HomeMy WebLinkAbout15. Award $24,292,551 contract to Mountain Cascade, Inc. for Pump Station Upgrades, Phase 1, DP 8436, increase contract contingency to 7.5%, authorize contracts for engineering support and construction management services, etc. Page 1 of 31
Item 15.
CENTRAL SAN BOARD OF DIRECTORS
vie
. , Hill. , , . .
POSITION PAPER
MEETING DATE: NOVEMBER 7, 2019
SUBJECT: FIND THAT THE PROJECT IS EXEMPT FROM THE CALIFORNIA
ENVIRONMENTAL QUALITYACT (CEQA);AWARD A CONSTRUCTION
CONTRACT IN THE AMOUNT OF $24,292,551 TO MOUNTAIN CASCADE,
INC., THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER FOR THE
PUMP STATION UPGRADES, PHASE 1, DISTRICT PROJECT 8436;
AUTHORIZE THE GENERAL MANAGER TO EXECUTE THE CONTRACT
DOCUMENTS SUBJECT TO SUBMITTAL REQUIREMENTS AND INCLUDE
UP TO A 7.5-PERCENT CONTRACT CONTINGENCY, AMEND AN EXISTING
AGREEMENT WITH V.W. HOUSENAND ASSOCIATES TO INCLUDE
ENGINEERING SUPPORT SERVICES IN AN AMOUNT NOT TO EXCEED
$900,000; EXECUTE A PROFESSIONAL ENGINEERING SERVICES
AGREEMENT WITH PSOMAS IN AN AMOUNT NOT TO EXCEED
$1,800,000 FOR CONSTRUCTION MANAGEMENT SERVICES; AND
INCLUDE A BID ALTERNATIVE TO UPGRADE THE MORAGAAND ORINDA
CROSSROADS PUMP STATIONS TO DRY PIT SUBMERSIBLE PUMPS IN
THE AMOUNT OF $1,342,000
SUBMITTED BY: INITIATING DEPARTMENT:
KEITH GELLERMAN, ASSOCIATE ENGINEER ENGINEERING AND TECHNICAL SERVICES-
CAPITAL PROJECTS
REVIEWED BY: SASHA MESTETSKY, SENIOR ENGINEER
EDGAR J. LOPEZ, CAPITAL PROJECTS DIVISION MANAGER
JEAN-MARC PETIT, DIRECTOR OF ENGINEERING AND TECHNICAL
SERVICES
Roger S. Bailey
General Manager
ISSUE
On October 24, 2019, three bids were received for the construction of the Pump Station Upgrades,
November 7, 2019 Regular Board Meeting Agenda Packet- Page 108 of 414
Page 2 of 31
Phase 1, District Project 8436 (Project). The Board of Directors (Board) must award the contract or reject
bids within 50 days of the bid opening.Authorization is required for the General Manager to execute the
Contract Documents subject to submittal requirements and include a 7.5-percent contract contigency; and
to execute agreements with V.W. Housen and Associates (Engineer of Record) and Psomas
(Construction Management).
BACKGROUND
I n 2015, Central San staff initiated an evaluation of the Moraga and Orinda Crossroads Pump Stations at
the request of Operations due to several deficiencies with the standby power engine driven systems,
electrical and instrumentation concerns, and other equipment identified for replacement. The most
impactful item identified was replacement of the 1,000-horsepower Waukesha diesel engines (circa 1959)
at both stations.
The 2017 Comprehensive Wastewater Master Plan identified additional electrical, mechanical, structural,
and instrumentation work needed at Moraga and Orinda Crossroads Pump Stations, including similar
renovation at Flush Kleen Pump Station. Staff decided to package the three pump stations into one
construction effort, which has been included in the current Capital Improvement Budget titled Pump
Station Upgrades, Phase 1, District Project 8436 (Phase 1).
I n May 2017, staff issued a formal Request for Proposals (RFP) advertised on PlanetBids and the
Central San website to select a professional engineering consultant to provide design services for the
project. The intended scope outlined in the RFP included design services and follow-up services during
construction. Three proposals were received (Carollo Engineers, Inc., Stantec Consulting Services
(MWH), and V.W. Housen and Associates (VWHA)). Staff evaluated the proposals, interviewed the
consultant teams, and recommended VW HA as the best overall fit for the project.
On July 20, 2017, the Board was informed of the planning and predesign effort for Phase 1 and the
Phase 2 Martinez pump stations (Martinez, Fairview, and Maltby). Staff recommended evaluation of these
pump stations for efficiency since similar investigation and condition assessments were needed. At that
meeting, the Board authorized staff to hire VW HA to assist in the project development by providing
condition assessments and technical support to allow staff to consider alternatives and for staff to
ultimately recommend the best project approach to the Board.
At the May 3, 2018 Board Meeting, staff presented the predesign findings and recommended final design
of Phase 1, which included a detailed alternative analysis and business case evaluations (BCEs)
conducted by the project team. At the meeting, the Board authorized staff to perform the final design with
VW HA. Phase 2 would be initiated later due to land acquisition needed for the proposed work.
Overall, the scope of work mainly consists of upgrading emergency generators, installing new electric
driven wet weather pumps, major electrical upgrades, new grinders (Moraga only), and various piping,
valves, and control upgrades needed for the pump stations. The following is a summary of the history,
detailed scope of work, and the BCEs conducted for each pump station in the Phase 1 project:
Moraga and Orinda Crossroads Pump Stations
Moraga Pump Station, originally installed in 1959, is located at 1790 School Street in Moraga, across from
Hazelwood Court in a residential neighborhood. Orinda Crossroads Pump Station is located at 10 Camino
Pablo in Orinda, across from Brookwood Drive in downtown Theater Square. These stations were
installed around the same time and are nearly identical in design and features. They have gone through
upgrades, with the most recent renovation performed around 1998. The pump stations consist of three dry
weather electric pumps and two wet weather diesel engine driven pumps (Waukesha and Caterpillar
engines). During the predesign, staff determined that an "All-Electric" option (Option 2 described below)
warranted consideration prior to committing to replacement of the Waukesha engine, generator installation,
November 7, 2019 Regular Board Meeting Agenda Packet- Page 109 of 414
Page 3 of 31
and other related improvements.
The predesign included BCEs that provide alternatives at both stations to handle an emergency situation
due to the loss of PG&E grid power. The alternatives and options include the following:
• Option 1 - Keep engine driven pumps for wet weather pumps (i.e., keeping the Caterpillar engine at
each pump station with new controls and installing a new engine to replace the Waukesha engine);
• Option 2 -AII-Electric pumps. This included evaluating the use of 480 V (volt)versus 4160 V as the
wet weather pumps would be equipped with larger electric motors (650 horsepower);
• Option 3 - Electric Hybrid. The Electric Hybrid option implements the "All-Electric" Option 2
described above by installing one electric wet weather pump and deferring replacement of the 1998
Caterpillar diesel engines with the second electric wet weather motors and other electrical equipment
to a future project;
• Option 4 - Building a new pump station at another location for Orinda Crossroads Pump Station.
