AGENDA
SANTA MARGARITA WATER DISTRICT
ENGINEERING AND OPERATIONS
COMMITTEE MEETING
MAY 14, 2021
TELECONFERENCE
Conference Phone Number: +1 530-414-9890
Audio Conference Code: 297 129 673#
CALL TO ORDER: 8:00 AM
COMMITTEE CHAIR: Frank Ury
COMMITTEE MEMBER: Justin McCusker
COVID-19 COMMUNICATIONS MESSAGE: In an effort to protect the safety of the District and our customers, and in compliance with Executive Order N-29-20 and N-33-20, members of the Board of Directors and District Employees may attend this meeting via teleconference. Members of the public have the opportunity to provide comments during Public Forum, submit comments in writing via mail to Cindy Lane, Administrative Analyst at 26111 Antonio Parkway, Rancho Santa Margarita, CA 92688, or by email to [email protected].
1. PUBLIC FORUM
Persons wishing to address the Committee are requested to submit a "Request To Be Heard"
form to the Recording Secretary. Comments are limited to three minutes, unless further time
is granted by the Presiding Officer.
2. CONSENT CALENDAR
2.1 Consideration and Action on Award of Construction Contract for Chiquita Water
Reclamation Plant Digester 2 Coating, C-1241U.013 Page 3
Recommendations: 1) Authorize awarding a construction contract to Murphy
Industrial Coating, Inc. for the Chiquita Water Reclamation Plant Digester 2
Coating Project in the amount of $296,444.
2.2 Consideration and Action on Project Acceptance for Construction of Secondary
Clarifier No. 3 at the Chiquita Water Reclamation Plant (CWRP) for the Secondary
Treatment Expansion, Contract C-1241T.012E Page 6
Recommendation: Accept the work performed by Kingmen Construction, Inc.
(KCI) for the CWRP Secondary Clarifier No. 3 project, C-1241T.012E, file
Notice of Completion (NOC), and release retention no later than 60 days after the
Notice of Completion has been filed, provided no claims have been filed with the
District and that the Punch List items have been completed.
2 | P a g e
2.3 Consideration and Action on Addenda for Butier Engineering, Inc., and GMU
Geotechnical, Inc. for the Trampas Canyon Dam & Reservoir, Contract No. C-1773
Page 10
Recommendation: 1) Approve Addendum No. 3 for Butier Engineering, Inc.
(BEI) in the amount of $94,800 for construction management services on The
Trampas Reservoir Project; 2) Ratify Addendum No. 4 for GMU Geotechnical,
Inc. (GMU) in the amount of $49,632.50 for geotechnical services on the
Trampas Reservoir project.
3. ACTION ITEMS RECOMMENDED BY COMMITTEE
3.1 Consideration and Action on Purchase of Camera Video Inspection Van Page 22
Recommendation: Authorize purchase of camera video inspection van from
Plumbers Depot Inc for $243,500.
3.2 Consideration and Action on Award of Construction Contract for CWRP Influent Lift
Station Force Main Replacement, C-1241U.004A Page 24
Recommendations: 1) Authorize awarding a construction contract to Kingmen
Construction, Inc. for the Chiquita Water Reclamation Plant Influent Lift Station
Phase 3 Force Main Replacement Project in the amount of $622,900; 2) Increase
the FM Project Budget to $750,000.
4. INFORMATION ITEMS
4.1 Engineering Department Update for Period Ending April 30, 2021 Page 28
4.2 Operations Department Update for Period Ending April 30, 2021 Page 39
4.3 Engineering and Operations Committee Notes – April 16, 2021 Page 43
ITEMS DISTRIBUTED TO THE COMMITTEE LESS THAN 72 HOURS PRIOR TO
MEETING
Pursuant to Government Code section 54957.5, non-exempt public records that relate to open
session agenda items and are distributed to a majority of the Members less than seventy-two
(72) hours prior to the meeting will be available for public inspection in the lobby of the
District’s business office located at 26111 Antonio Parkway, Rancho Santa Margarita,
California 92688, during regular business hours. When practical, these public records will
also be made available on the District’s Internet Web Site, accessible at
http://www.smwd.com.
Upon request, this agenda will be made available in appropriate alternative formats to
persons with disabilities, as required by Section 202 of the Americans with Disabilities Act of
1990. Any person with a disability who requires a modification or accommodation in order to
participate in a meeting should direct such request to Kelly Radvansky, Secretary to the
Board of Directors, at (949) 459-6642 at least 48 hours before the meeting if possible.
MEMORANDUM
TO: Engineering and Operations Committee DATE: May 14, 2021
FROM: Tricia Butler
SUBJECT: Consideration and Action on Award of Construction Contract for Chiquita Water
Reclamation Plant Digester 2 Coating, C-1241U.013
SUMMARY:
Recommendations: 1) Authorize awarding a construction contract to Murphy Industrial
Coating, Inc. for the Chiquita Water Reclamation Plant Digester 2 Coating Project in the amount
of $296,444.
Issue: The District has completed the design and bid process for the CWRP Digester 2 Interior
Coating/Rehabilitation planned Capital Repair and Replacement project. This agenda item
recommends award of the construction contract to complete the work.
Fiscal Impact: The recommended contractor bid is $296,444 for the Scope of Work. The total
project cost estimate is $400,000 and includes other project-related costs. This project was
budgeted in the Capital Replacement Program for $400,000 as project CHIQT2204C for
completion in FY2021- FY2022. The District will use a portion of the proceeds from the 2020A
Revenue Bonds to fund the project.
Previously Related Action: The Board approved the CRP budget in May 2020.
Adherence to Policy: The Digester 2 Interior Coating/Rehabilitation work is consistent with the
District’s Business Plan Goal “To Provide Quality, Uninterrupted Service,” and the Core
Objective Category “Water Quality Standards and All Environmental Compliancy Goals are Met
or Exceeded Continuously.” This facility is an essential treatment process to meet regulatory
requirements for the reuse/disposal of sludge generated at the Chiquita WRP.
Anticipated Board Action: This item is anticipated to be brought to the Board of Directors
meeting on June 2, 2021 for consideration as a Consent Calendar item.
2.1
Packet Pg. 3
Figure 2 – Digester 2 coating close up (left), piping/appurtenant equipment (right)
Overall in Excellent Condition
DISCUSSION:
The digesters at the CWRP process sludge
produced in the wastewater treatment process.
Digester 2 (see Figure 1) was constructed with
Phase 1 of the treatment plant around 1986.
Harper and Associates completed a condition
assessment to determine the scope of work
required to rehabilitate the interior coating and
other appurtenant equipment. The required
scope is primarily coating removal and
replacement on the inside of the tank. Current
conditions are shown in Figure 2.
The project was advertised for bids on Monday, April 5, 2021 to six contractors pre-selected by
the District. Three potential bidders attended the mandatory pre-bid meeting. National Coating &
Lining contacted the District on the day of the bid to advise that they would not be bidding the
project.
The bids were received and opened on April 30. Murphy Industrial Coating and Lining Co.
(Murphy) Inc. submitted a bid of $296,444 along with the required bid documents and is
considered a responsible bidder. The Engineer’s Estimate for the project was $300,000. A
summary of bids is provided in Table 1.
Table 1 – Digester 2 Coating Summary of Bids
Bidder Bid
Murphy Industrial Coating, Inc $ 296,444
F.D. Thomas, Inc $ 300,237
National Coating and Lining No Bid
Engineer’s Estimate $ 300,000
Figure 1 - Digester No. 2
2.1
Packet Pg. 4
Staff recommends award of the construction contract to Murphy Industrial Coating, Inc. in the
amount of $ 296,444.
PROJECT COST AND FUNDING:
Total project costs are presented in Table 2.
Table 2 – Digester 2 Interior Coating and Rehabilitation Project Budget
ItemJune 2021
BudgetComments
Construction Contract $296,444 Bid received April 30, 2021
Harper and Assoc. Tech Services $43,000 Condition Assessment, design, inspection
District Provided Materials $20,000 Valve replacements and repair matls
District Labor and Admin Cost $20,000 Cleaning, repairs
Contingency $20,556
Project Total $400,000 Budget
The total project cost is proposed to be funded using a portion of the proceeds from the 2020A
Revenue Bonds. The project was approved by the Board as part of the 2020 Capital Repair and
Replacement Program with a budget of $400,000. The project is being tracked in Munis under
code CHIQT2204C.
2.1
Packet Pg. 5
MEMORANDUM
TO: Engineering and Operations Committee DATE: May 14, 2021
FROM: Jeff McDonnell, Don Bunts
SUBJECT: Consideration and Action on Project Acceptance for Construction of Secondary
Clarifier No. 3 at the Chiquita Water Reclamation Plant (CWRP) for the
Secondary Treatment Expansion, Contract C-1241T.012E
SUMMARY:
Recommendation: Accept the work performed by Kingmen Construction, Inc. (KCI) for the
CWRP Secondary Clarifier No. 3 project, C-1241T.012E, file Notice of Completion (NOC), and
release retention no later than 60 days after the Notice of Completion has been filed, provided no
claims have been filed with the District and that the Punch List items have been completed.
