HomeMy WebLinkAbout08-22-16 EO&WR Committee PacketOTAY WATER DISTRICT
ENGINEERING, OPERATIONS & WATER RESOURCES COMMITTEE MEETING
and
SPECIAL MEETING OF THE BOARD OF DIRECTORS
2554 SWEETWATER SPRINGS BOULEVARD
SPRING VALLEY, CALIFORNIA
Board Room
MONDAY
August 22, 2016
2:30 P.M.
This is a District Committee meeting. This meeting is being posted as a special meeting
in order to comply with the Brown Act (Government Code Section §54954.2) in the event that
a quorum of the Board is present. Items will be deliberated, however, no formal board actions
will be taken at this meeting. The committee makes recommendations
to the full board for its consideration and formal action.
AGENDA
1. ROLL CALL
2. PUBLIC PARTICIPATION – OPPORTUNITY FOR MEMBERS OF THE PUBLIC TO
SPEAK TO THE BOARD ON ANY SUBJECT MATTER WITHIN THE BOARD'S JU-
RISDICTION BUT NOT AN ITEM ON TODAY'S AGENDA
DISCUSSION ITEMS
3. ADOPT RESOLUTION NO. 4313 AMENDING POLICY NO. 21 OF THE DISTRICT’S
CODE OF ORDINANCES TO REDEFINE THE FEE LIMITS FOR MINOR PROJECTS
OF LESS THAN $50,000 AND ADD CLARIFYING LANGUAGE FOR EXISTING
PRACTICES WITH RESPECT TO PROFESSIONAL CONSULTING SERVICES
(KENNEDY) [5 min]
4. ADOPT RESOLUTION NO. 4315 ELECTING THAT THE DISTRICT BE SUBJECT TO
THE CALIFORNIA UNIFORM PUBLIC CONSTRUCTION COST ACCOUNTING ACT
(CUPCCAA) PROCEDURES; AMEND SECTION 7 PRICING/BIDDING REQUIRE-
MENTS OF THE OTAY WATER DISTRICT PURCHASING MANUAL; AND ADOPT
RESOLUTION NO. 4316 TO ADOPT BOARD OF DIRECTORS POLICY 53, INFOR-
MAL BIDDING PROCEDURES UNDER THE CUPCCAA (KENNEDY) [5 min]
5. APPROVE THE CONTINUANCE OF THE TEMPORARY MORATORIUM ON THE
INSTALLATION OF NEW RECYCLED WATER FACILITIES ON OTAY MESA FOR A
PERIOD OF ONE YEAR TO JULY 2017 (MARTIN) [5 min]
2
6. FY16 YEAR-END REPORT FOR THE DISTRICT’S FY15-18 STRATEGIC PLAN
(SEGURA) [10 mins]
7. FOURTH QUARTER OF FISCAL YEAR 2016 CAPITAL IMPROVEMENT PROGRAM
UPDATE (MARTIN) [10 mins]
8. SAN DIEGO COUNTY WATER AUTHORITY UPDATE (WATTON) [10 mins]
9. ADJOURNMENT
BOARD MEMBERS ATTENDING:
Tim Smith, Chair
Gary Croucher
All items appearing on this agenda, whether or not expressly listed for action, may be delib-
erated and may be subject to action by the Board.
The Agenda, and any attachments containing written information, are available at the Dis-
trict’s website at www.otaywater.gov. Written changes to any items to be considered at the
open meeting, or to any attachments, will be posted on the District’s website. Copies of the
Agenda and all attachments are also available through the District Secretary by contacting
her at (619) 670-2280.
If you have any disability that would require accommodation in order to enable you to partici-
pate in this meeting, please call the District Secretary at 670-2280 at least 24 hours prior to
the meeting.
Certification of Posting
I certify that on August 19, 2016 I posted a copy of the foregoing agenda near the reg-
ular meeting place of the Board of Directors of Otay Water District, said time being at least 24
hours in advance of the meeting of the Board of Directors (Government Code Section
§54954.2).
Executed at Spring Valley, California on August 19, 2016.
/s/ Susan Cruz, District Secretary
STAFF REPORT
TYPE MEETING: Regular Board
MEETING DATE: September 7, 2016
SUBMITTED BY:
Bob Kennedy
Engineering Manager
PROJECT: Various DIV. NO. ALL
APPROVED BY:
Rod Posada, Chief of Engineering
German Alvarez, Assistant General Manager
Mark Watton, General Manager
SUBJECT: Adopt Resolution No. 4313 Amending Policy No. 21 for the
Selection of Professional Consultants of the District’s Code
of Ordinances and Amend Section 7.2.4 Request for Proposals of
the Otay Water District Purchasing Manual
GENERAL MANAGER’S RECOMMENDATION:
That the Otay Water District (District) Board of Directors (Board)
adopt/amend:
1. Adopt Resolution No. 4313 (see Attachment B) amending Policy
No. 21 (see Attachment B, Exhibit 1) for the Selection of
Professional Consultants of the District’s Code of Ordinances
for Engineering projects.
2. Amend Section 7.2.4 Request for Proposals of the Otay Water
District Purchasing Manual.
COMMITTEE ACTION:
Please see Attachment A.
PURPOSE:
The purpose of the proposed amendment outlined in this staff report is
to update Policy No. 21 of the District’s Code of Ordinances to
redefine the fee limits of up to $50,000 for minor projects and add
clarifying language for existing practices with respect to
2
Professional Consulting Services for Engineering projects (see
Attachment B, Exhibit 1) and amend Section 7.2.4 Request for Proposals
of the Otay Water District Purchasing Manual.
ANALYSIS:
Policy No. 21 of the District’s Code of Ordinances establishes the
guidelines for the District’s selection of Professional Consultants.
The current Policy No. 21, dated March 13, 2006, established the
guidelines for the selection of Professional Consultants for minor
projects with fees of less than $5,000 to be in accordance with the
Purchasing Manual. The proposed amendment included in Policy No. 21
(see Attachment B, Exhibit 1) for the Selection of Professional
Consultants of the District’s Code of Ordinances is intended to
increase the fee limits up to $50,000 for the selection of
Professional Consultants for minor projects. This will align Policy
No. 21 with the language in Section 7.2.4(a) of the District’s
Purchasing Manual (see Attachment C) and allow staff more flexibility
to quickly hire Professional Consultants for Engineering projects and
still obtain competitive pricing.
The process for selection of Professional Consultants for minor
projects will require an advertisement in the Daily Transcript or a
paper of equivalent circulation and require a Letter of Interest and
Statement of Qualification be submitted before receiving the Request
for Proposal (Proposal). The Project Manager will be required to
solicit proposals from three (3) or more Professional Consultants.
The Project Manager will strive to have a five (5) member panel
review, but will have at least a panel of three (3). The Project
Manager will not be part of the evaluation panel (see Attachment B,
Exhibit 2).
FISCAL IMPACT: Joe Beachem, Chief Financial Officer
These changes have the potential to reduce project costs.
STRATEGIC GOAL:
Adoption of Resolution No. 4313 supports the District’s Mission
statement, “To provide high value water and wastewater services to the
customers of the Otay Water District in a professional, effective, and
efficient manner” and the General Manager’s Vision, “A District that
is at the forefront in innovations to provide water services at
affordable rates, with a reputation for outstanding customer service.”
3
LEGAL IMPACT:
None.