This alternative was not pursued due to the lack of available sites and the high cost associated with
relocating the gravity sewers and infrastructure; or
• Option 5 -Abandoning the Orinda Crossroads Pump Station and converting the system to gravity
flow. Four sub-alternatives were identified and evaluated under this option. Although these options
were feasible from an engineering standpoint, they were all too costly as compared to the renovation
alternatives proposed in the other options described above.
During the July 25, 2019 Board Meeting, another option (Option 6)was presented by the Board to staff.
This option was a variation to Option 3, which includes replacing the Waukesha engine with electric driven
pumps and variable frequency drives (VFDs), keeping the Caterpillar engines (updating the controls), and
replacing the standby 75-kilowatt generator in kind. Option 6 would have a generator sized only to power
lighting and other auxiliary loads but would not be able to power any of the pumps. Attachment 1 provides
full details of the options and BCEs.
Staff determined that Option 2 (All-Electric) is the preferred alternative at both stations for multiple
reasons:
• It provides the ability to operate all five pumps at each pump station under electrical power, using
VFDs to match the flow and pumping capacity, and improves pumping transitions and low flow
operations during PG&E outages.
• It provides resiliency during a PG&E's Public Safety Power Shutoff (PSPS) event. In October
2019, the Moraga, Orinda Crossroads, and Flush Kleen Pump Stations were impacted by a PSPS
and Central San continued operation at these locations using backup power and large engines/wet
weather pumps at low dry weather flows. Option 2 is the best alternative for Central San during these
events, which most likely will be more frequent in the future.
• Adding the latest Tier 4 standby generator will minimize future requirements associated with
escalating Bay Area Air Quality Management District regulations for diesel engines and will power all
the equipment and pumps at the pump stations.
• It standardizes the Moraga and Orinda Pump Stations. The conversion to all electric pumping was
implemented successfully at the Lower Orinda Pump Station in 2003. This approach is standard
operating practice for all other major Central San pump stations.
November 7, 2019 Regular Board Meeting Agenda Packet- Page 110 of 414
Page 4 of 31
Additional evaluations and BCEs were performed to address pump station resiliency, which includes
seismic, external flooding, internal flooding due to equipment or piping failure, and surge and corrosion
protection. I n order to address internal flooding, staff recommends the replacement of the dry weather
pumps from vertical centrifugal dry pumps to submersible dry pit pumps. Recognizing the fact that the
existing dry weather pumps were replaced in the early 2000's and the capacities are adequate, staff has
included this recommended improvement as a bid alternative.
The scope of work for these pump stations also includes, but is not limited to, new generators sized to
pump both low dry weather and build-out peak wet weather flows as well as other electrical load for the
building and controls; new PG&E service, switchgear and motor control centers, including configuration of
breakers to allow for operator servicing, and implementing Arc Flash safety requirements; replacing surge
tanks; and adding on the north side grinders at Moraga Pump Station to address the ongoing maintenance
caused by wipes and other debris.
Flush Kleen Pump Station
Flush Kleen Pump Station, originally built in 1950, is one of Central San's oldest pump stations. Certain
electrical, instrumentation and controls (EI&C) equipment are obsolete and replacement parts cannot be
obtained from manufacturers. Based on E I&C assessment, staff recommended replacing the standby
power generator, automatic transfer switch, electrical service, and power distribution.
Staff recommends installing two new dry pit submersible constant speed pumps. The new pumps will
allow build-out peak wet weather flows to be pumped through a single force main and for larger solids to
be passed at low flows. Dry pit submersible pumps will provide increased resiliency at the station. It is
recommended to replace piping and valves located in the drywell.
General Contractors and Electrical Subcontractors Pre-Qualifications
Based on the project complexity, staff issued a formal Request for Statements of Pre-Qualifications of
General Contractors (GCs) and Electrical Subcontractors (ESs) on July 15, 2019. Pre-qualifications
included assessment of past performance and safety, experience, and financial status. Central San
received interest from ten GCs and ten ESs; nine GCs and ten ESs were approved and invited to bid the
project.
Construction Management Selection
Staff issued a formal Request for Proposal to provide third-party construction management (CM), that
would include construction management, inspection, special inspection, and start-up services. Central San
received proposals from five CM firms: Kennedy Jenks; Psomas (previously Covello Group);Anchor CM;
Consolidated CM, and 4Leaf, Inc. VW HA was not allowed to submit as it would be a conflict of interest to
perform construction management on their own design. After reviewing the proposals and conducting
interviews of the top-ranking firms, staff selected Psomas for this project.
Bidding
The Engineer's estimate for construction of Phase 1 was $24,000,000, including the additive bid items.A
project location map is shown in Attachment 2. VW HA and staff prepared the plans and specifications for
the project.
This project was advertised on August 26 and September 3, 2019. Three sealed bids ranging from
$24,292,551 to $29,194,000 were received and publicly opened on October 24, 2019. The Engineering
and Technical Services Department conducted a technical and commercial review of the bids and
determined that Mountain Cascade, Inc. (MCI) is the lowest responsive and responsible bidder.A
summary of bids received is shown in Attachment 3. Staff recommends including the $1,342,000 additive
bid item submitted by MCI for the six dry pit submersible pumps at the Moraga and Orinda Crossroads
Pump Stations, but to not include the $985,000 alternative bid item for the South Grinder Structure at the
Moraga Pump Station. Staff has reviewed and discussed the bids and estimates with the three bidders,
November 7, 2019 Regular Board Meeting Agenda Packet- Page 111 of 414
Page 5 of 31
and received the following feedback:
• Contractors and subcontractors in northern California, and especially in the Bay Area are very
busy due to a robust economy. This has affected bid pricing to higher costs.
• Electrical subcontractors, electrical equipment and vendors are driving project schedules and are
higher in costs.
• PSPS has created a high demand on emergency generators.
• The project is complex and has high-risks.
• Long project duration created by very strict construction milestones, due to operational and wet
weather restrictions, is also increasing the cost.
Overall, staff believes the price submitted by MCI is very competitive and the lowest costs in the current
bid climate. Re-bidding the project would result in a higher bid as Central San would likely get less
bidders.
Capital Projects staff will provide oversight of the CM (Psomas), Engineer of Record (VW HA), and
contractor(MCI) during construction of the project. Operations will staff at least one operator at each of
the stations during the project to coordinate shutdowns and provide any support needed to run the station.