Issue: All work on this project has been completed satisfactorily and it is ready for acceptance
by the District.
Fiscal Impact: The proposed CWRP Secondary Treatment Upgrades estimated cost is
$17.8 million. The overall project funding is split between the District ($6.2 million) and new
development ($11.6 million). The new development funding will be RMV’s responsibility in
accordance with a Reimbursement Agreement (under development). The agreement proposes to
have the District fund the project to meet its timeline and be reimbursed, including interest, from
future development bond funds.
Previously Related Action: At the SMWD 2020 Annual Strategic Planning Workshop held
February 21st, the Board supported the CWRP Secondary Treatment Upgrades as a “Need to Do
Project.” On April 17, 2020, the Board approved the pre-purchase of the Clarifier No. 3 Sludge
Collector System from Ovivo USA, LLC. On June 19, 2020, the Board awarded the
construction contract to KCI for the amount of $3,315,457.
Adherence to Policy: Construction of the work adheres to the SMWD Design Criteria and
Standard Drawings for Water and Sewer Facilities.
Anticipated Board Action: This item is anticipated to be brought to the Board of Directors
meeting on June 2, 2021 for consideration as a Consent Calendar Item.
2.2
Packet Pg. 6
DISCUSSION:
Increased flow capacity and redundancy was required in the secondary treatment process at
CWRP to address the needs of the District and to accommodate the increase in flows associated
with the build out of Rancho Mission Viejo (RMV). As part of the odor control project the
trickling filters were removed from the treatment process. This has required all of the flow to be
put through the existing two aeration basins and their associated two secondary clarifiers.
While the plant was capable of handling the flows, there was no redundancy with either process
in the case of equipment failure or scheduled outages required for maintenance. With the
construction of Secondary Clarifier No. 3, to be followed with the addition of two new Aeration
Basins No. 3 & 4, the necessary redundancy will be achieved. In addition, these two construction
projects will fulfill the additional treatment capacity to support the future growth.
Construction on this project has progressed and completed smoothly with very few
complications. The pre-purchase of the Secondary Clarifier No. 3 Sludge Collector System and
Return Activated Sludge (RAS) Pump No. 3 was successfully completed by the District and
made available to the Contractor for installations before the construction sequence required it.
The Contingency bid item on this project was chiefly used to construct the Return Activated
Sludge (RAS) No. 3 Pump Station that was not included in the original project design but
necessary for the full operation of Secondary Clarifier No. 3. The District began Beneficial Use
of the Clarifier and its appurtenances and commissioned it starting on 08APR21.
Upon the commissioning of new Secondary Clarifier No. 3, existing Secondary Clarifier No. 4
has been taken out of service and inspected for necessary maintenance and repairs. It is
anticipated that a project to refurbish existing Clarifier No. 4 will be implemented in the near
future.
The photo in Figure 1 below provides an overview of the new Clarifier No. 3 System as
construction was nearing completion in mid-March 2021. Existing Clarifier No. 4 is shown in
the background.
2.2
Packet Pg. 7
KCI has constructed the project successfully with the quality and timeliness that are
commensurate with District standards, and will maintain its good standing on the SMWD lists of
prequalified contractors.
Table 1 presents the final Kingmen Construction Contract Cost.
Table 1 – Kingmen Construction, Inc. – Contract Summary
Description Cost % Change
Original Contract $3,315,457.00
Change Order No. 1 $ 78,118.00
Revised Contract $3,393,575.00 2.4%
Figure 1 – CWRP Secondary Clarifier No. 3
2.2
Packet Pg. 8
Table 2 presents the total project cost including the construction contract cost and related costs.
Table 2 – Secondary Clarifier 3 Final Cost Summary
Description Cost Notes
Sludge Collector $332,559 Purchase Order 22001996
RAS Pump VFD $16,840 Purchase Order 22100654
Electrical Equpment $16,931 One Source
Construction Mgmt/Testing $90,000 Geotechnical
Design Sub-Consultants $82,000 Structural, CAD
Administrative Cost $210,000 From Munis, 1/2020 - 4/2021 labor,
benefits, reprographics
General Contractor $3,393,575 Kingmen
Total Cost $4,141,906
FUNDING SOURCE
Funding for the secondary clarifier portion of the work is proportionally split between District’s
requirement for redundancy which is funded through the Esencia CFD (~33.3 percent) and
requirements for expansion to meet new development projections (66.7 percent). The new
development funding will be RMV’s responsibility in accordance with a reimbursement
agreement (under development). The agreement proposes to have the District fund the project to
meet its timeline and be reimbursed with interest from future development bond funds.
Project funding for the secondary expansion was tracked under MUNIS code CHIQT1402C.
2.2
Packet Pg. 9
MEMORANDUM
TO: Engineering and Operations Committee DATE: May 14, 2021
FROM: Jeff McDonnell, Don Bunts
SUBJECT: Consideration and Action on Addenda for Butier Engineering, Inc., and GMU
Geotechnical, Inc. for the Trampas Canyon Dam & Reservoir, Contract No. C-
1773
SUMMARY:
Recommendation: 1) Approve Addendum No. 3 for Butier Engineering, Inc. (BEI) in the
amount of $94,800 for construction management services on The Trampas Reservoir Project;
2) Ratify Addendum No. 4 for GMU Geotechnical, Inc. (GMU) in the amount of $49,632.50 for
geotechnical services on the Trampas Reservoir project.
Issue: Additional funds are needed for construction support consultants for construction
management and geotechnical services. These additional costs have been necessitated by the
extension of the project beyond December 2020, the need for assistance in inspections associated
with filling of the Trampas Dam, and the complexity of solving the problems with regard to the
West Saddle Dam and Piezometer Systems.
Fiscal Impact: Funding of the primary project will be from a $15 million State Water
Resources Control Board Grant, a $96 million 1% Interest Loan, new development funding,
potential partners, Rancho Mission Viejo (RMV), and District New Capital Project Reserves.
Previously Related Action: The Board awarded contract Addendum No. 2 to BEI on
06NOV19, and Addendum No. 3 to GMU on 05AUG20.
Adherence to Policy: This project helps meet the District’s goal of recycling 100% of its
wastewater and reduces demands on the imported domestic water system.
Anticipated Board Action: This item is anticipated to be brought to the Board of Directors
meeting on June 2, 2021 for consideration as a Consent Calendar Item.
2.3
Packet Pg. 10
DISCUSSION:
BEI Additional Costs for the Reservoir/Dam:
Completion of the remaining work and Punch List items by Sukut, and review of miscellaneous
change order requests continued through 2020 and remains ongoing. Based on all information
available, the District recommends that BEI stay engaged on the project in a detailed fashion, but
on a part-time basis until the end of June 2021. After that time, assistance by BEI should be
more sporadic and minimal in nature. Butier’s last contract addendum was issued in November
of 2019 and assumed project completion in December 2020.
The District is taking more aggressive steps in concluding the change order negotiation process
with Sukut, and expects that all remaining issues, and positions on those issues to be fully
disclosed and agreed upon by approximately the end of May 2021. This would allow for the
greatest portion of the final processing of change orders and job closeout proceedings to happen
in June 2021.
As an expansion to the services provided by BEI, they are currently offering assistance in the
daily inspection of the Dam while it is being filled. This inspection and reporting process of the
Dam is required by DSOD as a condition of the Permit to Operate. This activity is a two-person
operation, requiring approximately 6 manhours per day during the normal work week, and
10 manhours per day on weekends and holidays. This requirement will remain in effect until the
Dam is completely filled, or until DSOD deems that such inspections can be reduced or
otherwise adjusted. BEI is currently providing one Inspector to assist during the week and
compiling the report documents to provide to DSOD monthly. The District Inspectors are
covering all other work shifts on this item. This activity will be monitored and re-evaluated at
the end of June 2021 to consider any needed staffing changes to promote further efficiencies.
BEI has provided a proposal for this supplemental work which has been included in attached
Exhibit A. Below is the summary cost from that proposal and a Contract Summary.
BEI Addendum No. 3 Summary:
Final Inspections, Reporting and Contract Closeout Services in 2021: $ 55,830
Assistance in the Inspection and Reporting on Filling of the Dam: $ 38,970
Proposed Addendum No. 3: $ 94,800
BEI Contract Summary:
Description Cost
Original Contract $2,665,380.00
Addendum No. 1 $373,685.00
Addendum No. 2 $1,313,276.00
Addendum No. 3 $94,800.00
Total $4,447,141.00
2.3
Packet Pg. 11
Additional Services by GMU Geotechnical:
The largest portions of the additional contributions made by GMU during the latter stages of the
Work consisted of two of the larger technical problems experienced on the whole project:
• Structural Integrity of the West Saddle Dam Cut Off Wall.
• Successful Construction and Operation of the Piezometer Level Measuring System.
