HomeMy WebLinkAbout09-04-2012 c6 santa osa sewer line replacement projectcounci l
ac en 6a i epont
Meeting Dat e
Sept . 4, 2012
Item Number
C 6
C I T Y O F S A N L U I S O B I S P O
FROM :
Carrie Mattingly, Utilities Directo r
Prepared By :Jennifer Metz, Utilities Project Manage r
SUBJECT :SANTA ROSA SEWERLINE REPLACEMENT PROJECT ,
SPECIFICATION NO . 9118 0
RECOMMENDATIO N
l . Authorize a total project budget of $743,880 for the Santa Rosa Sewerline Replacement project ,
Specification Number 91180 .
2 . Authorize the award of the design services contract for the Santa Rosa Sewerline Replacemen t
project to Filippin Engineering, Inc . for $90,880 .
DISCUSSIO N
The City owns and maintains 172 sewer lines that cross creeks with siphons, elevated crossings, an d
pipe bridges . These sewer lines are made of a variety of materials such as vitrified clay, PVC ,
ductile iron, cast iron, and steel . Steel pipe was utilized for many of these creek crossings and ca n
be problematic due to rust and corrosion related to age . Work efforts in creek areas are complicate d
•
and made more costly by :
1.Physical engineering constraints related to the repair (boring depths, casin g
requirements, setbacks, etc .),
2.Limited access through side yard easements for construction equipment, an d
3.Permitting requirements for working around the creek .
One of 21 inverted siphons in the City's Wastewater Collection System, the 177-foot long, 12-inc h
steel Santa Rosa siphon was installed in 1974 crossing Stenner Creek upstream of the intersection o f
Santa Rosa Road (Highway 1) and Oak Street extending from manhole J07-38 to manhole J07-65 .
The siphon carries flow from north Santa Rosa Street through the intersection of Foothil l
Boulevard, picking up flows from the immediate area . Prior to the installation of the siphon, th e
sewerline in this location was suspended (hanging) under the bridge . Due to the unconventiona l
design, the siphon does not function well and requires maintenance on a six-month interval t o
prevent the sewerline from backing up . Approximately 700 feet downstream of the siphon thi s
sewerline connects to a 21-inch "interceptor" sewerline .
The City's wastewater collection system database includes a history of documented maintenanc e
dating back to 1992 for the Santa Rosa siphon . Wastewater Collection staff discovered a leak in th e
downstream side of the of siphon leaking from bridge abutment on April 4, 2012 during a visua l
inspection of siphon/creek crossing . The minor leak was from a failure in the steel pipe (rust hole )
construction material . A temporary repair to the defective portion of the pipe was performed on
April 9, 2012 using an interior patch of approximately three-feet long . Another failure at the same
Santa Rosa Sewerline Replacement Page 2
location was discovered by Wastewater Collection staff on July 24, 2012 . A second repair wa s
made the week of July 30, 2012 . The cost of these temporary repairs was approximately $30,000 .
Although these repairs were effective to address the immediate leak, staff determined through visua l
inspection and using CCTV that the severe deterioration of the steel siphon could result in imminen t
failure at this critical location and that the design and construction of a replacement should b e
addressed as a priority ahead of other planned capital projects . Capital projects scheduled fo r
construction in 2013-14 will be assessed during the preparation of the 2013-15 Financial Plan .
With the assistance of the engineering design consultant, staff will identify a solution for th e
replacement of the siphon . This work will include exploring whether the flow through the existin g
siphon can be diverted/rerouted upstream of the siphon through an easement to an existing six-inc h
sewerline on Lincoln Street . Although the sewerline on Lincoln would need to be upsized t o
accommodate this additional flow, this option would avoid the replacement of the existing sipho n
which is currently estimated at $500,000 .
The Santa Rosa Sewerline Replacement will require construction within Santa Rosa Roa d
(Highway 1) subject to special conditions as dictated by Caltrans . If replacement of the siphon i s
necessary, construction methods, such as horizontal directional drilling, may also be regulated b y
other agencies due to the creek crossing . The project will proceed to the construction phase durin g
the spring of 2013 .
After a competitive selection process, Filippin Engineering, Inc . entered into an Agreement with the
City for on-call services in June 2010 (see Attachment 1). With their relevant experience the Cit y
recommends hiring Filippin Engineering, Inc . to expedite the preparation of the plans an d
specifications based on its August 20, 2012 proposal (see Attachment 2).
CONCURRENCE S
The Public Works Department and the City Biologist concur with this recommendation .
FISCAL IMPAC T
Staff is requesting City Council authorization to establish a total construction budget of $743,88 0
with $90,880 for preconstruction services, $553,000 for construction services, and $100,000 fo r
project contingencies . Funding for this project was not identified in the 2011-13 Financial Plan .
However, due to the condition of the sewer line, the Santa Rosa Sewerline Replacement project i s
an urgent priority. Utilities staff will prepare a budget amendment request to transfer funding fro m
the Sewer Fund's Working Capital account to the project specific account at time of contract award .
The estimated project budget is summarized in the following table .
•
Santa Rosa Scw edit-re Replacemen t
(S )ccilication No . 91 1
0 1
Preconstruction Services :
Estinritc d
Pr ojec Cost s
Engineering Design Services $90,88 0
Total Preconstruction Services :$90,88 0
Construction Services :
Construction $500,000
Construction Management $50,000
Materials Testing $2,50 0
Printing and Miscellaneous $50 0
Total Construction Services :$553,00 0
Project Contingencies :$100,00 0
Total Project Budget:$743,880
Santa Rosa Sewerline Replacement Page 3
The end of year balance in the Sewer Fund's Working Capital account was $6,401,200, so there i s
adequate funding to support the project .
ATTACHMENT S
1.City Manager Report, Award — Design, Traffic Engineering, Construction Management,&
Landscape Architecture Services, Specification Number 90703-2010,June 3, 2010 .
2.Proposal for Professional Engineering Services,Filippin Engineering, Inc ., August 17, 2012 .
6o.w.i is repsIIICI.~:.ar sauce ~usd sv
C6-3
Attachment 1
city o fsan tins os~spo •
CITY MANAGER REPOR T
Approver Name Date _approve d
June 14, 201 0
Final City Alanager
City Administration Shelly Stanwyck fo r
Reviewer Rottin list {levielver Name Date Reviewe d
Attorney Christine Dietrick 611011 0
City Engineer Barbara Lynch June 2,201 0
Finance & Information Technology Debbie Malicoat June 3,2010
June 2, 201 0
FROM i Jay D . Walter, Director of Public Works 3q `W June 3,201 0
PREPARED BY Matt Horn, Supervising Civil Enginee r
AWARD – DESIGN, TRAFFIC ENGINEERING, CONSTRUCTIO N
SUBJECT :MANAGEMENT, AND LANDSCAPE ARCHITECTURE SERVICES ,
SPECIFICATION NUMBER 90703-201 0
RECOMMENDATIO N
Execute agreements with Advantage Technical Services, Cannon, Dokken Engineering, Fehr an d
Peers Transportation Consultants, Filippin Engineering, LSA Associates, MNS Engineering, Omni -
Means, PBS&J, Penfield-& Smith, RRM Design Group, TJKM, TRS and the Wallace Group fo r
design, traffic engineering and construction-related services .
DISCUSSIO N
Backgroun d
Included in the City's two-year Financial Plan is the Capital Improvement Plan, which program s
City-funded projects designed to improve existing infrastructure and implement Counci l
priorities . The City's 2005-07 Capital Improvement Plan funded projects in the amount of $21 .1
million dollars . With the passage of Measure Y in November 2006, a %2 cent sales tax increas e
was passed by the citizens of San Luis Obispo . In response to Measure Y, the City's 2007-0 9
Capital Improvement Plan funded projects in the amount of $40 .6 million dollars, or roughly
double the amount in the prior Financial Plan . In 2008, the global economy slowed and the
effect was reflected in the most recently adopted 2009-11 Capital Improvement Plan, reducin g
funded project levels to $27 .1 million dollars .•
C6-4
Attachment 1
Award --Design, Traffic Engineering, CM,and Landscape Architecture services Page2
The responsibility for delivering a large portion of these projects in the Capital Improvement
Plan is assigned to the Public Works Engineering Program . Through 2009, the Public Work s
Engineering Program was comprised of five engineers, three engineering technicians, and fou r
construction inspectors, including supervisory staff. To implement the much larger 2007-0 9
Capital Improvement Plan with unchanged staffing levels, consultant services were needed .
