Loading...
HomeMy WebLinkAbout2013-09-03 - Planning-Engineering-Operations Committee Meeting Agenda PacketYorba Linda Water District AGENDA YORBA LINDA WATER DISTRICT PLANNING - ENGINEERING - OPERATIONS COMMITTEE MEETING Tuesday, September 3, 2013, 12:00 PM 1717 E Miraloma Ave, Placentia CA 92870 1. CALL TO ORDER 2. ROLL CALL COMMITTEE STAFF Director Robert R. Kiley, Chair Steve Conklin, Acting General Manager Director Phil Hawkins John DeCriscio, Operations Manager 3. PUBLIC COMMENTS Any individual wishing to address the committee is requested to identify themselves and state the matter on which they wish to comment. If the matter is on this agenda, the committee Chair will recognize the individual for their comment when the item is considered. No action will be taken on matters not listed on this agenda. Comments are limited to matters of public interest and matters within the jurisdiction of the Water District. Comments are limited to five minutes. 4. ACTION CALENDAR This portion of the agenda is for items where staff presentations and committee discussions are needed prior to formal committee action. 4.1. Terms and Conditions for Water and Sewer Service with Shapell Homes for Tract 16208 Recommendation. That the Committee recommend the Board of Directors approve the Terms and Conditions for Water and Sewer Service with Shapell Homes for Tract No. 16208, Job No. 201315. 5. DISCUSSION ITEMS This portion of the agenda is for matters such as technical presentations, drafts of proposed policies, or similar items for which staff is seeking the advice and counsel of the Committee members. This portion of the agenda may also include items for information only. 5.1. Monthly Groundwater Production and Purchased Import Water Report (To be provided at the meeting.) 5.2. Monthly Production Summary Report (To be provided at the meeting.) 5.3. Monthly Preventative Maintenance Report (To be provided at the meeting.) 5.4. Groundwater Producers Meeting Report 5.5. Status of OCWD Annexation Process (Verbal Report) 5.6. Status of Cielo Vista and Esperanza Hills Development Projects (Verbal Report) 5.7. Discussion Regarding a Water Trailer (Verbal Report) 5.8. Box Canyon Booster Pump #1 Repairs 5.9. Status Report on Capital Projects in Progress 5.10. Status of Strategic Plan Initiatives 5.11. Future Agenda Items and Staff Tasks 6. ADJOURNMENT 6.1. The next Planning- Engineering- Operations Committee meeting is scheduled to be held Monday, October 7, 2013 at 12:00 p.m. Items Distributed to the Committee Less Than 72 Hours Prior to the 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 Committee 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 1717 E. Miraloma Avenue, Placentia, CA 92870, during regular business hours. When practical, these public records will also be made available on the District's internet website accessible at http: / /www.ylwd.com /. Accommodations for the Disabled Any person may make a request for a disability - related modification or accommodation needed for that person to be able to participate in the public meeting by telephoning the Executive Secretary at 714 - 701 -3020, or writing to Yorba Linda Water District, P.O. Box 309, Yorba Linda, CA 92885 -0309. Requests must specify the nature of the disability and the type of accommodation requested. A telephone number or other contact information should be included so the District staff may discuss appropriate arrangements. Persons requesting a disability - related accommodation should make the request with adequate time before the meeting for the District to provide the requested accommodation. Meeting Date: Io From: Presented By: Prepared By Subject: SUMMARY: AGENDA REPORT September 3, 2013 Planning- Engineering- Operations Committee Steve Conklin, Acting General Manager Steve Conklin, Acting General Manager Ariel Bacani, Engineering Technician II Budgeted: Funding Source: Account No: Job No: Dept: Reviewed by Legal: CEQA Compliance: ITEM NO. 4.1 N/A Developer Funded 1/2-2600 201315 Engineering N/A N/A Terms and Conditions for Water and Sewer Service with Shapell Homes for Tract 16208 Shapell Homes is proposing to develop Tract 16208 into 49 single family residential units on 18.55 acres. The project is located within the area covered by the Pre - Annexation Agreement (PAA) that was executed on July 25, 2006 between the District and Shapell Industries, Inc. The project is located on the south side of Bastanchury Rd., between Tract 14555 and Yorba Linda High School as shown on the attached exhibit. STAFF RECOMMENDATION: That the Committee recommend the Board of Directors approve the Terms and Conditions for Water and Sewer Service with Shapell Homes for Tract No. 16208, Job No. 201315. DISCUSSION: The District has an existing Pressure Zone 4 pipeline in Bastanchury Road, which is adequate in size and of sufficient pressure to serve the project. The pad elevations within Tract 16208 range between 540 and 593 feet above mean sea level. The entire tract will be served by the Spring View Reservoir in the District's Pressure Zone 4, which has a high water elevation of 780 feet. This equates to water pressures exceeding 80 p.s.i., which will require the installation of pressure regulators for each lot. Staff will also require that the applicant loop the proposed onsite water facilities at "G" Street and "I" Street to Bastanchury Road to provide greater redundancy for this tract. Tract 16208 is located within Drainage Area "1" of the District's Sewer Service Area. The District has an existing offsite sewer main at the tract's southeast corner that is adequate in size to serve the proposed project. Staff will require the applicant to connect onto this existing sewer main. The District's standard water and sewer fees will apply to this project. In addition, annexation fees will be collected in accordance with the PAA, on the 49 lots. The Terms and Conditions for Water and Sewer Service with Shapell Homes, Tract No. 16208 are attached for your consideration. ATTACHMENTS: 201315 T C.doc Description: Type: Terms & Conditions for Water & Sewer Service with Shapell Homes for Tract 16208 Agreement Exhibit of Proposed Water & Sewer Improvements 201315 Exhibit.pdf Exhibit for Shapell Homes Tract 16208 Date: SEPTEMBER 12, 2013 YORBA LINDA WATER DISTRICT TERMS AND CONDITIONS FOR WATER AND SEWER SERVICE NAME OF APPLICANT: SHAPELL HOMES LOCATION OF PROJECT: SOUTH SIDE OF BASTANCHURY RD., WEST OF YORBA LINDA HIGH SCHOOL TRACT NUMBER: 16208 JOB NUMBER: 201315 LOT(S): 49 The applicant will be required to complete to the satisfaction of the District the following items that have an "X" following the number. 