

COASTAL<br />

OBJECTIVE<br />

PROVIDE FOR INCREASED GROUNDWATER PRODUCTION AND CREATE<br />

SUPPLIES WHERE ECONOMICAL AS COMPARED WITH MWD RATES.<br />

Construct facilities to increase recharge capacity <strong>and</strong><br />

percolation rates to allow for increased groundwater pumping<br />

Improve existing facilities to increase percolation rates<br />

Create new water supply<br />

PROTECT THE QUALITY OF THE GROUNDWATER BASIN SUPPLIES.<br />

Protect groundwater in north basin by extracting <strong>and</strong> treating<br />

wells threatened by VOC contamination in Anaheim <strong>and</strong><br />

Fullerton<br />

Protect groundwater in south basin by extracting <strong>and</strong> treating<br />

wells threatened by VOC contamination in Santa Ana<br />

MITIGATE FOR EXISTING AND PROJECTED FUTURE PROBLEMS ALONG<br />

Orange County Water District<br />

FY 2013-14 Budget Report


PROJECT TYPE<br />

IMPROVEMENTS<br />

OBJECTIVE<br />

THE COAST.<br />

Construct barrier facilities to prevent seawater intrusion<br />

The cost information for multi-year debt <strong>and</strong> operating reserve funded projects is<br />

summarized in Table 8-2.<br />

The OCWD staff works closely with the Board of Directors in processing capital<br />

projects. Formal Board approval is required at various stages of a project’s life as<br />

shown below:<br />

1. Inclusion in OCWD annual budget;<br />

2. Issuance of Request for Proposals for hiring of consultants for fees greater<br />

than $20,000 to assist in processing project documents;<br />

3. Awarding consultant contracts greater than $20,000;<br />

4. Approval of Feasibility Study Report, if so directed by General Manager;<br />

5. Approval of necessary CEQA documents;<br />

6. Approval of project Engineer’s Report;<br />

7. Approval of any agreements (i.e. grant funding, interagency);<br />

8. Approval of advertising construction contracts;<br />

9. Award of construction contracts;<br />

10. Approval of change orders greater than 5% of construction budget; <strong>and</strong><br />

11. Approval of Notice of Completion<br />

The District primarily uses long-term debt to fund capital projects. The District policy for<br />

using long-term debt was established in October 2000. The policy calls for the following:<br />

Preliminary project expenses related to direct research are to be paid from<br />

the General Fund;<br />

<strong>Project</strong> expenses for such items as feasibility reports, pilot studies, engineer’s<br />

reports, compliance with CEQA, <strong>and</strong> project design <strong>and</strong> construction may be<br />

capitalized <strong>and</strong> funded with long-term debt; <strong>and</strong><br />

<strong>Project</strong> expenses that are capitalized <strong>and</strong> funded with long-term debt <strong>and</strong> to<br />

which do not lead to construction of a project will require an adjustment by the<br />

Accounting Department to pay off the long-term debt incurred using cash<br />

reserves.<br />

Orange County Water District<br />

FY 2013-14 Budget Report


Orange County Water District<br />

FY 2013-14 Budget Report


Fiscal Year 2013-14<br />

Capital Improvement Program<br />

Budget Review<br />

Water Issues Committee<br />

April 10, 2013


FY 2013-14 Budget Schedule<br />

Date Meeting Topic<br />

December 13, 2012 Admin/Finance Cte Budget preparation overview <strong>and</strong> kick-off<br />

January 16, 2013 Board Provide preliminary BPP <strong>and</strong> RA estimates to Producers<br />

