HomeMy WebLinkAbout11/2/2006 AGENDA BACKUPNovember 2. 2006
3.a. AWARDS AND COMMENDATIONS
Page 1 of 3
Adopt a resolution commending Rich Luthy upon his retirement as
General Manager of Fairfield Suisun Sewer District.
RESOLUTION NO. 2006 -113
RESOLUTION COMMENDING RICHARD F. LUTHY, JR. FOR HIS SERVICE
AS GENERAL MANAGER/DISTRICT ENGINEER OF THE FAIRFIELD-
SUISUN SEWER DISTRICT
WHEREAS, RICHARD F. LUTHY, JR. has served the Fairfield- Suisun
Sewer District for twenty -three years with conscientious devotion to public duty
in the capacity of General Manager /District Engineer; and
WHEREAS, during his distinguished career, RICHARD F. LUTHY, JR.
has fulfilled the responsibilities of his position with the highest degree of
professionalism and personal integrity, addressing a wide range of
technological, environmental, regulatory, and financial challenges as he led the
Fairfield- Suisun Sewer District during an expansion which accommodated a
tripling of the population in the service area; and
WHEREAS, RICHARD F. LUTHY, JR. has been a leader among public
agency managers in the areas of water recycling, wastewater treatment, and
responsible operation of wastewater treatment plants; and
WHEREAS, RICHARD F. LUTHY, JR. has served the California
Association of Sanitation Agencies with distinction for approximately twenty
years as Chair of various committees, Executive Board member, and
President; and
WHEREAS, RICHARD F. LUTHY, JR. has authored a variety of
publications in the field of wastewater treatment plant design and operation for
the Water Environment Federation; and
WHEREAS, RICHARD F. LUTHY, JR. has been directly responsible
for the growth and prestige of the Fairfield- Suisun Sewer District, which has
received a number of national and state awards for technical achievement,
excellence in financial reporting, permit compliance, employee safety,
operations and maintenance excellence, and environmental and technical
innovation.
NOW, THEREFORE BE IT RESOLVED, that the Board of Directors and
the staff of the Central Contra Costa Sanitary District hereby honor and
commend RICHARD F. LUTHY, JR. for his outstanding performance and
professionalism in the discharge of his duties as General Manager /District
Engineer, and extend their best wishes to him for a long and happy retirement.
Resolution No. 2006 -113
Page 2
UNANIMOUSLY PASSED AND ADOPTED this 2"d day of November,
Mario M. Menesini, EdD
President of the Board of Directors
Parke L. Boneysteele, Director
Barbara D. Hockett, Director
James A. Nejedly, Director
Gerald R. Lucey, Director
James M. Kelly
General Manager
Central Contra Costa Sanitary District
' BOARD OF DIRECTORS
POSITION PAPER
Board Meeting Date: November 2, 2006 No.: 4.a. CONSENT CALENDAR
Type of Action: ADOPT RESOLUTION
subject: ADOPT RESOLUTIONS ACCEPTING A GRANT OF EASEMENT (DISTRICT
PROJECT 5646 — PARCEL 12) AND AUTHORIZING EXECUTION OF A QUITCLAIM
DEED TO CHRISTOPHER P. BROWN AND CHRISTI BROWN (2129 HOOVER
AVENUE, PLEASANT HILL, DISTRICT PROJECT 1551 — PARCEL 44 (PORTION)
AND DISTRICT PROJECT 993 — PARCEL 1 (PORTION))
Submitted By: Initiating Dept /Div.:
Molly Mullin, Engineering Assistant III Engineering /Environmental Services
REVIEWED AND RECOMMENDED FOR BOARD ACTION:
M. Mullin ny C. Swanson
pp-�'r
A. Farrell
ISSUE: A resolution of the Board of Directors is required to accept or quitclaim
easements and record documents.
M. Kelly
Manager
RECOMMENDATION: Adopt resolutions accepting a Grant of Easement for Parcel 12
of DP 5646, authorizing execution of a Quitclaim Deed for a portion of Parcel 44 of DP
1551 and a portion of Parcel 1 of DP 933, and recording of the documents.
FINANCIAL IMPACTS: None.
ALTERNATIVES /CONSIDERATIONS: None
BACKGROUND: Christopher P. Brown and Christi Brown at 2129 Hoover Avenue,
Pleasant Hill, cooperated with the District to change the alignment of the public sewer
on their property when it was replaced under District Project 5646, Vessing Road Sewer
Improvements. This change is reflected in Attachment 1. The original sewer has been
abandoned, and an easement has been granted for the new sewer that allows the
existing house corner and deck corner encroachments to remain. By incorporating all
rights and restrictions into the new Grant of Easement, the previously recorded Real
Property Agreement (dated March 28, 1987) is no longer required and will be included
in the quitclaim resolution.
RECOMMENDED BOARD ACTION: Adopt resolutions accepting a Grant of
Easement, authorizing the President of the Board of Directors and the Secretary of the
District to execute a Quitclaim Deed to Christopher P. and Christi Brown, on behalf of
the District; and recording of the documents with the Contra Costa County Recorder.
N: \ENVRSEC \Position Papers \Mullin\2006 \5646 PP Brown 11- 2- 06.doc
Central Contra Costa Sanitary District
' BOARD OF DIRECTORS
POSITION PAPER
Board Meeting Date: November 2, 2006
Type of Action: ADOPT RESOLUTION
No -: 4.b. CONSENT CALENDAR
subject: ADOPT A RESOLUTION ACCEPTING A GRANT OF EASEMENT FROM
PLEASANT HILL RECREATION AND PARK DISTRICT (DISTRICT PROJECT 5659 -
PARCEL 1)
Submitted By: Initiating Dept /Div.:
Molly Mullin, Engineering Assistant III Engineering /Environmental Services
REVIEWED AND RECOMMENDED FOR BOARD ACTION:
�il ��t�iG� -uyvy
M. Mullin C. Swanson A. FarrW James . Kelly
General anager
ISSUE: A resolution of the Board of Directors is required to accept and record Grants
of Easement.
RECOMMENDATION: Adopt a resolution accepting a Grant of Easement, and
authorize recording of the easement deed with the Contra Costa County Recorder.
FINANCIAL IMPACTS: None.
ALTERNATIVES /CONSIDERATIONS: None.
BACKGROUND: As part of the Pleasant Hill Relief Interceptor Project, DP 5659, a
recycled water line was installed to serve the Pleasant Hill Recreation and Park District
and Pleasant Hill Middle School of the Mount Diablo Unified School District. The Park
District cooperated with the District and granted a ten -foot wide exclusive subsurface
and non - exclusive surface easement on August 28, 2006.
RECOMMENDED BOARD ACTION: Adopt a resolution accepting a Grant of
Easement from the Pleasant Hill Recreation and Park District, and authorizing staff to
record the easement with the Contra Costa County Recorder.
N: \ENVRSEC \Position Papers \Mullin\2006 \5659 PP GOE PH Rec & Park Dist 11- 2- 06.doc
HILL c
o
BOYD RD
JROBETA j AVE
� SITE
x
GEW RD
0
J
co
Q
NEW EASEMENTS
PLEASANT HDLL
G3C CREATOON AND
PARK D087GdOCT
PARCEL 9
APN
149 - 230 -008
SANTA BARBARA
TIO
N.T.
MT. DD OASLO MNOFOED
SCHOOL DD OSTROCT
APN
149- 230 -006
EASEMENT TO BE
AQUIRED FROM
MDUSD
N
0 80 160
FEET
RD NEW EASEMENT
Central Contra Costa Attachment
Sanitary District PLEASANT HILL RECREATION AND
g
' PARK DISTRICT MAP
P—g— nd nv !t _..
Central Contra Costa Sanitary District
' BOARD OF DIRECTORS
POSITION PAPER
Board Meeting Date: November 2, 2006 No.: 4.c. CONSENT CALENDAR
Type of Action: ACCEPT CONTRACT WORK
Subject: ACCEPT THE CONTRACT WORK FOR THE A -LINE INTERCEPTOR
REHABILITATION PROJECT, DISTRICT PROJECT 5806, AND AUTHORIZE THE
FILING OF THE NOTICE OF COMPLETION
Submitted By: Initiating Dept. /Div.:
Paul Seitz, Associate Engineer Engineering / Capital Projects
REVIEWED AND RECOMMENDED FOR BOARD ACTION:
P�
P. Seitz A. Rozul ecki A. Farrell James M. Kelly,
General Manager
ISSUE: Construction has been completed on the A -Line Interceptor Rehabilitation
Project, District Project 5806, and the work is now ready for acceptance.
RECOMMENDATION: Accept the contract work for the A -Line Interceptor
Rehabilitation Project, District Project 5806, and authorize the filing of the Notice of
Completion.
FINANCIAL IMPACTS: None related to this action.
ALTERNATIVES /CONSIDERATIONS: Not applicable. Filing the Notice of Completion
is advisable under the California Civil Code, Section 3093.
BACKGROUND: In September 2004, V&A Consulting Engineers, Inc. (V&A) was
retained for the inspection of the A -Line Relief Interceptor from Buchanan Fields Golf
Course to the treatment plant. This inspection revealed that the PVC lining protecting
portions of the pipe at the joints and in various structures had failed. In addition, while
performing the District -wide sewer TV inspection program, several other PVC lining
failures at the pipe joints were discovered in the Walnut Creek Bypass Interceptor.
The A -Line Interceptor Rehabilitation Project renovated the PVC linings for 13,000
linear feet of 66 -, 78 -, 96 -, and 102 -inch sewer lines in the cities of Walnut Creek and
unincorporated Contra Costa County.
On July 20, 2006, the Board of Directors authorized the award of a contract for the
construction of the project to F.D. Thomas, Inc. The Notice to Proceed was issued on
September 5, 2006. The work was substantially completed on October 6, 2006. There
are no remaining items of work and all punch -list items have been completed.