1) X The applicant shall provide the District with a copy of the Grant Deed or Title Report of the property to be served. 2) X The applicant shall include information deemed necessary by the District in the event the applicant is required to file a Department of Real Estate Tax Disclosure statement. 3) The applicant shall provide to all purchasers of the homes a statement that the home is located within Improvement District No. 1 and that the home is subject to a property tax over and above the normal 1 % Basic Tax Levy to pay for Production, Storage, and Transmission water facilities serving Improvement District No. I. 4) The applicant shall provide to all purchasers of the homes a statement that the home is located within Improvement District No. 2 and that the home is subject to a property tax over and above the normal 1 % Basic Tax Levy to pay for Production, Storage, and Transmission water facilities serving Improvement District No. 2. 5) X The applicant shall submit two (2) sets of the improvement plans to the District for plan check processing. a) Improvement Plans b) Grading Plans c) Tract, Parcel or Vesting Map d) Landscaping Plans 6) X Improvement Plans submitted for plan check shall comply with the submittal requirements established by the YLWD Engineering Department. Page 2 of 5 NAME OF APPLICANT: SHAPELL HOMES LOCATION ON' PROJECT: S. SIDE ON' HAS'1'ANCHURY PD., W. ON' YORHA LINDA HIGH SCHOOL - TRACT 16208 7) X The applicant shall dedicate or obtain all easements deemed necessary by the District in accordance with the Rules and Regulations of the District. All easement documents shall be prepared under the supervision of and stamped by a Professional Land Surveyor or a Registered Civil Engineer (licensed prior to January 1, 1982) licensed to practice in the State of California. 8) X The applicant shall provide the District with a copy of the Recorded Tract /Parcel Map(s) or Easement Documents illustrating all District easements required by Term and Condition No. 7, prior to requesting occupancy releases. 9) X The applicant shall prepare and process all easements to be quitclaimed by the District in accordance with the Rules and Regulations of the District. 10) X The applicant shall furnish the District with a 24 -hour emergency telephone number prior to the District's approval of the construction plans. 11) X The applicant shall notify the District 48 hours prior to initiating any work related to required or proposed improvements. 12) X The applicant shall complete a Temporary Construction Meter Permit application for all water to be used in construction work and all water used under such permit shall be taken from the approved construction meter. 13) X The applicant shall provide per the District specifications one complete set of "As Built" mylars and electronic copy of ACAD drawings (version 2008 or later) for the Water facilities. 14) X The applicant shall complete an Application to and Agreement for Water Service. 15) X The applicant shall pay all of the water fees as required by the Rules and Regulations of the District. 16) X The applicant shall pay meter fees associated with the installation of radio read meters for this project. 17) X The applicant shall comply with the Rules and Regulations of the Yorba Linda Water District with regard to the Rendition of Water Service. 18) X The applicant shall provide the District with a set of plans stamped and approved by the Orange County Fire Authority, or fire agency having jurisdiction, that identifies approved fire hydrant locations. Such approved plan must be submitted to the District before staff will initiate a District plan check for water improvements. Page 3 of 5 NAME OF APPLICANT: SHAPELL HOMES LOCATION ON' PROJECT: S. SIDE ON' HAS'1'ANCHURY PD., W. ON' YORHA LINDA HIGH SCHOOL - TRACT 16208 19) X The applicant shall have all water facilities designed in accordance with the District's Water Facilities Plan and the District's Standard Specifications. All design plans shall be prepared under the supervision of and stamped by a Registered Civil Engineer licensed to practice in the State of California. 20) X The applicant's water facilities (on -site) shall be District owned and maintained. 21) X The applicant shall be required to conduct flow tests at their cost in the event the Orange County Fire Authority requires a flow test. A District representative shall be present to witness the flow test. 22) X The applicant shall comply with all additional District requirements, relative to the fire protection system, fire hydrant construction and fire hydrant locations. 23) X The applicant shall install one 1 water Sampling Station(s) in conformance with the District's Standard Plans. 24) X The applicant shall provide a completed Surety Bond for the water facilities prior to the District signing the Water Improvement Plans. The applicant shall also provide to the District an estimate of the construction costs of the proposed water facilities. 25) X The applicant shall install the curb and gutters a minimum of one week prior to the installation of the water main and services. 26) X All existing water services that are not useable in the new plan shall be cut and plugged at the main line. 27) X The applicant shall coordinate through the District all connections of new water facilities to the existing District facilities. 28) X The applicant shall provide a written copy of the Bacteriological Report prior to occupancy releases certifying that the water meets the Health Department's requirements. 29) X The applicant shall adjust and raise to grade all valve covers within the limits of this project. 30) X The applicant shall install a pressure regulator in all dwellings that have over 80 p.s.i. static water pressure in accordance with the appropriate building codes. 31) X The applicant shall complete a Temporary Water Permit for all water that will be used through the new water services to serve the new dwellings. 