BK/RP:jf
P:\Public-s\STAFF REPORTS\2016\BD 09-07-16\BD 09-07-16 Staff Report Policy 21 Proposed Changes Report (BK-
RP).docx
Attachments: Attachment A – Committee Action
Attachment B - Resolution No. 4313
Exhibit 1 – Strike-through Policy No. 21
Exhibit 2 – Final Revised Policy No. 21
Attachment C - Strike-through of Section 7.2.4 Request
for Proposals of the Otay Water District
Purchasing Manual
Attachment D – Final Revision of Section 7.2.4 Requests
for Proposals of the Otay Water District
Purchasing Manual
ATTACHMENT A
SUBJECT/PROJECT:
VARIOUS
Adopt Resolution No. 4313 Amending Policy No. 21 for the
Selection of Professional Consultants of the District’s
Code of Ordinances and Amend Section 7.2.4 Request for
Proposals of the Otay Water District Purchasing Manual
COMMITTEE ACTION:
The Engineering, Operations, and Water Resources Committee (Committee)
reviewed this item at a Committee Meeting held on August 22, 2016.
The Committee supported staff’s recommendation.
NOTE:
The “Committee Action” is written in anticipation of the Committee
moving the item forward for Board approval. This report will be sent
to the Board as a Committee approved item, or modified to reflect any
discussion or changes as directed from the Committee prior to
presentation to the full Board.
Attachment B
RESOLUTION NO. 4313
A RESOLUTION OF THE BOARD OF DIRECTORS OF THE OTAY
WATER DISTRICT AMENDING POLICY 21 SELECTION OF
PROFESSIONAL CONSULTANTS OF THE DISTRICT’S CODE OF
ORDINANCES
WHEREAS, the Otay Water District Board of Directors has been
presented with an amended Policy No. 21 of the District’s Code of
Ordinances for the management of the Otay Water District; and
WHEREAS, the amended Policy No. 21 has been reviewed and
considered by the Board, and it is in the interest of the District to
adopt the amended policy; and
WHEREAS, the strike-through copy of the proposed policy is
attached as Exhibit 1 to this resolution; and
NOW, THEREFORE, BE IT RESOLVED, DETERMINED, AND ORDERED by the
Board of Directors of the Otay Water District that the amended Policy
No. 21, incorporated herein as Exhibit 2, is hereby adopted.
PASSED, APPROVED, AND ADOPTED by the Board of Directors of Otay
Water District at a board meeting held this 7th day of September 2016,
by the following vote:
Ayes:
Noes:
Abstain:
Absent:
________________________
President
ATTEST:
____________________________
District Secretary
OTAY WATER DISTRICT
BOARD OF DIRECTORS POLICY
Subject Policy
Number
Date
Adopted
Date
Revised
POLICY FOR SELECTION OF PROFESSIONAL
CONSULTANTS
21 8/1/90 3/13/069
/07/16
Page 1 of 5
I. PURPOSE
The purpose of this policy is to establish procedures governing
the selection of professional consultants in the performance
ofneeded for District Engineering workprojects.
II. SCOPE
This policy is applicable to selection of Professional Consultants
all District departments and offices directly responsible to the
General Manager needed for Engineering projects.
III. POLICY
For the purpose of this policy, ‘‘professional consultants’’ means
any ‘‘Firm’’ qualified and authorized to provide ‘‘architectural,
landscape architectural, engineering, environmental, and land
surveying services’’ or ‘‘construction project management’’ or
‘‘environmental services,’’ as each of those terms or services is
defined in the California Government Code, commencing with Section
§4525, as hereinafter amended or renumbered (the ‘‘Professional
Services Provisions’’).
This Policy provides a method and procedure pursuant to which
professional consultants in engineering, architectural, landscape
architectural, environmental, land surveying and construction
management, including plan checking, inspection, and projects
requiring a special expertise, may be retained from the private
sector to augment the District's professional capabilities or for
the performance of specialized services not available to the
District from the existing District work force.
Services provided to the District by professional consultants may
cover a wide range of professional activity, including, but not
limited to, studies, special reports, design and related activi-
ties on such projects as pipelines, pump stations, reservoirs,
planning studies and other expert testimony capabilities.
Pursuant to the Professional Services Provisions, and particularly
the provisions of the California Government Code Section §4526,
the Otay Water District may adopt procedures that assure that
professional services are engaged on the basis of demonstrated
competence and qualifications for the types of services to be
performed and at fair and reasonable prices. Furthermore, maximum
participation of small business firms, as defined in Government
Code Section 14837, and disadvantaged business enterprises (DBEs)
shall be encouraged. Government Code Section 14837 defines "small
business" as a business in which the principal office is located
in California and the officers of such business are domiciled in
Exhibit 1
OTAY WATER DISTRICT
BOARD OF DIRECTORS POLICY
Subject Policy
Number
Date
Adopted
Date
Revised
POLICY FOR SELECTION OF PROFESSIONAL
CONSULTANTS
21 8/1/90 3/13/069
/07/16
Page 2 of 5
California, which is independently owned and operated and which is
not dominant in its field of operation.
IV. METHOD OF SELECTION OF PROFESSIONAL CONSULTANTS
A. Major Projects - Anticipated Fee Greater than $200,000
1. The District will advertise in at least one local
newspaper of general circulation, on the District’s
webpage, and through CWA’s Small Contractor Outreach and
Opportunities Programs, and any other medium deemed
appropriate by the project manager, before a Request for
Proposal (RFP) is issued. Interested parties will be
required to submit a Letter of Interest and a Statement
of Qualifications within the time frame specified in the
publication. The ‘‘Statement of Qualifications’’ shall
be a written document, shall contain background
information on the firm that is current as of the date
of submission of the statement and must highlight the
work, expertise, and experience that qualify the firm to
undertake the work required by the District, as such
work is described in the publication.
2. All parties who submit Letters of Interest and a
Statement of Qualifications, and are deemed qualified as
a result of the Statement of Qualifications process,
will receive a copy of the RFP. Proposals will only be
accepted from those firms that submitted the Letter of
Interest and the Statement of Qualifications within the
time-frame specified in the publication. The form of
the proposal will be prescribed by the District. If a
firm has submitted a Statement of Qualifications within
a calendar year and the qualifications remain correct
and accurate, then only a Lletter of Iinterest will
suffice.
3. The General Manager and the appropriate department
head(s) shall approve the selection criteria and the
associated weighing factor to be used in evaluating the
proposals accepted by the District, in accordance with
Paragraph 2, above. The General Manager, or his/her
designee, shall appoint a review panel of no fewer than
five qualified staff to review and evaluate the
proposals, and to rank the firms in the order from most
qualified to least qualified. The panel will interview
only those firms, which in the panel’s opinion, appear
to have the most desirable qualifications. If, in the
opinion of the panel, none of the firms are qualified,
all proposals may be rejected. In the event of an
OTAY WATER DISTRICT
BOARD OF DIRECTORS POLICY
Subject Policy
Number
Date
Adopted
Date
Revised
POLICY FOR SELECTION OF PROFESSIONAL
CONSULTANTS
21 8/1/90 3/13/069
/07/16
Page 3 of 5
unusual project, which poses special problems beyond the
scope previously encountered by staff personnel, the
review panel may be augmented by an unbiased, qualified
member of the profession being considered, so long as
he/she has not and will not submit a proposal.
4. If a firm is rejected on the basis of its proposal, and
is not asked to appear for an interview, the firm may
appeal the decision by submitting a protest to the
General Manager or his/her designee. A copy of the
proposal shall be submitted with the protest. The
protest shall be filed within five business days of the
rejection notification. The protest shall provide a
compelling reason why the firm believes the original
proposal contained all relevant experience or other
requested information. If the General Manager, or
his/her designee, concurs with the appellant, the firm
shall be added to the interview list.
5. Immediately upon conclusion of oral interviews, the
review panel’s oral scores will be combined with the
written proposals scores and shall designate the order
of preference of the candidates.
6. The department head designated by the General Manager,
or his/her designee, shall commence negotiations of an
agreement with the first choice of the review panel for
the extent of service to be rendered and the
compensation. If agreement is not reached within a
reasonable time, the department head shall terminate the
negotiations with the first choice and shall open
negotiations with the second choice of the review panel
and so on until a firm is retained or the list of
selected firms is exhausted. Professional societies and
organizations have published schedules of fees for
professional services, which may be used as a guide fol-
lowing adjustment to reflect the actual scope of work
expected of the firm selected.