The West Saddle Dam portion of the project differs in design as compared to the Main Dam and
the East Saddle Dam in that the core involves the use of an integral cut off wall comprised of a
special lightweight concrete (slurry) that would prevent any leakage at all from passing through
the body of the West Dam. For the Main Dam and the East Dam, engineered layers of special
sands and gravels allow for a very small amount of leakage to pass through those massive
structures in a measurable and controllable fashion that can be monitored, and do not have a cut
off wall.
When the West Dam Cut Off wall was originally placed in the field, samples of the slurry used
were taken for laboratory testing. When all the laboratory testing was completed, and the reports
provided, it was recognized that one-third of the structure showed failing results. A red flag was
raised and several weeks ensued wherein the District, all the consultants, and DSOD worked to
find a solution. Ultimately a complex procedure was developed to core drill and extract
specimens from the wall that was in place, and to test those specimens. Fortunately, those
specimens tested with favorable results, and it could be concluded that the original samples were
flawed and could be ignored. The cut off wall will therefore not have to be demolished and
reconstructed. GMU played a very large part in developing the remedial procedures and did a
large part of the laboratory testing and reporting involved.
The Piezometer Level Measuring System problems were among the largest challenges on the
project. This system involves eleven wells with level measuring instruments installed within
them at various locations on the Main Dam and East Dam embankments. The instruments
measure water levels in the dam to assure they are within safe engineered limits required in the
project design.
In synopsis, five of the eleven Piezometer wells that were installed required reconstruction.
Three have been determined to be the responsibility of the District, and two are the responsibility
of the Contractor. This is a large subject of change order negotiations with the Contractor at this
time.
It took many months for DSOD to agree to a proper procedure for the reconstruction. Once
DSOD agreed to such procedures, it was time consuming and costly to construct and implement
them. Subsequently, DSOD was very involved in reviewing the validity of the data that was
being produced by the System resulting in many weeks of investigating, reporting, and
conferencing. Ultimately, the data was verified to be compliant with the design requirements
and the System was allowed to be commissioned. GMU’s contribution to developing the work
2.3
Packet Pg. 12
procedures, and sampling and analysis of the water level data was a major component in
achieving success on the Piezometer Level Measuring System.
Both of the above issues were immensely important to DSOD. All revised work procedures and
the resulting data produced was subject to the review and approval of DSOD.
Please see attached Exhibit B provided by GMU proposing a budget increase of $49,632.50 for
geotechnical services to assist in resolving the above challenges.
GMU Contract Summary:
Description Cost
Original Contract $1,257,666.00
Addendum No. 1 $1,326,818.00
Addendum No. 2 $17,915.00
Addendum No. 3 $249,064.00
Addendum No. 4 $49,632.50
Total $2,901,095.50
FUNDING SOURCE
Funding of the primary project will be from a $15 million State Water Resources Control Board
Grant, $96 million 1% Interest Loan, new development funding, potential partners, Rancho
Mission Viejo (RMV) and District New Capital Project Reserves.
2.3
Packet Pg. 13
17782 E. 17th St.Suite 107
Tustin, CA 92780Tel (714) 832-7222Fax (714) 832-7211
May 3, 2021
Mr. Jeff McDonnell, P.E.Santa Margarita Water District26111 Antonio ParkwayRancho Santa Margarita, CA 92688
Subject: Amendment No. 3 Construction Management Services for the Trampas Canyon Dam and Reservoir.
SMWD: Project No. C-1773 SMWD: PO No. 360974
Dear Mr. McDonnell:
The Butier Team was engaged June 30, 2017 to perform Construction Management and Inspection services for the above referenced project. Purchase Order 360974 was received in early July 2017 and NTP was issued concurrently. Amendment No.1 was executed on December 13, 2017 for $373,685. Amendment No. 2 was executed on November 15, 2019 for $1,313,276.
Since the issuance of Amendment No.2, the contract period of performance has increased by approximately 7 months based on actual completion dates of critical path activities. Approximately three (3) months of additional Contract duration is directly tied to weather related impact. The remaining construction duration can be attributed to various Contractor imposed and supplier delays. It is believed that several concurrent delays occurred beyond the approximate 3 additional months of weather delays, however since the last official project schedule update was provided in May 2020, there is no clear explanation of additional time supported by the Contractor’s CPM schedule.
Due to staff adjustments related to the construction management of the Trampas Recycled Water Pump Station, a significant amount of budget was spared and available for use for the remaining Trampas onsite staff. Additionally, the inspection and management staff were diligent in conserving budgeted hours where possible to assist in overall cost efficiency. This allowed the current budget to extend further than originally anticipated and is the reason why this additional request has been minimized.
The rate structure associated with this request is as follows and mirrors the structure already in place:
Resident Engineer: $170 per hour
Field Construction Manager: $145 per hour
Technical Support/Document Control: $105 per hour
We are requesting and additional $ 94,800.00 with justification as follows:
Tasks listed below are numbered in accordance with the fee schedule provided as a part of this request:
2.3.a
Packet Pg. 14
Att
ach
men
t: C
-177
3 T
ram
pas
Dam
Ad
m 3
_BE
I_G
MU
_SR
_jm
_Exh
A.d
oc
(C
-177
3 T
ram
pas
Dam
Co
nsu
ltan
ts A
dd
end
a)
17782 E. 17th St.Suite 107
Tustin, CA 92780Tel (714) 832-7222Fax (714) 832-7211
Task 1- Project Management/ Administration (Butier Engineering): Increases in the project schedule due to weather and other Contractor delays: Additional hours are necessary to provide Project Management and Contract Administration to facilitate project closeout activities. The hours illustrated below include all management and administrative efforts required to facilitate the necessary Contract closeout activities for the project. An additional 295 hours were added to the total labor effort for the Resident Engineer for comprehensive administrative closeout to include: change order processing and financial accounting, closeout deliverable review and completion, and Contract file organization and deliverables. 32 hours were added for Technical Support/Document Control personnel for support for such proceedings. An additional 16 hours were added for the Field Construction Manager for possible assistance during the closeout period for any site inspections or follow up inspections.
Change Request:
Resident Engineer: 295 Hours @ $170.00: $ 50,150
Field Construction Manager: 16 Hours @ $ 145.00: $2,320
Technical Support: 32 Hours @ $105.00: $ 3,360
Subtotal for this task item: $55,830.00
Task 2- Project Management/ Administration (Butier Engineering): Support for Reservoir Filling Efforts: SMWD requests that Butier provide initial inspection services during the first 2 months of reservoir filling to ensure compliance with the DSOD approved fill plan. This effort allows SMWD personnel to become familiar with the site and the inspections necessary during the fill stage of the reservoir. For safety reasons, there will always be two (2) people required onsite during the inspections. The hours illustrated below constitute the labor effort necessary to provide first fill inspections in accordance with DSOD and AECOM guidelines as well as training for SMWD personnel for efforts moving forward. An additional 250 hours were added for Field Construction Manager (Inspector) to provide the necessary fill inspections for approximately 3 months if needed. An additional 16 hours were added for the Resident Engineer in the event coverage in place of the Field Construction Manager is needed.
Change Request:
Field Construction Manager: 250 @ $145.00: $36,250
Resident Engineer: 16 Hours @ $170.00: $ 2,720
Subtotal for this task item: $38,970.00
Butier Engineering emphasizes that the above estimated costs are our best estimate given our knowledge at the time this request was submitted and is considered a reasonable estimate. As always, Butier Engineering will not exhaust all funds remaining in the PO at the completion of the Contract unless absolutely necessary.
If you have any questions regarding the attached proposal, please contact me at (714) 832-7222.