Public outreach with the Town of Moraga and City of Orinda, along with public relations with the impacted
businesses and residents, will be coordinated through Central San's Communication Services group.
Psomas is planned to be the day-to-day contact with the contractor and provide construction management
services that include services stated above in addition to other CM duties, such as documenting the
project, reviewing schedules, and safety oversight. VMHA will be retained since they are the Engineer of
Record and will assist with submittal reviews, contractor requests for information, and design clarifications.
CEQA
Staff has concluded that this project is exempt from CEQA under Central San's CEQA Guidelines
Section 15301, since it involves minor alterations to existing public facilities involving no expansion of use,
and CEQA Guidelines Section 15302, since it involves replacement of existing public facilities at the
same location and with the same purpose.Any capacity increases are for non-growth inducing, wet
weather purposes. Approval of this project will establish the Board's independent finding that this project is
exempt from CEQA.
ALTERNATIVES/CONSIDERATIONS
The Board could consider the following alternatives or provide other direction:
1. The project included two additive bid items:
• Construction of a grinder structure and equipment at the south gravity feed to the Moraga
Pump Station, which costs $985,000. Staff does not recommend including this bid alternative
at this time, as most of the flow(about 75%) and most of the issues with rags is coming from
the north gravity line. This later will be addressed as part of the Project as part of the base bid.
• Upgrade the dry weather pumps to dry pit submersible pumps to add resiliency from internal
flooding at both stations (Moraga and Orinda Crossroads Pump Stations) in the amount of
$1,342,000. Staff recommends including this bid alternative as part of this project to address
resiliency concerns.
The Board could elect to add or delete these additive items to the construction contract.
2. Staff's approach of supplementing labor with consultants, such as the Psomas CM agreement,
November 7, 2019 Regular Board Meeting Agenda Packet- Page 112 of 414
Page 6 of 31
could be rejected by the Board. Capital Projects is not currently staffed at a level to support this
construction project. Additional staff, up to three persons, would have to be considered to perform
construction management, general inspection, and resident engineering. Specialty inspection would
need to be outsourced since staff does not have the qualifications to perform specialty work.
3. Reject all bids, which is not recommended. This project will address the deficient and aging
infrastructure at the pump stations and provide long-term reliability and operational performance of
the mechanical and electrical systems.
FINANCIAL IMPACTS
The total estimated project cost is $35,031,000, including planning, predesign, final design, staff,
construction contract, a 7.5-percent contingency, and other project costs detailed in Attachment 4. Phase
1 was included in the Fiscal Year(FY) 2019-20 Budget on page 153 with an estimated budget of $27.85
million in 2019 dollars. This project will span multiple fiscal years and does not include escalation of future
years (amounting to $28.6 million), which is accounted for in the Central San rate model.Although there is
adequate funding for the project through FY 2020-21, there is a shortfall of approximately$6.38 million in
the current Ten-Year Capital Improvement Plan. These funds will be supplemented from the FY 2021-23
Collection System Program under sewer renovation projects and future contingency as shown in
Attachment 5, which also shows the current construction commitments in the Capital Program. For FY
2021-22, staff had increased the funding in the program for sewer renovation. This change will keep sewer
renovations funded at the same level as currently performed.
COMMUNITY OUTREACH
Central San has held multiple meetings with both the Town of Moraga and the City of Orinda to answer any
questions or concerns about the project. I n addition, staff held an open house at the Moraga Pump Station
on October 17, 2019, where residents had the opportunity to learn or ask questions about the project.
Additional notifications will be provided to all impacted residents and businesses after the award of the
project and before construction.
COMMITTEE RECOMMENDATION
The Engineering and Operations Committee reviewed this project at its meeting on October 29,
2019, and recommended approval of the construction contract. However, Member Pilecki recommended
to delete the additive bid item of $1,342,000 to install dry pit submersible pumps since the existing pumps
have significant remaining life (20 years or possibly more). Chair Nejedly and Member Pilecki agreed to
increase the contract contingency from 5 percent to 7.5 percent due to the complexity of the project.
RECOMMENDED BOARD ACTION
Staff recommends the following:
1. Find that the project is exempt from CEQA;
2. Award a construction contract in the amount of$24,292,551 to Mountain Cascade, Inc., the lowest
responsive and responsible bidder for the Pump Station Upgrades, Phase 1, District Project 8436;
3. Authorize the General Manager to execute the Contract Documents subject to submittal
requirements and include up to a 7.5-percent contract contingency;
4. Authorize the General Manager to amend an existing agreement with V.W. Housen and Associates
in an amount not to exceed $900,000 for engineering support services during construction;
November 7, 2019 Regular Board Meeting Agenda Packet- Page 113 of 414
Page 7 of 31
5. Authorize the General Manager to execute a professional engineering services agreement with
Psomas in an amount not to exceed $1,800,000 for construction management services: and
6. Include a bid alternative to upgrade the Moraga and Orinda Crossroads Pump Stations to dry pit
submersible pumps in the amount of$1,342,000.
Strategic Plan Tie-In
GOAL TWO: Strive to Meet Regulatory Requirements
Strategy 2- Strive to minimize the number of sanitary sewer overflows, Strategy 3- Comply with all federal, state, and
local regulations related to District administration
GOAL FIVE:Maintain a Reliable Infrastructure
Strategy 1 - Manage assets optimally throughout their lifecycle, Strategy 2- Facilitate long-term capital renewal and
replacement, Strategy 3- Protect District personnel and assets from threats and emergencies
GOAL SIX: Embrace Technology, Innovation and Environmental Sustainability
Strategy 2- Reduce reliance on non-renewable energy
ATTACHMENTS:
1. Business Case Evaluations and Table
2. Project Location Map
3. Summary of Bids
4. Post Bid/Preconstuction Estimate
5. Phase 1 Construction Funding Tables
6. Presentation
November 7, 2019 Regular Board Meeting Agenda Packet- Page 114 of 414
Page 8 of 31
Attachment 1
Pump Station Upgrades, Phase 1, District Project 8436
Business Case Evaluations
The Preliminary Design Report, completed in February 2018, includes a business case
evaluation (BCE) that includes the following alternatives at both stations to handle
backup power in case of loss of electrical grid power currently provided by PG&E. The
alternatives and options evaluated in the BCE include the following options:
Option 1) Keep engine driven pumps for wet weather backup power (this option
replaces the Waukesha engine with a new engine for the wet weather pumps and
upgrades the controls for the existing Caterpillar engine);
Option 2) All-Electric (remove both engines and provide electric motors on all wet
weather pumps. Provide a standby power generator large enough (800-900 kW) to
power the entire station - both dry and wet weather pumps). The team evaluated using
of 480 V versus 4160 V, as the wet weather pumps would be equipped with larger
electric motors (650 horsepower); and
Option 3) Electric Hybrid. The Electric Hybrid option implements the "All-Electric" Option
2 described above by installing one electric wet weather pump under the initial project
but defers the replacement of the 20-year-old Caterpillar diesel engine/pump with the
second electric wet weather pump to a future project. Under this option a new generator
(350-400 kW) would be provided to power the dry weather pumps but not the new
electric driven wet weather pumps.