B. Intermediate Projects - Fees of $50,000 to $200,000
1. The process for selecting consultants for intermediate
projects shall be the same as prescribed in Sections IV-
A and V of this policy, with the exception of formal
interviews of the highest ranked consultants, which are
not required, and subject to other applicable exceptions
described below.
C. Minor-Intermediate Projects -- Fees of $5,000 to $50,000
OTAY WATER DISTRICT
BOARD OF DIRECTORS POLICY
Subject Policy
Number
Date
Adopted
Date
Revised
POLICY FOR SELECTION OF PROFESSIONAL
CONSULTANTS
21 8/1/90 3/13/069
/07/16
Page 4 of 5
1. The process for selecting consultants for minor-intermediate
projects shall be the same as prescribed in Sections IV-B and
V of this policy, with the exception of advertisement in a
paper of major circulation, and subject to other applicable
exceptions described below.
DC. Minor Projects --- Fees up to Less than $5,000$50,000
1. The process for selecting consultants for minor projects
shall be in accordance with the Purchasing Manual as
adopted by the Board.
V. PROCEDURAL REQUIREMENTS FOR SELECTION OF CONSULTANTS FOR MAJOR,
AND INTERMEDIATE AND MINOR-INTERMEDIATE PROJECTS
1. The appropriate department head receives proposals from all
interested parties; which are defined as consultants that
have submitted a Letter of Interest and a Statement of
Qualifications as defined in Section IV-A-1.
2. The evaluating panel shall consider the qualifications and
demonstrated experience of the prospective consultants as
well as the fee proposed by each firm to provide the services
as requested in the RFP. The panel will determine which firm
offers the best value for the work required. Such
determination will be made with due consideration to all
factors, including the qualifications, approach to the scope
of work, and experience of the consultant, relative to the
project as measured in the score matrix. The weight assigned
to each factor under consideration will be reflected in the
score matrix included in the RFP.
3. A review panel is appointed in accordance with this policy.
Review panel member names are not made available to
consultants prior to a call for interview.
4. The first choice of the review panel is called for negotia-
tion. If an agreement cannot be negotiated, the first choice
will be dismissed from further consideration on that par-
ticular project. Following the dismissal of the first
choice, negotiations will commence with the second choice.
5. The District’s project manager will contact the references
provided by the consultant and he/she evaluates the past
performance, as well as internet search about the consulting
company. A report is made part of the recommendation to
the Board.
OTAY WATER DISTRICT
BOARD OF DIRECTORS POLICY
Subject Policy
Number
Date
Adopted
Date
Revised
POLICY FOR SELECTION OF PROFESSIONAL
CONSULTANTS
21 8/1/90 3/13/069
/07/16
Page 5 of 5
56. A successful negotiation shall result in presentation by the
department head to the General Manager, or his/her designee,
of a professional agreement signed by the selected firm. The
agreement may provide for differing methods of compensation
based upon the type of work to be performed. "Per diem" or
"hourly" compensation is the general rule when specific scope
of work is yet to be determined. This type of compensation
should carry a stated maximum amount, which will not be
exceeded except by prior District approval. Fixed-fee or
cost-plus-fixed-fee compensation is commonly used after scope
of work has been explicitly identified. Compensation is paid
as services are performed rather than in advance.
6. 7. All contracts in excess of the amount authorized by the
Board to the General Manager, or his/her designee, in
accordance with Section 2.01 of the District’s Code of
Ordinances, shall be submitted to the Board for
consideration.
78. All agreements for professional services shall provide for
the management phase of the resulting contract. A single
project manager shall be designated by the consultant and a
liaison manager shall be designated by the District for pur-
poses of contract administration.
89. Late responses or untimely responses by prospective candi-
dates should not be considered for further action. The
ability to respond to a publication or an invitation for
consideration in a timely and responsive manner is essential
to a future satisfactory contract relationship.
910. All proposed contracts shall be reviewed by the District's
Legal Counsel and approved as to form prior to presentation
to the General Manager or his/her designee.
101. The department head shall einsure that other departments,
which have a proper interest in the work under consideration,
are kept informed as to the progress of the work and that
user decisions and desires are constructively considered
within the constraints of financial and practical limita-
tions.
OTAY WATER DISTRICT
BOARD OF DIRECTORS POLICY
Subject Policy
Number
Date
Adopted
Date
Revised
POLICY FOR SELECTION OF PROFESSIONAL
CONSULTANTS
21 8/1/90 9/07/16
Page 1 of 5
I. PURPOSE
The purpose of this policy is to establish procedures governing
the selection of professional consultants needed for District
Engineering projects.
II. SCOPE
This policy is applicable to selection of Professional Consultants
needed for Engineering projects.
III. POLICY
For the purpose of this policy, ‘‘professional consultants’’ means
any ‘‘Firm’’ qualified and authorized to provide ‘‘architectural,
landscape architectural, engineering, environmental, and land
surveying services’’ or ‘‘construction project management’’ or
‘‘environmental services,’’ as each of those terms or services is
defined in the California Government Code, commencing with Section
§4525, as hereinafter amended or renumbered (the ‘‘Professional
Services Provisions’’).
This Policy provides a method and procedure pursuant to which
professional consultants in engineering, architectural, landscape
architectural, environmental, land surveying and construction
management, including plan checking, inspection, and projects
requiring a special expertise, may be retained from the private
sector to augment the District's professional capabilities or for
the performance of specialized services not available to the
District from the existing District workforce.
Services provided to the District by professional consultants may
cover a wide range of professional activity, including, but not
limited to, studies, special reports, design and related activi-
ties on such projects as pipelines, pump stations, reservoirs,
planning studies and other expert testimony capabilities.
Pursuant to the Professional Services Provisions, and particularly
the provisions of the California Government Code Section §4526,
the Otay Water District may adopt procedures that assure that
professional services are engaged on the basis of demonstrated
competence and qualifications for the types of services to be
performed and at fair and reasonable prices. Furthermore, maximum
participation of small business firms, as defined in Government
Code Section 14837, and disadvantaged business enterprises (DBEs)
shall be encouraged. Government Code Section 14837 defines "small
business" as a business in which the principal office is located
in California and the officers of such business are domiciled in
Exhibit 2
OTAY WATER DISTRICT
BOARD OF DIRECTORS POLICY
Subject Policy
Number
Date
Adopted
Date
Revised
POLICY FOR SELECTION OF PROFESSIONAL
CONSULTANTS
21 8/1/90 9/07/16
Page 2 of 5
California, which is independently owned and operated and which is
not dominant in its field of operation.
IV. METHOD OF SELECTION OF PROFESSIONAL CONSULTANTS
A. Major Projects - Anticipated Fee Greater than $200,000
1. The District will advertise in at least one local
newspaper of general circulation, on the District’s
webpage, and through CWA’s Small Contractor Outreach and
Opportunities Programs, and any other medium deemed
appropriate by the project manager, before a Request for
Proposal (RFP) is issued. Interested parties will be
required to submit a Letter of Interest and a Statement
of Qualifications within the timeframe specified in the
publication. The ‘‘Statement of Qualifications’’ shall
be a written document, shall contain background
information on the firm that is current as of the date
of submission of the statement and must highlight the
work, expertise, and experience that qualify the firm to
undertake the work required by the District, as such
work is described in the publication.
2. All parties who submit Letters of Interest and a
Statement of Qualifications, and are deemed qualified as
a result of the Statement of Qualifications process,
will receive a copy of the RFP. Proposals will only be
accepted from those firms that submitted the Letter of
Interest and the Statement of Qualifications within the
timeframe specified in the publication. The form of the
proposal will be prescribed by the District. If a firm
has submitted a Statement of Qualifications within a
calendar year and the qualifications remain correct and
accurate, then only a Letter of Interest will suffice.