N: \PESUP \Cbradley \Position Papers\2006\ November \5806- AcceptContractWork A -Line Inter.doc Page 1 of 2
POSITION PAPER
Board Meeting Date: November 2, 2006
subject ACCEPT THE CONTRACT WORK FOR THE A -LINE INTERCEPTOR
REHABILITATION PROJECT, DISTRICT PROJECT 5806, AND AUTHORIZE THE
FILING OF THE NOTICE OF COMPLETION
The total authorized budget for the project is $697,000. The budget includes the cost of
engineering design, construction management, consultant inspection and testing
services, and contractor services. An accounting of the project costs will be provided to
the Board at the time of project closeout. All contract work is complete and it is
appropriate to accept the contract work at this time.
RECOMMENDED BOARD ACTION: Accept the contract work for the A -Line
Interceptor Rehabilitation Project, District Project 5806, and authorize the filing of the
Notice of Completion.
N:\PESUP\Cbradley \Position Papers\2006\ November \5806- AcceptContractWork A -Line Inter.doc Page 2 of 2
Central Contra Costa Sanitary District
' BOARD OF DIRECTORS
POSITION PAPER
Board Meeting Date: November 2, 2006 No.: 4.d. CONSENT CALENDAR
Type of Action: ESTABLISH PUBLIC HEARING DATE
subject: ESTABLISH DECEMBER 7, 2006 AS THE DATE FOR A PUBLIC HEARING
TO DECLARE DISTRICT LAND SURPLUS AND AUTHORIZE STAFF TO EXECUTE
LEASE AGREEMENTS
Submitted By: Initiating DeptJDiv.:
Ann E. Farrell, Director of Engineering Engineering /Environmental Services Division
REVIEWED AND RECOMMENDED FOR BOARD ACTION:
�Pk__
A. Fa ell
ames M. [Ally
eneral Manager
ISSUE: The Board must conduct a public hearing to declare District land surplus and
authorize staff to execute lease agreements.
RECOMMENDATION: Establish December 7, 2006 as the date for a public hearing to
receive comments on declaring the land adjacent to the filter plant on the treatment
plant site known as the Alum Ponds as surplus, and authorize the General Manager or
his designee to execute a ten -year lease extension.
FINANCIAL IMPACTS: The District will receive additional lease income.
ALTERNATIVES /CONSIDERATIONS: The alternative to this action is to terminate the
lease and direct the lessee, Contra Costa Water District, to develop another option for
drying their alum sludge. The Board may select a different date for the public hearing.
BACKGROUND: The District has purchased property in the past for the use and
benefit of the District to conduct its business in the interest of the public. The District
does not need physical use of all of the land at this time. It is therefore beneficial to the
public and the District to pursue lease rental income. In addition, the District from time
to time forms partnerships with other public agencies when they are of benefit to our
rate payers. In this case, the Contra Costa Water District can keep the cost of drying
their alum sludge reasonable by continuing to lease the alum ponds on our site. Staff is
requesting the Board to establish a public hearing for consideration of a ten -year lease
extension.
RECOMMENDED BOARD ACTION: establish December 7, 2006 as the date for a
public hearing to receive comments on declaring the land adjacent to the filter plant on
the treatment plant site known as the Alum Ponds as surplus, and authorize the General
Manager or his designee to execute a ten -year lease extension.
WENVRSEMPosition Papers \Farrell \Public Hearing for Alum Pond Land Surplus CCWD 11- 2- 06.doc
W1gN IXCJ IHIY �4 —i_-- �I-
o
A
d
W � �
d M
� � w
N
N
u
I Central Contra Costa
Sanitary District
DRYING BASINS
ATTACHMENT
2
NR
d iu ¢ � � , • �k�y €� r u °. f �F � fG� '�i. �f9"F X✓ �. � fiyd ( � ( . -:.
e+ehW
pe
._� � A # f �
#Y �f N �'� y '#Sk•
Orr
f �
sT If19 Nfr ?I ik°'I A q1B :S7 €V ! d f I'll Wwl bs �` 4m A
y €SP k E
E"a: 7� f 4 bf ! E I .»�
J 4 �m
a °` ft� tb P {s gl YID .E Sef y
7.
25L.;
fl 'M
� ��* #
w��ixJ
y id
�um ,� � �aP �r �+ ff,
E� 'f'�E `AS i €�€
r w 4. s S s€ - f k 6 9G S Vps 9y f! I f$�,j;€p!E w ki�dgV IFFBPIsi j¢' k€ u
'14ji07
E. q$ i y 6 pd gf jjj€4kllil € °E�fS�' € III Si., ��[R fb€ q 1 EAVrI fP IE k{4€ �fWwEI °Si f�lrfWi B, d°Ax i s sf �k', '..
kid
S u kl d PWWy ggs 3 1 r ug Isl I tll r .;^ + E l�sry>t E IE €k j P + €k .I ¢E �,,
E Iy a IV
MI6 € r �
'�:.'P a �Eil €i� I f �'�,�.E::1' �° `;E °`f i, s', S �� SEsI[6. �Ews� S f ; I i sb q C I'•.¢ d51p �1 df ° E ',: 3 t .. .�.�.c.� k „ A xl �� -° °4pP °f 4:E' �:
R6 ,,, r.;4N ¢S .a,�G : '° f A p� • ', ;f ^ °d9 e 13 r'S ]Y a �4I k �f BRI $ 4f �x € #i ,: � � -w :_.. �' � .'� 9e€ f� si 4fl°�f�f �,�,� .�` (d�;.
w ;; � 9I "° °'d= u„ 9 i �� � €� ¢ B k °9gsJ 4kll�?E`bsl�E[ €�' � q � �� r ':,• f:: i a :1
�Y d
p�,u
L E W CIYid id'h £ 3e n f
{ {I
P
rY
G r
{� t � • � ,� �f >4 - ,. `.: - ; � s �S ¢ ! yi ilBf E s P � aG r
Wd`.'*id,Ap
6 sEI4 y 4 d :, .. t —.'i• ? >h�.,�x W y fxm f Y1 4 a vW, I I ,E€, Eh i [ V 4 6 u `� E'(v
d f^
E aY,� .. ve<.,,p. `Rf SNRd£II i^+ f f kx, v i s p s f Iles E 6 1 �4 a SS d „f�€ �• s� 'dR, t ,�
n a
:(d ,ter
i' • ! i'«, ,q � iA W i f � � e (k f.k S i 4 'S. 1
WihE4d i b• m.r Rf SF��
r
•'� _ j '� 4 I � dot , '� r m
.rl
I E �f6W 9 N ik
l
f s
{ � f GffiL
Central Contra Costa Sanitary District
' BOARD OF DIRECTORS
POSITION PAPER
Board Meeting Date: November 2, 2006 NO.: 6.a. BIDS AND AWARDS
Type of action: AUTHORIZE AWARD
subject: AUTHORIZE AWARD OF A CONTRACT TO CHRISP COMPANY FOR THE
SURVEY MONUMENTS RESTORATION CONTRACT
Submitted By: Initiating Dept/Div.:
Sasha Mestetsky, Associate Engineer Engineering / Capital Projects
REVIEWED AND RECOMMENDED FOR BOARD ACTION.
0._Jrl
A. Mestets A. Antkowiak P' i A. Farr II James M. elly,
General Manager
ISSUE: On October 23, 2006, sealed bids were received and publicly opened for the
Survey Monuments Restoration Contract. The Board must authorize award of the
contract or reject bids within 50 days of the bid opening.
RECOMMENDATION: Authorize award of a contract to the Chrisp Company, the
lowest responsive bidder, for the Survey Monuments Restoration Contract for a
one -year period. The District may extend the contract for two additional one -year
periods at its sole discretion.
FINANCIAL IMPACTS: Approximately $65,000 for the first year and $65,000 for each
of the two optional years.
ALTERNATIVES /CONSIDERATIONS: Reject all bids and re -bid the project or
continue issuing individual contracts each time survey monuments need to be restored,
which is not efficient, and, therefore, not recommended.
BACKGROUND: During construction projects, survey monuments are often
encountered in areas of excavation. The State of California Business Professional
Code Section 8771 (b) requires that survey monuments be referenced prior to
construction and rebuilt after construction. The survey monuments have to be properly
restored by an experienced contractor under the supervision of a licensed land
surveyor.
Staff has found that bidding blanket contracts for technical services, such as locating,
TV inspection, and potholing, on a periodic basis, in this case for a one -year period,
results in a lower overall cost and a significant reduction in paperwork associated with
negotiating and issuing separate contracts. Staff believes that a blanket contract for
Survey Monument Restoration will result in similar benefits. The purpose of the bid
N: \PESUP \Cbradley \Position Papers\2006 \November\032329 -Survey Monument Restoration.DOC Page 1 of 3
POSITION PAPER
Board Meeting Date: November 2, 2006
subject. AUTHORIZE AWARD OF A CONTRACT TO CHRISP COMPANY FOR THE
SURVEY MONUMENTS RESTORATION CONTRACT
request is to establish a unit cost for each portion of the work for certain potential
projects, while obtaining the lowest overall cost for the District.
District staff prepared the bid documents for the work. The Engineer's estimate for the
work is $36,000 for a one -year period. A bid request was advertised on October 6
and 11, 2006. Two (2) sealed bids ranging from $65,000 to $80,730 were received and
publicly opened on October 23, 2006. These bids are listed in Attachment 1, Summary
of Bids. The Engineering staff conducted a technical and commercial evaluation of the
bids and concluded that the Chrisp Company is the lowest responsive bidder with a bid
of $65,000.
Staff analysis of the cost increase in the bid prices indicates that the Engineer's
estimate underestimated the cost of traffic control, obtaining permits, and multiple
location mobilization. Factoring in these additional costs, the bid price submitted
appears to be reasonable. The initial contract amount will be $65,000. District staff
may exercise options for additional one -year periods (up to two) at the bid prices,
provided that the initial work is successful and the prices favorable to the District.
Staff has concluded that this project is exempt from the California Environmental
Quality Act (CEQA) under CCCSD CEQA Guidelines Section 15302 since it involves
replacement of existing survey monuments at the same location and with the same
purpose and level of activity as the monuments being replaced. Approval of this
project will establish the Board of Directors' independent finding that this project is
exempt from CEQA.