Capital Improvement Plan project work went from largely being designed and managed throug h
construction by City staff, to consultant design and consultant inspection with City staf f
oversight .
I3ttd~2et Period i(IP l undrn2 Amount F;nginee n Shaftin g
5 engineers
3 engineer technician s
4 inspectors
Use of Consultant s
Low2005-07 21 .1 Million Dollar s
2007-09 40 .6 Million Dollars
5 engineers
3 engineer technician s
4 inspectors
High
2009-11 27 .1 Million Dollars
5 engineers2engineer technician s
4 inspectors
Medium
The volume of projects in the 2009-11 Capital Improvement Plan is significant and are larger i n
number than can be handled solely by City engineering staff . Reliance on consultant services t o
the same extent that was used for the 2007-09 CIP is not anticipated, but use of consultants wil l
be needed to deliver the Capital Program . To help expedite projects, staff recommende d
advertisement of a RFP for additional engineering assistance, which Council approved on Marc h
17, 2010.
Proposals Review and Selection Proces s
On April 15, 2010 the City received 34 proposals for these requested services . Independen t
evaluations of the proposals were performed by Tim Bochum - Deputy Director of Public Works ,
Jennifer Metz Utilities Department Project Manager, Jake Hudson - Public Works Department
Traffic Operations Manager, Wade Horton - Public Works Department Construction Manager, an d
Matt Horn - Public Works Department Supervising Civil Engineering . Each consultant wa s
evaluated on responsiveness, qualifications, and the City's understanding of the consultant's
abilities after reviewing of the proposal .
Each proposal received a cumulative score based on the above criteria in each of the requeste d
specialties (Landscape Architecture, Traffic Engineering, Construction Management an d
Capital Improvement Design Services), with a maximum score of 30 possible .The results of th e
evaluations are summarized in the following tables :
C6-5
Attachment 1
Award —Design,Traffic Engineering,CM,and Landscape Architecture services Pag e 3
Design Consultan t
1.Penfield &Smit h
2.Canno n
3.Dokken Engineerin g
4.RRM
5.EDA
6.MN S
7.AECO M
8.Wood Rogers
9.Rick Engineerin g
10.Associated Engineering Consultant s
11.Triad Holme s
12.Wallace Grou p
13.Omni Desig n
14.Omni Mean s
15.PM C
16.Questa Engineerin g
17.Quincy
18.Pavement Engineerin g
Landscape Architecture
1.Wallace Grou p
2.Penfield &Smith
3.RRM Design Grou p
4.Wood Rogers
5.AECO M
6.PM C
7.Rick Engineerin g
8.MN S
9.Omni Mean s
10.Questa Engineerin g
Construction Managemen t
1.TRS
2.Penfield &Smit h
3.MN S
4.Filippin Engineerin g
5.AT S
6.Wallace Grou p
7.Marwal
Evaluation Score
25
2 4
2 4
2 3
2 2
2 2
2 1
2 1
2 0
1 9
1 9
1 9
1 8
1 8
1 8
1 8
1 8
1 6
Evaluation Scor e
2 4
2 2
2 2
2 0
1 8
1 6
1 4
1 2
1 2
1 2
Evaluation Scor e
26
2 6
2 6
26
2 5
2 4
23
•
C6-6
Attachment 1
Award — Design, Traffic Engineering, CM, and Landscape Architecture services Page 4
8 .Cannon 2 1
9 . AECOM 2 0
10 . Begur 1 7
11 . Associated Engineering Consultants 1 7
12 . Pavement Engineering 1 6
13 . Quincy 1 5
14 . PMC 1 5
15 . Dokken 1 5
Traffic Engineering Evaluation Scor e
1 .Omni Means 2 5
2 .PBSJ 2 4
3 .LSA 2 3
4 .Fehr &Peers 2 3
5 .TJKM 2 1
6 .Penfield & Smith 20
7 .W-Trans 1 9
8 .Advantec 1 8
9 .DKS 1 8
10 . Wood Rogers 1 7
11 . Peters Engineering 1 5
12 . AECOM 1 3
13 . Grotrans 1 3
14 . Hatch Mott MacDonald 1 0
15 . MN S
16 . Orosz
3
Staff is recommending that agreements be executed with the top three rated consultants in the field s
of Landscape Architecture and Capital Design and the top five rated consultants in the fields o f
Traffic Engineering and Construction Management . Based on the proposals furnished and staff
understanding of the future workload types and quantity, this will allow the City the greates t
flexibility to accomplish the work . Staff is anticipating that these agreements between the City an d
selected consultants will remain in place for the next two to three years . The benefit of this
agreement arrangement to the City is that the City can proactively solicit proposals as-needed fo r
services more expeditiously . With this approach, all key terms and conditions (such a s
insurance, payment terms and license requirements) can be in place for all work performe d
during the term of these agreements .
FISCAL IMPAC T
These agreements, in and of themselves, do not obligate any funds for additional CIP consultant ,
construction, or inspection work . Once the agreements are executed, staff will begin scopin g
C6-7
Attachment 1
Award —Design, Traffic Engineering,CM,and Landscape Architecture services Page5
meetings and issuance of Purchase Orders . Work will be billed to the individual projec t
accounts, not to exceed the funding authorized by Council without additional approvals .
ATTACHMENT S
1.Original Council Report authorizing RFP advertisemen t
2.Agreement - Advantage Technical Service s
3.Agreement – Canno n
4.Agreement Dokken Engineerin g
5.Agreement – Fehr and Peers Transportation Consultant s
6.Agreement – Filippin Engineering
7.Agreement - LSA Associates, Inc .
8.Agreement – MNS Engineer s
9.Agreement – Omni-Means, Ltd.
10.Agreement – PBS&J
11.Agreement – Penfield & Smith
12.Agreement – RRM Design Grou p
13.Agreement – TJKM
14.Agreement – TR S
15.Agreement - Wallace Group
T :\City Manager Reports\Public Works\2010\CIP\90703-2010\90703-2010 Award .doc
C6-8
Attachment 2
August 17, 201 2
City of San Luis Obisp o
Public Works Departmen t
919 Palm Stree t
San Luis Obispo, CA 9340 1
Attn : Jennifer Met z
SUBJECT :PROPOSAL FOR ENGINEERING SERVICES FOR FEASIBILITY STUDY AND ENGINEERIN G
DESIGN SERVICES FOR STENNER CREEK CROSSING AT SANTA ROSA SEWE R
REPLACEMENT PROJECT
Dear Ms . Metz :
Filippin Engineering, Inc . (FE) is pleased to submit our proposal to provide Engineering Services to the Cit y
of San Luis Obispo for the Stenner Creek Crossing at Santa Rosa Sewer Replacement project . We
understand that the overall goal of the feasibility study is to be able to identify the appropriate solution an d
estimate the associated construction cost in order to include the project cost in the City's wastewate r
budget . Once the appropriate solution has been determined, Filippin Engineering, inc . will provide fina l
engineering design and construction documents for the project .
Filippin Engineering Inc . staff and the selected team have completed projects of similar scope and ar e
especially well qualified to assist the City with all aspects of the project from design through th e
construction phase .
We look forward to working with you and the City's staff on this project . If you have any questions o r
would like to discuss our qualifications further, please don't hesitate to call (805) 729-0041 .
Thank you ,
FILIPPIN~NEERIN G
Gino P . Filippin, P ..