32) X The applicant shall install a District approved backflow device in connection with any private fire suppression sprinkler facilities that may be required by the Orange County Fire Authority or fire agency having jurisdiction. Page 4 of 5 NAME OF APPLICANT: SHAPELL HOMES LOCATION ON' PROJECT: S. SIDE ON' HAS'1'ANCHURY PD., W. ON' YORHA LINDA HIGH SCHOOL - TRACT 16208 33) X The applicant shall install a reduced pressure principle backflow prevention device on all commercial buildings and landscape services. 34) X The applicant shall install and provide a written test report to the District for each backflow device certifying that the backflow devices are operating properly prior to the water meters being turned on for service. 35) X The applicant shall install and provide a written test report to the District certifying that the double check detector assembly is operating properly prior to the double check detector assembly being turned on for service. 36) X The applicant shall provide an annual written test report to the District certifying that the backflow devices and fire detector assemblies are operating properly pursuant to the District's Backflow Prevention Program and the State of California Administrative Code, Title 17, Public Health Rules and Regulations Relating to Cross - Connections. 37) The applicant shall complete a Sewer Connection Application and Permit for Sewer Service. 38) X The applicant shall complete an Application to and Agreement for Sewer Service. 39) X The applicant shall comply with the Rules and Regulations of the Yorba Linda Water District with regard to the Rendition of Sanitary Sewer Service. 40) X The applicant shall pay all of the sewer fees as required by the Rules and Regulations of the District. 41) X The applicant shall have all sewer facilities designed in accordance with the District's Sewer Master Plan and Standard Specifications. All design plans shall be prepared under the supervision of and stamped by a Registered Civil Engineer licensed to practice in the State of California. 42) X The applicant shall provide a completed Surety Bond for the sewer facilities prior to the District signing the Sewer Improvement Plans. The applicant shall also provide to the District an estimate of the construction costs of the proposed sewer facilities. 43) X The applicant's sewer facilities (on -site) shall be District owned and maintained. 44) X The applicant shall construct a sewer main and appurtenances in conformance with the approved plans and the District's Plans and Specifications. 45) X The applicant shall adjust and raise to grade all sewer manhole covers within the limits of this project. Page 5 of 5 NAME OF APPLICANT: SHAPELL HOMES LOCATION ON' PROJECT: S. SIDE ON' HAS'1'ANCHURY RD., W. ON' YORHA LINDA HIGH SCHOOL - TRACT 16208 46) X The applicant shall install a sewer backflow prevention valve on all sewer service connections in which the pad elevations of the property being served is lower than the rim elevation of the upstream manhole. Installation of the backflow device shall comply with all requirements of the Building and Plumbing Codes of the appropriate agency having jurisdiction. 47) X The applicant shall submit a video inspection report of their sewer project in DVD format. The video of the sewer facilities shall be conducted in the presence of the District inspector, which will include stationing locations of manholes, cleanouts, wyes, laterals, backflow devices and appurtenances. (END OF STANDARD TERMS AND CONDITIONS) PROJECT SPECIFIC TERMS AND CONDITIONS 48) X The applicant shall loop the proposed public onsite water system onto the existing Zone 4 water transmission main at Bastanchury Rd., per approved plans and District Specifications. 49) X The applicant shall pay the annexation fee and comply with all provisions of the "Pre- Annexation Agreement between Yorba Linda Water District and Shapell Industries, Inc." executed on July 25, 2006 and recorded on August 7, 2006 in the Official Records of Orange County as Document No. 2006000525185. I hereby certify that the foregoing Terms and Conditions were approved at the September 12, 2013 Regular Meeting of the Board of Directors of the Yorba Linda Water District. The approved Terms and Conditions shall become void six (6) months from the approval date if a formal Application To and Agreement with the Yorba Linda Water District for Water and Sewer Service is not executed for the project under consideration. Steve Conklin, P.E., Acting General Manager - -L� EX. 36_' W ____ ___ -_ ___� EX. FH i BASTANCHURY ROAD --- � ---EX. FH N N I/ I � n I I I � A T NO: I iTRACT NO. PRO POSED SEWER 14555 J � PROPOSED WATER po M N I � co � M O I � I �I 11 12 13 14 15 16 LOCATION MAP N N N N N O N rn 18 17 YORBA LINDA HIGH SCHOOL r Ilr- Ilil III I� III SIT_ ��I I EX. 8" I SEWER II II II II II III JOB SIl A 2Q RD JN BRSTANCHUftY ------- 0� O ti OFIENTE OR YORBA P`A LINDA LINDA YORBA eN e �o o� O DE LL eP R OC PSE e �oP � m RD o �tiP PNE o �5 /AEA ORANOCTNORPF O ADE ?PL MP 2 ANAHEIM E IA F`N YOB RJARS \V� C� SAN 9l pNP SANiA D m N C 0 VICINITY MAP NOT TO SCALE PREPARED BY: EXHIBIT SCALE: AS -NOTED YORBA LINDA WATER DISTRICT WATER & SEWER IMPROVEMENTS DATE: FOR 08 -20 -2013 El 1717 E. MIRALOMA AVENUE TRACT NO. 16208 PLACENTIA, CALIFORNIA 92870 SHAPELL HOMES FILENAME: (714) 701 -3100 J- 201315 ITEM NO. 5.1 AGENDA REPORT Meeting Date: September 3, 2013 Subject: Monthly Groundwater Production and Purchased Import Water Report (To be provided at the meeting.) Im ATTACHMENTS: Description: Type: Backup Material Distributed Less Than 72 Hours Prior to Import 2013 -14 Aug.pdf Backup Material the Meeting Backup Material Distributed Less Than 72 Hours Prior to the Meeting YLWD SOURCE WATER SUMMARY FY 2013 -14 Allowable GW (YTD) 2,485.2 (AF) Underpumped 373.9 (AF) IN -LIEU GW (AF) ACTUAL GW (AF) ADJUSTED IMPORT (AF) TOTAL DEMAND (AF) MONTHLY GW ( %) YTD GW ( %) BUDGET (Demand Est.) (AF) DELTA ( %) MONTH Jul -13 Aug -13 Sep -13 Oct -13 Nov -13 Dec -13 Jan -14 Feb -14 Mar -14 Apr -14 May -14 Jun -14 - 1,286.5 1,105.4 2,391.8 53.8% 53.8% 2,354.0 1.6% - 824.9 1,581.0 2,405.8 34.3% 44.0% 2,316.0 3.9% IL 2,032.0 50.0% 1,714.0 45.0% 1,354.0 40.0% 1,218.0 35.0% 1,062.0 30.0% Jul -13 Aug -13 Sep -13 1,016.0 Month 1,204.0 1, 506.0 1,992.0 2,232.0 FYTD - 1 2,111.3 2,686.3 4,797.7 44.0% 4,670.0 2.7% Allowable GW (YTD) 2,485.2 (AF) Underpumped 373.9 (AF) GROUNDWATER PERCENTAGE 80.0% MONTHLY GW (% 75.0% _,_.YTD GW (%) 70.0% -BPP GOAL 51.8% 65.0% 60.0% 55.0% IL 50.0% 45.0% 40.0% 35.0% 30.0% Jul -13 Aug -13 Sep -13 Oct -13 Nov -13 Dec -13 Jan -14 