RECOMMENDED BOARD ACTION: Authorize award of a contract in the amount of
$65,000 to Chrisp Company, the lowest responsive bidder, for the Survey Monuments
Restoration Contract for a one -year period, with an optional extension for two additional
one -year periods.
NAPESUP \Cbradley \Position Papers\2006 \November\032329 -Survey Monument Restoration.DOC Page 2 of 3
Central Contra Costa Sanitary District
DRAFT SUMMARY OF BIDS
PROJECT NO. BLANKET CONTRACT 032329
PROJECT NAME: SURVEY MONUMENT RESTORATION
File: 032329
DATE: OCTOBER 23, 2006
LOCATION: VARIOUS LOCATIONS ENGINEER EST.: $36,000
No
BIDDER
BID PRICE
Name & address
1
Chrisp Company
$65,000
43650 Osgood Road
Fremont, CA 94539 -5631
510- 656 -1328
2
Exaro Technologies Corporation
$80,730
310 Shaw Road, Suite E
South San Francisco, CA 94080
650 - 583 -3365
3
4
BIDS OPENED BY /s/ Elaine Boehme DATE 10/23/06
SHEET NO. 1 OF 1
N:\PESUP \Cbradley \Position Papers \2006 \November \032329 -Survey Monument Restoration.DOC Page 3 of 3
Central Contra Costa Sanitary District
' BOARD OF DIRECTORS
POSITION PAPER
Board Meeting Date: November 2, 2006 No.: 6.b. BIDS AND AWARDS
Type of Action: RESPONSIVENESS HEARING /AUTHORIZE AWARD
Subject: CONSIDER RESPONSIVENESS OF BID SUBMITTED BY SUBTRONIC
CORPORATION AND CONSIDER AUTHORIZING AWARD OF CONTRACT FOR
PROVIDING UNDERGROUND UTILITY LOCATING SERVICES
Submitted By: Initiating Dept./Div.:
Alexandr Mestetsky, Associate Engineer Engineering / Capital Projects
REVIEWED AND RECOMMENDED FOR BOARD ACTION:
0. n"-"a-x'4 � /-#7 0 lz�_Pa
mr A. Mestetsky A. kowiak . Pi i K. Alm A. Farrell ames M. Kell ,
General Manager
ISSUE: On October 23, 2006, sealed bids were received and opened for providing
Underground Utility Locating Services. The Board of Directors must authorize award of
the contract or reject bids within 50 days of the bid opening.
RECOMMENDATION: Conduct a responsiveness hearing on the bid submitted by
Subtronic Corporation. Declare bid submitted by Subtronic Corporation as
nonresponsive and authorize award of a construction contract to Exaro Technologies
Corporation.
FINANCIAL IMPACTS: If the project is awarded to Subtronic Corporation, the
estimated costs are approximately $40,660 for the first year, and $40,660 for each of
the two additional years. The estimated costs for Exaro Technologies Corporation are
approximately $45,353 for the first year, and $45,353 for each additional year.
ALTERNATIVES /CONSIDERATIONS: The Board has the following three options to
consider:
1) Declare the bid of Subtronic Corporation to be responsive, and award the
construction contract to Subtronic Corporation, as the lowest responsive bidder;
or
2) Declare the bid of Subtronic Corporation to be nonresponsive, and award the
construction contract to Exaro Technologies Corporation, as the lowest
responsive bidder; or
3) Reject all bids (not recommended due to time constraints).
BACKGROUND: The Capital Projects Division needs to determine the location of
approximately 25,000 feet of sanitary sewer main and 155 side sewers, as well as
25,000 feet of other utilities each year as part of the design of Collection System Capital
NIPESUP \Cbradley \Position Papers\2006\ November\ 032328- UndergroundUtilityLocating Final.DOC Page 1 of 4
POSITION PAPER
Board Meeting Date: November 2, 2006
Subject: CONSIDER RESPONSIVENESS OF BID SUBMITTED BY SUBTRONIC
CORPORATION AND CONSIDER AUTHORIZING AWARD OF CONTRACT FOR
PROVIDING UNDERGROUND UTILITY LOCATING SERVICES
Projects. The purpose of locating the underground utilities is to verify and record
information. The results are used to evaluate alternatives during design and to
minimize change orders during construction.
Staff has found that bidding the Underground Utility Locating Services on a periodic
basis, in this case for a one -year period, results in a lower overall cost and a significant
reduction in paperwork associated with negotiating and issuing separate contracts.
The purpose of the bid request is to establish a unit cost for each portion of the work for
certain potential projects, while obtaining the lowest overall cost for the District.
District staff prepared the bid documents for the work. The Engineer's estimate for
providing Underground Utility Locating Services is $50,000. This project was
advertised on October 6 and 11, 2006. Two (2) sealed bids ranging from $40,660 to
$45,353 were received and publicly opened on October 23, 2006. A summary of bids
received is shown in Attachment 1. The apparent lowest responsive bidder is
Subtronic Corporation and the bid amount is $40,660.
The Engineering Department conducted a technical and commercial review of the bid
submitted by Subtronic Corporation. The bid submitted by Subtronic Corporation on
October 23, 2006 had conditions associated with the bid. The Instruction to
Contractors in the project documents states that the District Board reserves the right to
reject any and all bids that are conditional bids. Staff and legal counsel consider the bid
submitted by Subtronic Corporation containing conditions as a nonresponsive bid (see
Attachment 2). Staff informed Subtronic Corporation on October 24, 2006 that staff
would be recommending to the Board to declare the bid submitted by
Subtronic Corporation as nonresponsive and would be recommending award to the
next lowest responsive bidder.
Prior to considering resolution of this dispute, it is appropriate for the Board to conduct
a hearing on the issue of responsiveness in order to receive information from the
interested parties. Both Subtronic Corporation and Exaro Technologies Corporation
have been informed of the hearing process and possible award decision by the Board
of Directors.
NAPESUP \Cbradley \Position Papers\2006\ November\ 032328- UndergroundUtilityLocating Final.DOC Page 2 of 4
POSITION PAPER
Board Meeting Date: November 2, 2006
subject: CONSIDER RESPONSIVENESS OF BID SUBMITTED BY SUBTRONIC
CORPORATION AND CONSIDER AUTHORIZING AWARD OF CONTRACT FOR
PROVIDING UNDERGROUND UTILITY LOCATING SERVICES
The Board has the following three options:
1) Declare the bid of Subtronic Corporation to be responsive, and award the
construction contract to Subtronic Corporation, as the lowest responsive bidder;
or
2) Declare the bid of Subtronic Corporation to be nonresponsive, and award the
construction contract to Exaro Technologies Corporation, as the lowest
responsive bidder; or
3) Reject all bids (this is not recommended due to time constraints).
In evaluating Options 1 and 2, the Board needs to determine whether the irregularities
in Subtronic Corporation's bid are material or nonmaterial variances. The Board has
the right, as the interest of the District may require, to reject any or all bids and to waive
any nonmaterial irregularities in bids received.
If the Board determines that the bid of Subtronic Corporation is nonresponsive and is
rejected, staff has conducted a technical and commercial review of the remaining bids
and determined that the second lowest bidder, Exaro Technologies Corporation, is the
lowest responsive bidder. The bid submitted by Exaro Technologies Corporation has
no variances.
The initial contract (assuming award to Exaro Technologies Corporation) will be
$45,353. District staff may exercise options for additional one -year periods (up to two)
at the bid prices, provided that the initial work is successful and the prices favorable to
the District.
Staff has concluded that this contract is exempt from the California Environmental
Quality Act (CEQA) under District CEQA Guidelines Section 15262 since it will provide
information for design of sewer improvements and will not have a legally binding effect
on later activities. The Board of Directors' approval of this award of contract will
constitute an independent finding that the contract is exempt from CEQA.
RECOMMENDED BOARD ACTION: Conduct a responsiveness hearing on the bid
submitted by Subtronic Corporation. Declare the bid submitted by Subtronic
Corporation as nonresponsive. Authorize award of a contract in the amount of $45,353
for providing Underground Utility Locating Services to Exaro Technologies Corporation,
the lowest responsive bidder.
NAPESUP\Cbradley \Position Papers\2006\ November\ 032328- UndergroundUtilityLocating Final.DOC Page 3 of 4
ATTACHMENT 1
Central Contra Costa Sanitary District
DRAFT SUMMARY OF BIDS
PROJECT NO. BLANKET CONTRACT 032328 DATE: OCTOBER 23, 2006
PROJECT NAME: UNDERGROUND UTILITY LOCATING SERVICES
LOCATION: VARIOUS LOCATIONS ENGINEER EST.: $50,000
No
BIDDER
BID PRICE
Name & address
1
Subtronic Corporation
$40,660.00
2430 Sprig Court, Suite C
Concord, CA 94520
925 - 686 -3747
2
Exam Technologies Corporation
$45,353.00
310 Shaw Road, Suite E
South San Francisco, CA 94080
650 - 583 -3365
3
4
BIDS OPENED BY /s/ Elaine Boehme DATE 10/23/06 SHEET NO. 1 OF 1
NAPESUP \Cbradley \Position Papers\2006\ November\ 032328- UndergroundUtilityLocating Final.DOC Page 4 of 4
ATTACHMENT 2
EXHIBIT C
SCHEDULE OF QUANTITIES AND PRICES
BIDDER (CONTRACTOR) SUBMITS HEREWITH A UNIT BID PRICE, INCLUDING
ALL APPLICABLE TAXES, FOR THE WORK DESCRIBED HEREIN.
BIDDER UNDERSTANDS THAT PAYMENT IN ACCORDANCE WITH THE BID PRICE
SHALL CONSTITUTE FULL PAYMENT FOR THE WORK SPECIFIED.
FURNISH ALL PLANT, LABOR, MATERIALS, CHEMICALS, TOOLS, SUPPLIES,
EQUIPMENT, TRANSPORTATION, TECHNICAL AND PROFESSIONAL SERVICES,
SUPERVISION, AND PERFORM R ORM THE WORK SPECIFIED HEREIN ALL UIRED
TO SATISFACTORILY PE N
ACCORDANCE WITH THE SPECIFICATIONS CONTAINED HEREIN:
Note: The Quantities listed are for one year's worth of work. The District may extend
the Contract for two additional one -year periods at its sole discretion
at the unit prices
set forth in Exhibit C.