March 6, 2013 Board Present Draft Budget<br />

March 13, 2013 Water Issues Cte Review Water Budget<br />

Review Water Reserves<br />

March 13, 2013 Producers Present Draft Budget<br />

March 14, 2013 Admin/Finance Cte Review R&R Fund Budget<br />

April 3, 2013 Board Review General Fund Budget<br />

April 10, 2013 Water Issues Cte Review CIP Budget<br />

April 10, 2013 Producers Selected Budget topics<br />

April 11, 2013 Admin/Finance Cte Selected Budget topics<br />

April 17, 2013 Board Public Hearing to set RA & BPP<br />

Consideration to approve budget


Budget Components<br />

Total Budget - $184.7 million<br />

R&R Expenditures<br />

$13.7<br />

Retiree Medical Benefit<br />

$1.2<br />

General Fund<br />

$52.6<br />

CIP<br />

$65.6<br />

New Equipment<br />

$0.6<br />

Water Purchases<br />

$20.0<br />

Debt Service<br />

$31.0 or $32.2


Summary of Proposed 2013-14 CIP<br />

• Total cost of $65.6M<br />

21 CIP projects funded<br />

through long-term debt,<br />

grants, settlement<br />

proceeds, state loans &<br />

operating revenues<br />

(PAYGO)<br />

Pre‐Design<br />

• Feasibility Study<br />

• Engineer’s Report<br />

•CEQA<br />

Design<br />

•Plans<br />

•Specifications<br />

Construction<br />

Board Action<br />

Board Action


FY2013-14 CIP <strong>Project</strong>s<br />

<strong>Project</strong><br />

Amount<br />

GWRS Initial Expansion 40,861,081<br />

South Basin Groundwater Protection 2,576,485<br />

MTBE Remediation <strong>Project</strong> 1,562,568<br />

North Basin Groundwater Protection 6,401,637<br />

Prado Equipment Yard Expansion 29,200<br />

Floating Pump Station Retrofit, Canopy, Ladder 75,000<br />

Desilting Demonstration <strong>Project</strong> 1,500,000<br />

Sunset Gap Seawater Intrusion Monitoring Well 1,021,382<br />

Mid Basin Injection Demonstration <strong>Project</strong> 2,036,024<br />

Fletcher Basin 5,648,948<br />

Continued


FY2013-14 CIP <strong>Project</strong>s<br />

Continued<br />

<strong>Project</strong><br />

Amount<br />

Prado Sediment Management Demonstration <strong>Project</strong> 1,020,069<br />

JD Edward & Maximo Upgrade 500,000<br />

East Newport Mesa Monitoring Wells 460,000<br />

FHQ Operations Management System 140,000<br />

Hallway Educational Panel 1,042,289<br />

River Road Bridge Spillway 20,000<br />

Upsize Lab HVAC Flow Control Valve 224,294<br />

Alamitos Seawater Barrier Improvements 450,603<br />

Total 65,569,580


CIP Summary


GWR System Initial Expansion<br />

• Construct a 30 mgd<br />

expansion to the existing<br />

AWPF<br />

FY 2013-14 Cost: $40,900,000<br />

Total Capital Cost: $142,700,000<br />

<strong>Project</strong>ed 2013-14 Activity<br />

• Construction


Riverbed Filtration Desilting<br />

Demonstration <strong>Project</strong><br />

• Install collection gallery<br />

comprised of 8-inch perforated<br />

pipe <strong>and</strong> collection tanks in<br />

OCWD off-river area in<br />

Anaheim to convey 15 cfs of<br />

filtered water in a 36-inch<br />

pipeline for recharge into Olive<br />

Basin<br />

FY 2013-14 Cost: $1,500,000<br />

Total Capital Cost: $1,500,000<br />

<strong>Project</strong>ed 2013-14 Activity<br />

• Construction


Mid Basin Injection Demonstration<br />

<strong>Project</strong> Phase II Equipping<br />

Injection Well MBI-1 <strong>and</strong><br />

Monitoring Well SAR-10<br />

GWR Pipeline<br />

Santa Ana River<br />

W Edinger Ave<br />

Monitoring Well<br />

SAR-11<br />

Centennial Park<br />

FY 2013-14 Cost: $2,036,024<br />

Total Capital Cost: $7,680,000<br />

N<br />

• Construction, complete<br />

equipping injection well<br />

<strong>and</strong> site improvements<br />

<strong>Project</strong>ed 2013-14 Activity<br />

• Construction


Mid Basin Injection Demonstration<br />

<strong>Project</strong> Phase II Equipping<br />

• Construction, complete<br />

equipping injection well<br />

<strong>and</strong> site improvements<br />

FY 2013-14 Cost: $2,036,024<br />

Total Capital Cost: $7,680,000<br />

<strong>Project</strong>ed 2013-14 Activity<br />

• Construction


Alamitos Barrier<br />

• Construction of<br />

additional injection<br />

wells along Alamitos<br />

Barrier to close gaps in<br />

the seawater barrier<br />

FY 2013-14 Cost: $450,603<br />

Total Capital Cost: $8,200,000<br />

<strong>Project</strong>ed 2013-14 Activity<br />

• Design


Fletcher Basin<br />

• Convert OCFCD-owned<br />

basin into recharge<br />

facility<br />

FY 2013-14 Cost: $5,648,948<br />

Total Capital Cost: $5,708,948<br />

<strong>Project</strong>ed 2013-14 Activity<br />

• Construction


Action<br />

Provide comments <strong>and</strong> direction to staff


AGENDA ITEM SUBMITTAL<br />

Meeting Date: April 10, 2013<br />

Budgeted: Yes<br />

Budgeted Amount: $600,000<br />

To: Water Issues Committee/ Cost Estimate: $530,000<br />

Board of Directors<br />

Funding Source: General Fund<br />