3. The General Manager and the appropriate department
head(s) shall approve the selection criteria and the
associated weighing factor to be used in evaluating the
proposals accepted by the District, in accordance with
Paragraph 2, above. The General Manager, or his/her
designee, shall appoint a review panel of no fewer than
five qualified staff to review and evaluate the
proposals, and to rank the firms in the order from most
qualified to least qualified. The panel will interview
only those firms, which in the panel’s opinion, appear
to have the most desirable qualifications. If, in the
opinion of the panel, none of the firms are qualified,
all proposals may be rejected. In the event of an
unusual project, which poses special problems beyond the
OTAY WATER DISTRICT
BOARD OF DIRECTORS POLICY
Subject Policy
Number
Date
Adopted
Date
Revised
POLICY FOR SELECTION OF PROFESSIONAL
CONSULTANTS
21 8/1/90 9/07/16
Page 3 of 5
scope previously encountered by staff personnel, the
review panel may be augmented by an unbiased, qualified
member of the profession being considered, so long as
he/she has not and will not submit a proposal.
4. If a firm is rejected on the basis of its proposal, and
is not asked to appear for an interview, the firm may
appeal the decision by submitting a protest to the
General Manager or his/her designee. A copy of the
proposal shall be submitted with the protest. The
protest shall be filed within five business days of the
rejection notification. The protest shall provide a
compelling reason why the firm believes the original
proposal contained all relevant experience or other
requested information. If the General Manager, or
his/her designee, concurs with the appellant, the firm
shall be added to the interview list.
5. Immediately upon conclusion of oral interviews, the
review panel’s oral scores will be combined with the
written proposals scores and shall designate the order
of preference of the candidates.
6. The department head designated by the General Manager,
or his/her designee, shall commence negotiations of an
agreement with the first choice of the review panel for
the extent of service to be rendered and the
compensation. If agreement is not reached within a
reasonable time, the department head shall terminate the
negotiations with the first choice and shall open
negotiations with the second choice of the review panel
and so on until a firm is retained or the list of
selected firms is exhausted. Professional societies and
organizations have published schedules of fees for
professional services, which may be used as a guide fol-
lowing adjustment to reflect the actual scope of work
expected of the firm selected.
B. Intermediate Projects - Fees of $50,000 to $200,000
1. The process for selecting consultants for intermediate
projects shall be the same as prescribed in Sections IV-
A and V of this policy, with the exception of formal
interviews of the highest ranked consultants, which are
not required and subject to other applicable exceptions
described below.
C. Minor Projects -- Fees up to $50,000
OTAY WATER DISTRICT
BOARD OF DIRECTORS POLICY
Subject Policy
Number
Date
Adopted
Date
Revised
POLICY FOR SELECTION OF PROFESSIONAL
CONSULTANTS
21 8/1/90 9/07/16
Page 4 of 5
1. The process for selecting consultants for minor projects
shall be in accordance with the Purchasing Manual.
V. PROCEDURAL REQUIREMENTS FOR SELECTION OF CONSULTANTS FOR MAJOR AND
INTERMEDIATE PROJECTS
1. The appropriate department head receives proposals from all
interested parties; which are defined as consultants that
have submitted a Letter of Interest and a Statement of
Qualifications as defined in Section IV-A-1.
2. The evaluating panel shall consider the qualifications and
demonstrated experience of the prospective consultants as
well as the fee proposed by each firm to provide the services
as requested in the RFP. The panel will determine which firm
offers the best value for the work required. Such
determination will be made with due consideration to all
factors, including the qualifications, approach to the scope
of work, and experience of the consultant, relative to the
project as measured in the score matrix. The weight assigned
to each factor under consideration will be reflected in the
score matrix included in the RFP.
3. A review panel is appointed in accordance with this policy.
Review panel member names are not made available to
consultants prior to a call for interview.
4. The first choice of the review panel is called for negotia-
tion. If an agreement cannot be negotiated, the first choice
will be dismissed from further consideration on that par-
ticular project. Following the dismissal of the first
choice, negotiations will commence with the second choice.
5. The District’s project manager will contact the references
provided by the consultant and he/she evaluates the past
performance, as well as internet search about the consulting
company. A report is made part of the recommendation to
the Board.
6. A successful negotiation shall result in presentation by the
department head to the General Manager or his/her designee,
of a professional agreement signed by the selected firm. The
agreement may provide for differing methods of compensation
based upon the type of work to be performed. "Per diem" or
"hourly" compensation is the general rule when specific scope
of work is yet to be determined. This type of compensation
should carry a stated maximum amount, which will not be
exceeded except by prior District approval. Fixed-fee or
cost-plus-fixed-fee compensation is commonly used after scope
OTAY WATER DISTRICT
BOARD OF DIRECTORS POLICY
Subject Policy
Number
Date
Adopted
Date
Revised
POLICY FOR SELECTION OF PROFESSIONAL
CONSULTANTS
21 8/1/90 9/07/16
Page 5 of 5
of work has been explicitly identified. Compensation is paid
as services are performed rather than in advance.
7. All contracts in excess of the amount authorized by the Board
to the General Manager, or his/her designee, in accordance
with Section 2.01 of the District’s Code of Ordinances, shall
be submitted to the Board for consideration.
8. All agreements for professional services shall provide for
the management phase of the resulting contract. A single
project manager shall be designated by the consultant and a
liaison manager shall be designated by the District for pur-
poses of contract administration.
9. Late responses or untimely responses by prospective candi-
dates should not be considered for further action. The
ability to respond to a publication or an invitation for
consideration in a timely and responsive manner is essential
to a future satisfactory contract relationship.
10. All proposed contracts shall be reviewed by the District's
Legal Counsel and approved as to form prior to presentation
to the General Manager or his/her designee.
11. The department head shall ensure that other departments,
which have a proper interest in the work under consideration,
are kept informed as to the progress of the work and that
user decisions and desires are constructively considered
within the constraints of financial and practical limita-
tions.
Attachment C
Otay Water District Purchasing Manual
7.2.4 Request for Proposals:
a. For the Solicitation of Professional Consulting (Engineering):
The General Manager, or his/her designee, will establish a review panel to evaluate and rank
submittals (proposals) using criteria published in the Request for Proposals package.
Documents, invitations, and evaluation of submittals for professional consulting services shall be
made in compliance with Government Code Section 4526-4529 and District Policy #21 - Policy
for Selection of Professional Consultants.
b. For the Solicitation of General Consulting and Services:
The General Manager, or his/her designee, shall determine the method for soliciting and
evaluating proposals for general consulting and services. The request for proposal must be in
written form and must provide sufficient information to clearly identify the work required and
provide respondents with a clear understanding of the District’s needs, work specifications,
expectations, and the criteria that will be used to evaluate submittals.
Attachment D
Otay Water District Purchasing Manual
7.2.4 Request for Proposals:
a. For the Solicitation of Professional Consulting (Engineering):
The General Manager, or his/her designee, will establish a review panel to evaluate and rank
submittals (proposals) using criteria published in the Request for Proposals package.
Documents, invitations, and evaluation of submittals for professional consulting services shall be
made in compliance with Government Code Section 4526-4529 and District Policy #21 - Policy
for Selection of Professional Consultants.
b. For the Solicitation of General Consulting and Services:
The General Manager, or his/her designee, shall determine the method for soliciting and
evaluating proposals for general consulting and services. The request for proposal must be in
written form and must provide sufficient information to clearly identify the work required and
provide respondents with a clear understanding of the District’s needs, work specifications,
expectations, and the criteria that will be used to evaluate submittals.