UNIT
ITEM DESCRIPTION QUANTITY UNITS
PRICE AMOUNT
1 Locate underground utilities 5,000 LFS
*20 - °U
(excluding sanitary sewers and side
sewers) on heavy traffic streets
requiring two flaggers and arrow
boards for the lineal foot of street
(LFS) price of (in words)
�,cUcN TN�gwN +� F��c
HuNORC.� Oc�CCr+ni.
2 Locate underground utilities 4,000 LFS
ssoo 0
(excluding sanitary sewers and side
sewers) on light traffic streets
requiring little traffic control for
the lineal foot of street (LFS) price
of (in words) 6 u oL
-rtlou &jo 61C.-Hr c�
00<'- Am 1
3 Locate underground utilities 4,000 LFS
o i S 31 �C?o o�
(excluding sanitary sewers and side
sewers) in easement areas with
little or no traffic control, traffic
signals, or arrow board for the
lineal foot of street (LFS) price of (in
N: \PESUP\Cbradley\Design\Distriat Projects\032328\Bid Doc.DOC Page 25 of 32
words)
rwcrc TNcx�t►�N►� icrHr
Nu � D � U✓1 .
ITEM DESCRIPTION
QUANTITY UNITS
4 Locate sanitary sewers on heavy 7,000
traffic streets requiring two
flaggers and arrow boards for the
lineal foot of street (LF) price of (in
words)
FIVC T ►1nu ,A GIGAr H(W0Afh
TC u D:x( A.s.
5 Locate sanitary sewers on light 5,000
traffic streets or easement areas
requiring little traffic control and
no arrow boards for the lineal foot
of street (LF) price of (in words)
OW TMOLAS&JO rluc; Nu�m/1c-o
11..) (.c A. S -
6 Locate side sewers at various 150
sites with visible cleanouts and
lengths equal to or less than 100
LF, for the unit (EA) price of (in
words S%x Tno%A 5yw A sc vas
Hy#w5acti :C Fj Fr/ AoL(t4As .
7 Locate side sewers at various 100
sites without a cleanout and
lengths equal to or less than 100
LF, for the unit (EA) price of (in
words)
-160 T"WSAN.� r -wL Hua0400
_or.-"L(. W n S.
Total of Items 1 -7 (in figures $ 4tQ , 660 . n U
LF
LF
EA
EA
UNIT
PRICE AMOUNT
$0.91 %5-1W. L)o
1 0' %C) -4 1 "$00 - .0 C)
$ 4S•oo 16, TSO -cjo
96 IOS•oo %10115�•oo
Total of Items 1 -7 (in words) FO(ZT7 -TY otA&O rJ io S \k Huk)Onc'o I
SEL[r dollars, and
❑r
cents
N: \PESUP\Cbradley\Design\District Projects\032328\Bid Doc.DOC Page 26 of 32
NOTE: Increased or Decreased Quantities
The quantities are usage estimates and will be used for comparison only. If the
total quantity released for each individual item varies by 50 percent or less for
the entire Contract duration, payment will be made for the actual quantities
performed at the Contract unit price. If the quantity variation exceeds 50
percent, the price will be renegotiated upon the prompt notification of either the
DISTRICT or the CONTRACTOR of the intent to renegotiate.
SCA11VLONic CC�APOAAT1 rJ
Company Name
24 30 SPIL I Cr CT , M&)Cz)AVj C1,4 94.5 -2 0
Business Address
Authorized ignature
SCMIO& SuXVC- -fart .
Title
to - i3 - 2006 ,
Date
CIE pRjcrS Nor &,6 VAAc- sua ,1rcT
SutT(LONK Csrlm#trre # 46CoS
M 0WJ t0 1-ria w s . OCT14lt C O IN)
N: \PESUP\Cbradley\Design \District Projects\032328\9id Doc.DOC Page 27 of 32
Subtronic Corporation
2430 Sprig Court, Ste C
Concord, CA 94520
Phone 925 -686 3747
Fax 925- 686 -5281
ESTIMATE FOR:
Central Contra Costa Sanitary District
5019 Imhoff Place
Martinez CA 94553
(925) 689 -3890 fax (925) 372 -7635
SURVEYOR JOB DATE DAY TIME
DESCRIPTION
PROJECT LOCATION: Various locations within the Sanitary
District.
Utility Location will be by electromagnetic field induction.
AREA OF SURVEY: The area of survey will be determined by
sanitary district staff per conditions and rates in contract.
Utilities will be located and marked in street areas only and
will not include utilities in sidewalks or landscaped areas.
SCOPE OF SURVEY: We will endeavor to locate
underground utilities in the areas indicated, but for technical
reasons cannot guarantee to do so, some short lengths of
abandoned utilities and Fiber Optic lines may not be located.
Only utility mains will be marked, except for sanitary sewers
where lateral connections to the main will be located where
required.
METHODOLOGY: Location of utilities will be by
electromagnetic field induction. Pink markings will be used to
identify all utilities except sewers, which will be marked in
green.
Signature Date
Page 1
Estimate
Estimate # 6805
Date of Estimate 10/20/2006
P.O. #:
Map Page 8 Cross TERMS
QTY COST
TOTAL
Net 30
TOTAL
This quotation is subject to our Specification and Standard Conditions of Contract.
Subtronic Corporation
2430 Sprig Court, Ste C
Concord, CA 94520
Phone 925 -686 3 74 7
Fax 925 -686 -5281
ESTIMATE FOR:
Central Contra Costa Sanitary District
5019 Imhoff Place
Martinez CA 94553
(925) 689 -3890 fax (925) 372 -7635
SURVEYOR JOB DATE DAY TIME
DESCRIPTION
INCLUSIONS: Metallic utilities i.e. electric, telephone, gas and
water. Non metallic utilities with tracer wire visible. Sewer and
drain lines with minimum 4" cleanout or manhole access will
be located by inserting a transmitter. Depths of all utilities will
be provided where possible.5. Location of sewer laterals with
no cleanout access will be attempted by inserting a sonde in a
cleanout under the house or through the roof vent.
EXCLUSIONS: 1. Some Fiber Optic lines may not be
locatable. 2.Service laterals except from sewers will be
excluded from the project. 3. Some sewer laterals without
cleanout access may not be locatable
Signature Date
Page 2
Estimate
Estimate # 6805
Date of Estimate 10/20/2006
P.O. #:
Map Page & Cross TERMS
QTY COST
TOTAL
Net 30
TOTAL
This quotation is subject to our Specification and Standard Conditions of Contract.
Subtronic Corporation
2430 .Sprig Court, Ste C
Concord, CA 94520
Phone 925 -686 3747
Fax 925- 686 -5281
ESTIMATE FOR:
Central Contra Costa Sanitary District
5019 Imhoff Place
Martinez CA 94553
(925) 689 -3890 fax (925) 372 -7635
SURVEYOR JOB DATE DAY TIME
Estimate
Estimate # 6805
Date of Estimate 10/20/2006
P.O. #:
Map Page & Cross TERMS
Net 30
DESCRIPTION QTY COST TOTAL
ASSUMPTIONS:
1. We assume access will be granted to all places requiring
admission for the purpose of tracking and identifying the
utilities.
2. We assume that any existing utility drawings will be made
available.
3. We assume Underground Service Alert will be notified prior
to excavation.
4. We assume the District will provide a minimum of 4 hours
work per work request.
5. Additional time will be required for work requests during
periods of wet weather as the paint will not stick to wet
pavement
PRESENTATION: The utilities will be marked on the ground
with marking chalk.
COMPENSATION:
ITEM 1: Locate underground utilities (excluding sanitary 5,000 1.50 7,500.00
sewers and side sewers) on heavy traffic streets requiring
two flaggers and arrow boards - per linear foot
TOTAL
Signature Date
Page 3
This quotation is subject to our Specification and Standard Conditions of Contract.
Subtronic Corporation
2430 Sprig Court, Ste C
Concord, CA 94520
Phone 925 -686 3747
Fczx 925 -686 -5281
ESTIMATE FOR:
Central Contra Costa Sanitary District
5019 Imhoff Place
Martinez CA 94553
(925) 689 -3890 fax (925) 372 -7635
Estimate
Estimate # 6805
Date of Estimate 10/20/2006
P.O. #:
SURVEYOR JOB DATE DAY TIME Map Page & Cross
DESCRIPTION QTY COST
ITEM 2: Locate underground utilities (excluding sanitary 4,000 1.20
sewers and side sewers) on light traffic streets requiring little
traffic control -per linear foot
ITEM 3: Locate underground utilities (excluding sanitary 4,000 0.95
sewers and side sewers) in easement areas with little or no
traffic control, traffic signals, or arrow board - per linear foot
ITEM 4: Locate sanitary sewers on heavy traffic streets 7,000 0.83
requiring two flaggers and arrow boards - per linear foot
ITEM 5: Locate sanitary sewers on light traffic streets or 5,000 0.30
easement areas requiring little traffic control and no arrow
boards - per linear foot
ITEM 6: Locate side sewers at various sites with visible 150 45.00
cleanouts and lengths equal to or less than 100 LF, for the
unit (EA) price of
ITEM 7: Locate side sewers at various sites without a 100
cleanout and lengths equal to or less than 100 LF, for the unit
(EA) price of
Signature Date
Page 4
105.00
TOTAL
TERMS
Net 30
TOTAL
4,800.00
5,810.00
1,500.00
6,750.00
10, 500.00
$40,660.00
This quotation is subject to our Specification and Standard Conditions of Contract.
P5
w
E
m
C
Q
FM
O
o.
W
w
•
Z
F— W
Q co
VN
ON
J M
N
M
O
J V
F-
M
D �
Z
=)O
OV
DC I—
W
DC �
WZ
oQ
Z -J
:) m
tD
O
O
N
N
w
W
m
W
O
z
O
O
O
O
LC)
W
I-
Q
H
V)
W
W
W
z
C'
z
W
M
(0
D
O
Z
N
O
N
44
et
Y
w
O
m
v
O
=
oao
v
W
O
O
O
O
O
LC)
W
I-
Q
H
V)
W
W
W
z
C'
z
W
M
O
O
M
CO
LO
O
44
et
69.