Feb -14 Mar -14 Apr -14 May -14 Jun -14 Month 22,000 20,000 16,000 14,000 UL a 12,000 E 10,000 8,000 6,000 4,000 2,000 � 0 Jul -13 Backup Material Distributed Less Than 72 Hours Prior to the Meeting FY 2013 -14 YTD Water Supply Budgeted Total GW + Import --m--Actual Total GW + Import BPP GW Goal 51.8% Actual GW Production tActual Total GW + Import 2012 -13 Aug -13 Sep -13 Oct -13 Nov -13 Dec -13 Jan -14 Feb -14 Mar -14 Apr -14 May -14 Jun -14 Month AGENDA REPORT Meeting Date: September 3, 2013 ITEM NO. 5.2 Subject: Monthly Production Summary Report (To be provided at the meeting.) ATTACHMENTS: Description: Type: Backup Material Distributed Less Than 72 Hours Prior to Monthly Production Division Status Report.pdf Backup Material the Meeting Backup Material Distributed Less Than 72 Hours Prior to the Meeting Monthly Production Summary Report DATE: Sept. 1, 2013 Water Production Equipment Name Groundwater 35 Import Water 65 Max Day 27.24 Min Day 22.11 Average Day 24.45 Weather Conditions Max Temperature 97 Min Temperature 78 # of High Wind Days 0 # of Red Flag Days 0 Inches of Rain 0 Water Quality Location Average Cl2 Dose Richfield (North Loop) 1.40 Richfield (South Loop) 1.30 Lakeview Booster (Zone 2) 1.20 Lakeview Booster (Zone 3) 2.00 Well # 15 Off Well # 20 1.00 Location Average Cl2 Residual Highland Booster 1.30 Valley View Booster 2.50 Paso Fino Booster 2.60 Hidden Hills Reservoir 1.60 Camino de Bryant Reservoir 1.60 Out of Service Equipment Equipment Name Reason for Out of Service Well 18 Engine drive shaft repair VV Cl2 annalyzer waiting for repair parts Pump Alarms 1 Returned to Service Equipment Name Date Santiago BO #3 8/28/2013 CL2 annalyzer paso fino 8/27/2013 Pump Alarms 1 After Hours Responses Hi /Lo Water Levels 2 Hi /Lo Cl2 Levels 0 Communication Alarms 4 Pump Alarms 1 Well Gas Engine Run Hours Well 1 720.6 Well 5 305.1 Well 7 743.5 Well 18 508 Notes: With the loss of Well -18 for drive shaft problems, we were forced to start operations at Well -20 (electric). We are using this unit as last lag pump to reduce its impact on billing. Well -18 should return to service in a few days. Box Canyon Booster 1 was pulled for a galled seal repair and the bowl unit was found to be in poor shape. A replacement instead of repair is a feasible option when looked at from improved overall pump efficiency. We should be going from current of 27% Eff. to about 80% or so. This option is being explored at this point. ITEM NO. 5.3 AGENDA REPORT Meeting Date: September 3, 2013 Subject: Monthly Preventative Maintenance Report (To be provided at the meeting.) ATTACHMENTS: Description: Type: Backup Material Distributed Less Than 72 Hours Prior to 2013 -14 PM.pdf Backup Material the Meeting Backup Material Distributed Less Than 72 Hours Prior to the Meeting PREVENTATIVE AND REACTIVE MAINTENANCE FISCAL 2013/14 Fiscal 2013 -14 JUL AUG SEP OCT NOV DEC JAN FEB MAR APR MAY JUN Percent of target 8% 25% 33% 42% 50% 58% 67% 75% 83% 92% 100% HYDRANTS 3,881 Tar et; all h drants to be serviced annual) . INSPECTED THIS MONTH 319 285 INSPECTED THIS YEAR 319 604 OF TOTAL 8.2 VALVES 10,706/2 =5,353 Target; all valves to be o erated every two years OPERATED THIS MONTH 5181 582 OPERATED THIS YEAR 5181 1100 OF TOTAL 9.7 DEAD ENDS 155 X 2 = 310 Target; all dead ends to be flushed biannual) . FLUSHED THIS MONTH 01 0 FLUSHED THIS YEAR 01 0 OF TOTAL 0.0 AIR VACS 525 Target; all air /vacs to be serviced annual) . INSPECTED THIS MONTH 3 0 INSPECTED THIS YEAR 3 31 1 OF TOTAL 0.6% PRVs 150 Tar et; all PRVs to be serviced annually. INSPECTED THIS MONTH 1 101 18 INSPECTED THIS YEAR 1 101 28 OF TOTAL 1 6.7 WATER LEAKS Target; all leaks repaired at first available opportunity. MAIN REPAIRED 1 1 SERVICE REPAIRED 10 3 SERVICE REPLACED 11 15 AMS REPLACED 12 11 METERS Target; all meter work completed no later than next working day. NEW INSTALL 131 33 STUCKS 1 41 4 SEWER CLEANING 235 M Target; all sewers to be cleaned annual) . CLEANED THIS MONTH 20.35 19.56 CLEANED THIS YEAR 20.351 39.91 % TOTAL 8.70%1 16.98% SEWER TELEVISING 29.38M Target; all sewers to be televised ever 8 vears. TELEVISED THIS MONTH 4.08 1 3.47 TELEVISED THIS YEAR 4.08 1 7.55 % TOTAL 13.90%1 25.70 OTHER SEWER WORK. S.S. OVERFLOWS 0 0 ROOT FOOTAGE 4,020 0 EMAs AND SYPHONS 4.46 2 SERVICE CALLS 3 2 REHAB FOOTAGE 0 0 MAIN REPAIRS 0 0 MANHOLE ROOT CLEANING 1 01 219 MANHOLE REPAIRS 1 61 2 AGENDA REPORT Meeting Date: September 3, 2013 Subject: Groundwater Producers Meeting Report ATTACHMENTS: GWP Mtq Notes 14Aug2013.docx Description: GWP Meeting for Aug 2013 ITEM NO. 5.4 Type: Backup Material ImYorba Linda Water District MEMORANDUM DATE: August 14, 2013 TO: File FROM: Steve Conklin, Acting General Manager SUBJECT: Groundwater Producers Meeting, August 14, 2013 The following is a summary of the items discussed at the Groundwater Producers (GWP) meeting that I attended on August 14, 2013 at OCWD. 1. Children's Education Foundation of OC -2013 Gift of History Event OCWD Director Phil Anthony provided handouts and described the upcoming 2013 Gift of History Event scheduled for November 7, 2013 at Angel Stadium. He described the Gift of History as a year -long program intended to make local history come alive for third graders in Orange County. Dir. Anthony commented that he became involved in the program when he read the book on local history used in the program and found that there was little reference to water and its importance in the development of Orange County. The book has been updated and he is now on the Board of Directors for the program. He is soliciting for more participation from local water agencies, which currently includes OCWD, MWDOC, Anaheim, GSWC, and OCSD. The information provided will be brought to the upcoming PACT Committee for review and consideration. 2. Ocean Desalination Update John Kennedy of OCWD reported that at its last meeting, the OCWD Board authorized execution of a confidentially agreement and receiving information from Poseidon Resources to study the economic feasibility of a seawater desalination facility in Huntington Beach that may lead to a water purchase agreement for the entire productive capacity of the plant, and authorized establishing a `Citizens Advisory Committee' for the potential project. It was noted that the Board did not approve OCWD staff hiring outside consultants to assist with the review. The deadline for receipt of applications to participate on the CAC is August 30. 