Principal Enginee r
R .C .E . 57254
Attachment 2
PROJECT UNDERSTANDING / ASSUMPTION S
The City of San Luis Obispo desires to contract with a qualified firm to provide engineering feasibility stud y
and engineering final design services for the Stenner Creek Crossing at Santa Rosa Sewer Replacemen t
project .Our general understanding of the project is as follows :
The project consists of identifying the most appropriate replacement alternative for an existing siphon i n
Caltrans right-of-way that has recently undergone emergency repairs . Alternatives considered will b e
directional drilling below the creek bottom to construct a new siphon, traversing the creek on the existin g
bridge, or eliminating the crossing by rerouting flow upstream of the existing siphon .
Filippin Engineering proposes the following general approach to the work :
Data Collectio n
Feasibility Analysis & Reportin g
Engineering Final Desig n
Construction Contract Documents & Cost Estimate s
Our qualifications and the proposed scope of work for the general approach above will be discussed in th e
following sections of this proposal .
Filippin Engineering assumes the following :
■ This is an emergency repair project ; therefore the work will be pursued immediately with the goa l
of constructing the project in Summer 2013 .
■Survey of the area will be provided by the City in AutoCAD format using existing aerial topographi c
information suitable for creating a basemap for the plans . Filippin Engineering will provid e
supplemental survey of manhole rim and invert elevations along the proposed alignment .
■There is a potential on this project to reroute flows through portions of the City's existing syste m
that runs in existing easements . Existing easement information will be provided by the City fo r
these locations, and no additional legal descriptions of easement modifications are included in thi s
proposal .
■Geotechnical investigation scope will be determined upon selection of an alternative . For purpose s
of this proposal, an allowance for this work has been estimated .
■It is our understanding that the City does not have a model of the sewer system . For purposes of
this proposal, flow information will be calculated based upon City provided water usage record s
and information about the existing wastewater system and no additional flow metering o r
modeling is included in this scope of work .
■ Various permits will be required for this project depending on the selected alternative . Potentia l
permits include Caltrans, Fish & Game, California Regional Water Quality Control Board, and Arm y
Corps of Engineers . For the purposes of this proposal, we have included engineering support to th e
City staff coordinating acquiring the required permits . If full permitting services are desired,a
planning subconsultant should be added to the project team, and estimated cost will be provided .
F E
FiIii'PUN E11>Ei 'Emil
•
Attachment 2
HuPPm Eliot MIN D
PROJECT TECHNICAL APPROAC H
Our project team understands that technical problems represent only a portion of the challenges that th e
City must deal with in maintaining its infrastructure, providing for public safety, maintaining compliance
with constantly changing regulations, and tight budgetary constraints . Our team has proven ability t o
provide the engineering science and coordination necessary to take these projects from conception t o
construction . Feasibility studies are the important first step of the process, and Filippin Engineerin g
proposes the following basic approach for each task :
TASK 1 .0 DATA COLLECTIO N
Kickoff Meeting -Filippin Engineering (FE) will arrange and participate in the kickoff meeting consisting o f
the FE team and City staff . The purpose of this meeting is to review the project scope and deliverables ,
clarify issues, establish working relationships, and review and verify mutual understanding of the project
goals . At this time, we will expect to be briefed on project requirements including budgetary, physical, an d
time constraints . We also expect that the City will provide existing topographic mapping and existing utilit y
atlas information at this meeting .
Site Visit -Our personnel will conduct an on-site visit to become familiar with the surroundings and phot o
document the critical features . Visiting the site gives the team an opportunity to identify additiona l
problems and concerns that may not be apparent from a site map or archival data .
Initial Data Acquisition —Collect data from existing utility records to incorporate protection and/o r
relocation into the design of the proposed improvements (Quality Level D). We expect that City-owne d
utility atlases will be provided, and we will request atlas information from gas, telephone, and electri c
companies as appropriate . For the purposes of this proposal, it is assumed that no utility relocation desig n
other than sewer will be necessary for this project .
Caltrans Coordination -Since the Stenner Creek Crossing involves work within the Caltrans right-of-way, i t
is important to coordinate with Caltrans early and often.For this phase of work, we propose that w e
initiate preliminary discussions with Caltrans personnel to get input on project alternatives which ma y
impact their right of-way or operations .
TASK 2 .0 FEASIBILITY ANALYSES & REPORTIN G
Analysis of Alternatives -Our personnel will perform an analysis of the selected alternatives, a s
appropriate, taking into account information gathered in the data acquisition phase, including a summar y
of findings to be included in a report .
Cost Research &Estimates —Rough cost estimates for alternatives will be performed, and a more detaile d
engineering estimate of probable cost will be prepared for the recommended alternative .
Exhibit Preparation -As necessary, exhibits will be prepared showing the recommended alignment of th e
selected alternative .
Summary Report -A report will be provided and shall be bound and in 8 .5"x1 1"format, and include th e
results of the preceding analyses in this section, in the following sections, at a minimum :
A . Title Pag e
1.Project name and City assigned numbe r
2.Date
3.Owner informatio n
4.Engineering firm preparing plan s
5.Seal of design engineer
Attachment 2
•
B . Sewer System Informatio n
1.Introductio n
2.Existing Sewer Syste m
a . Location and type of existing system .
3.Brief Discussion of Alternatives, including rationale behind selected alternativ e
C . Flow Calculation s
D . Exhibit s
E Proposed Project Description & Feasibility Summar y
1.Description of Alignmen t
2.Sewer size, material, type or class, and lengt h
3.Engineering Analysis of Probable Cos t
4.Challenges to consider in preliminary desig n
Coordination Meeting —The FE design team will meet to review the findings with City staff. It is anticipate d
that the project team will meet after the report and estimates of probably cost are performed and provide d
for City review and comment . At the coordination meeting, it is expected that an acceptable alternativ e
will be agreed upon prior to commencement of engineering design . At any point in the process whe n
critical items are discovered on any of the alternatives, the project team will communicate with City staff i n
order to expedite the overall project and keep the feasibility study process to a minimum .
TASK 3 .0 ENGINEERING FINAL DESIG N
Supplemental Survey Perform supplemental topographic survey of the project site including rim an d
invert elevations of existing manholes along the selected alignment .
Geotechnical Investigation -Perform geotechnical investigation as necessary . It is our desire to take a
practical approach to the project, and provide services that bring the most value to the City . Because o f
this, the scope of the geotechnical investigation, including cores or geologic condition characterization wil l
vary depending on the alternative selected .
Design Drawings -The design drawings will be 24"x36" design plan sheets in conformance with City of Sa n
Luis Obispo design standards, and include the following, at a minimum :
A . Cover Shee t
General Site Pla n
1.All sanitary sewers with manholes identified, and locations of valve junction boxes, air/vacuu m
release valves, and clean-out s
2.All streets
C . Sewer Plan and Profil e
1.Include main size, material and overall lengt h
2.Locate appurtenances such as cleanouts, combination air/vacuum release valves, valve junctio n
boxes, emergency truck connections and isolation valves .
3.Locate mechanically restrained joints at angle points, tees, and valves when required by th e
pipe joint design .
D . Miscellaneous Detail s
1 . Sheet will contain details on items such as : clean-outs and gravity manhole connection details ,
as necessary . Wherever possible, City Standard details and specifications will be used t o
minimize the need for
i
Attachment 2
AM
TASK 4.0 CONSTRUCTION CONTRACT DOCUMENTS AND COST ESTIMATES
Plan Preparation Preparation of final plans that will include all elements of preliminary plan set, i n
addition to any changes made from preliminary to final design phases . For purposes of this proposal, F E
plans on submitting a 50% Design Development set of drawings, and a 90% Construction Document set for
City review prior to the Final Bid Documents .
Technical Specifications —FE will prepare technical specifications and combine with the City's upfron t
general specifications for a complete set of biddable construction documents . This will include reviewin g
the City's upfront portion and incorporating the appropriate project specific information . Technica l
specifications will be included at the 50% Design Development submittal, and the complete specification s
package will be included at the 90% Construction Document submittal .