64).
X �
W N
0
W
F-
H
m
z
O
H
O
IL
O
v
V
z
O
GC
H
m
•
m
J
Q
z
O
•
LM
z
O
W
O
O
O
o.
J
w
O
O
z
V
=
V
V
W
—
Z
1�'
O
O
oC
GC
I-
X �
W N
0
W
F-
H
m
z
O
H
O
IL
O
v
V
z
O
GC
H
m
•
m
J
Q
z
O
•
LM
NOTE: Increased or Decreased Quantities
The quantities are usage estimates and will be used for comparison only. If the
total quantity released for each individual item varies by 50 percent or less for
the entire Contract duration, payment will be made for the actual quantities
performed at the Contract unit price. If the quantity variation exceeds 50
percent, the price will be renegotiated upon the prompt notification of either the
DISTRICT or the CONTRACTOR of the intent to renegotiate.
Sc &VLO S cdt Pon ATf o ►J
Company Name
24 3iO sP21 gr C,r , CC kjCC)AYJ Ctq C14.5- 2 0
Business Address
Authorized ignature
SGNIo& S OLVe-yoK .
Title
LO - i3 - 2ooG ,
Date
# PalcLrS NorrrO 0AG- sudISCT tv Gcti�t0ITIC9NS pc`TOtcc f�
SulbrRoatc Csr�w�rtrf # �8a5
NAPESUMCbradleffleslgn0strict Projects\03232MId Doc -DOC page 27 of 32
Subtronic Corporation
2430 Sprig Court, Ste C
Concord, CA 94520
Phone 925 -686 3747
Faz 925- 686 -5281
ESTIMATE FOR:
Central Contra Costa Sanitary District
5019 Imhoff Place
Martinez CA 94553
(925) 689 -3890 fax (925) 372 -7635
SURVEYOR JOB DATE DAY TIME
DESCRIPTION
PROJECT LOCATION: Various locations within the Sanitary
District.
Utility Location will be by electromagnetic field induction.
AREA OF SURVEY: The area of survey will be determined by
sanitary district staff per conditions and rates in contract.
Utilities will be located and marked in street areas only and
will not include utilities in sidewalks or landscaped areas.
SCOPE OF SURVEY: -We will endeavor to locate
underground utilities in the areas indicated, but for technical
reasons cannot guarantee to do so, some short lengths of
abandoned utilities and Fiber Optic lines may not be located.
Only utility mains will be marked, except for sanitary sewers
where lateral connections to the main will be located where
required.
METHODOLOGY: Location of utilities will be by
electromagnetic field induction. Pink markings will be used to
identify all utilities except sewers, which will be marked in
green.
Signature Date
Page 1
Estimate
Estimate # 6805
Date of Estimate 10/20/2006
P.O. #:
Map Page & Cross TERMS
Net 30
QTY COST TOTAL
TOTAL
This quotation is subject to our Specification and Standard Conditions of Contract.
N
H
V
H
Z
O
V
O
Illim
z
O
V
Z
00=ft%
co
W
C'
Q
a
L
m
SIMUM
L
O
f+
4)
.
as
L
-W
ME
as
W go
=
wr/ C
4)
u
E
L v
O CM
m .0
v _O
�i
,y
G=
0 �+
i- O
M
d
L
•MIND
.0
RIMEM
O
m
L
IWO
N
s
^� w
C O
d N
E O
em" 0
L .V
.� a
L�
d �
r �
O
(i
L
O O
E L.
O
0
vi .y
� L
Cr
CD O
MINOR V
m •_
as
�o
W f�
•> o
C =
cL4)
CD E
L -0
C
0 am"
Z
�
■ _ �" L
'a = O
NOMMIM .
w
� t �
.0
C O
� O N
� L
.Q
L
O
0
L
— L
� L
O L
C
=3
L
•0 O
MINES
damon
w
w
0.
W-
O O O
N
O C E
•— O
L N�
•�+ = O
O C
O = �
i C
V �
v
L
O
N
.IMME
4w
E
L
a
.c
C
as
. >_
0
*a
MINOR
L
W •V
O
L
f0 C
DIMON
� H
�C �+
D cm
L
.:
O
t
H
W
w >O
> V
to Z > W
O Z
O
0 a0 w
(J) J
w0 w0
� V DC
Z
Z O
� V w w Z E ZI.. O o O OC
tn0 ~
O
a Z
p
DC �
D p� pw =
VO VO v
v �- -
m Zv zt�
0 0 U)
� � o
mZ mZ m
DO DO J
U) () t)(, J
W W a
as as �
J J
0 O W w
wa wa w
0 0 oc
V)
Z
O
I-
Q
D
Z
W
O
V
W
w
e
W
H
o�
W
0
Fn
Z
O
U
J
W
Z
n
O
V
J
Q
O
W
J
cl
Z
Q
LL
Q
I—
Z
O
H
oG
O
CL
oc
0
v
V
Z
O
w
m
D
t�
m
D
W
H
H
m
m
W
t�
Z
O
CL
CO)
W
w
Z
O
Z
Q
Q
V)
Z
O
—
Z
O
V
0
Z
Z
Q
z
O
V
F-
N
W
O
J
H
K
W
Z
W
0
v
a�
z
O
V
D
Q
3
Q
O
O
J
O
z
V
W
H
OM
DC LO
M
W L
40
�c
W �
00
0LL
w
W 0
zo
oa
CL IL
CO)
WO
w V
C
I�
°
Y
Z
�
Q
3
I�
7.a.3)
ALHAMBRA VALLEY TRUNK
SEWER PHASE 1, DP 5919
Contract Cost: $1,554,280.00
Contractor: Mountain Cascade, Inc.
Notice to Proceed: July 24, 2006
Construction Completion: October 6, 2006
BOARD MEETING
Thursday
November 2, 2006
2:00 p.m.
7. a. 5) Announcements:
a) Alhambra Valley Trunk Sewer Environmental Assessment Scopin4 Meeting
A scoping meeting for the Environmental Assessment for the Alhambra Valley
Trunk Sewer crossing on the John Muir site was held at Martinez Junior High on
Wednesday, October 25 at 7:00 p.m. The meeting was conducted jointly by
District and National Park Service staff. The meeting was attended by five
Alhambra Valley residents and one member of the Friends of Alhambra Creek.
The residents were primarily concerned about impacts to their property if an
alternative route to the route across the John Muir site is chosen. The two
alternatives to the John Muir site cross the private property of several of the
residents who attended the meeting. These residents wanted to be certain that
the Environmental Assessment adequately addresses the environmental and
other impacts to their private property which would occur if an alternate route is
chosen. The representative of the Friends of Alhambra Creek was concerned
about the depth of the sewer at the creek crossing. She wanted to ensure that
the pipe is deep enough such that there is no potential for the pipe to be exposed
due to scour of the bottom of the creek. Staff will work with the National Park
Service to ensure that these concerns are addressed in the Environmental
Assessment.
b) $200,000 received from Security Owners Corporation for construction of
Alhambra Valley Trunk Sewer.
Security Owners Corporation (SOC) of Concord is developing a 23 -unit
subdivision in the Alhambra Valley. Under a sewer service agreement between
SOC and the District, SOC agreed to contribute $400,000 toward the cost of
construction of the Alhambra Valley Trunk Sewer in two equal installments. The
District has received the first payment of $200,000. The second and final
payment will be made within ten days after award of the construction contract for
Phase 2 of the trunk sewer project. Staff anticipates award of the Phase 2
contract in April or May, 2007.
c) Board Member Jim Neiedly celebrates ten years of service to the District in
November 2006.
Board Member Jim Nejedly has reached the ten -year milestone in his service to
the ratepayers of the Central Contra Costa Sanitary District this month. On
behalf of the Board and the staff of Central San, I offer Jim my sincere
congratulations and thanks.
Staff Recommendation: Hear the announcements.
Central Contra Costa Sanitary District
' BOARD OF DIRECTORS
POSITION PAPER
Board Meeting Date: November 2, 2006 No.: 8.a. ENGINEERING
Type of Action: ADOPT RESOLUTION
Subject: ADOPT A RESOLUTION ESTABLISHING THE ALHAMBRA VALLEY
ASSESSMENT DISTRICT POLICY
Submitted By:
Curtis W. Swanson, Environmental
Services Division Manager
Initiating Dept. /Div.:
Engineering /Environmental Services
REVIEWED AND RECOMMENDED FOR BOARD ACTION:
0"'
C. Swanson
A. Farrell
.(
4ames M.
eneral Manager
ISSUE: The Board of Directors must establish a policy allowing the formation of
assessment districts in Alhambra Valley to finance construction of neighborhood public
main sewers and sewer connections directly to the trunk sewer.
RECOMMENDATION: Adopt a resolution establishing the Alhambra Valley
Assessment District Policy.
FINANCIAL IMPACTS: The cost of implementing the program will depend on its
features and the level of participation. Current estimates are that the proposed
resolution commits the District to authorizing a total of $7,500,000 for these
assessments districts during fiscal years 2006 -2007 through 2009 -2010. In addition,
the District would agree to collect approximately $1,800,000 in facility capacity fees over
15 years instead of at the time of connection. Such a program would be designed to
recoup its costs (plus interest if multi -year financing used by property owners).
ALTERNATIVES /CONSIDERATIONS:
1. Direct staff to revise the proposed resolution and policy.
2. Withhold or delay approval of the proposed resolution and policy revisions.
BACKGROUND: At its August 3, 2006 meeting, the Board of Directors approved the
concept of an Alhambra Valley Sewer Financing Program and directed staff to develop
program details for future Board consideration. Staff is now prepared to put forth for
Board consideration the attached policy, which includes formation criteria, procedures,
and definitions related to the Alhambra Valley Assessment District (AVAD) Policy. Key
features of this policy are summarized here:
1. The AVAD policy uses voluntary assessment districts based on a contractual
assessment process. Participants will sign a contract with CCCSD, agreeing
to pay back funds fronted by CCCSD to cover the design and construction of
infrastructure.