Sincerely,
2.3.a
Packet Pg. 15
Att
ach
men
t: C
-177
3 T
ram
pas
Dam
Ad
m 3
_BE
I_G
MU
_SR
_jm
_Exh
A.d
oc
(C
-177
3 T
ram
pas
Dam
Co
nsu
ltan
ts A
dd
end
a)
17782 E. 17th St.Suite 107
Tustin, CA 92780Tel (714) 832-7222Fax (714) 832-7211
BUTIER Engineering, Inc.Construction Managers, Consulting Engineers
Mark M. Butier, Jr.Vice President/CFO
Enclosures: Exhibit 1; BEI Fee Sched_Added Closeout Serv_Trampas Dam
2.3.a
Packet Pg. 16
Att
ach
men
t: C
-177
3 T
ram
pas
Dam
Ad
m 3
_BE
I_G
MU
_SR
_jm
_Exh
A.d
oc
(C
-177
3 T
ram
pas
Dam
Co
nsu
ltan
ts A
dd
end
a)
COST PROPOSAL; EXHIBIT 1SMWD: Additional closeout CM Services for Trampas Canyon Dam and Reservoir
2021Task 1 Firm Rate April May June July August September October November Per Category Per Category Total Cost Project Administration (Closeout)
Resident Engineer E. Weber Butier $ 170.00 90.0 90.0 90.0 25.0 0.0 0.0 0.0 0.0 295.0 $ 50,150.00Field Construction Manager C. Lack Butier $ 145.00 8.0 8.0 0.0 0.0 0.0 0.0 0.0 0.0 16.0 $ 2,320.00Field Support Document Control K. Squires Butier $ 105.00 16.0 16.0 0.0 0.0 0.0 0.0 0.0 0.0 32.0 $ 3,360.00
$ 55,830.00Task 2 Firm April May June July August September October November Per Category Per Category Total Cost Reservoir Filling Support
Resident Engineer E. Weber Butier $ 170.00 4.0 4.0 8.0 0.0 0.0 0.0 0.0 0.0 16.0 $ 2,720.00Field Construction Manager C. Lack Butier $ 145.00 70.0 90.0 90.0 0.0 0.0 0.0 0.0 0.0 250.0 $ 36,250.00Field Support Document Control K. Squires Butier $ 105.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 $ -
$ 38,970.00Rate April May June July August September October November Per Category Per Category Total Cost
Total Man-Hours Per Month
Resident Engineer E. Weber Butier $ 170.00 94.0 94.0 98.0 25.0 0.0 0.0 0.0 0.0 311.0 $ 52,870.00Field Construction Manager C. Lack Butier $ 145.00 78.0 98.0 90.0 0.0 0.0 0.0 0.0 0.0 266.0 $ 38,570.00Field Support Document Control K. Squires Butier $ 105.00 16.0 16.0 0.0 0.0 0.0 0.0 0.0 0.0 32.0 $ 3,360.00Total Proposed Project Costs $ 94,800.00
2.3.a
Packet Pg. 17
Att
ach
men
t: C
-177
3 T
ram
pas
Dam
Ad
m 3
_BE
I_G
MU
_SR
_jm
_Exh
A.d
oc
(C
-177
3 T
ram
pas
Dam
Co
nsu
ltan
ts A
dd
end
a)
February 12, 2021
Mr. Jeff McDonnell
SANTA MARGARITA WATER DISTRICT
26111 Antonio Parkway
Rancho Santa Margarita, CA 92688 GMU Project No. 18-001-10
Subject: Request for Budget Increase, Geotechnical and Materials Testing
Services for Construction of the SMWD Trampas Canyon Dam
and Reservoir, Orange County, California
References: Our “Supplemental Proposal for Geotechnical and Materials Testing
Services for Construction of the SMWD Trampas Canyon Dam and
Reservoir . . . . ,” dated June 18, 2020 (GMU Project 18-001-10)
Dear Mr. McDonnell:
GMU is submitting this proposed budget increase for the construction support services for the
Trampas Canyon Dam and Reservoir (Trampas Dam) project.
GMU’s remaining contract amount is currently at $1,442.50. GMU’s January invoice only
included partial services complete during the month of January. Our costs for the additional
services completed during January 2021 and through the 1st week of February (i.e., January 2021
through February 5, 2021) amounted to $20,550.00, which results in a net amount of $19,107.50
we are currently holding for billing.
GMU’s request for a budget increase is needed due to performing work outside our scope of
work and associated costs outlined in our referenced supplemental proposal for the project.
OUT OF SCOPE SERVICES COMPLETED THROUGH FEBRUARY 5, 2021
The out-of-scope services GMU performed through February 5, 2021 and associated costs are as
follows:
• West Saddle Dam (WSD) Cutoff Trench. Samples collected on July 1, 2020 (Day 3 of
construction) were tested and yielded inadequate strength and hydraulic conductivity tests
results. In order to complete the access road grading and to provide data to support
conformance to the project specifications, the contractor was required to obtain additional
samples for project conformance testing. This additional coring effort was performed in
2 days as described below:
o August 8, 2020 to obtain samples from the top of the trench to determine if the fill
could be placed above the cutoff trench to complete the access road grading.
o December 22, 2020 to obtain a continuous core through the cutoff trench to
collect samples for lab testing.
2.3.b
Packet Pg. 18
Att
ach
men
t: C
-177
3 T
ram
pas
Dam
Ad
m 3
_BE
I_G
MU
_SR
_jm
_Exh
B.d
oc
(C
-177
3 T
ram
pas
Dam
Co
nsu
ltan
ts A
dd
end
a)
Mr. Jeff McDonnell, SANTA MARGARITA WATER DISTRICT
Request for Budget Increase: Geotechnical and Materials Testing Services for Construction of
SMWD Trampas Canyon Dam and Reservoir
February 12, 2021 2 GMU Project 18-001-10
Our field services and laboratory testing associated with the WSD coring efforts (i.e.,
field and lab testing) along with the project meetings, discussions and review of proposed
drilling and sampling methods we were requested to participate in amounted to $10,289.
• Main Dam Piezometers: Installation of four (4) new piezometers, decommissioning of
one and repair of another at the Main Dam was required for the project due to the
following:
o water levels being measured in existing piezometers (OS-4 an OS-5) where water
was not anticipated
o an obstruction in one of the piezometers (OS-3)
o one piezometer (OS-1) needing to be redrilled due to original design resulting in a
depth that drilled through the top of the drainage blanket (i.e., piezometers within
the shell embankment were to have a tip elevation above the drainage system).
o repair of a piezometer (OS-8), which had a separation in the pipe at about 7 feet
below grade
The services associated with the above installation, decommissioning, and repair were
accounted for in our referenced supplemental proposal. However, the services outlined
below were not included in our of scope of work.
o Prior to drilling of the new piezometers, GMU was requested to bail piezometers
OS-4 and OS-5 and perform a video survey of the 8 piezometers (OS-1 through
OS-8) located within the Main Dam shell embankment. Due to the small
diameter pipe (i.e., 1¼” I.D.) a special camera was required.
GMU contracted with a video survey company to provide the necessary services. The
costs associated with these services amounted to $7,524 of which $6,200 was paid
directly by GMU to video survey company.
o After the drilling of the new piezometers, water levels were noted in new
piezometers. GMU was requested to provide the following additional services
between November 9, 2020 through February 5, 2021.
o The piezometer services included multiple site visits to take measurements and
bail the piezometers, download and interpret transducers placed in 3 of the
piezometers for AECOM’s evaluation, prepare summary tables and graphs for
AECOM and BEI following each of our site visits, and participate in discussions
and meetings with AECOM, BEI and DOSD.
The costs of the additional services related to the measuring, bailing, downloading and
interpretation of transducer data, preparation of the summary tables and graphs, and
participation in discussions and meetings related to the piezometers amounted to $28,681.
2.3.b
Packet Pg. 19
Att
ach
men
t: C
-177
3 T
ram
pas
Dam
Ad
m 3
_BE
I_G
MU
_SR
_jm
_Exh
B.d
oc
(C
-177
3 T
ram
pas
Dam
Co
nsu
ltan
ts A
dd
end
a)
Mr. Jeff McDonnell, SANTA MARGARITA WATER DISTRICT
Request for Budget Increase: Geotechnical and Materials Testing Services for Construction of
SMWD Trampas Canyon Dam and Reservoir
February 12, 2021 3 GMU Project 18-001-10
Miscellaneous Items Related to Access Road, WSD Riprap, and Punch List Items:
o GMU’s field technician was required to spend additional hours at the project due
to the following:
▪ Re-working of the access road subgrade soils at the ESD cul-de-sac area due
to wet soils the contractor tried to compact without allowing them to dry out.
This additional work occurred on a Saturday and resulted in overtime costs.
▪ Geotechnical oversight during removal of the contractor’s ingress/ egress
ramps to the reservoir bottom.
▪ Placement of bedding materials and rip rap materials on the WSD slope face
after removal of a contractor’s access ramp.
These miscellaneous tasks, which amounted to ~50 hours of engineering technician and
~6 hours of geologist time, were absorbed in the hours allocated for the project and
therefore, no additional costs were realized.
The out-of-scope tasks, as related to the WSD cutoff trench the Main Dam piezometers,
amounted to a total of $46,494.
TASKS/COSTS REMAINING TO COMPLETE
Based on discussions with yourself, BEI, and AECOM, regarding our as-built project reports and
our involvement with initial portion of the project Fill Up Plan prepared by AECOM (i.e., 10 site
visits to manually measure piezometers prior to and during initial filling of the reservoir and
office services needed to compile and send out the data to the project team), we anticipate the
following costs are needed to close out the construction and initial fill up phase of the project:
• Amount Remaining in Contract: ($ 1,442.50)
• Amount not billed through February 5, 2021: $ 20,550.00
• Piezometer Readings and Reporting
(assumes 40 hours field and 15 hours office services): $ 8,025.00
• Reports (Non DSOD Facilities submitted week of February 8, 2021,
(DSOD Facilities report scheduled for March 31, 2021) $ 22,500.00
TOTAL COSTS REQUESTED TO COMPLETE REMAINING TASKS: $49,632.50
2.3.b
Packet Pg. 20
Att
ach
men
t: C
-177
3 T
ram
pas
Dam
Ad
m 3
_BE
I_G
MU
_SR
_jm
_Exh
B.d
oc
(C
-177
3 T
ram
pas
Dam
Co
nsu
ltan
ts A
dd
end
a)
Mr. Jeff McDonnell, SANTA MARGARITA WATER DISTRICT
Request for Budget Increase: Geotechnical and Materials Testing Services for Construction of
SMWD Trampas Canyon Dam and Reservoir
February 12, 2021 4 GMU Project 18-001-10
EXCLUSIONS
This proposal does not include the monitoring and inspection services that will continue beyond
those outlined above for the initial fill up activities along with the required inspection reports
associated with these activities. GMU can prepare a separate proposal at a later date for these
services.