Program/Line Item No. 1044.53001.9900<br />

From: Mike Markus<br />

General Counsel Approval: N/A<br />

Engineers/Feasibility Report: N/A<br />

Staff Contact: G. Woodside<br />

CEQA Compliance: N/A<br />

Subject:<br />

ACCELERATION OF OCWD FUNDING FOR PRADO BASIN<br />

FEASIBILITY STUDY<br />

SUMMARY<br />

The District <strong>and</strong> the Army Corps of Engineers (Army Corps) have executed an<br />

agreement that establishes the District as the non-federal sponsor for the Prado Basin<br />

Feasibility Study. The Board approved accelerating up to $950,000 of District funding to<br />

make up the shortfall in federal funding <strong>and</strong> allow the study to proceed. Staff<br />

recommends that the District accelerate the remaining District funds up to the maximum<br />

50 percent of the total study cost that is allowed by the Agreement with the Army Corps.<br />

Attachment(s): Presentation<br />

RECOMMENDATION<br />

Agendize for April 17 Board meeting: Approve accelerating funding in the amount of<br />

$530,000 to the United States Army Corps of Engineers for the Prado Basin California<br />

Study <strong>and</strong> authorize District staff to transfer said funding to the federal government.<br />

BACKGROUND/ANALYSIS<br />

In March 2012, the Board approved execution of an agreement with the Army Corps of<br />

Engineers (Army Corps) for the Prado Basin Feasibility Study. The Army Corps has also<br />

executed the Agreement. This study is underway <strong>and</strong> will provide the mechanism for the<br />

District <strong>and</strong> the Army Corps to evaluate increased water conservation at Prado <strong>and</strong> also<br />

ecosystem restoration <strong>and</strong> sediment management opportunities. The Feasibility Study<br />

will evaluate increasing the flood season water conservation elevation from the current<br />

498 foot elevation to elevation 505, which will add approximately 10,000 acre-feet of<br />

storage capacity.<br />

For the entire study, the District is obligated to pay for 50 percent of the study cost.<br />

Accelerated funding from the District can be provided up to 50 percent of the study cost.<br />

District staff has been working with our federal consultants to seek federal funding for the<br />

50 percent federal cost share of the study. Additionally, members of the Board have<br />

travelled to Washington, D.C. to seek funding for the project.


Due to the tight federal budget, Congress has not yet allocated funding to the study.<br />

In June 2012, the Board approved accelerating up to $950,000 of District funds to move<br />

the project forward in light of the shortfall in federal funding. The total cost of the study is<br />

estimated to be $2,997,212.00<br />

Staff recommends the Board authorize staff to accelerate $530,000 in District funds for<br />

the Feasibility Study. This would bring the District’s total cash contribution to the<br />

Feasibility Study up to $1,480,000. This amount is approximately $19,000 less than 50<br />

percent of the total study cost, since there is an external independent peer review cost<br />

that is paid for 100 percent by the Army Corps. The District’s current fiscal year budget<br />

includes this funding but the funding is not included in next year’s proposed budget.<br />

Therefore, staff recommends that the money be advanced from the current year budget.<br />

The District’s accelerated funding of $1,480,000 would provide funding to keep the<br />

Feasibility Study moving forward until approximately April 2014, at which time the study<br />

would be out of funds unless the federal government provides funding or the District<br />

contributes funds above <strong>and</strong> beyond the 50 percent non-federal (local) sponsor share.<br />

One issue that will need to be addressed before the flood season water conservation<br />

elevation can be increased is the Dam Safety Action Class (DSAC) of 3 that has been<br />

assigned to Prado Dam. The Dam Safety Action Classification system was implemented<br />

by the Army Corps after Hurricane Katrina. The system is intended to provide consistent<br />

<strong>and</strong> systematic guidelines for appropriate actions to address the dam safety issues <strong>and</strong><br />

deficiencies of Army Corps dams. A rating of 1 is worst, 5 is best. Current Army Corps<br />

policy is that the water control manual for a dam cannot be changed if the DSAC rating is<br />

3 or worse. Prado Dam was assigned a 3.<br />

Completion of the Santa Ana River Mainstem <strong>Project</strong>, including raising the spillway, is<br />

anticipated to address this DSAC rating. Unfortunately, the Mainstem <strong>Project</strong> is not<br />

anticipated to be completed for several years, <strong>and</strong> the District would like to implement<br />

increased flood season water conservation at Prado prior to completion of the Mainstem<br />