Bid Schedule and Engineer's Estimate —Along with the final plans and specifications, the FE team will
prepare a bid schedule and an accompanying Engineer's Estimate of Probable Cost to give the City an idea
of what the project will cost to construct . This estimate will be included in the 50%, 90%, and fina l
submittal packages .
Permitting —We expect that the proposed sewer line construction will require a Caltrans Double Permit ,
and potentially a permit from Fish & Game, depending on the selected alternative . For purposes of thi s
proposal, we have included a total of 24 hours of coordination for this effort to support City staff o n
acquiring these permits during the engineering design phase . If more permitting coordination services ar e
required during the course of the project, the project manager will notify the City to coordinate additiona l
scope .
Coordination Meeting —The FE design team will meet to review the 50% and 90% submittal drawings wit h
City staff upon review to go over comments, questions, and items to incorporate into the final package .
PROJECT SCHEDUL E
We understand that the City would like to have the Stenner Creek Crossing at Santa Rosa Sewer
Replacement Project go into construction in Summer of 2013, if possible . In order to have the best chanc e
of meeting this schedule, and have a construction cost estimate amount to secure funding, the FE team ha s
determined that the feasibility study should be completed as soon as possible to be able to enter th e
engineering design phase . In light of this information, we propose the following schedule of deliverables :
Project Start :
Feasibility Report to City :
Engineering Design Start:
50% Package Submittal :
City Comments Returned :
90% Package Submittal :
City Comments Returned :
Final Construction Documents :
September 4, 201 2
October 22, 201 2
November 1, 201 2
January 14, 201 3
January 25, 201 3
February 25, 201 3
March 4, 201 3
March 25, 201 3
This schedule does not take into account the time it may take to obtain permits, which can affect overal l
schedule . Throughout the course of the project, we will accelerate schedule whenever possible . We als o
will combine research and drafting with other City projects to provide the greatest value, as long as we ca n
continue to meet the appropriate time frames outlined above .
Attachment 2
HUPPIN ENN I
PROJECT TEAM AND OVERVIE W
We have given careful consideration to the composition of our team for this project and we have dedicate d
our most qualified personnel with recent relevant experience to work with you . The subconsultant tea m
members we have chosen also offer key qualifications and experience in their areas of expertise .
FILIPPIN ENGINEERIN G
Leading the Filippin Engineering team as Principal Design Engineer will be Dr . Blaine Reely, Ph .D ., P .E .,
supported by Kelly Wheeler, P .E . as Project Manager . Ms . Wheeler will be the City's main point of contact ,
perform coordination of deliverables, preparation of contract documents and internally manage the projec t
team and schedule . Dr . Reely will perform all engineering design tasks from involvement in upfront genera l
coordination to review of the final contract documents .
The following are short biographies on our proposed staff :
Mr . Blaine Reely, Ph .D ., P .E ., Principal Design Engineer -Dr . Reely is a Civil Engineer and Hydrologist wit h
over 29-years of professional experience . He has worked in both the public and private sectors .
Supplementing his corporate and government experience, he has served as an industry consultant, workin g
primarily with municipalities, public and private water companies, irrigation districts, electric utilit y
companies, wastewater treatment agencies, solid waste management companies, oil and gas producers ,
mining companies and agricultural producers . His areas of expertise include engineering design an d
analysis, site characterization, numerical modeling of hydrologic and hydraulic systems, design of water an d
wastewater systems, and the application of optimization methodologies to water and wastewate r
operations . His experience and expertise have been utilized on numerous occasions in litigation matters ,
where Dr . Reely has served as an expert witness in local, state, and federal courts . He has authore d
numerous professional papers and frequently makes presentations to his peers at meetings of professiona l
societies .
Kelly Wheeler, P .E. – Project Manager :Ms . Wheeler is a registered civil engineer with over 12 years o f
design and construction experience, predominantly involving development of design alternatives ,
preparation of construction drawings and specifications, constructability reviews, field evaluation ,
construction inspection, construction management, and project and program management on public work s
projects in the tri-county area, including projects involving the City of San Luis Obispo . She originally come s
from an agency background, and consistently provides intelligent and well thought out solutions t o
complex project issues, and is adept at coordinating and communicating with large project teams an d
multiple agencies .
Resumes for Dr . Reely and Ms . Wheeler are included by attachment to this proposal .
ENGINEERING DESIGN COST S
FE is committed to working within budgetary limits that may exist and assisting the City with this project ,
and we welcome comment on our approach, scope of work, and fee . We have estimated our cost for •
engineering design services based on our understanding of your requirements and our experience wit h
similar projects . We estimate that the construction cost of the project could be between $300,000 an d$500,000 . Based on this information, we estimate that the fee required for our services will be $94,88 0
including reimbursable expenses for a project at the high end of that construction cost range .
•
•
Attachment 2
Task 1 .0 Data Collection $ 9,710 .0 0
Task 2 .0 Feasibility Analysis & Reporting $ 10,800 .0 0
Task 3 .0 Engineering Design $ 32,500 .0 0
Task 4 .0 Construction Document s
TOTAL
$ 41,870 .0 0
$ 90,880 .0 0
Attached to this proposal is a breakdown of hours estimated associated with each task based on ou r
understanding of the project .
We look forward to working with you and the City's staff on this project . If you have any questions o r
would like to discuss our qualifications further, please don't hesitate to call,(805) 729-0041 .
RATE S
FILIPPIN ENGINEERIN G
BILLING RATES EFFECTIVE JANUARY 1, 201 2
En g ineerin g Construction Mana gemen t
Associate Engineering Technician $60 Associate Construction Manager $11 5
Senior Engineering Technician $70 Senior Construction Manager $13 0
junior Engineer $85 Structures Rep/Resident Engineer $145
Assistant Engineer $115 Principal Construction Manager $145
Associate Engineer $130 Construction Inspector $8 5
Senior Engineer $145 Prevailing Wage $9 0
Principal Engineer $160 Senior Construction Inspector $9 0
Prevailing Wage $9 5
General Chief Inspector/Owner's Rep $9 5
Technical/Clerical Support $45 Prevailing Wage $100
Outside Consultan t
Reimbursable Expenses
Cost+ 5 %
Cost + 5%
Note 1 : Routine office costs such as commuter usa g e . tele p hone charg es . office sunnlies . travel . incidental Hosta ge .conin g . an d
faxes are included in the hourly rates . Plan conin g. outside convin g and overni g ht mail will he reimbursed at cost nlus 5%.
Note 2 : Overtime rates for construction inspection =1 .3 X regular rate . Overtime will not he nerformed unless authorired i n
writing by the client. Overtime work is not included in the cost of this nronosal .
Attachment 2
Stenner Creek at Santa Rosa Cost Estimate Breakdown
•
Task 1 .0 Data Collection
Kick-off Meeting 2 2 0 $550 .00
Site Visits 8 8 0 $2,200 .0 0
Data Acquisition 8 16 24 $5,280 .0 0
Caltrans Coordination 8 4 0 $1,680.00 $9,710.0 0
Task 2 .0 Feasibility Study and Reportin g
Analysis of Alternatives 8 4 0 $1,680 .0 0
Cost Research & Estimates 8 4 8 $2,360 .0 0
Exhibit Preparation 4 4 8 $1,780 .0 0
Summary Report 16 12 0 $3,880 .00
Coordination Meeting 4 4 0 $1,100 .00 $10,800 .00
Task 3.0 Engineering Design
•
Supplemental Survey SUBCONSULTANT-AGL 12,000 .00
Geotechnical Investigation SUBCONSULTANT - Geosolutions $9,000 .00
Design Drawings 20 40 40 $11,500 .00 $32,500 .00
Task 3 .0 Contract Documents & Cost Estimate s
Plan Preparation - 50%20 30 80 $13,600 .00
Plan Preparation - 90%10 20 40 $7,450 .00
Plan Preparation - 100%8 8 20 $3,900 .00
Technical Specifications 20 40 0 $8,100.0 0
Bid Schedule & Estimate 8 16 16 $4,600.0 0
Permitting Support 24 0 $3,120.0 0
Coordination Meeting 4 4 0 $1,100 .00 $41,870 .0 0
TOTAL $94,880 .00
•
C6-1 6
Attachment 2
BLAINE T . REELY, PHD, P E
Education Ph.D ., Civil Engineering, Oklahoma State University, 1992 .