STAFF REPORT
TYPE MEETING: Regular Board
MEETING DATE: September 7, 2016
SUBMITTED BY: Bob Kennedy
Engineering Manager
PROJECT: Various DIV. NO. ALL
APPROVED BY:
Rod Posada, Chief of Engineering
German Alvarez, Assistant General Manager
Mark Watton, General Manager
SUBJECT: Adopt Otay Water District Resolution No. 4315 Electing to be
Subject to the California Uniform Public Construction Cost
Accounting Act (CUPCCAA) Procedures and Adopting Policy 53
Informal Bidding Procedures under the Uniform Public
Construction Cost Account Act, and Amend Section 7
Pricing/Bidding Requirements of the Otay Water District
Purchasing Manual
GENERAL MANAGER’S RECOMMENDATION:
That the Otay Water District (District) Board of Directors (Board)
adopt/amend:
1. Adopt Resolution No. 4315 Electing to be Subject to the
California Uniform Public Construction Cost Accounting Act
(CUPCCAA or Act) Procedures and Adopting Policy No. 53
Informal Bidding Procedures under the Uniform Public
Construction Cost Account Act (see Attachment B).
2. Amend Section 7 Pricing/Bidding Requirements of the Otay Water
District Purchasing Manual (see Attachment C).
COMMITTEE ACTION:
Please see Attachment A.
2
PURPOSE:
That the District’s Board adopt Otay Water District Resolution No.
4315 Electing to be Subject to the CUPCCAA Procedures and Adopting
Policy No. 53 Informal Bidding Procedures under the Uniform Public
Construction Cost Account Act (Attachment B); and amend Section 7
Pricing/Bidding Requirements of the Otay Water District Purchasing
Manual (Attachment C) to align with the CUPCCAA informal bidding
procedures for Public Works contracts of less than $175,000.
ANALYSIS:
The California Uniform Public Construction Cost Accounting Act
(CUPCCAA) was created in 1983, as an alternative bidding procedure
designed to reduce costs, expedite the awards process, reduce
inefficiencies, and simplify administration of smaller public
projects. CUPCCAA is contained in the Public Contracts Code Sections
22000 through 22045. CUPCCAA provides alternative bidding procedures
when an agency performs public project work by contract.
The Act provides public agencies economic benefits and greater
freedom in expediting public works projects. Agencies electing to
follow the cost accounting procedures set forth in the Cost
Accounting Policies and Procedures Manual prescribed by the
California Uniform Construction Cost Accounting Commission (CUCCAC),
will have a force account limit of $45,000 and an alternative
informal bidding procedure.
Any city, county, redevelopment agency, special district, school
district, and community college district can voluntarily elect to
become a participant of the Act. After opting into the CUPCCAA, by
resolution of its governing board, participants enjoy the advantage
of the streamlined awards process, as well as reductions in paperwork
related to advertising and report filing. In return, the District
agrees to provide cost accounting information in the format
prescribed in the Cost Accounting Policies and Procedure Manual and
to adhere to the terms of the Act until the District formally opts
out.
The informal contracting limits in CUPCCAA are modified from time to
time by the CUCCAC. The proposed ordinance provides that when these
limits are modified under state law, these new limits will take
effect.
When constructing public projects, the District must follow the State
Public Contract Code; the updated Section 22032 increased to $175,000
beginning July 1, 2011. This increase is pursuant to the terms of
3
the CUPCCAA and is at the recommendation of the CUCCAC. District’s
Purchasing Manual Sections 7.2.1, 7.2.3, and 7.2.4(a) have been
amended to reflect the changes (see Attachment D).
Under the CUPCCAA, Public projects of $45,000 or less may be
performed by negotiated contract or by purchase order; Public
projects of $175,000 or less may be let to contract by the informal
bidding procedures set forth in the Act and Policy; Public projects
of more than $175,000 must be let to contract by traditional formal
bidding procedures.
Contracts procured through informal procedures would be awarded by
the General Manager within his authority, otherwise, would go to the
entire Board for approval. Contracts requiring formal bidding
procedures would be awarded by the Board.
CUPCCAA also allows a public agency to perform project work with its
own workforce in an amount up to $45,000, if the public agency
follows the accounting procedures set forth in the Act. These
accounting procedures basically require an agency to track labor,
equipment, material, and overhead costs to a specific project.
Approximately, 294 Special Districts have adopted the CUPCCAA
guidelines. A list of frequently asked questions have been complied
to assist agencies that are participating in CUPCCAA (see Attachment
E).
It is important to note that the District’s participation in the
CUPCCAA does not affect the District’s obligation to complete
projects at the lowest possible cost, nor does it relieve the
District from its obligations to require the payment of prevailing
wages for any public project of $1,000 or more.
FISCAL IMPACT: Joe Beachem, Chief Financial Officer
Aside from staff time to implement this new program, there is no cost
to adopt CUPCCAA. However, once adopted, the use of the alternative
bidding procedures has the opportunity to reduce project costs.
STRATEGIC GOAL:
This project supports the District’s Mission statement, “To provide
the best quality of water and wastewater service to the customers of
the Otay Water District in a professional, effective, and efficient
manner” and the District’s strategic goal, “Identify and evaluate
improvements to enterprise and departmental business processes.”
4
LEGAL IMPACT:
None.
BK/RP:jf
Attachments: Attachment A – Committee Action
Attachment B – Resolution No. 4315 Electing to be
Subject to the California Uniform
Public Construction Cost Accounting Act
Procedures
Exhibit 1 – Policy No. 53 Informal Bidding
Procedures under the Uniform Public
Construction Cost Accounting Act
Attachment C – Redlined Section 7 Pricing/Bidding
Requirements of the Otay Water District
Purchasing Manual
Attachment D – Final Section 7 Pricing/Bidding
Requirements of the Otay Water District
Purchasing Manual
Attachment E – California Uniform Public Construction
Cost Accounting Act Frequently Asked
Questions (FAQs)
Attachment F – PowerPoint presentation, “California
Uniform Public Construction Cost
Accounting Act (CUPCCAA)”
ATTACHMENT A
SUBJECT/PROJECT:
Various
Adopt Otay Water District Resolution No. 4315 Electing to
be Subject to the California Uniform Public Construction
Cost Accounting Act (CUPCCAA) Procedures and Adopting
Policy 53 Informal Bidding Procedures under the Uniform
Public Construction Cost Account Act, and Amend Section 7
Pricing/Bidding Requirements of the Otay Water District
Purchasing Manual
COMMITTEE ACTION:
The Engineering, Operations, and Water Resources Committee (Committee)
reviewed this item at a meeting held on August 22, 2016. The
Committee supported Staff’s recommendation.
NOTE:
The “Committee Action” is written in anticipation of the Committee
moving the item forward for board approval. This report will be sent
to the Board as a committee approved item, or modified to reflect any
discussion or changes as directed from the committee prior to
presentation to the full Board.
Attachment B
RESOLUTION NO. 4315
A RESOLUTION OF THE BOARD OF DIRECTORS OF THE
OTAY WATER DISTRICT ELECTING TO BECOME SUBJECT TO
THE CALIFORNIA UNIFORM PUBLIC CONSTRUCTION COST
ACCOUNTING ACT (CUPCCAA or Act) PROCEDURES AND
ADOPTING POLICY NO. 53 INFORMAL BIDDING PROCEDURES
UNDER THE UNIFORM PUBLIC CONSTRUCTION COST
ACCOUNTING ACT OF THE DISTRICT’S CODE OF ORDINACE
WHEREAS, Public Contract Code Section 22000 et seq., the
California Uniform Public Construction Cost Accounting Act, establishes
a uniform cost accounting standard; and
WHEREAS, prior to the passage of Assembly Bill No. 1666, Chapter
1054, Status of 1983, which added Chapter 2, commencing with Section
22000, to Part 3 of Division 2 of the Public Contract Code, existing
law did not provide a uniform cost accounting standard for construction
work performed or contracted by local public agencies; and
WHEREAS, the Act allows for alternative procurement methods for
projects up to $175,000; and
WHEREAS, the alternative procurement methods provide flexibility
and opportunities for significant cost savings to the District.