N: \ENVRSEC \Position Papers1eavittWlhambra Valley Financing Policy 11- 2- 06.doc
POSITION PAPER
Board Meeting Date: November 2, 2006
subject: ADOPT A RESOLUTION ESTABLISHING THE ALHAMBRA VALLEY
ASSESSMENT DISTRICT POLICY
2. The source of funds to cover the assessment district costs would be CCCSD
reserves from ad valorem tax revenues or borrowed funds with an interest
rate based on the Local Agency Investment Fund (LAIF) rate plus 1 % or the
borrowed funds' interest rate plus 1 %, with a minimum interest rate of 6 %.
3. Assessment district formation criteria include requiring having a minimum of
three properties directly tributary to a proposed AVAD facility; a minimum of
60 percent of those properties must already be developed; a minimum of half
must be willing to be a Participant; and no more than two dwellings per
Participant Parcel. Exceptions to these criteria will be considered on a case-
by -case basis.
4. The obligation to pay assessments would be recorded as a lien against the
property. Participants would be given the option to pay off their assessment
within one month of the assessment being set or allowed to amortize the debt
through payments on their property tax bills.
5. The amortization period for paying back funds to CCCSD would be 15 years
with no interest penalty for early payoff.
6. CCCSD initially will be responsible for the Non - Participant's Parcels' share of
AVAD costs. The obligation of a Non - Participant Parcel owner to pay a
reimbursement fee to CCCSD upon future connection to an AVAD facility will
not expire. Increases in AVAD Non - Participant Reimbursement Fees may be
made by the Board of Directors periodically to recover CCCSD's carrying
costs of advancing the Non - Participant's share of AVAD expenses.
7. The proposed financing program would be offered on a limited time basis.
Direct connectors would have about a year from completion of the trunk
sewer to apply for financing, and property owners in neighborhoods building
main extensions would have about up to three years to initiate formation of an
assessment district.
8. The assessment district would offer financing for the following property
owners' costs: direct or indirect connector's share of the cost of the trunk
sewer; side street main extension design and construction costs, including the
portion of a private lateral sewer located in the street; and CCCSD's capacity
fee. The cost of installing the private pipe on a participant's property,
abandoning an existing septic tank, and other CCCSD fees would be
specifically excluded from AVAD financing.
N: \ENVRSEC \Position Papers \Leavitt\Alhambra Valley Financing Policy 11- 2- 06.doc
POSITION PAPER
Board Meeting Date: November 2, 2006
subject: ADOPT A RESOLUTION ESTABLISHING THE ALHAMBRA VALLEY
ASSESSMENT DISTRICT POLICY
9. The initial allowable financing program boundaries would match the properties
included in the Board of Directors' recent Resolution of Application to LAFCO
to annex much of Alhambra Valley. After establishing the financing program,
the expansion of its boundaries and the potential provision of additional
financing would require the approval of additional annexations by the Board of
Directors and LAFCO.
RECOMMENDED BOARD ACTION: Adopt a resolution establishing the Alhambra
Valley Assessment District Policy.
NAENVRSEMPosition Papers \Leavitt\Alhambra Valley Financing Policy 11- 2- 06.doc
RESOLUTION NO. 2006-
RESOLUTION ESTABLISHING THE
ALHAMBRA VALLEY ASSESSMENT DISTRICT POLICY
WHEREAS, the Central Contra Costa Sanitary District ( CCCSD) has, over the
last several years, identified a prevalent sanitation issue occurring within Alhambra
Valley, south of the City of Martinez, said issue being the need to replace residential
septic systems by connection to CCCSD's collection system; and
WHEREAS, this sanitation issue is increasing in importance as a result of the
failure of existing septic systems due to age; and
WHEREAS, in order to replace failing septic systems with connections to the
public sewers, extension of existing public sewer mains is frequently required; and
WHEREAS, the cost and complexity of undertaking a sewer main extension may
prevent a single homeowner from connecting to the public sewer system thus
perpetuating an ongoing health and environmental problem; and
WHEREAS, public policy, as well as legal and fiscal constraints, limit the ability of
CCCSD to build or extend local street sewers to serve individual or small groups of
existing homes; and
WHEREAS, CCCSD is in the process of constructing a trunk sewer in Alhambra
Valley to serve as the backbone of an area -wide public sewer network; and
WHEREAS, the use of assessment districts can provide the structure and
financial assistance required to encourage neighbors to jointly undertake projects to
provide sewer service to their properties; and
WHEREAS, since 1997 on a demonstration basis, and from 1999 to 2004 on a
program basis, CCCSD has made use of the provisions of the Streets and Highways
Code Section 5898, et seq. in order to create Contractual Assessment Districts in order
to provide for assessment financing of main extensions for failing septic systems; and
NAENVRSEC \Position PapersleavittToiicy 11- 2- 06.docPage 1 of 11
WHEREAS, at its July 20, 2006 meeting, CCCSD's Board of Directors voted
unanimously to conceptually approve an Alhambra Valley Assessment District program.
NOW, THEREFORE, the Board of Directors of the Central Contra Costa Sanitary
District adopts the Alhambra Valley Assessment District Policy Statement, attached as
Exhibit A and incorporated herein by reference.
The Board of Directors of the Central Contra Costa Sanitary District further finds
that this policy shall remain in effect until such further order of the Board; however, the
adoption of this policy does not create any vested right or entitlement to any parcel
owners within CCCSD's sphere of influence concerning eligibility for this program, nor
shall CCCSD be precluded from modifying or terminating this program at any time it
deems appropriate. The adoption of this policy also does not set a precedent for future
funding of other neighborhoods' main sewers.
PASSED AND ADOPTED this 2nd day of November 2006 by the Board of
Directors of the Central Contra Costa Sanitary District by the following votes:
AYES:
Members:
NOES:
Members:
ABSENT:
Members:
Mario M. Menesini
President of the Board of Directors,
Central Contra Costa Sanitary District
County of Contra Costa, State of California
COUNTERSIGNED:
Elaine R. Boehme
Secretary, Central Contra Costa Sanitary District
County of Contra Costa State of California
APPROVED AS TO FORM:
Kenton L. Alm
District Counsel
NAENVRSEMPosition Papers \Leavitt \Policy 11- 2- 06.doc Page 2 of 11
EXHIBIT A
ALHAMBRA VALLEY ASSESSMENT DISTRICT
POLICY STATEMENT
Introduction
This policy statement for the Alhambra Valley Assessment District (AVAD) Program
establishes the criteria for formation of AVAD projects, the process for the AVAD
program, and methodology for allocating costs and assessments among AVAD
participants.
The AVAD program will consist of voluntary Contractual Assessment Districts (CADs),
which are formed pursuant to Streets and Highways Code Section 5898, et seq. to
extend sewer facilities to residential areas currently served by septic tank and leachfield
systems.
AVAD Program Purpose
The purpose of the AVAD Program is to provide financial assistance to Alhambra Valley
property owners so that they may extend the public sewer system to serve their
developed properties. The goals of the AVAD Program are to assist property owners
with septic tanks to finance the cost of extending and connecting to the public sewer; to
avoid future use of septic systems and sewage pumping systems in Alhambra Valley;
and to facilitate direct and indirect connections to the Alhambra Valley trunk sewer so
that CCCSD can be reimbursed more quickly for its planning, design, and construction
expenditures associated with the trunk sewer extension.
AVAD Program Funding
CCCSD will budget sufficient funds for the extension of public sewer mains in Alhambra
Valley. This amount is estimated to be $3.5 million. Funds for construction of the trunk
sewer have already been budgeted. The Board of Directors, at its discretion, may
modify this program, including increasing or decreasing the budgetary ceiling, at
NAENVRSEQPosition Papers \Leavitt \Policy 11- 2- 06.doc Page 3 of 11
anytime. Nothing in this policy is intended to bind CCCSD to continue with the program
for any predetermined time period, nor does it create any right or entitlement in favor of
potential program participants.
Definitions
• An Alhambra Valley Assessment District (AVAD) is a contractual assessment
district (CAD), a legal entity, established pursuant to Streets and Highways Code
Chapter 5898 for the purpose of financing the construction of sewers in
residential areas currently being served by septic tanks.
• Parcel or Property denotes in this Policy a piece of residential real estate,
including land and anything permanently affixed to the land including buildings.
The terms parcel and property have the same meaning herein and shall refer to
the divisions of property as indicated on County Assessor's Parcel maps.
• Direct connectors are parcels that can connect by lateral to the Alhambra Valley
Trunk Sewer being constructed by CCCSD.
• Indirect connectors are parcels that can connect by lateral to a public sewer main
that is tributary to a part of the Alhambra Valley Trunk Sewer.
Participants are owners of direct or indirect connector properties who voluntarily
agree to enter into an AVAD contract.
• Non- participants are owners of direct or indirect connector properties who do not
to enter into an AVAD contract. Non - participants will not be assessed for their
share of the sewer improvement costs until the time of connection.
• Participant Parcels are the direct or indirect connector properties owned by
Participants.
• Non - participant Parcels are the direct or indirect connector properties owned by
non - participants.
N: \ENVRSEC \Position Papers \Leavitt \Policy 11- 2- 06.doc Page 4 of 11
• AVAD Non - participant Reimbursement Fees are fees collected from owners of
Non - participant Parcels at the time of connection to the sewer to reimburse
CCCSD for the Non - participant Parcel's share of the cost of sewer improvements
installed under an AVAD.
Criteria for Formation
In order to be eligible for participation in CCCSD's AVAD assessment financing
program, the proposed sewer extension project must meet the AVAD formation criteria.
The criteria are as follows:
A minimum of three properties must be directly tributary to a proposed AVAD
facility.
A minimum of 60 percent of the properties directly tributary to a proposed AVAD
facility must already be developed.
• A minimum of half of the properties directly tributary to a proposed AVAD facility
must be willing to be a Participant, except in the case of the AVAD for Direct
connectors to the Alhambra Valley Trunk Sewer.
• A Participant Parcel may not have more than two (2) dwellings on it to participate
in an AVAD.