It should be noted that two additional options were evaluated for the Orinda Crossroads
Pump Station. One of these additional options: Option 4) included relocating the pump
station to another location since the existing site is constrained. This alternative was
abandoned due to the lack of available potential sites nearby and the cost that would be
associated with relocating the gravity sewers and infrastructures to another location.
Option 5) evaluated abandoning the Orinda Crossroads Pump Station and converting it
to a gravity flow. Three sub-alternatives to gravity flow from Orinda Crossroads were
identified and evaluated. Although these options were feasible from an engineering
standpoint, they were all too costly as compared to the renovation alternatives proposed
in Options 1, 2, and 3 above.
During the July 25, 2019 Board Meeting, another option (Option 6) was presented by
the Board to staff. This option was a variation to Option 3, which includes replacing the
Waukesha engine with electric driven pumps and variable frequency drives (VFDs),
keeping the Caterpillar engines (updating the controls), and replacing the standby 75-
kW generator in kind. Option 6 would have a generator sized for lighting and other
auxiliary loads but would not be able to power any of the pumps.
November 7, 2019 Regular Board Meeting Agenda Packet- Page 115 of 414
Page 9 of 31
Staff determined that Option 2 (All-Electric) is the preferred option at both stations for
multiple reasons:
• It provides the ability to operate the pump station under electrical power, and
using VFDs to match the flow, and pumping capacity and it improves pumping
transitions and low flow operations.
• It improves the ability to operate the pump station in low flow condition with
large capacity pumps.
• Adding a latest approved Tier 4 large single standby generator will minimize
future requirements associated with escalating Bay Area Quality Management
District regulations for diesel engines.
• It eliminates the engines which are only coupled with the wet weather pumps.
• It eliminates additional foreseeable wet weather pumping future upgrades.
• It standardizes the pump station. The conversion to all electric pumping was
implemented successfully at the Lower Orinda Pump Station in 2003.
• During recent implementation by PG&E of a Public Safety Power Shutoff
(PSPS) event in mid-October 2019, the Moraga, Orinda Crossroads, and the
Flush Kleen Pump Stations were impacted by this event, and Central San
operated using the backup power and engines at these and other locations.
The recommended alternative under Option 2 is the preferred alternative that
best fits Central San needs to respond to these events which may be more
frequent in the foreseeable future.
The following table represents the BCE, including the new Option 6 evaluated:
November 7, 2019 Regular Board Meeting Agenda Packet- Page 116 of 414
Page 10 of 31
Pump Station (PS) Upgrades, Phase 1, District Project 8436
Business Case Evaluations Table
mmOrinda Crossroads PS Standby Power Generators Firm Pumping Capacity
(MGD) (2)
• Description Applicability Estimated Applicability Estimated Size of New Powers PS Powers Wet Powers New Standby Wet Weather Wet Weather Normal Under Pumps Available under
of Option of Option Construction of Option Construction Standby Lighting Weather Dry to Power All Pump 1 Pump 2 Operation Emergency Emergency Power Operating
Cost Cost GEN Pump(s) Weather PS Electrical Power Condition
(1St Qtr. (1St Qtr. Pumps Needs a. Orinda Operation
2018$) 2018$) b. Moraga a. Orinda
b. Moraga
Keep YES $7.12M YES $8.10M 250 kW OC YES YES YES Keep Replace a. 0.45 to Both Wet Weather Pumps on
Engines (3) (1 pump = Caterpillar Waukesha 22.3 engines
300 kW PDWF) with a new b. 0.71 to (Two pumps at each PS)
Moraga engine 14.4 + One Dry Weather Pump
(generator)
(One pump at each PS)
All-Electric YES $8.00M YES $9.02M 750 kW OC YES YES YES YES Replace Replace a. 0.45 to All Pumps Dry and Wet Weather
650 kW Caterpillar Waukesha 22.3 (5) Pumps at each PS on
Moraga with electric with electric a. 0.45 to b. 0.71 to standby generator
motor and motor and 22.3 14.4
VFD VFD
Electric YES $7.56M YES $8.65M 250 kW OC YES YES YES YES Keep Replace b. 0.71 to a. 0.45 to Three Dry Weather Pumps &
Hybrid (2) Caterpillar Waukesha 14.4 22.3 One Wet Weather Pump on
$8.66M (4) $9.75M (4) 300 kW with electric b. 0.71 to standby generator and
Moraga (2) motor and 14.4 One Wet Weather on engine
VFD
Relocate YES $30M + NO N/A 750 kW YES YES YES YES New pump New pump a. 0.45 to All Pumps Dry and Wet Weather
PS with electric with electric 22.3 (5) Pumps at PS on standby
motor and motor and b. 0.71 to generator
VFD VFD 14.4
Abandon YES $39M -$72M NO N/A N/A N/A N/A N/A N/A N/A N/A a. 0.45 to N/A
PS and 22.3
Convert to b. 0.71 to
Gravity 14.4
Minimize YES $6.96M YES $8.05M 75 kW (1) YES YES Keep Replace a. 0.45 to Only one Wet Weather Pump
Option 3 (1 pump = Caterpillar Waukesha 22.3 (One pump at each PS)
$8.66M (5) $9.75M (5) PDWF) but with electric b. 0.71 to
no backup motor and 14.4
VFD
Notes:
(1) Reuse existing 75 kW generators. This option will require the replacement of the new generator installed under this Phase 1 project in the future when the Caterpillar engine is eventually replaced. Total project cost is same as Option 3 but
increased due to inflation.
(2) Limited to no space on site for installation of a large generator with Caterpillar radiator to remain. Smaller generator(300 kW at Moraga and 250 kW at OC for PDWF = 1 dry weather pump) can be installed under Phase 1 project but this
option will require the replacement of the smaller generator installed in the future when the Caterpillar engine is eventually replaced, increasing total overall cost. Under this option (300 kW at Moraga and 250 kW at OC), one dryweather on
standby generator and one wet weather pump on engine.
(3) Limited to no space on site for installation of 250 kW generator to operate one dry weather pump (PDWFs)with radiators to remain.
(4)Total project cost in current 1st Quarter 2018 $s. includes Phase 1 project and deferred future costs ($1.1M/station).