M .S ., Civil Engineering, University of Arizona, 1985.
B .S ., Geological Engineering, University of Arizona, 1980 .
Registrations/Affiliation s
Licensed Civil Engineer in AZ, CA, CO, IL, KS, MS, NV, NM, OK, OR, and T X
Registered Geological Engineer in Arizona .
Biographical Summar y
Dr . Reely is a Civil Engineer and Hydrologist with over 25-years of professiona l
experience . He has worked in both the public and private sectors . His private secto r
experience includes staff and management positions with mining, natural resources,and
construction companies . In the public sector, he has held positions in municipa l
government . Supplementing his corporate and government experience, he has served as
an industry consultant, working primarily with municipalities, public and private wate r
companies, irrigation districts, electric utility companies, wastewater treatment agencies ,
solid waste management companies, oil and gas producers, mining companies an d
agricultural producers. His areas of expertise include project management, engineerin g
design and analysis, site characterization, numerical modeling of hydrologic an d
hydraulic systems, design of water and wastewater systems, and the application o f
optimization methodologies to water and wastewater operations . His experience an d
expertise have been utilized on numerous occasions in litigation matters, where Dr . Reely
has served as an expert witness in local, state, and federal courts . He has authore d
numerous professional papers and frequently makes presentations to his peers at meeting s
of professional societies .
Experience
2004 to Present Monsoon Consultants Tucson, Arizona /Enid, Oklahom a
Principal
Primary focus is in the areas of civil engineering and hydrology . Areas of responsibilit y
include project management, design and engineering analysis . Specific areas of expertis e
include geological / geotechnical engineering, hydrology, hydrogeology, hydraulics ,
public works design / operation and water resources engineering . He is experienced in
"design-bid-build" and "design-build" project delivery systems . He also has extensiv e
experience in the development and application of optimization and energy managemen t
methodologies for the water industry .
2001 to 2004
Golder Associates Inc.Tucson,Arizon a
Senior Water Resources Enginee r
Primary focus is project development in the water resources sector . Areas of expertis e
include site characterization, numerical modeling of hydrologic and hydraulic systems ,
design of water and wastewater systems, and the application of optimization
methodologies to water and wastewater operations .. He managed the geotechnical desig n
of two large `"design-build" transportation projects and several water supply and flood
control dams, in the United States and Mexico . Dr . Reely also directed numerous land
development projects within Southern Arizona .
Attachment 2
2000 to 2001
The Larson Company Tucson, Arizon a
Director
Managed domestic and international business development averaging $30 million i n
annual revenues . Primary role included establishing and maintaining productiv e
relationships with customers, strategic partners, and influential industry leaders .
Responsibilities included managing market research, communications, proposal
production, and customer interviews/presentations . Typically maintained a role throug h
the pre-construction phase, including playing a principal role in contract negotiation .
Accountable directly to CEO for performance and profitability.
1992 to 2000 Envirotech Companies Enid, Oklahom a
President and CE O
Started Envirotech as a consulting engineering and environmental services firm .
Responsible for leading company from a 1-employee firm, with a small office in nort h
central Oklahoma to a company that employs approximately 50 full-time employees .
Firm specialized in providing engineering and environmental services to municipalities ,
water / wastewater utilities, solid waste management authorities, oil & gas companies ,
agribusinesses and land developers . Responsible for establishing offices in Oklahoma ;
Arizona ; and California. Primary role was to provide engineering and hydrologi c
consulting services to a broad client base and to provide leadership to division managers .
1988 to 1992 City of Enid Enid, Oklahom a
Director of Public Service s
Managed an annual $11 million operating and capital improvements budget while leadin g
seven municipal operating departments . Assembled an ambitious, loyal, managemen t
team. Together we created and implemented numerous programs and services resultin g
in substantially improved public opinion, reversing the declining trend previousl y
experienced . All achievements were made in a "zero-growth" budget environment an d
were funded internally through innovation, increased efficiency, and employe e
motivation. Our departments received numerous meritorious awards from federal, state ,
and public interest groups as a direct result of the achievements made under m y
leadership . This position required excellent communication and negotiation skill s
demanding interaction between elected officials, bureaucrats, contractors, public, an d
employees of varying skill levels .
1986 to 1988 Howard, Needles, Tammen, and Bergendoff Kansas City, Missour i
Project Manager
Managed the design and construction of numerous public works and transportatio n
projects, including airport runways and taxiways ; interstate highways ; turnpikes ; and
commercial buildings . This position required management of creative teams comprised
of architects, engineers, designers, technicians, and construction personnel . Individual
project budgets (design and construction) ranged from $2 million to $65 million .
1984 to 1986 Desert Earth Engineering Tucson, Arizon a
Project Enginee r
Responsible for designing and implementing site investigation projects to define
subsurface conditions in advance of site development . Relied on field and laborator y
data to assess site conditions and develop foundation design recommendations fo r
architects and structural engineers . Projects included airports, commercial buildings ,
dams, water storage reservoirs, residential developments, and mining operations .
•
•
C6-18
Attachment 2
1984 to 1980
Texasgulf, Inc .Golden, Colorad o
Project Engineer
Initially a team member and eventually team manager within the minerals exploratio n
division . Responsible for designing and supervising the implementation of multi-facete d
surface and subsurface exploration programs to assess the presence and economi c
viability of metallic occurrences within North America . Managed several expeditions ,
which varied in length from 3 months to 1 year,with budgets ranging from $0 .3 million
to $1 .5 million . Team members included engineers, scientists, technicians, economists ,
and business/legal support.
PROJECT RELATED EXPERIENCE — WATER RESOURCE S
NRCS Doublecreek Flood Control Structure #2 Ramona,Oklahoma
Performed detailed hydrologic / hydraulic modeling and geotechnical engineering as part of the design o f
improvement to three NRCS dams in Washington County, Oklahoma . Hydrologic and hydraulic model s
were developed using the NRCS TR-20 and SITES programs . Hydraulic modeling was performed using th e
HEC-RAS program . The design was developed in accordance with the recommendations established in th e
NRCS Supplemental Watershed Plan . Specific improvements included replacement of the existing condui t
principal spillway with a new conduit spillway and inlet tower. In addition, the auxiliary spillways were
widened. Toe drains and filter diagrams were incorporated into the renovated structure and a plunge basi n
was designed. A design report, construction drawings, technical specifications, contract documents, an d
engineer's estimate comprise the project deliverables .
NRCS Doublecreek Flood Control Structure #3 Ramona, Oklahoma
Performed detailed hydrologic / hydraulic modeling and geotechnical engineering as part of the design o f
improvement to three NRCS dams in Washington County, Oklahoma . Hydrologic and hydraulic model s
were developed using the NRCS TR-20 and SITES programs . Hydraulic modeling was performed using th e
HEC-RAS program . The design was developed in accordance with the recommendations established in th e
NRCS Supplemental Watershed Plan . Specific improvements included replacement of the existing condui t
principal spillway with a new conduit spillway and inlet tower. In addition, the auxiliary spillways were
widened. Toe drains and filter diagrams were incorporated into the renovated structure and a plunge basin
was designed. A design report, construction drawings, technical specifications, contract documents, an d
engineer's estimate comprise the project deliverables .