3. Annexation Update. John Kennedy reported that the Annexation EIR is in its final stage and the response to comments will be released next week. On a parallel path, the annexation agreements that OCWD will have with Anaheim, IRWD and YLWD are in draft form and are in review and discussion with OCWD. There is a meeting with the three agencies on Aug 15 and a meeting among the Groundwater Producers on the issue on Aug 19. The goal is to bring the EIR and the agreements to the OCWD Board for consideration on Sep 4 or 18. 4. Study Consolidation with MWDOC Mike Markus reported that the OCWD Board approved its President appointing three directors to an Ad Hoc Committee with three MWDOC directors to study potential consolidation. Don Calkins of Anaheim requested that one of the three OCWD directors be from one of the three cities that are Met agencies, to make sure that their issues are included in the consideration. 5. Future Water Bond Support It was reported that the Water Bond is being redrafted again to reduce it in size and potentially improve its chances for approval by the voters in 2014. It was requested that when it is in final form for the election that the water agencies provide their support for approval. 6. Fletcher Basin Project OCWD reported on the status of the subject project, which will convert a former OCFCD Flood Retarding Basin into a water recharge basin, located near the SAR in the City of Orange. OCWD is pursuing a grant from OCTA (as a project that will improve the quality of runoff from streets to the storm water system) and is requesting a Letter of Support from the Groundwater Producers to OCTA for approval of the $2M grant. The Producers unanimously approved the request. 7. Seawater Intrusion Issues Meeting A special meeting for Groundwater Producers has been scheduled for Sep 26 at 9:30 am at OCWD for a detailed discussion of seawater intrusion issues for the various seawater barriers in the OCWD service area: the Alamitos, Sunset, Bolsa and Talbert barriers. 8. FY 12 -13 Recharge Report Adam Hutchinson of OCWD made the subject report: • FY 12 -13 was the third driest ever recorded by OCWD, with 5.85" of rain • There was only 7,100 AF of storm water captured behind Prado Dam • Only 16,000 AF of storm water recharged, 70% below average • Total recharge was 249,000 AF, 26% below average • Of that amount, 85,000 AF was MWD and GWRS water recharged • MWD has 50,000 AF of CUP water stored in the groundwater basin AGENDA REPORT Meeting Date: September 3, 2013 To: Planning- Engineering- Operations Committee From: Steve Conklin, Acting General Manager Presented By: John DeCriscio, Operations Manager Prepared By: John DeCriscio, Operations Manager Budgeted: Total Budget: Cost Estimate: Funding Source: Dept: Reviewed by Legal: CEQA Compliance: Subject: Box Canyon Booster Pump #1 Repairs SUMMARY: ITEM NO. 5.8 N/A No $25,000 Operating Funds Operations N/A N/A Box Canyon Booster Pump #1 motor was removed from service in early July so that it could be rebuilt, due to excessive noise coming from the upper bearing and excessive grease coming out of the lower grease seal. When the motor came back from the motor company it was not able to be reinstalled due to a seized mechanical seal on the pump shaft, which is not uncommon when a motor is removed from the pump shaft. DISCUSSION: As a follow on to the Summary above, the entire pump needed to be removed and taken to a repair facility to remove the seized mechanical seal from the pump shaft. In addition, with the pump removed, it was appropriate to do a complete teardown and evaluation of the pump's condition. The District received a quote from Layne to perform this work for $6,213, which we approved. Following the teardown and inspection, Layne reported damage to the pump bowl assembly and recommended repairs with a verbal quote of approximately $16,000. At that time staff denied the repairs and decided to move in a different direction. This is because the two pumps at Box Canyon Booster Station had been improperly spec'ed and operate at very low efficiencies, approximately 17% to 25 %. With the pumps being in poor condition and needing expensive repairs, staff recommends investigating installing a different pump with increased efficiency and higher discharge rates. With this in mind, we sent Layne a copy of our last Southern California Edison pump efficiency test results, suction, and discharge pressures as well as our desired pump efficiency, (approximately 70 %) and asked them to provide a quote and recommendation for a different pump. We received a pump recommendation and quote from Layne for $16,202. We are in the process of evaluating the recommendation and working with Southern California Edison to see if we are eligible for any rebates related to the improved pump efficiencies. Our intention is to change out one of the pumps this year and evaluate its performance over the next several months. If we are happy with the results, we will budget for replacement of the second pump next fiscal year. At this time staff is not making a recommendation. Rather, we are informing the Committee and Board of Directors of the condition of a pump that we are in the process of replacing. We estimate the total cost of the repairs and replacement to be around $25,000, and, therefore will need to transfer money from the Operations Maintenance Reserve. District policy requires staff to notify the Board when money is transferred from the Maintenance Reserve Fund. ATTACHMENTS: Description: Type: Proposal repair and install.pdf Box Canyon Booster Pump #1 Quote Backup Material 8/27/2013 Mr. John DeCriscio Yorba Linda Water District 1717 E. Miraloma Ave. Placentia, CA 92870 Re: Box Canyon - Replace Pump & Seal Dear John, LYE WATER • MINERAL • ENERGY Quote: DS8272013 -001 We are pleased to present our project estimate for the referenced work to be performed at 5490.5 Via Loma De Yorba West. Prevailing wage. Pull bosster pump, redesign bowl assembly to meet 3000 GPM @ 27' of TDH, replace mechanical seal. Install & start up. Our estimate is valid for 30 days and is subject to the attached Terms and Conditions. Applicable taxes, bonds, and special insurance requirements are not included with this estimate. Please contact your Layne Christensen Company representative if you have any questions. Layne Christensen Company has been the industry