We propose to continue providing our services as outlined in this proposal on a time-and-
expense basis in accordance with our approved 2016 Schedule of Charges, which will be used
for the duration of the project, even as it extends into 2021. In the event that the scope of work is
increased beyond that described in this proposal, the budget estimate provided above will not be
exceeded without your prior authorization. GMU will continue to report our project time on a
weekly basis with a breakdown of staff classifications, manhours, and tasks.
We appreciate the opportunity to be part of this project and will continue to make every effort to
provide our services in the most efficient manner possible. We welcome the opportunity to meet
with you to discuss the details of this request for budget increase. Please do not hesitate to call
with any questions in the meantime.
Respectfully submitted,
GMU GEOTECHNICAL, INC.
Alan “Bob” Mutchnick
Engineering Geologist/Project Manager
Aron Taylor, M.S., PG, CEG
Principal Engineering Geologist
Cc: Butier Engineering
Attn. Mr. Eric Weber (Project RE)
/02-12-21_18-001-10 Request for Budget Increase_Trampas Dam-Reservoir
2.3.b
Packet Pg. 21
Att
ach
men
t: C
-177
3 T
ram
pas
Dam
Ad
m 3
_BE
I_G
MU
_SR
_jm
_Exh
B.d
oc
(C
-177
3 T
ram
pas
Dam
Co
nsu
ltan
ts A
dd
end
a)
MEMORANDUM
TO: Engineering and Operations Committee DATE: May 14, 2021
FROM: Daniel Peterson
SUBJECT: Consideration and Action on Purchase of Camera Video Inspection Van
SUMMARY:
Recommendation: Authorize purchase of camera video inspection van from Plumbers Depot
Inc for $243,500.
Issue: In order to accommodate the maintenance of an additional 125+ miles of wastewater
pipeline as part of the City of San Juan Capistrano annexation, the District needs to add an
additional camera video inspection van.
Fiscal Impact: The proposed vehicle is included in the FY2022 Capital Expenses budget for
San Juan Capistrano. Due to the long lead time to produce this vehicle, this item is being
brought to the Board ahead of time.
Previously Related Action: The District authorized the execution of the Annexation Agreement
with the City of San Juan Capistrano on January 17, 2020.
Adherence to Policy: This project is consistent with the District’s mission to “Provide a high
level of service with maximum cost effectiveness.”
Anticipated Board Action: This item is anticipated to be brought the Board of Directors
meeting on May 21, 2021 for consideration as an Action Item Recommended by Committee.
DISCUSSION:
The District’s Collections crew is responsible for maintaining more than 630 miles of wastewater
pipeline. As part of these maintenance practices, sewer lines are inspected utilizing a specialized
vehicle that can send a remote-controlled camera into the sewer line and take live video of the
condition of the pipeline. This information can be invaluable in identifying potential blockages,
debris, or other hazards within the pipeline.
3.1
Packet Pg. 22
As part of the acquisition of the City of San Juan Capistrano’s water and wastewater systems, the
District’s wastewater system will increase by 20%. In order to accommodate the addition of this
mileage, the District budgeted for the addition of 3 pieces of heavy equipment: a combination
unit, a jetter, and a CCTV truck. The City currently utilizes contract services for video inspection
services that costs $0.72 per linear foot. The District estimates that it’s cost to perform the same
work is approximately $0.62 per linear foot.
There are three primary vendors who provide the hardware necessary for video inspections:
Cues, Aries, and Envirosight. The District currently operates one video inspection truck that
utilizes the Cues hardware. The camera and video hardware are proprietary and will not work
with other vendors hardware. Because of this, staff recommendation is to sole source this
purchase and procure the new vehicle that uses the Cues hardware. Rather than have two
different types of video inspection hardware and software that would not work with each other,
having both units be the same hardware will reduce downtime and maintenance issues.
3.1
Packet Pg. 23
MEMORANDUM
TO: Engineering and Operations Committee DATE: May 14, 2021
FROM: Tricia Butler, Jeff McDonnell
SUBJECT: Consideration and Action on Award of Construction Contract for CWRP Influent
Lift Station Force Main Replacement, C-1241U.004A
SUMMARY:
Recommendations: 1) Authorize awarding a construction contract to Kingmen Construction,
Inc. for the Chiquita Water Reclamation Plant Influent Lift Station Phase 3 Force Main
Replacement Project in the amount of $622,900; 2) Increase the FM Project Budget to $750,000.
Issue: The District has completed the design and bid process for the CWRP Influent Lift Station
Phase 3 Force Main Replacement planned Capital Repair and Replacement project. This agenda
item recommends award of the construction contract to complete the work.
Fiscal Impact: The recommended contractor bid is $622,900 for the Scope of Work. The total
project cost estimate is $750,000 and includes other project-related costs. This project was
budgeted in the Capital Replacement Program for $500,000 as project CHIQT2500C for
completion in FY2021- FY2022. The District will use a portion of the proceeds from the 2020A
Revenue Bonds to fund the project.
Previously Related Action: The Board approved the CRP budget in May 2020.
Adherence to Policy: The Force Main Replacement Project is consistent with the District’s
Business Plan Goal “To Provide Quality, Uninterrupted Service,” and the Core Objective
Category “Water Quality Standards and All Environmental Compliancy Goals are Met or
Exceeded Continuously.”
Anticipated Board Action: This item is anticipated to be brought to the Board of Directors
meeting on May 21, 2021 for consideration as an Action Item Recommended by Committee.
3.2
Packet Pg. 24
DISCUSSION:
In 2014, the Chiquita Water Reclamation Plant
Influent Lift Station “Phase 3 Pump Station” Force
Main experienced a failure requiring an emergency
sewage bypass and pipe repair. The pipe manifold
immediately downstream of the pumps, as shown in
Figure 1, was eroded through and was replaced in
2014. The District planned to replace the remaining
downstream pipeline once the screening facility
design concepts and site improvements were
developed in conjunction with the concepts for
added redundancy and flexibility for pipeline
inspection and maintenance.
This current project replaces approximately 160 feet of 36-inch diameter pipe, along with
valving and provisions for new connections to the forthcoming upgrades of the original influent
lift station.
The project was advertised for bids on April 14, 2021 to three contractors pre-selected by the
District. Three potential bidders and two bypass pump sub-contractors attended the mandatory
pre-bid meeting. The bids were received and opened on May 5, 2021. Kingmen Construction
submitted a bid of $622,900 along with the required bid documents and is considered a
responsible bidder. A summary of bids is provided in Table 1.
Table 1 – Digester 2 Coating Summary of Bids
No. Description Qty Engineer
Estimate
Leather-
wood
Kingmen Shoffeitt
1 Mobilization/Demobilization LS 25,000$ 80,000$ 15,000$ 30,000$
2 Potholing/Survey LS 25,000$ 25,000$ 12,000$ 45,000$
3 Remove Existing 36” Pipe LS 45,000$ 40,000$ 50,000$ 42,000$
4 Provide & Install New 36” Pipe
w/fittings
LS 165,000$ 425,000$ 348,108$ 450,000$
5 Civil/Site Work LS 30,000$ 32,000$ 14,000$ 20,000$
6 Bypass Pump System LS 150,000$ 86,500$ 105,000$ 125,000$
7 Three 24-hour periods of bypass
pump operation
LS 16,200$ 18,792$ 19,800$
8 Contingency LS 60,000$ 60,000$ 60,000$ 60,000$
Total 500,000$ 764,700$ 622,900$ 791,800$
Bid Results of CWRP ILS Ph 3 Force Main Replacement
Figure 1 – Pump Manifold
Replaced in 2014
3.2
Packet Pg. 25
The Engineer’s Estimate for the project was $500,000. All three bids received were higher than
the engineer’s estimate, and the low bid was approximately 23 percent lower than the next
higher bid.
During the bid period, questions and feedback from the bypass pump supply companies resulted
in the addition of inclusion of operational costs for three days of bypass pumping, and a flanged
connection to the bypass pump system that will also facilitate the future rehabilitation of the
existing original influent lift station pump station. These costs account for an estimated $50,000
of the bid cost that was not included in the engineer’s estimate.
The most significant difference between the engineer’s estimate and the bids is the cost of the
provision and installation of the 36-inch pipe. The engineer’s estimate assumed a unit cost of
approximately $1,000 per foot. This unit cost is higher than the unit cost of other project actual
unit costs for this size of pipeline in this geographical area. However, this project is unique with
160 feet of pipe as compared to typical projects with thousands of feet of pipe. The 36-inch
diameter size is larger than a size pipe that would typically be stocked by pipe suppliers. The
cost of setting up for production of a limited length of pipe drives up the unit cost of the pipe.