WHEREAS, the Otay Water District Board of Directors has been
presented with a Policy No. 53 Informal Bidding Procedures Under the
Uniform Public Construction Cost Accounting Act, to establish a policy
for informal bidding procedures; and
WHEREAS, Policy No. 53 has been reviewed and considered by the
Board, and it is in the interest of the District to adopt Policy No.
53;
WHEREAS, a copy of the proposed Policy No. 53 is attached as
Exhibit 1 to this resolution; and
WHEREAS, staff plans to start complying with CUPCCAA on
October 1, 2016; this time allows for modification of existing
practices.
NOW, THEREFORE, BE IT RESOLVED, DETERMINED, AND ORDERED that the
Board of Directors of the Otay Water District, hereby elects under
Public Contract Code Section 22030 to implement the California Uniform
Public Construction Cost Accounting Act as of October 1, 2016, and to
become subject to the California Uniform Public Construction Cost
Accounting Procedures set forth in the Act and to the California
Uniform Construction Cost Accounting Commission’s policies and
procedures manual and cost accounting review procedures, as they may
each from time to time be amended, and directs that the General Manager
notify the State Controller forthwith of this election; and that Policy
No. 53, incorporated herein as Exhibit 1, is hereby adopted.
PASSED, APPROVED, AND ADOPTED by the Board of Directors of Otay
Water District at a board meeting held this 7th day of September 2016,
by the following vote:
Ayes:
Noes:
Abstain:
Absent:
________________________
President
ATTEST:
____________________________
District Secretary
Page 1 of 2
OTAY WATER DISTRICT
BOARD OF DIRECTORS POLICY
Subject
INFORMAL BIDDING PROCEDURES UNDER THE UNIFORM
PUBLIC CONSTRUCTION COST ACCOUNTING ACT
(Section 22000 et seq. of the Public Contract
Code)
Policy
Number
Date
Adopted Date
Revised
53 09/07/16
Purpose
To establish a policy for informal bidding procedures under the Uniform
Public Construction Cost Accounting Act (“Act”).
Background
The District elected to become subject to the Act by Resolution No.
4315 approved by the Board of Directors at a regular Board meeting held
September 7, 2016. In accordance with Section 22034 of the Public
Contract Code, the District hereby establishes an informal bid policy
to govern the selection of contractors to perform public projects
pursuant to the subdivision (b) of Section 22032 of the Public Contract
Code.
Policy
A. Informal Bid Procedures. Public projects, as defined by the Act and
in accordance with the limits listed in Section 22032 of the Public
Contract Code, may be let to contract by informal procedures as set
forth in Section 22032, et seq., of the Public Contract Code.
B. Contractors List. A list of contractors (“List”) shall be developed
and maintained in accordance with the provisions of Section 22034 of
the Public Contract Code and criteria promulgated from time to time
by the California Uniform Construction Cost Accounting Commission.
C. Notice Inviting Informal Bids. Where a public project is to be
performed which is subject to the provisions of the Act, a notice
inviting informal bids may be mailed or sent by electronic means,
not less than ten (10) calendar days before bids are due, to all
contractors for the category of work to be bid, as shown on the
List; and/or may be mailed or sent by electronic means not less than
ten (10) calendar days before bids are due to all construction trade
journals, as specified by the California Uniform Construction Cost
Accounting Commission in accordance with Section 22036 of the Public
Contract Code. Additional contractors and/or construction trade
journals may be notified at the discretion of the department/section
soliciting bids, provided however:
1. If there is no list of qualified contractors maintained by the
District for the particular category of work to be performed,
EXHIBIT 1
Page 2 of 2
the notice inviting bids shall include the construction trade
journals specified by the Commission.
2. If the product or service is proprietary in nature such that it
can be obtained only from a certain contractor or contractors,
the notice inviting informal bids may be sent exclusively to
such contractor or contractors.
The notice inviting informal bids shall describe the project in
general terms and how to obtain more detailed information about the
project, and state the time, place and manner for the submission of
bids.
D. Award of Contracts. The General Manager is authorized to award
informal contracts pursuant to the limits set forth by Section 22032
of the Public Contract Code.
E. Bids Exceeding Informal Bid Limit. If all bids are in excess of the
informal bid limit as set forth by the Act, and if it is determined
that the cost estimate obtained by the department/section soliciting
the bid was reasonable, the Board of Directors may, by four-fifths
vote, award the contract to the lowest responsible bidder pursuant
to subdivision (f) of Section 22034 of the Public Contract Code.
Attachment C
Otay Water District Purchasing Manual
Section 7 – Pricing/Bidding Requirements
7.0 PURPOSE:
To provide requirements, policies, and guidelines for the pricing/bidding of the
purchases within the Otay Water District.
7.1 GENERAL:
It is the District’s policy to request competitive pricing from responsible vendors for all
purchases exceeding $5,000. Pricing, although important, is not the only factor in
determining the overall cost and value of a product. Quality, service and delivery are
factors that must also be considered when comparing quotations. It is by weighing
these factors that an intelligent decision can be made to purchase the product with the
greatest value for the least overall price.
7.2 REQUIREMENTS:
7.2.1 Formal Advertising:
Public works purchases, as defined in the State of California’s government and contract
code, shall follow the procedure outlined under the California Uniform Public
Construction Cost Accounting Act (CUPCCAA) (Sect 22000 et seq. of the California
Contract Code and as set by the California Uniform Construction Cost Accounting
Commission (CUCCAC).equal to or exceeding $35,000 must be formally advertised.
Solicitations shall be advertised in a newspaper of general circulation at least one, a
minimum of ten (10) calendar days prior to the date of the bid opening. Solicitations
must contain a brief description of the goods or services required, state where
prospective bidders may obtain plans and specifications and make any required
deposits, state the time and place of the bid opening, and state that the District reserves
the right to reject one or all bids.
7.2.2 Quotations:
For purchases greater than $5,000, excluding public work purchases exceeding
$35,000 that require formal advertising and bidding, excluding public works subject to
CUPCCAA or formal bidding, a minimum of three competitive quotations must be
obtained. Quotations received may be in written or oral form. Should oral quotations be
received, written documentation must be made identifying the bidder’s name, contact
name, telephone number, the date of the quotation and the pride bid. Should three
quotations not be obtainable, documentation in the form of a notation of memorandum
must be provided and attached to the purchase requisition. Where only one price is
obtainable, the actions taken to obtain competitive pricing shall be documented and
attached to the purchase requisition and the purchase may be made and the
requirements of this section shall be satisfied.
Attachment C
7.2.3 Public Works – Construction:
Public work purchases equal to or exceeding $35,000 what is authorized under the
California Uniform Public Construction Cost Accounting Act (CUPCCAA) (Sect 22000 et
seq. of the California Code and as set by the California Uniform Construction Cost
Accounting Commission (CUCCAC)in value must be formally advertised and sealed
bids received.
The Purchasing and Facilities Manager or the General Manager’s designee, in
conjunction with the project manager, and where appropriate, the District’s legal
counsel, shall publicly open all sealed bids and tabulate the results. The bid tabulation,
along with a recommendation for award contract or possible rejection of bids, shall be
forwarded to the District’s General Manager.
In the event that the value of the purchase exceeds the General Manager’s signatory
authority, a summary of bids shall be presented together with staff’s recommendation
for an award of contract or possible rejection of bids to the Board of Directors of the
District during a formal board meeting. The Board of Directors will then authorize the
execution of the contract on behalf of the District.
Award shall be made to the response and responsible bidder who has submitted the
lowest bid meeting the requirements and criteria set forth in the invitation to bid. After
approval as to form and legality of the contract documents by legal counsel, the
successful bidder and the appropriate District representative(s) shall execute the
contract. A copy of the executed contract shall be promptly provided to the Finance
Department for proper accounting review.