(5)Total project cost in current 1st Quarter 2018 $s. includes Phase 1 project and deferred future costs ($1.7M/station). Same overall total project cost as Option 3, but more $s are deferred.
November 7, 2019 Regular Board Meeting Agenda Packet- Page 117 of 414
680
IWE
INS
'-Uw r''FA
^ , • ' � ' " • " • ' ��11 `680
`OW•.
Project
i 1
ACDPump Station Upgrades, Phase 1 Attachment ENTMLSAN District Project 8436 2
CENTRAL CONTRA COSTA SANITARY DISTRICT Project Location
Page 12 of 31
ATTACHMENT 3
PUMP STATION UPGRADES, PHASE 1
DISTRICT PROJECT 8436
SUMMARY OF BIDS
PROJECT NO.: 8436 NO. OF ADDENDA: 4 DATE/TIME: OCTOBER 24, 2019/2:00 PM
PROJECT NAME: PUMP STATION UPGRADES, PHASE 1
PROJECT MANAGER: KEITH GELLERMAN
PROJECT LOCATION: ORINDA AND MORAGA, CALIFORNIA
ENGINEER'S ESTIMATE: $24,000,000, INCLUDING ALL ADDITIVE BID ITEMS
NO. BIDDER BID PRICE
1 Mountain Cascade, Inc. $24,292,551
Livermore, California
2 C. Overaa & Co. $25,594,000
Richmond, California
3 Kiewit Infrastructure West Co. $29,194,000
Fairfield, California
BIDS OPENED BY /s/Katie Young DATE: October 24, 2019
November 7, 2019 Regular Board Meeting Agenda Packet- Page 119 of 414
Page 13 of 31
ATTACHMENT 4
PUMP STATION UPGRADES, PHASE 1
DISTRICT PROJECT 8436
POST-BID/PRECONSTRUCTION ESTIMATE
% Of
Item Description Amounts Construction
No. Cost
1. CONSTRUCTION
a. Construction Contract $24,292,551
b. Alternative 131 —South Grinder at Moraga Only* $0
c.Alternative B2—Dry Pit Submersible Pumps $1,342,000
d. 7.5% Contract Contingency $1,821,449
e. Permits (CalTrans, Orinda, Moraga, BAAQMD) $50,000
SUBTOTAL- CONSTRUCTION COST $27,506,000 100%
2. CONSTRUCTION MANAGEMENT
a. District Forces
- Project Management $600,000
- Public Relations/Right-of-Way $50,000
- Operations $75,000
b. Consultants
- Construction Management/Inspection (Psomas) $1,800,000
- Engineering Support during Construction (VWHA) $900,000
- Material Testing/Specialty Inspection $300,000
SUBTOTAL-CONSTRUCTION MANAGEMENT $3,725,000 13.5%
3. PREBID EXPENDITURES
a. Engineering (Planning, design, staff and consultants) $3,800,000
SUBTOTAL- PREBID EXPENDITURES $3,800,000 13.8%
4. TOTAL ESTIMATED PROJECT COST $35,031,000
*This item costs$985,000;staff is not recommending including the work in the Contract.
November 7, 2019 Regular Board Meeting Agenda Packet- Page 120 of 414
Attachment 5
Pump Station Upgrades, Phase 1, District Project 8436
Phase 1 Construction Funding Tables
DP# Project Name To Date FY 2019-20 FY 20-21 FY 21-22 FY 22-23 Total
Budget Budget Budget Budget Budget Budget
Current Budget (*) 8436 Pump Station Upgrades, $ 3,700,000 $ 4,600,000 $ 12,875,000 $ 5,833,180 $ 1,635,000 $ 28,643,180
Phase 1
Budget based on Bid
Results and Revised $ 3,700,000 $ 4,000,000 $ 10,540,000 $ 12,400,000 $ 4,391,000 $ 35,031,000
Cash Flow
Variance $ - $ 600,000 $ 2,335,000 $ (6,566,820) $ (2,756,000) $ (6,387,820)
Accumulative Budget
Carry Forward or $ - $ 600,000 $ 2,935,000 $ (3,631,820) $ (6,387,820)
(Shortfall)
Future CIP 8451 Collection System Sewer $ 1,500,000
Adjustments Renovation Phase 1
TBD Collection System Sewer $ 2,756,000
Renovation Phase 2
Future CIP Contingency
TBD or Sewer Construction $ 2,131,820
Fund
Total Future $ _ $ _ $ - $ 3,631,820 $ 2,756,000 $ -
Adjustments
Revised Accumulative
Budget Carry Forward $ - $ 600,000 $ 2,935,000 $ - $ - $
or Shortfall
* Budget has been adjusted to reflect future escalation of 3% per year, which is included in the rate model.
Page 1 of 2
November 7, 2019 Regular Board Meeting Agenda Packet- Page 121 of 414
Sewer Construction Budget Construction Commitments Table
Sewer Construction Budget,
Commitments and Capacity
$120 $120
$100 j $100
1
1 1 1
1 i ; 40.1
$80 1 30.5 1 1 I $80
1 1 ` 1 1
I
1 1 1
—4
$60 $60
j 29.2
$40 1 51.4 1 53.7 i $40
61.71
$20 $20
$0 $0
19/20 20/21 21/22 22/23
Fiscal Year
OApproved and Projected Budget per FY
Committed already(contracted)
=JI Remaining capacity with existing rates
lllllllllllllQAdditional capacity with planned increases
SSC funding capacity from Existing Rates*
* Future years amounts may differ to the extent of reserve drawdowns.Additional analysis required.
Page 2of2
November 7, 2019 Regular Board Meeting Agenda Packet- Page 122 of 414
Attachment 6
PUMP STATION UPGRADES, PHASE 1
I
DISTRICT PROJECT 8436
Board Meeting
y
November 7, 2019
Jean-Marc Petit,Director of Engineering and Technical Services
Edgar J.Lopez,Capital Projects Division Manager
A
X\
4
eem�,a v
o ° Ppse r' COLLECTION SYSTEM
M.nlne= �8 o d PUMP STATIONS UPGRADES
Pl.-HilPHASED PROJECT IN TWO
PROJECTS:
o � e
6e�Xele o�nda PHASE 1: MORAGA,
ORINDA CROSSROADS,
AND FLUSH KLEEN
PUMP STATIONS
Oakland
s.wR.mww PHASE 2: MARTINEZ,
a FAIRVIEW,
,m " AND MALTBY
Ml I
a P oon
PUMP STATIONS
�rrexnem Pka Land HHW�Celeu'Non Fsiliry ff1 Pmarety Oxnetl Pumping 5000n
� c re GCGSp Pooping S�alions
mmem Isenernmeinmimaialmm
wa na A WPq
W muenwn for 3]9, y Q,�
e mnoan �g�"a
��I. ,pwsa�nwe=nnry
1
MAY 2017 -THREE PROPOSALS RECEIVED
d Consultant Subconsultant
Carollo Engineers, Inc. • JDH Corrosion Consultants, Inc.