NRCS Doublecreek Flood Control Structure #5 Ramona,Oklahoma
Performed detailed hydrologic / hydraulic modeling and geotechnical engineering as part of the design o f
improvement to three NRCS dams in Washington County, Oklahoma . Hydrologic and hydraulic model s
were developed using the NRCS TR-20 and SITES programs . Hydraulic modeling was performed using th e
HEC-RAS program . The design was developed in accordance with the recommendations established in th e
NRCS Supplemental Watershed Plan . Specific improvements included replacement of the existing condui t
principal spillway with a new conduit spillway and inlet tower . In addition, the auxiliary spillways wer e
widened. Toe drains and filter diagrams were incorporated into the renovated structure and a plunge basi n
was designed . A design report, construction drawings, technical specifications, contract documents, an d
engineer's estimate comprise the project deliverables .
ISWC Amistad Dam Geotechnical Analysis Del Rio, Texa s
Performed a geotechnical investigation of the dam abutments and downstream rock slopes to evaluate th e
rock slope stability of massive limestone escarpments . Rock instability, within the escarpments, adjacent t o
the dam and powerhouse, posed serious geo-hazards to the facilities and workers safety . The geotechnical
analysis identified several feasible stabilization alternatives . The identified alternatives were compared
utilizing a cost benefit economic analysis using life cycle costs . A recommended alternative was
established and a final rock slope stabilization design was developed
Attachment 2
NRCS Sandstone Creek Flood Control Structure #16A Cheyenne, Oklahom a
Conducted hydrologic and hydraulic analyses for the NRCS, contributing to the preparation of th e
Supplemental Watershed Plan for the referenced structure . Specific responsibilities included developin g
watershed hydrologic models using NRCS TR-20, SITES, and HEC-RAS software . Principal spillway
hydrographs (PSH) were developed to establish the size of the principal spillway, which permitted a 10-da y
reservoir drawdown . In addition, the freeboard hydrograph (FBH) was developed to establish the top of th e
dam crest and the auxiliary spillway hydrograph (ASH) was developed to establish the geometry of th e
auxiliary spillway. Reservoir stage / discharge relationships were developed, utilizing bathymetric /
topographic survey data and the magnitude of wave action was quantified to determine dam freeboar d
requirements . Dam breach analyses were performed under "Sunny Day" conditions, using HEC-RAS . The
results of the hydrologic and hydraulic analyses were integrated into the Sandstone Creek #16 A
Supplemental Watershed Plan.
NRCS Cobb Creek Flood Control Structure #2 Colony, Oklahoma
Conducted hydrologic and hydraulic analyses for the NRCS, contributing to the preparation of th e
Supplemental Watershed Plan for the referenced structure . Specific responsibilities included developin g
watershed hydrologic models using NRCS TR-20, SITES, and HEC-RAS software . Principal spillwa y
hydrographs (PSH) were developed to establish the size of the principal spillway, which permitted a 10-da y
reservoir drawdown . In addition, the freeboard hydrograph (FBH) was developed to establish the top of th e
dam crest and the auxiliary spillway hydrograph (ASH) was developed to establish the geometry of th e
auxiliary spillway . Reservoir stage / discharge relationships were developed, utilizing bathymetric /
topographic survey data and the magnitude of wave action was quantified to determine dam freeboar d
requirements . Dam breach analyses were performed under "Sunny Day" conditions, using HEC-RAS . The
results of the hydrologic and hydraulic analyses were integrated into the Cobb Creek #2 Supplementa l
Watershed Plan .
Mulatos Flood Control and Water Supply Dam Sonora, Mexic o
Designed a retention storage dam in a remote area of Sonora, Mexico as part of a new mining development .
The earthen and rock fill dam impounded a tributary of the Rio Mulatos . A watershed hydrologic model
was developed using industry standard hydrologic methodologies for existing and future conditions . Th e
hydrologic analysis included a characterization of the pre-development and post-development watershe d
conditions including watershed delineation, drainage area, hydraulic flow path, soil type, and land us e
analysis . These data were used to determine the watershed runoff; reservoir stage/storage, an d
stage/discharge relationships . The SCS curve numbers for present and future conditions using anteceden t
moisture conditions II for the 2-, 5-, 10-, 25-, 50-, and 100-year, 24-hour and PMF (using transpositio n
method) storm events were used in developing the hydrologic model . A hydraulic model for the site wa s
developed utilizing industry standard methodologies . Details for the principal spillway and the diversion
conduit to its downstream point of discharge were designed .
Avra Valley Water Co-Op Arizona
Performed hydrogeologic investigation of the Avra Valley alluvial basin, in the vicinity of the Town o f
Marana, to determine the potential for sustainable water supplies for a public water supply well . Based on the
results of the hydrologic investigation, was responsible for the selection a wellsite . Managed the design of a
1000-foot, 950 gallons per minute (gpm) well and storage tank facility. Developed construction drawings an d
technical specifications for the deep large-capacity public water supply well . Participated in the permittin g
process and provided on-site technical assistance during the aquifer testing and well construction activities .
Tohono O'Odham Nation Arizon a
Performed a hydrogeologic investigation to determine the suitability of several sites, south of Tucson, Arizon a
that were being considered for development as a large gaming casino and convention center . Based on the
results of the investigation, a site for the Casino Del Sol was selected and sites for two public water suppl y
wells were identified. Designed two deep wells, each approximately 950 feet in depth, along with associated
pressure and storage tank facilities . Assisted the Tohono O'Odham Nation with permitting and developin g
operating protocols for the water supply system . Developed construction drawings and technica l
specifications for the deep large-capacity public water supply well . Participated in the permitting process an d
provided on-site technical assistance during the aquifer testing and well construction activities .•
C6-20
Attachment 2
Tohono O'Odham Nation Arizon a
Performed a hydrogeologic investigation to identify the presence and quality of groundwater resources in the
vicinity of the community of Why, Arizona, for a site being considered for the development as a small gaming
casino . Based on the results of the investigation, a site for the casino well and sites for the supply well wa s
identified. Managed the design of a deep well, approximately 1,150 feet in depth, along with associate d
pressure and storage tank facilities . Assisted the Tohono O'Odham Nation with permitting and developin g
operating protocols for the water supply system . Developed construction drawings and technica l
specifications for the deep large-capacity public water supply well . Participated in the permitting process an d
provided on-site technical assistance during the aquifer testing and well construction activities . Also provided
design services for a water treatment facility that was required for the removal of arsenic .
City of Watonga Oklahom a
Performed a hydrogeologic investigation to determine the suitability of multiple sites near the community o f
Watonga, Oklahoma that were being considered for development of a municipal water supply source.Based
on the results of the investigation, sites for three public water supply wells were identified . Managed the
designed of three shallow alluvial wells, each approximately 150 feet in depth, along with associate d
collection,booster pumping, chemical treatment, and storage tank facilities . Assisted the City of Watonga
with permitting and developing operating protocols for the water supply system . Developed construction
drawings and technical specifications for the public water supply wells . Participated in the permitting proces s
and provided on-site technical assistance during the aquifer testing and well construction activities .
City of Fairmont Oklahom a
Performed a feasibility study to evaluate alternatives for improving the water supply capacity and reliability o f
the Town of Fairmont public water supply system . The recommended improvement alternatives include d
mechanical and chemical rehabilitation of existing water supply wells and the installation of additional wells .
Managed the well rehabilitation program that resulted in an increased water production capacity o f
approximately 100 percent . Also designed two additional water supply wells that were completed in fracture d
sandstone/shale bedrock . Developed construction drawings and technical specifications for the public wate r
supply wells. Participated in the permitting process and provided on-site technical assistance during th e
aquifer testing and well construction activities .
City of Enid Oklahom a
Evaluated available geologic, well log, pumping test, and well production data to determine long-term impact s
to three source aquifers located in western Oklahoma . Led the development of an aquifer management
program, which utilized linear programming techniques to optimize water production operations whil e
simultaneously achieving aquifer management goals . The linked optimization simulation model integrate d
UNDO, a commercially available optimization package with MODFLOW, a public domain finite difference
ground water modeling package . Dr. Reely led the system system installation and start-up services to municipa l
operations staff and provided post-installation training . Post-installation operations confirmed the recovery o f
the aquifer and resulted in an operational cost savings of approximately 27 percent .