• Two or more proposed unconnected AVAD facilities may be combined into a
single AVAD for administrative purposes. When this happens, the expenses and
assessments for individual, unrelated facilities will be separated and assigned to
the respective, benefiting properties.
• After completion of the Alhambra Valley Trunk Sewer, CCCSD will establish
Direct and Indirect connector reimbursement charges for the trunk sewer and
form the first AVAD (AVAD No. 1) to finance allowable costs of direct connector
N: \ENVRSEC \Position Papersleavitt \Policy 11- 2- 06.doc Page 5 of 11
participants. Direct connectors will have one year from the establishment of the
trunk sewer AVAD No. 1 to become Participants by signing an AVAD contract.
• Indirect connectors wishing to become Participants will have three years from the
establishment of the AVAD No. 1, for the trunk sewer, to obtain CCCSD approval
to initiate formation for an AVAD for their neighborhood, and eighteen months
thereafter to receive CCCSD approval of an AVAD election. AVADs will be
numbered sequentially in the time order initiated by CCCSD.
Notwithstanding the above - listed criteria, CCCSD will consider exceptions to this policy
on a case -by -case basis. CCCSD may consider technical, economic, staffing,
budgetary, environmental, and other factors in its consideration of whether to form an
AVAD and the ultimate decision is at the sole discretion of the Board of Directors.
AVAD Formation Process
There are several staff level actions and three Board approval steps in the AVAD
process. CCCSD's Board of Directors will consider approval of individual AVAD
projects which staff has determined meet the formation criteria. The following Board
actions are required:
• Initiation of an AVAD
• Approval of the Engineer's Report and assessments; ordering of the
improvements; and approval of the AVAD election.
Approval and levying of final assessments.
1. Initial Actions
• Groups of Alhambra Valley property owners may be eligible for an AVAD
if they can directly connect to the Alhambra Valley Trunk Sewer or seek
a sewer main extension to provide for connection to CCCSD system.
CCCSD staff will work with the owners to explain the AVAD process. If
N: \ENVRSEC \Position Papersleavitt\Policy 11- 2- 06.doc Page 6 of 11
a sufficient number of property owners and CCCSD remain interested in
proceeding with an AVAD and the criteria for AVAD formation appears
to be met, CCCSD will consider initiation of an AVAD. Property owners
will be requested to submit letters indicating their interest in formation of
an AVAD. Property owners must already be included in District
Annexation 168 (Resolution of Application 2006 -047, adopted by the
Board of Directors on July 6, 2006). Staff will issue a letter setting forth
its initial determination of eligibility for the AVAD program.
• If CCCSD staff determines that a proposed AVAD does not meet the
formation criteria, staff will notify the property owners in the proposed
AVAD of the staff decision in writing. Property owners may appeal this
staff decision to the CCCSD Board of Directors in accordance with
Chapter 1.16 of the District Code except as modified by this policy. This
policy allows property owners 30 days to request an appeal of a staff
decision. The Secretary of CCCSD will schedule the matter for a
hearing before the Board of Directors and provide written notice of the
time and place of that hearing to the affected property owners.
2. Creation of Assessment District
• Participants are required to retain an engineer to design and solicit bids
for the private work (the sewer facilities).
• An Engineer's Report estimating project costs and assessment levels
will be prepared by CCCSD in accordance with state law. Residents will
have 18 months from when CCCSD initiates formation of an AVAD to
submit sewer plans, construction bids, and other information necessary
for CCCSD to prepare an Engineer's Report.
N: \ENVRSEC \Position Papers \Leavitt \Policy 11- 2- 06.doc Page 7 of 11
• CCCSD will distribute Notices of Proposed Assessment and conduct an
election in accordance with state law by which property owners may
indicate their approval of or opposition to the proposed assessment.
• The Board of Directors will conduct a public hearing to announce the
outcome of the election and receive public comment about the proposed
assessment.
• Following the public hearing, the Board of Directors will determine the
election results and consider approval of the Engineer's Report,
preliminary assessments, and the AVAD improvements.
• If the proponent property owners do not provide all necessary
information, including approved plans and construction bids, within 18
months of CCCSD's initiation of the AVAD proceedings, the AVAD
process will be terminated.
3. Assessment Contract and Construction
• Following approval by the Board of Directors of the Engineer's Report
and AVAD improvements, the Participants must enter into a written
contract with CCCSD, which describes the responsibilities of the parties,
the work, and the provisions for payments.
• CCCSD will undertake the procedural requirements to form the AVAD;
review the plans for compliance with CCCSD standards, finance the
work, and establish the assessments.
• Participants are required to hire a contractor and to supervise the
construction of the private works AVAD facilities. CCCSD will have no
contractual relationship with the contractor and will not provide
construction management or site supervision; however, CCCSD will
N: \ENVRSEC \Position PaperslLeavitt\Policy 11- 2- 06.doc Page 8 of 11
inspect the project consistent with prevailing CCCSD inspection
procedures.
• CCCSD will accept the work if the work is done in accordance with
CCCSD's standards.
Participants shall be required to provide all project cost records and
related information. CCCSD staff will review project costs, evaluate
eligible project costs, and determine the proposed final assessments.
The Board of Directors will then consider approval and levying of the
final assessments.
4. Payments and Assessments
• Unless limited by other provisions of this policy, each Participant shall
have the option to pay for his share of AVAD expenses after the work is
completed by either: 1) lump sum cash payment or 2) by contractually
subjecting the Participant's property to an annual assessment, including
interest, over the term of the AVAD.
• The term of the Participant's assessment (payback period) shall be
fifteen years with no interest penalty for early payoff. The interest rate
shall be fixed when the CCCSD General Manager signs the contract
between the Participants and CCCSD. The annual interest rate for
assessments shall be 1 percent above the then current average interest
rate on CCCSD temporary investments or 1 percent above the interest
rate at which CCCSD has borrowed funds for the AVAD Program. The
minimum interest rate shall be six percent.
• Participants are limited to use of the fifteen -year annual assessment
payment option for no more than two parcels at any given time. If a
N: \ENVRSEC \Position Papers \Leavitt \Policy 11- 2- 06.doc Page 9 of 11
• person(s) owns three or more parcels in the same AVAD or different
AVADs, that person(s) may be a Participant for three or more parcels,
but will be eligible for the annual assessment option for only two parcels.
The shares of the AVAD expenses for the other parcels must be paid by
the lump sum payment option at time of connection.
• The assessments shall be equal for each Participant Parcel unless
otherwise provided for in the contract and documents creating the
AVAD. If an existing Participant's Parcel can be legally subdivided,
there are two dwellings currently existing on a single parcel or other cost
of service related factors justifying differing assessments are present,
said Parcel may be assigned more than one assessment.
• To determine the assessment for each AVAD Parcel, the Board of
Directors will divide the total allowable project costs by the total number
of benefiting properties, adjusting for exceptions as noted above.
• The costs of the work associated with designing and constructing
sanitary sewer mains, manholes, rodding inlets, and private sewer
laterals within public streets or right -of -way may be included as eligible
costs of the AVAD. Other eligible AVAD costs include paving and other
appurtenances within public streets, rights of way necessary to bring the
sewer service to a Participant Parcel, CCCSD's Capacity Fee, and
CCCSD's Alhambra Valley Trunk Sewer reimbursement charge.
• The cost of septic tank abandonment, installation of the private sewer
laterals (not within a public street or public right of way), and other
CCCSD fees and charges customarily due upon connection to the public
sewer shall be excluded from AVAD financing. For purposes of this
N: \ENVRSEC \Position Pape rs\Leavitt\Pol icy 11- 2- 06.doc Page 10 of 11
paragraph, "rights of way" shall include public or private roads providing
legal ingress and egress to multiple parcels.
• The AVAD assessments will be imposed on each Participant Parcel and
recorded as a lien against the Parcel. The assessment will include the
principal and interest and will be collected on the property tax bill as an
assessment along with taxes and other assessments and charges on
the subject parcel.
5. AVAD Non - participant Reimbursement Fees
• CCCSD initially will be responsible for the Non - participant Parcels' share
of AVAD costs. Non - participants will reimburse CCCSD for these costs
as they connect to AVAD facilities in the future.
When CCCSD staff determines that there are Non - participant Parcels
that could connect to an AVAD facility, the Board of Directors, in
accordance with CCCSD practice and the AVAD contract, will establish
AVAD Non - participant Reimbursement Fees. The obligation of a Non-
participant Parcel owner to pay a reimbursement fee upon connection to
an AVAD facility will not expire; CCCSD will collect AVAD Non-
participant Reimbursement Fees indefinitely.
• The Board of Directors will establish AVAD Non - participant
Reimbursement Fees when the final assessments are established for
AVAD Participants. Subsequent adjustments to AVAD Non - participant
Reimbursement Fees may be made by the Board of Directors
periodically to recover CCCSD's carrying cost of advancing the Non-
participants' share of AVAD expenses.
N: \ENVRSEC \Position Papers \Leavitt \Policy 11- 2- 06.doc Page 11 of 11
Alhambra Valley
Sewer Financing Program
Curtis Swanson
Environmental Services Division Manager
November 2, 2006
Purpose of
Financing Program
• To improve the environment in
Alhambra Valley.
• To assist residents who desire to
connect to the public sewer.
• To recover costs expended by
CCCSD for the trunk sewer sooner.
i
Cost to Sewer the
Alhambra Valley
• Trunk sewer cost - $41000,000
• Public main sewers - $3,500,000
• Capacity Fees - $11800,000
Proposed Alhambra Valley
Assessment District Program
• Voluntary assessment districts
based on contractual assessment
process.
• Separate districts for direct
connectors & neighborhood projects.
• Assessment districts need to be
formed within 3 years after trunk
sewer completion.
N
Proposed Alhambra Valley
Assessment District Program
■ Funds will come from CCCSD
reserves or bank loan
• Loan period: 15 years
• Interest Rate: LAIF rate or bank rate
plus 1% administration fee
• Minimum fixed interest rate of 6%
Proposed Alhambra Valley
Assessment District Program
• Participants will not have to pay
costs for non - participants.
• CCCSD will front costs for non-
participants.
• CCCSD will be reimbursed as non-
participants connect to sewer
system in the future.