leader in groundwater development since 1882. Our full range of water - related service encompasses: initial site selection; well field design and development; well drilling and development; pump installation and repair; water treatment; aquifer investigation and remediation; and well rehabilitation. Thank you for choosing Layne Christensen Company and giving us the opportunity to be your water resource solution provider. Sincerely, Layne Christensen Company Dennis Skinner Account Manager (909) 322 -3765 WATER RESOURCE 202 West Louisiana Avenue PO Box 230, Rayne, LA 70578 1 Office: 337 - 334 -3126 1 Fax: 337 - 334 -3130 1 layne.com 8/27/2013 Quote: DS8272013 -001 Box Canyon New Materials Qty Units Unit Price Ext Price Fairbanks Morse B- 1430 -F I LS $6,040.00 $6,040.00 Head Shaft 1.5" x 152.75" 1 Ea $920.00 $920.00 Drop In Retainer 1.5" x 10" 1 Ea $220.00 $220.00 Sub -Total $7,180.00 Shop Labor Qty Units Unit Price Ext Price Labor $453.06 Seal Repair I LS $1,600.00 $1,600.00 Sub -Total $2,053.06 Install & Start Up Lump Sum $4,228.98 Pull Booster Lump Sum Sub -Total Tai $1,760.82 $15,402.05 $574.40 Consumables $226.11 Estimated Price $16,202.56 Our estimate is valid for 30 days and is subject to the attached Terms and Conditions. Our terms and conditions are hereby incorporated by reference and constitute a part of this estimate. Please contact your Layne representative if you have any questions. WATER RESOURCES 202 West Louisiana Avenue PO Box 230, Rayne, LA 70578 1 Office: 337 - 334 -3126 1 Fax: 337 - 334 -3130 1 layne.com 8/27/2013 Box Canyon LYE WATER • MINERAL • ENERGY Quote: DS8272013 -001 CONFIRMING ORDER The undersigned Client instructs Layne Christensen Company to proceed with the work described with the understanding that Layne's Standard Terms and Conditions and attached documents are hereby incorporated as part of this Confirming Order. Work to be performed per attached quote DS8272013 -001. CLIENT Yorba Linda Water District Title Date WATER RESDURUES CONTRACTOR Layne Christensen Company By: Title: Account Manager Date: 8 -27 -2013 202 West Louisiana Avenue PO Box 230, Rayne, LA 70578 1 Office: 337 - 334 -3126 1 Fax: 337 - 334 -3130 1 layne.com 8/27/2013 Box Canyon Terms and Conditions LYE WATER • MINERAL • ENERGY Quote: DS8272013 -001 LIABILITY OF CONTRACTOR: Contractor shall not be liable for any bodily injury, death, or injury to or destruction of tangible property except, as the same way have been caused by the negligence of Contractor. In no event shall Contractor be liable for any delays or special, indirect, incidental or consequential darnages. Purchaser agrees that the total limit of Contractor's liability (whether based on negligence, warranty, strict liability or otherwise) hereunder, shall not exceed the aggregate arnowrt due Contractor for services rendered wider this contract. All chains, including clauns for negligence or any other cause whatsoever, shall be deemed waived unless wade in writing and received by Contractor within one (1) year after Contractor's completion of work hereunder. INSURANCE: Contractor shall provide worker's conpensation insurance, public liability and property darnage insurance covering its employees and operation. Purchaser, at its option, maymaintaimn such insurance as will protect it against chains arising out ofthe work. PRICE ADJUSTMENT: Any cost estimates or tine frannes stated herein are subject to equitable adjustinent in the event of differing or unforeseeable conditions, changes in applicable laws after the date of this contract, unforeseeable delays or difficulties caused by acts of God, Purchaser or any third parties. Prices of goods acquired by Contractor fron others shall be adjusted to reflect Contractor's price in effect at time of shipment. The price of Contractor's goods will be adjusted to the price in effect at tine of shipment in accordance with Contractor's current escalation policies or as specifically covered in this contract. TERMS: Due upon Receipt. For extended projects, Contractor shall subunit invoices on a nonthly basis for any and all work conpleted and materials or equipment provided during the previous month. Past due invoices shall be subject to a delinquency charge of one and one -half percent (1 -1/2 %) per month (eighteen percent (18 %) per aimun) wnless a lower charge is required wider applicable law, in which case the lower rate shall apply. Purchaser agrees to pay all collection fees, attorneys' fees and costs incurred in the collection of any past due arnowrts arising out of this contract. Contractor shall have the right to imnediately tennnnate this contract without further liability if Purchaser fails to make tinely payument or otherwise materially breaches this contract. MATERIAL SHORTAGES AND COST INCREASES: If any portion of materials or equipment which Contractor is required to furnish becones unavailable, either temporarily or permanently, through causes beyond the control and without the fault of Contractor, then in the case oftemporary unavailability any completion time frannes shall be extended for such period of fine as Contractor shall be delayed by such above - described unavailability, and in the case of pennanent unavailability Contractor shall be excused from the requirement of furnishing such materials or equipment. Purchaser agrees to pay Contractor any increase in cost between the cost of the materials or equipment, which becone permanently unavailable and the cost ofthe closest substitute, which is then reasonably available. DELAYS: If Contractor is delayed at any fine in the progress of work bylabor disputes, fire, unusual delays in transportation, unavoidable casualties, weather, or any cause beyond Contractor's reasonable control, then any cowpletion time frannes shall be extended by a reasonable period of tine, at least equal to the period of delay. CHANGED CONDITIONS: The discovery of any hazardous waste, substances, pollutants, contaminants, underground obstructions or utilities on or in the job -site which were not brought to the attention of Contractor prior to the date of this contract will constitute a materially different site condition entitling Contractor, at its sole discretion to innediately terminate this contract without further liability. GUARANTEE AND LIABILITY: Contractor warrants that its labor supplied hereunder shall be free from defect and shall conform to the standards of