7.2.4 Request for Proposals:
a. For the Solicitation of Professional Consulting (Engineering):
The General Manager, or his/her designee, will establish a review panel to evaluate and
rank submittals (proposals) using criteria published in the Request for Proposals
package. Documents, invitations, and evaluation of submittals for professional
consulting services shall be made in compliance with Government Code Section 4526-
4529 and District Policy #21 - Policy for Selection of Professional Consultants.
b. For the Solicitation of General Consulting and Services:
The General Manager, or his/her designee, shall determine the method for soliciting and
evaluating proposals for general consulting and services. The request for proposal
must be in written form and must provide sufficient information to clearly identify the
work required and provide respondents with a clear understanding of the District’s
needs, work specifications, expectations, and the criteria that will be used to evaluate
submittals.
Attachment D
Otay Water District Purchasing Manual
Section 7 – Pricing/Bidding Requirements
7.0 PURPOSE:
To provide requirements, policies, and guidelines for the pricing/bidding of the
purchases within the Otay Water District.
7.1 GENERAL:
It is the District’s policy to request competitive pricing from responsible vendors for all
purchases exceeding $5,000. Pricing, although important, is not the only factor in
determining the overall cost and value of a product. Quality, service and delivery are
factors that must also be considered when comparing quotations. It is by weighing
these factors that an intelligent decision can be made to purchase the product with the
greatest value for the least overall price.
7.2 REQUIREMENTS:
7.2.1 Formal Advertising:
Public works purchases, as defined in the State of California’s government and contract
code, shall follow the procedure outlined under the California Uniform Public
Construction Cost Accounting Act (CUPCCAA) (Sect 22000 et seq. of the California
Contract Code and as set by the California Uniform Construction Cost Accounting
Commission (CUCCAC). Solicitations must contain a brief description of the goods or
services required, state where prospective bidders may obtain plans and specifications
and make any required deposits, state the time and place of the bid opening, and state
that the District reserves the right to reject one or all bids.
7.2.2 Quotations:
For purchases greater than $5,000, excluding public works subject to CUPCCAA or
formal bidding, a minimum of three competitive quotations must be obtained.
Quotations received may be in written or oral form. Should oral quotations be received,
written documentation must be made identifying the bidder’s name, contact name,
telephone number, the date of the quotation and the pride bid. Should three quotations
not be obtainable, documentation in the form of a notation of memorandum must be
provided and attached to the purchase requisition. Where only one price is obtainable,
the actions taken to obtain competitive pricing shall be documented and attached to the
purchase requisition and the purchase may be made and the requirements of this
section shall be satisfied.
7.2.3 Public Works – Construction:
Public work purchases equal to or exceeding what is authorized under the California
Uniform Public Construction Cost Accounting Act (CUPCCAA) (Sect 22000 et seq. of
2
the California Code and as set by the California Uniform Construction Cost Accounting
Commission (CUCCAC) must be formally advertised and sealed bids received.
The Purchasing and Facilities Manager or the General Manager’s designee, in
conjunction with the project manager, and where appropriate, the District’s legal
counsel, shall publicly open all sealed bids and tabulate the results. The bid tabulation,
along with a recommendation for award contract or possible rejection of bids, shall be
forwarded to the District’s General Manager.
In the event that the value of the purchase exceeds the General Manager’s signatory
authority, a summary of bids shall be presented together with staff’s recommendation
for an award of contract or possible rejection of bids to the Board of Directors of the
District during a formal board meeting. The Board of Directors will then authorize the
execution of the contract on behalf of the District.
Award shall be made to the response and responsible bidder who has submitted the
lowest bid meeting the requirements and criteria set forth in the invitation to bid. After
approval as to form and legality of the contract documents by legal counsel, the
successful bidder and the appropriate District representative(s) shall execute the
contract. A copy of the executed contract shall be promptly provided to the Finance
Department for proper accounting review.
7.2.4 Request for Proposals:
a. For the Solicitation of Professional Consulting (Engineering):
The General Manager, or his/her designee, will establish a review panel to evaluate and
rank submittals (proposals) using criteria published in the Request for Proposals
package. Documents, invitations, and evaluation of submittals for professional
consulting services shall be made in compliance with Government Code Section 4526-
4529 and District Policy #21 - Policy for Selection of Professional Consultants.
b. For the Solicitation of General Consulting and Services:
The General Manager, or his/her designee, shall determine the method for soliciting and
evaluating proposals for general consulting and services. The request for proposal
must be in written form and must provide sufficient information to clearly identify the
work required and provide respondents with a clear understanding of the District’s
needs, work specifications, expectations, and the criteria that will be used to evaluate
submittals.
CALIFORNIA UNIFORM PUBLIC CONSTRUCTION COST ACCOUNTING
ACT FREQUENTLY ASKED QUESTIONS (FAQs)
These FAQs have been compiled to assist agencies that are participating in the California
Uniform Public Construction Cost Accounting Act (“the Act”). Public Contract Code section
22000 et seq. Unless stated otherwise, all references are to the Public Contract Code.
1. What is the Uniform Public Construction Cost Accounting Act?
The Act is legislation that was enacted in 1983 to help promote “uniformity of the cost
accounting standards and bidding procedures on construction work performed or
contracted by public entities in the state.” Section 22001. The Act is a voluntary program
that is available to all public entities in the State but it only applies to those public agencies
that have “opted in” to the provisions set forth by the Act. The entirety of the Act is found
at Sections 22000-22045.
2. What are some of the key provisions of the Act?
The Act allows for public project work in the amount of $45,000 or less to be performed by
the public agency’s force account, by negotiated contract, or by purchase order. Section
22032(a). Public projects in the amount of $175,000 or less can use the informal bidding
procedures set forth in the Act in Section 22032(b). Public projects at a cost of more than
$175,000 shall use formal bidding procedures to let the contract. Section 22032(c).
3. What are the benefits of the program?
a) Increased force account limit
b) Informal bidding for projects that are $175,000 or less which do not require
advertising.
c) Reduces the number of formal bids.
d) Expedited contracting for small projects.
Many participants laud the program because it gives them more leeway in the execution
of public works projects; has speeded up the awards process; has improved timeliness of
the project completion; has eliminated considerable red tape and cumbersome paperwork
relative to advertising and filing of reports; and has simplified administration. Many
agencies have encountered only minimal challenges with the accounting requirements and
the overhead portion. Moreover, where required, the adjustment was relatively simple; most
of the required procedures were already actually in place, so there was no noticeable
change in the existing operations. The Standard Accounting Codes Structure will satisfy the
reporting requirements when used properly.
4. Is the Uniform Public Construction Cost Accounting Act mandatory for public
agencies?
No. The Act is a voluntary program.
5. How does a public agency become subject to the Act?
The governing body must elect by resolution to become subject to the Act and file a copy
of the resolution with the State Controller's Office. Section 22030. Sample documents are
available at: http://www.sco.ca.gov/ard_cuccac.html. Once an agency has opted into the
Act it will remain a part of the program.
6. May a public agency withdraw from the Act?
Yes. An agency may withdraw from the Act by filing a resolution of the agency’s election
to withdraw with the State Controller's Office.
7. What is the California Uniform Construction Cost Accounting Commission?
It is the Commission created to administer the Act. Section 22010. It consists of fourteen
(14) members: thirteen (13) members are appointed by the State Controller and one is a
designated member of the Contractors’ State License Board. Seven members represent
the public sector (counties, cities, school districts, and special districts). Six members
represent the private sector (public works contractors and unions). The Commission
members receive no salary, but are eligible for reimbursement of their direct expenses
related to the Commission.