<strong>Project</strong>. Therefore, a waiver from Army Corps policy will need to be requested <strong>and</strong><br />

approved, provided that the Feasibility Study determines that increased water<br />

conservation can be implemented without increasing risk to dam safety <strong>and</strong> flooding.<br />

Since Prado Dam temporarily holds water to elevation 505 feet in the non-flood season,<br />

<strong>and</strong> has also held water to much higher elevations for flood control purposes, it is<br />

anticipated that the Feasibility Study will conclude there is no increased safety risk due to<br />

conserving water to elevation 505 year-round.<br />

At the Committee meeting, staff will update the Board on recent progress on the<br />

Feasibility Study. The completion of the study requires reaching five milestones. Last<br />

month, the first milestone was reached, <strong>and</strong> the study is on-schedule.<br />

The attached figure shows the Feasibility Study Timeline.


PRIOR RELEVANT BOARD ACTION(S)<br />

6-20-2012, M-12-97 – Approve accelerating $950,000 in OCWD funding to the United States<br />

Army Corps of Engineers for the Prado Basin California Study <strong>and</strong> authorize District staff to<br />

transfer said funding to the federal government.<br />

3-21-2012, R12-3-28 – Approve <strong>and</strong> authorize execution of revised Agreement with the<br />

Department of the Army for the Prado Basin, California Study for the evaluation of water<br />

conservation <strong>and</strong> ecosystem restoration opportunities in Prado Basin.<br />

9-7-2011, R11-9-129 – Approve <strong>and</strong> authorize execution of Agreement with Department of the<br />

Army for the Prado Basin, California Study’, subject to approval as to form by District legal<br />

counsel; authorize General Manager to accelerate a portion the District’s required cash<br />

contribution for the Prado Basin Feasibility Study for immediate use by the Army Corps of<br />

Engineers, up to a maximum of $800,000.


Accelerated Funding for Prado<br />

Basin Feasibility Study<br />

Water Issues Committee<br />

April 10, 2013


Prado Basin Feasibility Study<br />

• Agreement with Army Corps establishes District as<br />

non-federal (local) sponsor<br />

• Feasibility Study includes<br />

– Ecosystem restoration<br />

– Water conservation (temporary stormwater capture)<br />

– Sediment management<br />

• City of Ontario interested in ecosystem restoration<br />

component


Alternatives Evaluated in<br />

Feasibility Study<br />

• Alternatives include several measures, including:<br />

– increasing flood season water conservation elevation from<br />

current 498 foot elevation to elevation 505, which will add<br />

approximately 10,000 acre-feet of storage capacity<br />

– Invasive species removal<br />

– Habitat enhancement for endangered species<br />

– Wetl<strong>and</strong>s creation<br />

– Sediment removal


Feasibility Study Timeline<br />

SCOPING<br />

ALTERNATIVE<br />

FORMULATION<br />

& ANALYSIS<br />

FEASIBILITY‐<br />

LEVEL<br />

ANALYSIS<br />

CHIEF’S<br />

REPORT<br />

AUG<br />

2012<br />

Tentatively<br />

Selected Plan<br />

Milestone<br />

MAR<br />

2014<br />

Final Report Milestone<br />

JAN<br />

2015<br />

AUG<br />

2015<br />

Alternatives Milestone<br />

MAR<br />

2013<br />

Agency Decision<br />

Milestone<br />

SEP<br />

2014


Feasibility Study Funding<br />

• 50/50 federal/non-federal cost share<br />

• $3 million study<br />

• Congress has not yet allocated money to study<br />

• District has accelerated $950,000


Accelerated Funding for<br />

Feasibility Study<br />

• Staff recommends District accelerate additional $530,000<br />

in District funds for Feasibility Study<br />

• This would bring the District’s total cash contribution to<br />

the Feasibility Study up to $1,480,000<br />

– Approximately $19,000 less than 50% of total study cost, since<br />

there is an external independent peer review cost paid for 100%<br />

percent by Army Corps<br />

• District’s current fiscal year budget includes this funding<br />

but the funding is not included in next year’s proposed<br />

budget


Recommendation<br />

• Agendize for April 17 Board meeting:<br />

Approve accelerating funding in the amount of $530,000<br />

to the United States Army Corps of Engineers for the<br />

Prado Basin California Study <strong>and</strong> authorize staff to<br />

transfer said funding to the federal government

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!