The current market setting is that construction materials are in limited supply and the
construction industry is in high demand. These factors contributed to the actual bids being higher
than the estimated cost.
Kingmen’s bid was lower than the other bids by a significant margin. Kingmen is mobilized and
working currently on the Aeration Basin construction project at the Chiquita Water Reclamation
Plant, providing economies in the mobilization for this project. Kingmen also realized some
savings in their approach to the pipeline provision and construction, as well as the bypass
pumping.
Staff recommends award of the construction contract to Kingmen Construction in the amount of
$ 622,900.
3.2
Packet Pg. 26
PROJECT COST AND FUNDING:
Total project costs are presented in Table 2.
Table 2 – CWRP ILS Phase 3 Force Main Replacement Project Budget
ItemJune 2021
BudgetComments
Construction Contract $622,900 Bid received May 5, 2021
Prepurchase 36-in & 30-in PLVs $56,000 Quotes
Other District provided materials $20,000 Gates, misc materials
District Labor and Admin Cost $25,000 Bypass pumping, outage assistance
Contingency $26,100
Project Total $750,000 Budget
The total project cost is proposed to be funded using a portion of the proceeds from the 2020A
Revenue Bonds. The project was approved by the Board as part of the 2020 Capital Repair and
Replacement Program with a budget of $500,000. The revised project budget is $750,000. Staff
will attempt to identify a possible savings equivalent to the $250,000 increase through other
projects. The project is being tracked in Munis under code CHIQTC1102C.
3.2
Packet Pg. 27
MEMORANDUM
TO: Engineering and Operations DATE: May 14, 2021
FROM: Tricia Butler
SUBJECT: Engineering Department Update for Period Ending April 30, 2021
SUMMARY:
Refer to attached Engineering Department Update for the period ending April 30, 2021.
4.1
Packet Pg. 28
ENGINEERING UPDATE
Progress and status of engineering department work is described in this report for the period ending
April 30, 2021.
FACILITY PLANNING AND DESIGN EFFORTS
Engineering staff completed in-house planning and design work, and managed work by consultants.
A few highlights in ongoing work are as follows:
Project Lead Project
Eng / Sub-
Consultants
Current phase /
Comments
Const Contract
Award Rec to
Board
Ranch WTP, C-1792;
RWTPT3000C
SMWD Pre-Design in progress Budget
Coto de Caza LS Emerg. Storage,
C-1322C; COTOS7103C
Psomas Bidding June 2021
CWRP Dig 2 Coating,
C-1241U.013; CHIQT2204C
SMWD
Harper and
Associates
Bidding May 2021
CWRP Ph 3 Force Main Rehab,
C-1241T.004A; CHIQT2500C
SMWD Bidding May 2021
CWRP Sec. Clarifier 4 Rehab,
C-1241U.014; CHIQT1403CC
Harper, assess
& design
Assessment in progress June 2021
Rienda Lift Station Design,
C-1787; RNDAS7100C
Psomas Bidding June 2021
CWRP ILS Screenings
Equipment Prepurchase, C-
1241.004, CHIQT1102C
Huber or FSM Prepurchase Equipment July 2021
Reservoir Coating
C-1176.12, ESTD45501C
C-1690E.1, TLGA2550C
C-1223F, PLNO45501C
C-1229.09, FOOT35500C
C-1111A, ALIC3550C
C-1679N, TLGAA6500C
SMWD
Harper and
Associates,
Rich Kissee
Design Underway July 2021
Rienda Pressure Reduce. Facility
Design, C-1791; RNDA15400C
Lee and Ro Final Design July 2021
CWRP Infl LS/Screening Proj,
C-1241T.004; CHIQT1102C
HDR
Engineering
Final Design August 2021
CWRP Yard Piping Replacement
(gas piping), C-1241U.003
TBD Preliminary Design Design Sept
2021
Send/Esencia Cathodic Protection
C-1650G/H; SEND_5300C;
SEND6300C; ESEN_5300C
MBI Final Design Oct 2021
4.1.a
Packet Pg. 29
Att
ach
men
t: 2
021-
04A
prE
gr-
Dep
t (
Eg
r D
ept
Rep
ort
fo
r P
erio
d E
nd
ing
04-
30-2
021)
Project Lead Project
Eng / Sub-
Consultants
Current phase /
Comments
Const Contract
Award Rec to
Board
Upper Oso Res Reasphalt,
C-1036.E; UOSO6600C / Upper
Chiq Res Spillway Rd Paving
1543C; UCHQI5501C
AECOM Assessment to be
followed by design
Oct 2021
Las Flores RW Pipeline,
C-1450C; LASF_6000C
SMWD Design in progress TBD
Las Flores RWPS,
C-1639D; LASF_6000C
SWMD Pre-Design in progress TBD
Oso WRP Upgrades and Expan-
sion, C-1035N; OSOCT1401C
SMWD Environmental, RWPS
Design
TBD
RW Zn A Piping Modifications,
C-1772C, ID4CA-62-N-003;
ID5_A-62-N-002
SMWD, TBD Pre-Design August 2021
(tentative)
RW Zn A CWRP Pumps,
CHIQT6100C
SMWD Pre-Design Oct 2021
(tentative)
RW Zn A Sendero Pumps and
MCC, C-1747C, SENDA6100C
SMWD, TBD Pre-Design Oct 2021
(tentative)
CWRP Camera Installation
C-1241T.009, CHIQT0200C
SMWD Design, Construction
Contract auth staff level*
TBD
SC7 New Turnout at Jeronimo
and Obrero, C-1794
ETWD/MNWD Pre-Design Phase,
SMWD providing info
TBD
* Award anticipated at staff level, does not require Board approval.
During March and April, the
District contacted potential
equipment suppliers for the
Chiquita Water Reclamation
Plant Influent Lift Station
Screenings Equipment.
Because the screens will
extend from the lower
channel to the upper level for
a height of approximately
30 feet, it was important to
check references of similar
installations with such
height. The District
conducted virtual reference
checks including installations
in the US, Wales, Germany
and Norway.
4.1.a
Packet Pg. 30
Att
ach
men
t: 2
021-
04A
prE
gr-
Dep
t (
Eg
r D
ept
Rep
ort
fo
r P
erio
d E
nd
ing
04-
30-2
021)
Secondary Clarifier 4
Photo 1 – Clarifier
mechanism, with suction
sludge collector on bottom
Photo 2 – Top view of drive
mechanism, requires rehab or
replacement
Photo 3 – Overview of
clarifier feedwell, lower
mechanism where seal has
come out, and sludge
collector mechanism
1
2
3
4.1.a
Packet Pg. 31
Att
ach
men
t: 2
021-
04A
prE
gr-
Dep
t (
Eg
r D
ept
Rep
ort
fo
r P
erio
d E
nd
ing
04-
30-2
021)
Recycled water production and production from the Lake Mission Viejo Advanced Water Treatment
Facility data is presented in the following graph and table.
The Lake Mission Viejo Advanced
Treatment Facility (LMV ATF) operated
throughout April with both reverse osmosis
trains in operation.
Table 1 - LMV ATF Production, Acre-Ft
2018 2019 2020 2021
Jan 6.2 2.7 0.0 22.8
Feb 0.0 0.0 0.0 21.3
Mar 43.8 0.0 38.8 38.8
Apr 39.6 0.0 9.3 42.7
May 44.5 11.8 45.8
Jun 44.7 23.8 48.7
Jul 48.0 25.7 49.1
Aug 39.1 23.8 50.7
Sep 24.5 36.9 47.9
Oct 24.8 49.7 49.5
Nov 23.4 34.9 27.3
Dec 22.4 3.8 24.4
Total 361.2 213.2 391.5 125.6
4.1.a
Packet Pg. 32
Att
ach
men
t: 2
021-
04A
prE
gr-
Dep
t (
Eg
r D
ept
Rep
ort
fo
r P
erio
d E
nd
ing
04-
30-2
021)
Recycled water production from the Chiquita Water Reclamation Plant and Oso Water Reclamation
Plant are presented in the following tables. Increase in production in April was due in part from higher
demands associated with warmer days, but primarily because any surplus flow is sent to Trampas and
not through the outfall for ocean disposal.