(Corrosion)
Services,Stantec Consulting Lee and Ro(Electrical)
V&A Consulting Engineers, Inc.
(Corrosion)
VW Housen and Associates - HDR, Inc. (Corrosion, structural and
architectural, and flood control)
• ArcSine Engineering (Electrical)
• Northwest Hydraulic Consultants
(Surge Analysis)
Selected VWHA
. Design Services
Formal Request for Proposal Issued—included for Pump Station
predesign and final design of six pump stations and upgrades
Concord flow meter.Support services to be included � ��
during construction based on Construction award.
PUMP STATION UPGRADES, PHASE 1
DISTRICT PROJECT (DP) 8436
PROGRESSION TIMELINE
July 11,2017 E&O Requested
and July 20,2017 Recommendation to
Board:Authorized April 25,2018 E&O and Award Construction
Agreement with May 3,2018 Board:Authorized Contract
VWHA for Amendment with VWHA for Final October 29,2019
Preliminary Design Design of Phase 1 Project,DP 8436 E&O
of Project,DP 8436
2017 2018 2019 2020
February 2018 July 9,2019 E&O and Requesting
VWHA Submitted July 25,2019 Board: Recommendation to
Preliminary Design, Provided a Project Update to Award Construction
including 30%Design the Board and Board Contract
and Business Case Maintained 5%Contract Board meeting
Evaluation Report Retention for Phase 1 November 7,2019
(BCE)
!g
2
PHASE 1 PUMP STATION CAPACITIES
Current Flow Firm Capacity P
T" ump Motor
Pump Station Minimum- Standby Power
Two Diesel Engine
Driven Wet
Orinda Crossroads 0.45-1.82 24.77 MGD 3—150 HP(Elec.) Weather Pumps
22.0 MGD 2—1000 HP(Eng.) and
75-kW Generator
for Building
Two Diesel Engine
3—150 HP(Elec.) Driven Wet
Moraga 0.71-2.41 18.58 MGD 2—1000 HP(Eng.) Weather Pumps
14.4 MGD and
75-kW Generator
for Building
Flush Kleen 0-0.68 MGD 1.47 MGD 2—15 HP(Elec.) 50-kW Generator
=1
MGD=Million Gallons per Day kW=kilowatt
PDWF=Peak Dry Weather Flow Elec.=Electric
PW WF=Peak Wet Weather Flow Eng.=Engine 15
PUMP STATION HISTORY OVERVIEW
CompletedPump Station Year Major Work Constructed M1 . .
Orinda Replacement of dry weather pumps
Crossroads 1959 1998 and associated electrical,one diesel
wet weather engine,surge tank
Moraga Replacement of dry weather pumps
1959 1998 and associated electrical,one diesel
wet weather engine,surge tank
Modified to act as a standard dry pit
station.Components have been
Flush Kleen 1950 1983 replaced in time or added for
reliability(ex.generators in 1998)
' 6
3
PROJECT DRIVERS
ELECTRICAL, RELIABILITY AND RESILIENCY
• Electrical:
• Major electrical, instrumentation and controls (EI&C) replacement
and rehabilitation required
• Implement recommendations from the 2015 Arc Flash Study
• Need to replace and upgrade the emergency power systems
• Improve readiness to respond to PG&E's Public Safety Power
Shutoff(PSPS)events (new critical driver)
• Asset Rehabilitation:
• Remedy deficiencies of Asset Conditions Technical Memorandum
prepared under Comprehensive Wastewater Master Plan
• Replace deteriorating piping, gates, and valves
• Provide long-term corrosion protection
• Resiliency:
• Provide resiliency from flooding (internal and external)
• Long-term reliable wet weather pumping concerns ,
ORINDA CROSSROADS PUMP STATION ISSUES
• Largest pump station for Central San
• Receives flow from 7 other pump stations
• Located in a very busy downtown commercial
area of Orinda
f
• Limited property available for new equipment
• Diesel engines on wet weather pumps are aging. '
Limited availability of original equipment
manufacturer(OEM)replacement parts on
Waukesha engine(—60 years of age)and
engine control panels using Disk Operating __,
System(DOS)(over 20 years of age)
• Wet weather pump condition(Need rebuild)
• Challenging operations during power outage in
dry weather conditions,existing 1000-HP diesel
engines used to pump low flows
• No emergency power for dry weather pumps
•lY.�
• Outdated EAC needs rehabilitation(ex.variable
frequency drives(VFDs),existing equipment
issues(Overheating)) V V
• Piping corrosion issues
8
4
ORINDA CROSSROADSSTATION
Tail
rrla ThPwlrr '
�r
tl TA-
41
//' '��• .^!r T •i'�''. ..} \
�', �• .•?,�� raft
14
_SCD•
*ks
,
Google
ORINDA CROSSROADS PUMP STATION
SCOPE OF WORK
Orinda Crossroads Pump Station needs
the following work: `
• EI&C upgrades l �'
• New standby generator sized to
operate entire station during wet —
weather(largest pump) t• -
• Wet weather pumps:
• New rotating assembly
• Conversion to electric driven `
pumps with VFDs
New dry pit submersible for dry
weather pumps (*)
• New surge tank
• New PG&E service
pw
("Bid Alternative B-2 Recommended)
MORAGA PUMP STATION
• Major pump station: Second largest
pump station for Central San, located in
a residential neighborhood near a school
and creek
• Major concerns:
• Diesel engines on wet weather -
pumps are aging. Limited availability
of OEM replacement parts on � ..�
Waukesha engine (—60 years of
age)and engine control panels
using DOS (over 20 years of age)
• Wet weather pump condition
(Rebuild) No emergency power for dry
• Challenging operations during power weather pumps
outage in dry weather conditions, • Outdated EAC needs rehabilitation
existing 1000-HP diesel engines (ex.VFDs)
used to pump low flows • Installation of mechanized
grinders(Currently manual
cleaning) -
6
MORAGA PUMP STATION SCOPE OF WORK
Moraga Pump Station needs the
following work: h
• EI&C upgrades
• New standby generator sized to +Rr
operate station in wet weather
• Wet weather pumps:
• New rotating assembly
• Conversion to electric driven
pumps with VFDs
• New grinder structure(s)
• New dry pit submersible for dry
weather pumps** N—
• New surge tank
New PG&E service
Bid Alternative B-1 for new south grinder box
Bid Alternative B-2 dry pit submersible pumps(Recommended)
I 13
ORINDA CROSSROADS AND MORAGA PUMP STATIONS ALTERNATIVES
DISADVANTAGES
Lowest current project construction • Uncertainty with continued escalating Bay Area Air Quality Management
cost District(BAAQMD)requirements using engines