care in effect in its industry at the time ofperfornance of such labor for a period oftwelve (12) months after substantial completion of Contractor's work. Contractor agrees, to the extent it is pennitted, to pass on any warranties provided by the manufactures of materials and/or equipment furnished wider this contract. Contractor itself provides no warranty express, untried or otherwise, on any such materials or equipment. Contractor will not be responsible for; work done, material or equipment furnished or repairs or alterations made by others. For any breach hereunder, Contractor shall be liable only for the values ofthe installation work or, Hit wrongfully fails to install, then its liability is limited to the difference between the contract price herein, and the value of other similar installation work. If Contractor's breach damages any materials or equipment furnished hereunder, Contractor shall only be hable for the value of such materials or equipment. Under no circumstances will Contractor be liable for consequential, special or indirect durnages, including without limitation, any crop loss or damage to other equipment, structures or property, nor for any other similar or dissimilar damages or losses whether due to delay, failure to furnish or install, delay in installation, defective material or equipment, defective workinarship, defective installation, delay in replacing, nor for any cause or breach whatsoever. hi any event, Contractor's total liability towards Purchaser for alleged faulty perfonnance or nonperfonnance under this contract shall be turned to the total contract price. No materials, equipment or services contracted herein carries airy guarantee not mentioned in this contract. THE ABOVE WARRANTY IS INLIEU OF ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING, BUT NOT LIMITED TO, WARRANTIES OR MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE, WHICH ARE HEREBY DISCLAIMED. TITLE AND OWNERSHIP: Ih case of default on Purchaser's part, Contractor shall have the right to enter the prennises upon which any material or equipment furnished herein have been installed and retake such goods not then paid for and pursue any further remedy provided by law, including recovery of attorney's fees and airy deficiency to the maxinun extent and in the wanner provided by law. Such materials and equipment shall retain their character as personal property of Contractor wntil Contractor receives paynnent in full, regardless of their node of attaclunent. Unless prior specific written instructions are received to the contrary, surplus and replaced materials and equipment resulting fron repair of installation work shall become the property of Contractor. DELIVERY: Shipment schedules and dates, express or inplied, are contingent on normal conditions. Contractor will not be responsible for any delays in shipment or completion caused by factors beyond its control such as, but not turned to, suppliers' failures, accidents, work stoppages or operation of or changes in the law. Shipments will be nade as promptly as Contractor's ability to obtain materials and/or equipment and scheduling will pennit. No delay in shipments or variances from shipping schedule shall be cause of cancellation or any claun for damage. Any changes in layout or design requested after acceptance of this contract will be made at Purchaser's additional cost. Army such change and/or tine taken to supply engineering data or to approve drawings will automatically extend shipping schedules. Equipment will be shipped "knocked down" to the extent Contractor considers necessary with small parts stripped from equipment and crated. On and after delivery to the carrier for transportation to the Purchaser's site, Purchaser shall be responsible for all loss or damage to materials or equipment due to any cause, including but not turned to loss or damage resulting from casualty. INDEMNIFICATION: Purchaser agrees to indemnify and hold Contractor, its directors, officers, stockholders, employees, agents and subcontractors, harmless fron and against any and all clauns, demands, causes of action (including third party chains, demands or causes of actions for contribution or indemnification), liability and costs (including attorneys' fees and other costs of defense) asserted and/or filed by Purchaser or any third party(ies), including without limitation Purchaser's employees, and arising out of or as a result of. (I) the presence of Contractor or its subcontractors at the job -site, (u) the work performed by Contractor or its subcontractors, or (ii) any negligent act or onission of Purchaser, its employees, agents, consultants, or other contractors or my person or entity under Purchaser's control; except to the extent that such clauns, demands, causes of action, liabilities or costs are caused by the negligence of Contractor or its subcontractors. INTERPRETATION: This contract shall be governed by and construed in accordance with the laws ofthe state ofthe job -site location. Ih any tenn, provision or condition contained herein shall, to any extent, be invalid or unenforceable, pursuant to state law or otherwise, the remainder of the tenns, provisions and conditions herein (or the application of such tenn, provision, or condition to persons or circumstances other than those in respect of which it is invalid or unenforceable) shall not be affected thereby, and each tenn, provision and condition of this contact shall be valid and enforceable to the fullest extent pennitted by law. ASSIGNMENT AND SUBLETTING: Purchaser shall not have the right to transfer or assign its rights and/or obligations under this contract to any third party, related or unrelated, without the express written consent of Contractor. Contractor shall have the right to transfer, assign or sublet all or any portion of its rights or obligations hereunder, but such transfer, assigmnent or subletting shall not relieve Contractor from its full obligations to Purchaser unless such transfer, assigmument or subletting is pursuant to the sale of Contractor, or the division of Contractor responsible for this contract, to a third party. FUEL: A fuel surcharge will be applied to all hourly charges (except for equipment rates stated without fuel). The fuel surcharge is a 0.75% increase in hourly rates for every $0.10 cost increase in the average cost of diesel fuel above the $5.00 baseline. The