2016 2017 2018 2019 2020 2021
Jan 159 152 148 103 151 154
Feb 108 141 132 142 138 132
Mar 139 150 146 152 159 153
Apr 143 137 138 140 82 149
May 141 143 147 139 152
Jun 132 144 141 123 147
Jul 151 153 147 127 154
Aug 147 142 138 147 154
Sep 144 134 134 140 143
Oct 142 147 131 142 149
Nov 139 143 138 138 144
Dec 141 144 128 153 145
Total 1,684 1,729 1,667 1,645 1,719 588
Mo Ave 140 144 139 137 143 147
Table 2 - Oso Recycled Water Production, Acre-Ft
Ladera Talega Total Ladera Talega Total Ladera+ Talega Total Ladera Talega Total Year Mo. Ave Total
Jan 266 65 331 151 29 180 25 40 65 390 48 439 2014 330 3,959
Feb 343 79 422 26 19 45 219 74 293 233 52 284 2015 328 3,941
Mar 272 47 318 38 17 55 136 45 181 226 60 286 2016 378 4,538
Apr 355 116 472 134 101 235 73 59 132 182 172 354 2017 363 4,355
May 358 129 487 89 86 174 253 132 385 - - - 2018 424 5,087
Jun 334 144 478 243 122 365 303 129 432 - - - 2019 283 3,399
Jul 312 178 491 300 155 455 337 172 510 - - - 2020 364 4,373
Aug 328 161 489 310 155 465 333 183 516 - - - 2021 341
Sep 330 133 463 296 129 425 344 142 486 - - -
Oct 361 108 469 312 121 433 365 119 484 - - -
Nov 281 101 382 328 68 396 355 52 407 - - -
Dec 252 32 284 163 8 170 413 69 482 - - -
Total 3,793 1,294 5,087 2,388 1,011 3,399 3,156 1,217 4,373 1,031 332 1,363
Mo Ave 424 283 364 341
+ In April 2021, SMWD began sending flow to Trampas using the Talega pumps. Talega values include
Talega demand and flow into Trampas. Ladera values include Ladera demands and can include additional
flow to Upper Oso Reservoir if surplus is available.
Table 3 - CWRP Recycled Water Production, Acre-Ft
Annual RW Prod (AF)20212018 2019 2020
4.1.a
Packet Pg. 33
Att
ach
men
t: 2
021-
04A
prE
gr-
Dep
t (
Eg
r D
ept
Rep
ort
fo
r P
erio
d E
nd
ing
04-
30-2
021)
4.1.a
Packet Pg. 34
Att
ach
men
t: 2
021-
04A
prE
gr-
Dep
t (
Eg
r D
ept
Rep
ort
fo
r P
erio
d E
nd
ing
04-
30-2
021)
Operation of the 3A WRP transitioned from SMWD to MNWD in March 2019.
MN SM Total MN SM Total MN SM Total MN SM Total Year Mo. Ave Total
Jan 2 0 2 0 0 0 41 0 41 62 0 62 2014 62 745
Feb 0 0 0 12 3 14 0 0 0 0 0 0 2015 103 1,233
Mar 0 108 108 0 68 68 0 0 0 0 0 0 2016 111 1,331
Apr 0 210 210 0 177 177 0 0 0 6 0 6 2017 124 1,491
May 141 77 219 0 0 0 38 0 38 2018 153 1,836
Jun 135 75 210 0 0 0 136 0 136 2019 70 835
Jul 139 79 218 92 0 92 118 0 118 2020 54 653
Aug 139 87 226 115 0 115 156 0 156 2021 17
Sep 134 84 218 128 0 128 122 0 122
Oct 137 87 224 133 0 133 42 0 42
Nov 123 78 201 90 0 90 0 0 0
Dec 0 0 0 19 0 19 0 0 0
Total 950 886 1,836 588 247 835 653 0 653 0
Mo Ave 153 70 54 17
Table 4 - 3A WRP Recycled Water Production, Acre-Ft
Annual RW Prod (AF)20192018 2020 2021
4.1.a
Packet Pg. 35
Att
ach
men
t: 2
021-
04A
prE
gr-
Dep
t (
Eg
r D
ept
Rep
ort
fo
r P
erio
d E
nd
ing
04-
30-2
021)
CONSTRUCTION ACTIVITY
Construction activity on capital projects; construction observation of RMV infrastructure and
development work related to water and sewer; coordination of encroachment permit work such as
paving improvements; cathodic protection system monitoring; and underground utility markouts
(USA Digalert) kept the department busy this month. The following is an overview of ongoing capital
projects and the project status.
Project General
Contractor
Current phase /
Comments
Percent Billed
through month
end (%)
CWRP Secondary Clarifier 3,
C-1241T.012E; CHIQT1402C
Kingmen Complete, project
acceptance in May
99.5
CWRP Aeration Basin Expansion,
C-1241T.012E; CHIQT1402C
Kingmen Bottom slab poured in
April
30.9
CWRP Digester Hot Water Piping
Replacement,
C-1241U.010; CHIQT4101C
SMWD,
Karcher
(insulation)
Piping progressing,
Insulation work pending
piping completion
6.2
Island PS/Lakeside PS Surge Tank
Coating, C1233I.07/C1217F;
ISLD45101C/LAKEI5102CSMWD,
Murphy
Industrial
Coatings
Lakeside Surge Tank
defects discovered,
certified repairs
underway
On hold
Cristianitos Creek / So. Co. Pipeline
Vicinity Storm Damage Repairs,
C-1486L.01, SOCN_5202C
JES Permits approved,
completion in May
No billings yet
Pico Recycled Water Pump Station.
C-1494D; PICOA6100C
Kingmen Pump barrels sent back
for coating, back on site,
pump/piping installation
in progress
56.6 (end of
March)
Foothill PS Electrical Upgrades,
C-1515.08; FOOT40200C
Halcyon Replacing lighting,
pending electrical
equipment delivery
6.1
SMWD Headquarters Locker Room,
C-1560O; HEAD_0105C
AGI Pending state review of
project trigged by dual-
plumbed facility
No billings yet
South Ranch Lift Station Upgrades,
C-1656A; SRCHS7100C
Schuler Pre-construction
meeting held,
submittals/review
No billings yet
Trampas Reservoir,
C-1773B; TRMPA6500C
Sukut Reservoir filling, change
order negotiations and
project close out
Under
separate report
Trampas Recycled Water Pump
Station, C-1773 TRMPA6100C
Kingmen Construction Complete,
Pump Testing
99.0
4.1.a
Packet Pg. 36
Att
ach
men
t: 2
021-
04A
prE
gr-
Dep
t (
Eg
r D
ept
Rep
ort
fo
r P
erio
d E
nd
ing
04-
30-2
021)
Project General
Contractor
Current phase /
Comments
Percent Billed
through month
end (%)
Revegetation
Arroyo Trabuco Bank Erosion Repair
Restoration, 2-Yr Monitoring (Start
2019), C-1669A.07, WAST_7001G
Nakae Maintenance 51.6
Gobernadora 5-year Maintenance
Contract (Start 2017),
C 1685L.01, GOOBB4100C
Nature’s
Image
Maintenance 48.4
Tesoro Reservoirs, Mitigation and
5-year Maintenance Contract (Start
2017), C-1767L.01, TESO20200C
Nature’s
Image
Maintenance 92.6
Trampas Res, Oaks Mitigation and
5-Year Maintenance Contract (Start
2021), C-1773L.01, TRMPA6500C
Nature’s
Image
Maintenance 11.3
Construction Project Photo Highlights:
4 Photo 4 – Concrete Pour, base of the aeration
basins, opening to gallery below in background
Photo 5 – Overview of entire slab approximately
250-ft long x 90-ft wide x 30-ft deep
Photo 6 – Inside gallery looking out toward
aeration basin slab
5 6
4.1.a
Packet Pg. 37
Att
ach
men
t: 2
021-
04A
prE
gr-
Dep
t (
Eg
r D
ept
Rep
ort
fo
r P
erio
d E
nd
ing
04-
30-2
021)
Photo 7 – Andre Harper of Harper and Associates at Lakeside Surge Tank access hatch (16” x
20” oval opening)
Photo 8 – Site glass nozzle fitting found to be highly corroded and requiring replacement. This
will require repair and likely postponement of the coating project until after the summer months.
7 8
4.1.a
Packet Pg. 38
Att
ach
men
t: 2
021-
04A
prE
gr-
Dep
t (
Eg
r D
ept
Rep
ort
fo
r P
erio
d E
nd
ing
04-
30-2
021)
MEMORANDUM
TO: Engineering and Operations DATE: May 14, 2021
FROM: Daniel Peterson
SUBJECT: Operations Department Update for Period Ending April 30, 2021
SUMMARY:
Refer to attached Operations Department Update for the period ending April 30, 2021.
4.2
Packet Pg. 39
Notable Events in April 2021
Allen-McColloch Pipeline shutdown
• The Allen-McColloch Pipeline (AMP) shutdown was
scheduled from April 4 – May 10, 2021.
o The shutdown was required in order to reline a
section of the prestressed concrete cylinder pipe.
o Picture #1 shows the contractor installing the
steel liners within the pipe.
• The AMP line is typically responsible for supplying
60% of the SMWD water supply.
o The District worked with regional partners to
wheel water throughout the region to ensure that
all agencies maintained water deliveries.
• The shutdown finished early, and the pipeline was returned to service on 5/4/2021.
Cypress Point RW Main Break
• On Saturday, 4/24 crews received a call around 8 pm indicating a large geyser of water erupting near
the Cypress Point community located south of Lake Mission Viejo.
o Crews discovered that the 16” recycled line was causing the geyser. The recycled system was
shut down and crews begin to clean the dirt and debris from the streets.