3
Proposed Alhambra Valley
Assessment District Program
■ 3 homes or properties needed to
create an assessment district.
• Individual residents may finance up
to 2 properties.
• Once a district is created, residents
have 18 months to complete sewer
construction.
Costs Eligible for Financing
■ Share of the District trunk sewer cost
■ Sewer main extensions to serve
neighborhoods
■ Lateral sewer in the street
■ CCCSD capacity fee
M
Costs Not Eligible for Financing
■ Septic tank abandonment
■ Lateral sewer on private property
■ Other CCCSD fees
Trunk Sewer Project
Cost Recovery
Connection Number
Amount Total
Direct 70
$23,000 $ 1,610,000
Indirect 250
$ 9,000 $ 2,250,000
(Incremental
Capacity)
Developer 1
$ 400,000
Total
- $4,000,000
5
Typical Homeowner
Sewer Costs
Cost Item Direct Connector Indirect Connector
Trunk Sewer ( ") $ 23,000
$ 9,000
Main Sewer ( *) $ 0
$14,000
Capacity Fee (') $ 6,000
$ 6,000
Lateral Sewer, etc. $ 8,000
$ 8,000
Total $ 37,000
$ 37,000
(') Eligible for financing
Loan Repayment Options
■ Eligible cost - $29,000 at 6%
■ Annual Payments:
$3,900 for 10 years
$2,950 for 15 years
$2,500 for 20 years
R
Recommendation
• Consider staff report
• Consider public comments
■ Approve policy & procedures for
Alhambra Valley Assessment District
Program
M FILE
District
FAX: (925) 228 -4624
JAMES M. KELLY
October 26, 2006 General Manager
KENTON L. ALM
Counsel for the District
(510) 808 -2000
ELAINE R. BOEHME
Dear Alhambra Valley Property Owner: Secretary of the District
NOTICE OF MEETING TO ADOPT AN ALHAMBRA VALLEY ASSESSMENT DISTRICT
POLICY
Earlier this year, the Central Contra Costa Sanitary District (CCCSD) Board of Directors
approved the concept of an Alhambra Valley sewer - financing program and directed staff to
develop program details for future Board consideration.
CCCSD staff has developed these program details in the form of an Alhambra Valley
Assessment District (AVAD) Policy, which includes formation criteria, procedures, and
definitions. The Board of Directors will consider adopting this proposed policy at its
November 2, 2006 meeting. The meeting will be held at CCCSD, 5019 Imhoff Place, Martinez
beginning at 2:00 PM. The public is invited to comment on the proposed policy at this meeting.
Key features of this policy are summarized here.
1. The AVAD program would use voluntary assessment districts based on a contractual
assessment process. Participants will sign a contract with CCCSD, agreeing to pay back
funds fronted by CCCSD to cover the design and construction of infrastructure.
2. The source of funds to cover the assessment district costs would be CCCSD reserves or
borrowed funds with an interest rate based on the Local Agency Investment Fund (LAIF)
rate plus 1 % or the borrowed funds' interest rate plus 1 %, with a minimum interest rate of
6 %.
3. Assessment district formation criteria include requiring having a minimum of three
properties be directly tributary to a proposed AVAD facility; a minimum of 60 percent of
those properties must already be developed; a minimum of half must be willing to be a
Participant; and no more than two dwellings per Participant Parcel. Exceptions to these
criteria will be considered on a case -by case basis.
4. The obligation to pay assessments would be recorded as a lien against the property.
Participants would be given the option to pay off their assessment within one month of the
assessment being set or allowed to amortize the debt through payments on their property
tax bills.
5. The amortization period for paying back funds to CCCSD would be 15 years with no
interest penalty for early payoff.
ej Rr.;,,al Paper
Alhambra Valley Property Owners
October 26, 2006
Page 2
6. CCCSD initially will be responsible for the Non - participant Parcels' share of AVAD costs.
The obligation of a Non - participant Parcel owner to pay a reimbursement fee to CCCSD
upon future connection to an AVAD facility will not expire. Increases in AVAD Non-
participant Reimbursement Fees may be made by the Board of Directors periodically to
recover CCCSD's carrying cost of advancing the Non - participants' share of AVAD
expenses.
7. The proposed financing program would be offered on a limited time basis. Direct
connectors would have about a year from completion of the trunk sewer to apply for
financing, and property owners in neighborhoods building main extensions would have
about up to three years to initiate formation of an assessment district.
8. The assessment district would offer financing for the following property owners' costs:
Direct or Indirect connector's share of the cost of the trunk sewer; side street main
extension design and construction costs, including the portion of a private lateral sewer
located in the street; CCCSD's capacity fee. The cost of installing the private pipe on a
participant's property, abandoning an existing septic tank, and other CCCSD fees would
be specifically excluded from CAD financing.
9. The initial allowable financing program boundaries would match the properties included in
the Board of Directors' recent Resolution of Application to LAFCO to annex much of
Alhambra Valley. After establishing the financing program, the expansion of its
boundaries and the potential provision of additional financing would require the approval
of additional annexations by the Board of Directors and LAFCO.
If you have any questions regarding this proposed policy, please contact me at 925 - 229 -7336 or
Engineering Assistant III Russ Leavitt at 925 - 229 -7255.
Sincerely,
a,v kX
Curtis W. Swanson
Environmental Services Division Manager
CWS /RBLmvp
cc: R. Leavitt, CCCSD
N \FNVRRRV\Planninn \I waviff \Alhamhra Vallwv\Finnnrinn \Pnliry Mppitinne Invites Mr.
Central Contra Costa Sanitary District
' BOARD OF DIRECTORS
POSITION PAPER
Board Meeting Date: November 2, 2006 No.: 8.b. ENGINEERING
Type of Action: AUTHORIZE AGREEMENT
subject: AUTHORIZE THE GENERAL MANAGER TO EXECUTE AN AGREEMENT
WITH TREADWELL AND ROLLO TO PROVIDE PROFESSIONAL ENGINEERING
SERVICES FOR THE SCB DIESEL LEAK INVESTIGATION, DISTRICT PROJECT
7225
Submitted By: Initiating Dept. /Div.:
Randy Schmidt, Senior Engineer Engineering /Environmental Services
REVIEWED AND RECOMMENDED FOR BOARD ACTION:
V�
R. Schmidt C. Swanson A. Farrell James M. KeJf
V V General Manager
ISSUE: Board approval is required for consultant agreements over $50,000.
RECOMMENDATION: Authorize the General Manager to execute a consultant
agreement with Treadwell and Rollo for $102,000 for the SCB Diesel Leak investigation,
District Project 7225.
FINANCIAL IMPACTS: The estimated cost of the proposed diesel fuel leak
investigation including services under this consultant agreement and District staff time is
$169,000. Depending on the outcome of the proposed investigation and review by the
Regional Water Quality Control Board, the District may have to conduct additional future
monitoring or remediation to reduce the levels of diesel fuel in the soil and groundwater.
ALTERNATIVES /CONSIDERATIONS: The diesel pipeline leak has been repaired, but
there is the potential for soil and groundwater contamination. The RWQCB has been
notified as required and is requiring appropriate diesel plume identification before
determining remedial action. Previous investigations have not definitely identified the
extent of the diesel contamination, so additional investigation is required.
BACKGROUND: There are two large emergency diesel fuel storage tanks just north
east of the Solids Conditioning Building (SCB) (see attached map). Diesel fuel from
these storage tanks is pumped on an intermittent basis to a smaller day tank on the
third floor of the solids building. There was a leak in one of the two transfer lines, which
caused diesel fuel to seep into the basement of the SCB. The diesel fuel transfer lines
enter the SCB in near the northeast corner of the building.
In 2001, staff detected diesel fuel seeping into the basement of the SCB. Staff
determined that one of the two diesel transfer pipelines was leaking. The pipeline was
repaired and the seepage of diesel fuel into the SCB ceased. In 2004 and 2005, staff
conducted investigations to qualitatively determine the levels and extent of the diesel
N: \ENVRSEC \Position Papers \Schmidt \Treadwell & Rollo SCB Diesel Leak 11- 2- 06.doc Page 1 of 2
POSITION PAPER
Board Meeting Date: November 2, 2006
subject. AUTHORIZE THE GENERAL MANAGER TO EXECUTE A CONSULTANT
AGREEMENT WITH TREADWELL AND ROLLO FOR DP 7225: SCB DIESEL LEAK
INVESTIGATION
conducted investigations to qualitatively determine the levels and extent of the diesel
plume in the soil surrounding the SCB that resulted from the pipeline leak. Based on
the results of these initial investigations, staff is proposing to install long -term wells
along the Grayson Creek levee to monitor concentration levels and movement of the
diesel plume for the next one to two years.
The total estimated cost of the SCB Diesel Investigation is $300,000. Of this amount,
$131,000 has been expended on this project to date. There are adequate funds in the
Treatment Plant Program of the current Capital Improvement Budget for the proposed
diesel plume investigation.
Staff has concluded that the agreement with Treadwell and Rollo is exempt from the
California Environmental Quality Act (CEQA) under District CEQA Guidelines Section
15306 since it involves information collection activities that would not result in a serious
or major disturbance to an environmental resource. This information gathering may
result in studies leading to possible future actions that the District has not approved,
adopted or funded. Approval of this agreement will establish the Board of Directors'
independent finding that this agreement is exempt from CEQA. The District will
conduct an environmental evaluation of any capital project that is proposed in the future
as a result of these studies to determine the appropriate CEQA compliance
documentation.
RECOMMENDED BOARD ACTION: Authorize the General Manager to execute a
consultant agreement with Treadwell and Rollo for $102,000 for the SCB Diesel Leak
investigation, District Project 7225.
N: \ENVRSEC \Position Papers \Schmidt \Treadwell & Rollo SCB Diesel Leak 11- 2- 06.doc Page 2 of 2
O
O
/ v
w
w
0
C
E
L
N
Q
\�
Z
O
H
a
c�
ch
W
z
Q
J
J
W
y
W
m
V
y
0
o4j
U •�
+.0
oA!
�C
c
0
U�
'c
++ 0
c co
m
U
N
N
�ml