Keep Engine Defers cost of replacing the existing • Unknown future requirements to replace the Caterpillar engine at a later date
Option 20-year-old Caterpillar engine to a • Continued specialized operations and maintenance(O&M)associated with the
later date engines
Lowest risk with construction • Continued difficulty with pumping range of flows due to limited turndown
sequenci ng and constraints capabilities of diesel engine driven pumps especially during low flow condition
• Major future upgrade project to replace existing Caterpillar engine
• High O&M cost
• Not preferred by O&M staff
Reliably pump entire range of flows • Highest current project construction cost
from minimum to PW WF • Risk associated with construction sequencing and constraints
Eliminates uncertainty of continued
Option escalating BAAQMD requirements
Eliminates specialized O&M
associated with the engines
Replaces all wet he
equipment
and avoids future major upgrades
Lowest O&M cost
Preferred option of O&M staff
More reliable to respond to PG&E
PIPS using new larger generators
Moves toward implementation of All- • Highest total overall construction cost when including future upgrades required
Electric option while deferring costto for implementation of full All-Electric option
a future date • Uncertainty with continued escalating BAAQMD requirements
• Continued specialized O&M for the Caterpillar engine
• Continued difficulty of pumping range of flows with the Caterpillar engine due
to limited turndown capabilities of diesel engine driven pumps
• Major future upgrade project to replace existing Caterpillar engine with 2"d all-
electric pump,install yet another new generator,and electrical modifications
• Increased station complexity with both a diesel engine driven wet weather
pump and an electric driven wet weather pump
• High O&M cost
• Highest risk associated with construction sequencing and constraints
• Requires relocation of radiator to non-ideal location 14
• Least preferred by O&M staff
7
BCE ALTERNATIVES AND OPTIONS EVALUATED FOR ORINDA
CROSSROADS AND MORAGA PUMP STATIONS (PS)
1:=� *1 P-1 N1* We- Und P-A
Wepl=ff
■.
gz 01 Eg., E-_
r ..mapz e
P-(.) W....' PE=1
o'iw.
M.... _d.
P ... I.1.. oke.
E9
144 0.D,W..ls.e1m
111 PU.1
(0-ah
YES I YES $I "WI.- A —D---
I'S
C"T"
V1. 144
El� YES $TESM YES $SENM 2-0C MEMO CK R.,'�, b,0,711 -1
mo•Ig��ogl••rr
'�b'd 14,4
■PoMew
r•
■
(4) $S75M(4) 300 S ,b,.
M_r
144
•
r••,�
ll-11 YES 111- 11 11 71- 0
2�151 Al�NDd-1.
VFO 144
A N.
YES $I$72M ND NA NI NI NI I�4�11 N.
.4'4.
$6%M YES $8,05M 71-(1) MEMO ..P R.1— S.�5. -1
.= 22 (1-N.P1.)
..(1) SE71M(I)
.11-d 144
VFS
1).........
T-*o assn1
P7
Pump ALTERNATIVES EVALUATION AT ORINDA
CROSSROADS AND MORAGA PUMP STATIONS INCLUDE:
REUSE AND REFURBISH EXISTING Pumps vs. DRY PIT
SUBMERSIBLE
0 Reuse of Existing Morris ah.: Wh' 11 a AN-.do,
Pump Casings with Smaller
Impellers and New 700-HP
Horizontal Electric Motors
Least Cost Alternative
vim
IIP
0 Install New Dry Pit 4
Submersible Electric Pumps
Provides Increased Resiliency
Moraga Pump Station 3D Visualization
Bid Dry Pit Submersible for Dry
Weather Pumps
8
FLUSH KLEEN PUMP STATION SCOPE OF WORK
Flush Kleen Pump Station
needs the following work:
• Replace existing pumps, piping,
and valves
• New standby generator
• EI&C improvements
• New dry weather pumps -
• Other miscellaneous
improvements (structural,
architectural, heating,
ventilation and air conditioning,
etc.)
pw
3 r I v
ANTICIPATED SCHEDULE
• Pre-qualify general contractors (GCs) and electrical
subcontractors (ESs)
• Selected construction manager using a RFP process
• Public outreach ongoing with the City of Orinda and
Town of Moraga
• Advertise —August 26 and September 3, 2019
• Bid Opening — October 24, 2019
• Engineering & Operations Committee — October 29,
2019
• Board Award — November 7, 2019
• Notice to Proceed — by December 2019
• Complete construction by Spring 2022 (Majority of work
during summer of 2020 and 2021)
• Completed Tasks and Activities -�
70 1
9
PUMP STATION UPGRADES PROJECT
PROJECT DESIGN, BID,AND CONSTRUCTION SCHEDULE
rnc.
GYM Wn
=µ^ms Under Preliminary Design
Under Construction
�nnn��1Fiwf vwq
Pn�IFxa vrw•ur Hwlw aprr�ry
' 19
SUMMARY OF BIDS
NO. BIDDER BID PRICE
1 Mountain Cascade, Inc. $24,292551
Livermore, California '
2 C. Overaa & Co. $25,594,000
Richmond, California
3 Kiewit Infrastructure West Co. $29,194000
Fairfield, California '
7 ENGINEER'S ESTIMATE: $24,000,000, INCLUDING ALL
ADDITIVE BID ITEMS
Pre-Qualified 9 GCs and 10 ESs eligible to submit a bid
20
10
BID & ESTIMATE REVIEW
• Discussed bids with Mountain Cascade, Inc. (MCI) and second
lowest bidder, C. Overaa & Co.
• VWHA estimate was $26 million before the bid.
• Central San estimate did not include escalation.
• This project will span multiple years (almost 3 years).
• All critical and major equipment designed for and specified are
included in MCI's bid.
• Electrical and controls costs are higher.
• Generators are more expensive due to high demand with
PSPS.
• Complex and high-risk project for contractors.
• Very strict construction milestones, due to wet weather
restrictions.
• Overall, staff believes that the bid is the lowest cost and
rebidding would not change the results.
21
MOUNTAIN CASCADE, INC.
GENERAL CONTRACTOR)
Pre-Qualification Experience MCI Recent Experience
• Five (5)similar projects with a ✓ Screen Pumping Plant
minimum of$50M in contract . Natomas Mutual Water Company($18.8M)
volume and at least one (1) ✓ Wastewater Pump Stations
project must have a construction . County of San Luis Obispo($9.2M)
value of at least$15M since ✓ Pumping Plant and Reservoirs
2012
• EBMUD(San Ramon PS)($9.5M)
• Bonding capacity of at least ✓ $125M in bonding capacity at time of
$25M pre-qualifications
• Safety and insurance ✓ Safety and insurance requirements
requirements were met
Note:The project manager was also prequalified with project size and
similarity(wastewater, water, stormwater, etc.)