cost of fuel over the billing period is defined as the average Retail On- Highway Diesel Prices for the region where the work was completed, published by the Energy Infonnation Admnimistration, posted on eia.doe.gov. OPERATING COST: An operating supply charge of 1.5% ofthe applicable rig operating hourly rates will be added to the invoice to cover daily expendable items (lubricants, rags). MISCELLANEOUS: The tenns and conditions set forth herein constitute the entire understanding of the parties relating to the work to be perfonned, and materials and equipmnent to be provided, by Conntrwtor for the Purchaser. All previous proposals, offers and other commnunications relative to the provisions of the subject work, oral or written, are hereby superseded, except to the extent that they have been expressly incorporated herein. Any modifications or revisions of any provisions herein or any additional provisions contained in any purchase order, acknowledgement, or other forn ofthe Purchaser are hereby expressly objected to by Contractor and shall not operate to modify this contract. This contract shall take effect upon acceptance and execution by both parties. WATER RESOURCES ITEM NO. 5.9 AGENDA REPORT Meeting Date: September 3, 2013 Subject: Status Report on Capital Projects in Progress ATTACHMENTS: Description: Type: CIP Rept Sep2013.pdf Status Report on Capital Projects in Progress Backup Material CAPITAL IMPROVEMENT PROJECTS STATUS REPORT Date: September 1, 2013 New Information since Last Report is Shown in Red IN CONSTRUCTION Project Current Status Next Actions Comments 1 2012 Waterline Repl., Ph. IL• Tamarisk, Hidden Richfield Rd. final paving Contractor will mobilize Contractor is addressing "punch Hills, Catalina Ct., Gordon Ln. & Richfield Rd. scheduled for early September. and begin the Sunwood list" items as needed. Budget: $1.17M Job No.: 201120 Contractor completed Cresthill Ln. Pressure Reducing Project Contact: Joe Polimino Dr. PRS and will final pave that Station work. Planned Completion Date: Early 2014 area early September. 2 Yorba Linda Blvd. Pump Station Contractor completed pump Continuing with above Contractor continues to submit Budget: $2.65M Job No.: 200817B cans, underground piping, ground valves, piping and various materials for review Project Contact: Joe Polimino electrical conduits, and then rebar for walls. Next, through the Engineer of Work. Planned Completion: April 2014 poured pump station floor slab. contractor will begin installing the CMU block. CAPITAL IMPROVEMENT PROJECTS STATUS REPORT Date: September 1, 2013 New Information since Last Report is Shown in Red IN DESIGN Project Current Status Next Actions Comments 1 Lakeview Grade Separation (OCTA Project) Awaiting OCTA's District staff to work with OCTA expects to start utility Budget: $700,000 Job No.: 201002 consultant to submit final OCTA on our portion of bid relocation work early 2014. Project Contact: Anthony Manzano design. BNSF Pipeline documents. Planned Completion Date: Early 2014 License fully executed. 2 YL High School Park Pipe Relocation Design completed. School Board requires FDCA requires School District Budget: $350,000 Job No.: 201213 Submitted Finance, approval of FDCA and to grant 2 new easements for Project Contact: Hank Samaripa Design, Construction pipeline bids with High project. Staff to attend bid Planned Completion Date: December 2013 Agreement (FDCA) to School Park improvements opening and pre -con meeting. PYLUSD; no response. prior to start of construction. 3 Well 21 Project Drilling contract Receive and evaluate drilling Anticipate drilling to begin Budget: $2,300,000 Job No.: 200922 #21 advertised; pre -bid mtg. bids on 09/11/13 and provide October 2013, after contract is Project Contact: Derek Nguyen completed 8/28. Bids due recommendation to Board awarded. Proposals due Planned Completion Date: Late 2014 9/11/13. for award of contract. 09/17/13 for engineering services for well equipping PSA 4 Elk Mountain Surge Tank Completing plans and Solicit bids for construction. Anticipate completion early Budget: $100,000 Job No. 201313 specifications. 2014. Project Contact: Anthony Manzano Planned Completion Date: January 2014 CAPITAL IMPROVEMENT PROJECTS STATUS REPORT Date: September 1, 2013 New Information since Last Report is Shown in Red IN PLANNING Project Current Status Next Actions Comments 1 Fairmont BPS Upgrade Design kick -off meeting Begin Preliminary Design Design estimated to be Budget: $6,000,000 Job No. 201011B completed. Met with consultant Report and CEQA document. complete summer of 2014. Project Contact: Hank Samaripa team, MWH, and discussed Construction estimated to Planned Completion Date: Late 2015 critical project issues. be complete late 2015. AGENDA REPORT Meeting Date: September 3, 2013 ITEM NO. 5.10 Subject: Status of Strategic Plan Initiatives ATTACHMENTS: Description: Type: Strat PI Tracking- Aug20l3.xlsx Strategic Plan Initiatives for Aug 2013 Backup Material Strategic Plan Initiatives Status Report Planning- Engineering- Operations Committee Strategies Start Date Completion Lead Party August 2013 Progress Date FR 2: Increase Reserve Funding Analyze the Asset Annual Review Management Plan to Prior to Budget Engineering In 2012, we completed approximately $8.2 FR 2 -13 Determine Future Dec -11 and CIP Manager million in construction projects. Needs Update SR 1: Work Toward Service Reliabilitv and Efficiency Demand Projections were reviewed and SR 1 -13 Forecast Service Oct -10 Jun -11 Engineering submitted to MWDOC on Feb 27, 2013 for Demand Projections Manager each of the next five FYs and out to Year 2035 Develop Additional Engineering Awarding Contract for drilling of Well No. SR 1 -E Well Sites Mar -11 Jun -12 Manager 21 in Sept. Awarding PSA for Design of Wellhead facilities in October. SR 3: Continue Implementation of Ca itaI Im rovement Pro'ect Plan 2007 -2012 Complete Implementation of Current status is approximately $3.6 Five -Year Capital Engineering million of projects in construction phase SR 3 -A Improvement Plan On -going On -going Manager and $8.5 million in the planning and from FY 2007 -2012 design phases. with Adopted Amendments Continue Planning for In August, initiated Preliminary Design and SR 3 -B Long -Term Capital On -going On -going Engineering prep of CEQA document for Fairmont Improvements and Manager Booster Station Upgrade Project. Replacements