▪ Pictures #2 and #3 show the debris caused by the leak as well as the damage caused.
o The repair was made on Monday and Tuesday and the line was back in service on
Wednesday. Picture #4 shows the concrete pad being prepared after the repair.
o All regulatory agencies were informed of the Non-Domestic break.
o Preliminary analysis shows that the pipe failed due to internal corrosion.
North Beach LS – Install Motor Control Center
• The Electrical Division completed work on upgrading the motor control center at North Beach Lift
Station.
• Picture #5 shows the before while Picture #6 shows the after of the cabinet work.
4.2.a
Packet Pg. 40
Att
ach
men
t: A
pri
l202
1Op
sUp
dat
e (
Ap
ril2
1Op
sUp
dat
e)
Chiquita WRP – Replaced pumps in
primary building
• The Mechanical Division
completed the installation of new
Sepex progressive pumps in the
primary building.
• The existing diaphragm pumps
were at the end of useful life and
parts were no longer available.
• Picture #7 shows the before
while Picture #8 shows the after.
AB 1826 Compliance
• AB 1826 requires business to recycle their organic waste.
• Staff worked with its landscaping company to achieve AB 1826 compliance ahead of schedule.
Emergency Communication Improvements
• The Safety Division completed the registration of several key staff in enrollment into the
Government Emergency Telecommunicaiton Service (GETS) system.
o By enrolling into the GETS service, District staff is eligible to participate in the Wireless
Priority Service which allows prioritized cellular usage during times of congested network
traffic such as a natural or manmade disasters.
o The system utilizes a calling-card which allows District staff to be prioritized on cellular
networks during emergency periods.
o This is one of several elements the District has in place to ensure communication in an
emergency.
Operations and Maintenance Activities
Collections Division
• Cleaned 148,610 feet of sewer pipeline.
o Picture #9 shows crews cleaning Marguerite Parkway with the
appropriate traffic delineation.
• CCTV inspected 25,670 feet of sewer pipeline.
• Performed 65,925 feet of preventative maintenance work orders.
• Maintained 10 lift station wet wells
4.2.a
Packet Pg. 41
Att
ach
men
t: A
pri
l202
1Op
sUp
dat
e (
Ap
ril2
1Op
sUp
dat
e)
Valve & Hydrant Division
• Reduced valve turning activities during AMP shutdown and focused on hydrant maintenance.
o Painted 328 fire hydrants
o Pictures #10 and #11 show the before/after of a hydrant which was discovered to be
completely overgrown. Staff worked with the property owner to ensure that the hydrant will
remain uncovered moving forward.
Safety Division
• Coordinated replacement of access gate at Cordova Lift
Station seen in Picture #12.
o The existing gate was due for replacement and the
Safety Division identified an opportunity to
replace the gate with an ergonomic improvement
which reduces the risk of back injury.
o The existing gate was a single panel which
required great effort to move. The new gate is a
dual-panel design which makes it easier for staff
to open/close.
• Enrolled several key District staff in NIMS/SEMS
training.
o This training is vital in training staff how to utilize the Incident Command System protocol.
o Completion of this training allows the District to remain eligible for disaster relief funds.
• Provided training on:
o CPR/First Aid/AED
o Water Industry Distribution Operation Safety
o HAZ-WOPER (WWTP Operators)
o Advanced Construction Safety
o New Hire Safety Orientation
o ARC Flash Safety
4.2.a
Packet Pg. 42
Att
ach
men
t: A
pri
l202
1Op
sUp
dat
e (
Ap
ril2
1Op
sUp
dat
e)
COMMITTEE NOTES
SANTA MARGARITA WATER DISTRICT
ENGINEERING AND OPERATIONS
ADJOURNED COMMITTEE MEETING
APRIL 16, 2021
TELECONFERENCE
Conference Phone Number: +1 530-414-9890
Audio Conferencing Code: 880 181 405#
CALL TO ORDER: 8:00 A.M.
COMMITTEE CHAIR: Frank Ury
COMMITTEE MEMBER: Justin McCusker
Call to Order @ 8:00 AM
1. PUBLIC FORUM
There were no requests to speak.
ATTENDEES
Members Present: Frank Ury (Chair) and Justin McCusker (Member)
Staff Present: Dan Ferons, Don Bunts, Tricia Butler, Nate Adams
Danny Peterson, Brian Harrison, Dustin Navarro,
Jim Leach, Cindy Lane
2. CONSENT CALENDAR
2.1 Consideration and Action on Water, Sewer, and Non-Domestic Facilities for Tract
17961 Located in Reata Glen in I.D. No. 4E; the Release of Water, Sewer, and Non-
Domestic Bonds; and Adoption of Resolution No. 2021-05-XX.
ACTION: APPROVED
Status: There was no discussion of the item.
2.2 Consideration and Action on Water and Sewer Facilities for Tract 17595 Located in
Alma Community (AQ15) in I.D. No. 4C; the Adoption of Resolution No. 2021-05-
XX.
ACTION: APPROVED
Status: There was no discussion of the item.
2.3 Consideration and Action on Water and Sewer Facilities for Tract 17597 Located in
Vida Community (AQ14) in I.D. No. 4C; the Adoption of Resolution No. 2021-05-
XX.
ACTION: APPROVED
Status: There was no discussion of the item.
4.3
Packet Pg. 43
Min
ute
s A
ccep
tan
ce:
Min
ute
s o
f A
pr
16, 2
021
8:00
AM
(In
form
atio
n It
ems)
2 | P a g e
2.4 Consideration and Action on Award of Contract to Ayala Engineering for Lining at
Ladera Lift Station
ACTION: APPROVED
Status: There was no discussion of the item.
2.5 Consideration and Action on a Grant of Easement to San Diego Gas and Electric for
the Coto de Caza Lift Station Emergency Storage Basin project, C-1322C
ACTION: APPROVED
Status: There was no discussion of the item.
3. ACTION ITEMS RECOMMENDED BY COMMITTEE
3.1 Consideration and Action on USAA Casualty Insurance Claim
ACTION: APPROVED
Status: Mr. Danny Peterson, Logistics and Regulatory Manager stated the
claim was being brought to the Board due to damages that were in excess
of $10,000. Mr. Peterson stated that staff will formally reject the claim as
the person involved in the accident was not an SMWD employee and the
types of vehicles involved are not in the District's fleet. The committee
recommended the item for the Consent Calendar at the April 23rd Board
meeting.
4. CLOSED SESSION - DISCUSSION ON POSSIBLE THREATS TO SECURITY OF
ESSENTIAL PUBLIC SERVICES
ACTION: INFORMATION ONLY
Status: Chair Ury recessed the Engineering and Operations Committee
(EOC) meeting at 8:22 a.m. and the following committee members went
into Closed Session: Director Frank Ury, Director Justin McCusker, Dan
Ferons, Don Bunts, Tricia Butler, Danny Peterson, Dustin Navarro and
Brian Harrison. The EOC meeting resumed at 9:00 a.m. and was then
adjourned at 9:01 a.m.
5. INFORMATION ITEMS
5.1 Update on 2020 Urban Water Management Plan Preparation
ACTION: INFORMATION ONLY
Status: Mr. Nate Adams, Water Reliability Planning Manager provided
the update on the Urban Water Management Plan Preparation. The update
covered what is new for 2020: a Water Shortage Contingency Plan
(WSCP); Changes to Water Shortage Stages; and Next Steps.
4.3
Packet Pg. 44
Min
ute
s A
ccep
tan
ce:
Min
ute
s o
f A
pr
16, 2
021
8:00
AM
(In
form
atio
n It
ems)
3 | P a g e
5.2 Clean Fleet Rule Update
ACTION: INFORMATION ONLY
Status: Mr. Danny Peterson discussed the item and highlighted the
California Air Resources Board's (CARB) new rule requiring all public
fleets and the majority of private fleets operating in California to report on
their medium and heavy-duty fleets. Mr. Peterson noted that the District
has been monitoring regulation developments that currently only impact
manufacturers but could impact the District in the future.
5.3 Engineering Department Update for Period Ending March 31, 2021
ACTION: INFORMATION ONLY
Status: Ms. Butler highlighted two items: 1) Through a Teams call with
Norway she was able to discuss the needs at the Chiquita Water
Reclamation Plant; and 2) that the production of recycled water at the
Lake Mission Viejo advanced Water Treatment Facility had reached over
300 acre feet.
5.4 Operations Update for Period Ending March 31, 2021
ACTION: INFORMATION ONLY
Status: There was no discussion of the item.
5.5 Engineering and Operations - Committee Meeting - Mar 12, 2021 8:00 AM
ACTION: INFORMATION ONLY
Status: There was no discussion of the item.
4.3
Packet Pg. 45
Min
ute
s A
ccep
tan
ce:
Min
ute
s o
f A
pr
16, 2
021
8:00
AM
(In
form
atio
n It
ems)