�;zz
11
CENTRAL SIERRA ELECTRIC
(ELECTRICAL SUBCONTRACTOR)
Pre-Qualification Experience Central Sierra Experience
• Five (5)similar projects with a ✓ Wastewater Treatment Plant
minimum of$12M in contract • City of Richmond($7.1M)
volume and at least one (1) ✓ Disinfection Chemical Storage
project must have a construction Sacramento Regional County Sanitation
District($4.8M)
value of at least$3M ✓ Water Treatment Plant
• Truckee Donner Public Utility District($2.8M)
• Bonding capacity of at least ✓ $15M in bonding capacity at time of pre-
$6.5M qualifications
• Safety and insurance ✓ Safety and insurance requirements
requirements were met
Note:The project manager was also prequalified with project size and
similarity(wastewater, water, industrial construction, etc.)
' 23
TOTAL ESTIMATED PROJECT COST
of
Irem Description Amounts Constructldrl
Na Cost
7. CONSTRUCTION
a.Construdion Cosh t $24,292,551
b.Nlba—1 ve B1-Souuh Grinder M Mornge Only $0
C.Alterrretive 82-Dry Pit Submersible Pumps $1,392,000
d. an
7.5%Gonuact Clingenry $1,821,449
e.Permits(Ceg-rmns.Orinds,Moraga,BAAOhID) $¢0.000
SUBTOTAL-CONSTRUCTION COST $27,606.000 10096
2. CONSTRUCTION MANAGEMENT
a.Dona Forces
-Project Menegement 5600,000
-Pohl it Relations?Right-oFWey 550.000
-Opemtions $75.000
b.Consultants
-Construction Managor s vinspeclion(Psomas) $1,800,000
-Fngineering Support during Construdion OMHA] Sam'D00
-Ma[ariol Testing+° ally 5900.000
SUBTOTAL-CONSTRUCTION MANAGEMENT $3,725,000 13.5%
3. PREBID EXPENDITURES
a.Engineering IPlenning,design,staff and ransulZZ) $3.800.000
SUBTOTAL-PRE81D EXPENDITURES S3.900.43D) 13.8%
4, TOTAL ESTIMATED PROJECT COST g.Y5,007,DDD
This Al Cols 5985.000,5198 i5 net repemmendinq me Wing rhe w It M the Conlr W.
' 24
12
TOTAL PROJECT COSTS REVIEW
• Approximately $6.4 million difference from Fiscal Year
(FY) 2019-20 Budget, due to:
• $3 million higher in construction costs (including
about $900,000 for escalation).
• $1 million for North Grinder Structure.
• $1.3 million for resiliency for dry weather pump
replacement (six new dry pit submersibles).
• Construction management services outsourced and
specialty inspection.
• $400,000 included in allowances.
• 7.5% Project Contingency of $1.8 million.
• This FY 2019-20 and FY 2020-21 will not need funding,
however, FY 2021-23 has a budget shortfall.
p _
FINANCIAL IMPACT
DP# Pro ect Name To Date FY 2019-20 FY 20-21 FY 21-22 FY 22-23 T
Budget Budget Budget I Budget Bud Bud
Pump Station Upgrades,
Currant 8436 Phase 1 $3,700,000 $4,600,000 $12,875,00 $5,833,180 $1,635,000$28,643,18
Bid Bud et'
Budget based on
Results and Revised $3,700,000 $4,000,000 $10,540,000 $12,400,000 $4,391,000$35,031,00
Cash Flow
Variance $- $600,000 $2,335,000 $(6,566,820) $(2,756,000)$(6,387,820
ccumulagve Budget
Carry Forward or $- $600,000 $2,935,000 $(3,631,820 $(6,387,820
Shortfall
Future CRP Collection System Sewer
Adjustments 8451 Renovation Phase 1 $1,500,000
Collection SystemSewer $2,756,000
TBD Renovation Phase 2
Future CUP Contingency
or Sewer Construction $2,131,820
TBD Fund
Total Future $- $- $_ $3,631,820 $2,756,000 $-
[Adjustments
Revised Accumulative
Budget Carry Forward $- $600,000 $2,935,000 $- $- $-
or Shortfall
Budget has been adjusted to reflect future escalation of 3%per year,which is Included in the rate model.
' 26
13
SEWER CONSTRUCTION BUDGET
COMMITMENTS AND CAPACITY
UPDATED WITH THIS PROJECT
$120 $120
$100 $100
1
j 1 j 40.1 1
$80 140.11 ' $80
I 1 1 1
1 I
r
$60 $60
129.2: 1
$40 1 :51.4 1 53.7 ii $40
i
::61.711
i
$20 $20
$a -& $0
19/20 20/21 21/22 22/23
Fiscal Year
O Approved and Projected Budget per FY
Committed already(contracted)
G=7 Rem ring capacity with existing rates
iiiiiiiiiiiiAdditi capacity with planned increases
-SSC funding capacity from Existing Rates
*Future years amounts may differ to the extent of reserve drawdowns.Additional analysis required.
' 27
ALTERNATIVES/CONSIDERATIONS:
The Board could consider the following alternatives or provide
other direction:
• Include or delete any of the two additive bid items:
• South grinder Moraga Pump Station, which costs
$985,000 (Recommend to delete); and
• Dry pit submersible upgrade at both pump stations
(Moraga and Orinda Crossroads) in the amount of
$1,342,000 (Recommend to include).
• Revisit current staffing levels in Capital Projects instead of
outsourcing construction management (Not recommended).
• Reject all bids, which is not recommended.
28
14
5. RECOMMENDATIONS
141:001.
BOARD ACTIONS AND STAFF
RECOMMENDATIONS
Staff recommends the following:
1. Find that the Project is exempt from CEQA;
2. Award a construction contract in the amount of$24,292,551 for the
construction of the Pump Station Upgrades, Phase 1, DP 8436, to
Mountain Cascade, Inc., the lowest responsive bidder;
3. Authorize the General Manager to execute Contract Documents subject
to submittal requirements and include 7.5% contract contingency;
4. Authorize the General Manager to amend an existing agreement with
V.W. Housen and Associates in an amount not to exceed $900,000 for
engineering support services during construction;
5. Authorize the General Manager to execute a professional engineering
services agreement with Psomas in an amount not to exceed $1,800,000
for construction management services; and
6. Include the bid alternate to upgrade the Moraga and Orinda Crossroads
Pump Stations to dry pit submersible pumps in the amount of$1,342,000.
30
15
QUESTIONS?
I 31
16