Soquel Creek Water District California
Performed extensive site surveys and pumping plant performance testing to assess operating system s
efficiencies . Evaluated available geologic, well log, pumping test, and energy demand data to assess wate r
production and supply impacts to the coastal alluvial and bedrock aquifers . Based on the results of th e
investigation, an aquifer management program, which utilized linear programming techniques to optimiz e
water production operations while simultaneously achieving aquifer management goals, was implemented .
Project was done as a joint venture between the water agency and Pacific Gas & Electric, with funding create d
from measured energy savings . Provided system installation and start-up services to water district operation s
staff and provided post-installation training . Post-installation measurement and verification of energy saving s
confirmed a 15 percent reduction from the baseline energy costs .
5 C6-21
Attachment 2
Water Authority of Jordan Hashemite Kingdom of Jorda n
Evaluated available geologic, well log, pumping test, and energy demand data to assess water production an d
supply inefficiencies . Performed extensive site surveys and pumping plant performance testing to asses s
systems efficiencies . Based on the results of the investigation, a water resource development strategy an d
operating templates were developed to efficiently meet customer water demands and minimize operationa l
costs . Developed monitoring protocols and provided training to Water Authority operations staff . Project
funding was partially secured through the U .S . Agency for International Development.
PROFESSIONAL PAPERS AND PUBLICATIONS :
Strength and Durability Characteristics of Pantano Soil Cement Mixtures" University of Arizona, 1985 .
Master's Thesis .
A Linked Optimization-Simulation Aquifer Management Model, Oklahoma State University, 1992 . Ph .D.
Dissertation .
Energy Efficiency Study for the Mountain Water Company, Missoula, Montana, presented at the Montan a
Section of the American Water Works Association (AWWA) 1996 Conference, Missoula ,
Montana.
Synopsis of EPA Wellhead Demonstration Project Conducted for the Town of Roosevelt, presented at th e
Watershed Success in Region 6 Conference, New Orleans, Louisiana, Summer of 1995 .
The Importance of Energy Efficiency in a Deregulated World, presented at the Association of Californi a
Water Agencies (ACWA) 1994 Conference, Monterey, California .
Aquifer Management and Wellhead Protection in North-Central Oklahoma, presented at the followin g
conferences :
> EPA Wellhead Protection Tools for Local Governments, Dallas, Texas, 1989 ; Ne w
Orleans, Louisiana, 1990 ; and Oklahoma City, Oklahoma, 1991 .
•Oklahoma Conference on Protection of Waterwells from Pollution.
•Oklahoma Governors Conference .
•A Wellhead Protection in the Western United States .
Optimization of a Municipal Groundwater Production System in North-Central Oklahoma, presented at th e
International Symposium on Groundwater, Nashville, Tennessee, 1992 .
Effects of Flyash Content on the Strength and Durability of Soil Cement Dikes for Bank Protection i n
Tucson, Arizona, presented at the International Conference on Erosion Control, Orlando, Florida ,
1991 .
The Water Resource Energy Management System (WREMS): Linking Data Management and Operationa l
Optimization, forthcoming in Annals of Operations Research, 1996 .
A Heuristic for Minimizing Monthly Demand Charges in Daily Water Pumping Schedules, proceedings o f
the 1996 Annual Meeting of the Decision Sciences Institute, 1996 .
Using Optimization in Municipal Aquifer Management : A Feasibility Study, proceedings of the 199 2
Annual Meeting of the Decision Sciences Institute, 1992 .
6 C6-22
•
•
Attachment 2
Partial List of Litigation Matters in which Expert Testimony was Provided
Testimony : Oklahoma Water Resources Board (OWRB) Administration Hearing re : Application of Charle s
M . Rowe Revocable Trust for a Permit to use Surface or Stream Water No . 2003-018 ,
OklahomaRanch.com, LLC, Carter County, Oklahoma . Hearing Date : 12/05/2003 .
Deposition and Testimony : Wright Dam & Reservoir, Caddo County, Oklahoma; Teddy Neal Helderman ,
Denny Lee Hight and Jana Harris Hight, Plaintiffs v . Hinton Economic Development Authority and Dann y
Wright, Defendants, District Court of Caddo County, Oklahoma, Case No . CJ-2003-53 . Hearing Date : N/A
Testimony : Oklahoma Water Resources Board (OWRB) Administration Hearing re : Application for
Regular Permit to Use Groundwater No . 2003-543, Lee W . Young, Logan County, Oklahoma . Hearing
Date : N/A
Deposition & Testimony : Western Beltway, Sections 7B, 8 and 9, Clark County, Nevada ; Meadow Valley
Contractors, Inc . v Clark County, Nevada, Private Arbitration : Hearing Date : N/A
Deposition : The Town of Rush Springs, Rush Springs Municipal Authority, Plaintiffs v . Alvin R. Jung,
P .E . d/b/a Landmark Engineering, Defendant, District Court of Grady County, Oklahoma, Case No . CJ-
2003-158 . Hearing Date : N/A
Testimony : Oklahoma Water Resources Board (OWRB) Administration Hearing re : Application for
Regular Permit to Use Groundwater No . 2005-526, Kremlin Hillsdale Rural Water District No .,1 ,
Garfield County, Oklahoma . Hearing Date: 8/17/200 5
Deposition : Rancho Sahuarita Aquatic Complex Failure ; Zurich North America Company v . Patio Pools of
Tucson, Inc ., Private Arbitration . Hearing Date: 12/11/2006 .
Testimony : Oklahoma Water Resources Board (OWRB) Administration Hearing re : Application to Amen d
Permit to Use Stream Water No . 2004-022, Randall R . Williams, Jackson County, Oklahoma No . 2004-
022,. Hearing Date : 3/30/2007
Deposition/Testimony : Don Quarles, et al ., Plaintiffs vs . United States of America, ex rel., Bureau of
Indian Affairs, et al ., Defendants, Case No. 00-CV-913-GKF-PJC in the United States District Court for th e
Northern District of Oklahoma . Date : 09/28/2007 .
Deposition & Testimony : Washington / Buffalo Park Stormwater Drainage System ; Apco Construction v.
City of Las Vegas, Nevada, Private Arbitration . Hearing Date : 7/25/200 8
Deposition & Testimony : Sloan Channel Stormwater Drainage System ; Meadow Valley Contractors, Inc .
v . Clark County, Nevada, Private Arbitration . Hearing Date : 10/14/200 8
Deposition : Alamagordo ; Johnson & Danley Construction Co ., Inc . and Meadow Valley Contractors, Inc .
v . The State of New Mexico, ex rel . New Mexico Department of Transportation f/k/a New Mexico Stat e
Highway and Transportation Department, Case No . D-1215-CV-200400169 in the Twelfth Judicial Distric t
Court of New Mexico . Hearing Date : N/A.
Deposition : City of Kingfisher Flooding ; Michael Blair and Denise Blair, et . al ., Plaintiffs v . Union Pacific
Railroad Company, a Delaware Corporation, Defendant, Case No . CIV-08-360-M in the United State s
District Court for the Western District of Oklahoma . Hearing Date : N/A
C6-23
Attachment 2
International Project Experience (Countries outside the US )
Jordan (Amman) — Operational Analysis of Regional Water Supply Syste m
Germany (Berlin) — Managed Design — Build of "Yellow Submarine" motion-based simulato r
Japan (Tokyo) - Managed Design — Build of "Yellow Submarine" motion-based simulato r
Japan (Gifu) — Managed Design — Build of Aquatic Habitats & Exhibits for Commercial Aquariu m
Argentina (Buenos Aries) - Managed Design — Build of Habitats & Exhibits for Zoological Garde n
Poland (Krakow) Managed Design — Build of Habitats & Exhibits for Commercial Shoppin g
Entertainment Cente r
Sri Lanka (Columbo) - Managed Design — Build of Habitats & Exhibits for Commercial Shopping /
Entertainment Cente r
Thailand (Bankok) — Provided technical consultation to Government of Thailand regarding loca l
groundwater recharge & recovery projects .
Portugal (Lisbon) - - Managed Design — Build of Habitats & Exhibits for Commercial Shopping /
Entertainment Center
Canada (Vancouver) — Design & Project Development services for commercial / residential lan d
development project.
Educational Experienc e
University of Arizona, Tucson, AZ .: Lecturer, CE 407 "Issues in Professional Engineering Practice "
Engineering / Hydrologic Software Experience (Partial List)
Microsoft Office
USGS MOD-FLO W
Microsoft Project
USGE MOD-PAT H
AutoCAD
THWe11s
Autodesk Civil / Land Development
EPANe t
AutoCAD Civil 3D
WaterCA D
Microsoft Office
NRCS TR-5 5
HEC-RAS
NRCS TR-2 0
HEC-HMS
NRCS SITE S
Software Development Experienc e
Water Resources Energy Management System (WREMS) — Managed the development of this softwar e
which is utilized for identifying "least cost" operational strategies for water utilities .
Hydraulically Balanced Irrigation System (HBIS) — Managed the development of this software which i s
utilized for identifying irrigation strategies for optimal delivery of water and nutrients to wood fibe r
products tree farms .
•
•
8 C6-24
•
LICENSIN G
•Professional Enginee r
No . 64522, Californi a
AWARD S
•2007 APWA Centra l
Coast Chapter "Youn g
Professional of the
Year"
PROFESSIONA L
AFFILIATION S
•Member, America n
Society of Civi l
Engineer s
•
CONTINUIN G
EDUCATIO N
•HEC-RAS Rive r
Analysis Syste m
Course
•Construction of Hot
Mix Asphal t
Pavements Semina r
•Rubberized Asphal t
Concrete Technolog y
Semina r
•Streets an d
Technolog y
Conference
•Micropaver Training
F E
ftUPP1H EfMGl .
EDUCATIO N
•B.S ., Environmenta l
Engineering, Texa s
A&M University ,
College Station, TX,
2000
Attachment 2
KELLY R . WHEELER,P .E .
Principal Construction Manage r
BACKGROUN D
Ms . Wheeler joined Filippin Engineering in August 2010, after working for Penfield &
Smith from 2001 . At Penfield & Smith, she worked in a number of capacities in th e
Construction Management Department including inspector, project manager ,
construction manager, resident engineer, and department head prior to her departure .
Ms . Wheeler also has agency experience working for the Los Angeles Department o f
Water and Power as a Water Resources Engineer performing complex data analyses o n
various Excel based models, and for the City of Los Angeles Public Works Department
in the Major Sewers Engineering Division, assisting in the design and construction
management of large diameter sewers .
EXPERIENC E
Ms . Wheeler has extensive experience performing construction management an d
inspection tasks including field evaluation, construction inspection, development o f
design alternatives, and preparation of construction drawings and specifications for a
variety of public works projects . Her experience ranges from roadways and parking lo t
construction to complex utility conveyance systems . She excels at communicatin g
design changes and issues to clients and contractors, consistently providing intelligen t
and well thought out solutions to complex project issues, and coordinating multipl e
agencies involved in large projects, such as Santa Barbara Cottage Hospital and the Cit y
of San Luis Obispo Tank Farm Gravity Sewer, Force Main, and Lift Station project .
Ms . Wheeler is proficient in a variety of computer applications including AutoCAD, Civi l
3D, Microstation, Micropaver, FLO-2D, Sketch Engineering, HEC-RAS, Microsof t
Project, and the Microsoft Office Suite of programs .
REPRESENTATIVE PROJECTS
Phase 3 and Phase 4 Lateral Replacement Projects, Santa Yne z
Design and construction management support for two water main projects for the Sant a
Ynez River Water Conservation District . Projects each include installation of
approximately 1,000' of 6" PVC . Phase 4 also includes boring to span under three 60 "
culverts in Santa Barbara County Road right of way .
Lower Mission Creek, Reach IA, Phase 1, Santa Barbara Count y
Construction management and Resident Engineer for a project in downtown Sant a
Barbara that consists of widening that portion of Lower MissionCreek from State Stree t
to the Romasanta pedestrian bridge by constructing a CIDH Secant Pile wall system .
The work included dewatering with cofferdams, demolition of existing structures, secan t
pile drilling, excavating, placing and hauling compacted fill, architectural treatment t o
walls, installation of storm drain inlets, installation of fish passage structures, an d
reconstruction of a cantilever deck patio . Project required coordination between multipl e
agencies including City of Santa Barbara, County of Santa Barbara Flood Contro l
District, US Department of Fish and Game, Regional Water Quality Control Board, an d
Army Corps of Engineers, in addition to significant public coordination .
Montecito Creek Fish Passage Project, Santa Barbara Count y
Construction management and Resident Engineer for a fish passage project tha t
included removal of a portion of the existing concrete channel and constructin g
approximately 110 linear feet of concrete ogee-shaped fish ladder, a concrete sill at th e
existing fishway, and a lowered pool at the location of the existing spillway .
C6-PA o3/2o12
FE
!Nc
Attachment 2
KELLY R . WHEELER, P .E .
Principal Construction Manag e
Monterey Street Rehabilitation Project, City of San Luis Obisp o
Performed resident engineer duties on a complete right-of-way facelift along a majo r
commercial corridor in the City of San Luis Obispo . Improvements included a full stree t
grind/level/overlay as well as new curb & gutter, sidewalks, driveways, and acces s
ramps—all upgraded to current ADA standards . This project included successfu l
implementation of a significant public-relations effort for the surrounding businesses .
Caltrans Construction Manual Procedures were implemented for the management of thi s
project, as it was completely funded with ARRA funds .
Tank Farm Gravity Sewer, Force Main, and Lift Station, San Luis Obisp o
Construction management of a $10 million gravity flow sewer, force main, and lift statio n
project . Project constraints included construction through Caltrans, City, County, an d
private right-of-way, excavation through contaminated material sites, and constructio n
adjacent to environmentally sensitive habitats .
Cottage Hospital Project, Santa Barbar a
Design and construction management for an 8'x8' reinforced concrete box culvert an d
associated road, sewer, water and dry utility improvements . Project require d
coordination between multiple agencies including City of Santa Barbara, County of Sant a
Barbara Flood Control District, US Department of Fish and Game, Regional Wate r
Quality Control Board, and Army Corps of Engineers, in addition to significant publi c
coordination .
Santa Barbara Airport Terminal Replacement Projec t
Complete civil engineering design, bid phase assistance, and construction managemen t
for the new terminal facility and associated extensive road, apron, grading, drainage an d
extensive utility improvements and upgrades .
US 101/UPRR/Calle Real Sewer Crossing, Goleta Sanitary Distric t
Construction management and inspection for replacement of a sewer crossing .
Coordination with both Goleta Sanitary District and County of Santa Barbara Floo d
Control District was required .
Local Road Rehabilitation Project, Santa Barbar a
Design and construction management of the pavement rehabilitation for various concret e
streets within the City of Santa Barbara . Overlay using rubberized asphalt concrete wa s
used on Chapala Street and Hollister Avenue, along with redesign of striping an d
construction of multiple concrete access ramps .
Gap Fire Response Projects, Santa Barbara County
Construction management and inspection for the construction of five debris racks an d
one conrete box culvert replacement on various creeks in the County of Santa Barbara
as a result of the Gap Fire .
Tea Fire Response Projects, Santa Barbara Count y
Construction management and inspection for the construction of three debris racks o n
various creeks in the County of Santa Barbara, the cleanout of multiple debris basins ,
and other various emergency measures as a result of the Tea Fire .
Wastewater Treatment Plant Pavement Repair Project, Golet a
Design and construction management for the pavement rehabilitation and drainage
improvements for Goleta's Wastewater Treatment Plant .
UCSB Parking Lots 2006-2007 and 2007-2008, Santa Barbar a
Design and bid process assistance for the pavement rehabilitation of various parking lot son the UCSB campus .
C6-03/2012