8. What are the Uniform Public Construction Cost Accounting Procedures?
They are procedures to be used to estimate costs for determining if a public project is
required to be bid out and to capture and record actual costs when a public project is
performed by the agency’s own work force found at www.sco.ca.gov/ard_cuccac.html. The
procedures follow normal accounting in the industry and in many cases are not much different
from those already in place at the agency. Sample forms are available in the CUCCAC Cost
Accounting Policies and Procedures Manual at http://www.sco.ca.gov/Files-ARD-
Local/CUCCAC_Manual.pdf
School districts may use the Standard Accounting Code Structure to comply with the tracking
requirements.
9. Are the cost accounting policies and procedures applicable for agencies whose work
force only performs maintenance tasks as defined in the Act and that contract all of its
public projects to third parties?
The cost accounting policies and procedures are only applicable for agencies that perform
public project work by force account. This does not exclude from the program agencies whose
public projects are all contracted out. In fact, they might want to review the benefits available
and elect to participate now in the event conditions change at some time in the future.
10. What is meant by the term “qualified contractors” as it pertains to the Act?
Qualified contractors are legally qualified contractors who perform work as a licensed
contractor. In addition, the Commission has determined that nothing in the Act prohibits a
participating agency from, at their discretion, using an objective pre-qualification process
in the formation and maintenance of their Qualified Contractors lists.
11. Can a public agency disqualify or exclude certain contractors from the
Qualified Contractors List required in Section 22034(a)(1)?
Agencies may disqualify contractors from the Qualified Contractors List when a contractor
fails to furnish information to meet the minimum criteria as established by the Commission.
12. For agencies that do not maintain an informal bidders list, are they allowed to choose
who will get notifications on information projects?
No. Section 22034(a)(2) provides for notifications to construction trade journals and
exchanges in lieu of sending notifications to contractors on an informal bidders list.
13. What is the difference between qualifying contractors under the Act and
requalification of contractors under Section 20101?
Qualifying contractors is a process that allows contractors to register with a public agency
for notification of public works opportunities. The prequalification process under Section
20101 is a more complex process that requires a standardized questionnaire and
evaluation of contractors using standard scoring criteria and does not apply to the Act. The
prequalification process is applicable under the Local Agency Public Construction Act.
14. Must a public agency: (1) Notify contractors about public projects if the contractor is
believed to not have the skills, credentials, or experience to perform the work
required for the public project? (2) Consider bids submitted by a contractor that the
public agency believes does not have the skills, credentials, or experience to perform
the work?
a) Yes. If a contractor is on the Qualified Contractors List the contractor must be notified
by the agency of public projects for which he is licensed to perform. Section 22034(a)(1)
b) Yes. All bids received from qualified contractors must be
considered. Section 22034(a)(1).
15. Does the Act allow flexibility in cases of emergency and when repair or
replacements are necessary to permit the continued conduct of the operations or
services of a public agency?
For the purposes of the Public Contract Code, “emergency” is defined at Section 1102 as
“a sudden, unexpected occurrence that poses a clear and imminent danger, requiring
immediate action to prevent or mitigate the loss or impairment of life, health, property, or
essential public services.”
The Act sets forth in Section 22035(a) how a governing body would proceed in the case of
emergency repairs or replacements. This section states, “In cases of emergency when
repair or replacements are necessary, the governing body may proceed at once to
replace or repair any public facility without adopting plans, specifications, strain sheets, or
working details, or giving notice for bids to let contracts. The work may be done by day
labor under the direction of the governing body, by contractor, or by a combination of the
two.”
Section 22050 et seq. provides the emergency contract procedures to be followed in
these cases.
16. Do the alternative bidding procedures apply only to public projects as defined in
Section 22002(c)?
No. The alternative bidding procedures can be used when contracting for “maintenance
work” as defined at Section 22002(d) or when contracting for other work that does not fall
within the definition of “public work” as defined in Section 22002(c).
17. What will membership in the Act cost my agency?
Nothing. There are no membership fees or dues. However, the Commission does accept
grants to assist it in carrying out its duties. Section 22015(c).
18. What are the most common concerns addressed by the Act?
These are:
a) Cost accounting policies and procedures;
b) Informal bidding procedures;
c) Accounting procedures review.
The cost accounting requirements follow those common to the construction industry. The
informal bidding on public projects up to $175,000 is seen by the agencies as an asset
enhancing project completion. Maintenance of a Qualified Contractor Bid List is routine,
since interested contractors make it a point to be included on the list. While an accounting
procedures review could potentially hold up a project for a minimum of 45 days pursuant to
Section 22043(c)(1), these types of reviews have been rare in the Commission’s history.
19. Does an agency have to calculate an overhead rate in order to apply the accounting
procedures?
No. Cities with populations of less than 75,000 shall assume an overhead rate equal to 20% of
the total costs of the public project, including the costs of material, equipment and labor. Section
22017(b)(1). Cities with a population of more than 75,000, may either calculate an actual
overhead or assume an overhead rate of 30% of the total costs of a public project including
the costs of material, equipment and labor. Section 22017(b)(2).
20. When a public entity opts into the Act, does the Act supersede other contracting legal
requirements such as statutory requirements for performance bonds, prevailing
wages, and certificates of insurance, etc.?
No. The Act only supersedes the bidding procedures used once a public agency has opted
into the Act and has notified the Controller. All other contracting requirements are
applicable.
21. Can a public agency, claim to be to be exempt from following all of the requirements
in the Public Contract Code by claiming they only have to follow the language and
procedures within the Act?
The Act is part of the Public Contract Code therefore, if the Act is silent on a particular matter
the rest of the Public Contract Code would apply.
22. If public agencies are not following the advertising requirements in the Act, will the
Commission address those agencies? Can a complaint be brought to the
Commission?
No. The Commission cannot review any complaint of improper advertising by any public
agency. The Commission can only review the accounting procedures of a public agency
when a complaint from an interested party provides evidence that the participating agency:
1.) Performs work, after rejecting all bids, claiming it can do it less expensively. (Section
22042(a))
2.) The work performed exceeded the force account limits. (Section 22042(b))
3.) The work has been improperly classified as maintenance. (Section 22042(c))
4.) A public agency is accused of not complying with the informal bidding procedures set
forth at Section 22034. (Section 22042.5)
23. Section 20112 specifically requires school districts to advertise twice for a two week
period, while Section 22037 requires advertising once, 14 days in advance of the date
of opening of bids. How do participating school districts reconcile this conflict?
When the Act is in conflict with any other section in the Public Contract Code, the Act shall
supersede. Advertising once, 14 days in advance of the date of opening of bids is what is
required by the Act. Districts participating in the Act may choose to maximize their outreach
by continuing to advertise twice.
24. May a public agency contract separately for like work at the same site at the same
time using the under $45,000 Force Account method?
No. Section 22033 provides that, “It shall be unlawful to split or separate into smaller work
orders or projects any project for the purpose of evading the provisions of this article
requiring work to be done by contract after competitive bidding”. Separating “like work”
would only be permitted as long as the total of all the “like work” is less than $45,000. If the
work is more than $45,000, the work needs to be advertised and bid according to the
provisions of the Act (i.e. bid informally if the total amount is less than $175,000 and bid
formally if the total amount exceeds $175,000).
25. May a public agency bid out 2 separate projects that occur at the same time and site,
but are different types of work?
Yes, there is no violation if the work is being competitively bid. If the agency wants to use
the negotiated or informal bidding processes, the agency must apply the appropriate limits
to each of the projects. Each project must be separate in scope. Projects may not be
separated by trade to avoid bidding. If the total of all jobs is greater than $45,000; the informal
or formal bid limits will apply.
26. How does a public agency process change orders when the standard code conflicts
with the Act?
For contracts below $45,000, the total cost of the contract may not exceed $45,000.
For informal contracts, under the Act, the limit is $175,000. If the public agency is a school
district, there may be additional limits and it is recommended the agency consult with their
legal counsel for interpretation of change order limits.
27. Does a public agency by opting into the Act, automatically bring all departments of
the public agency into the Act?
Yes. When a public agency elects to become subject to the uniform construction cost
accounting procedures, the entire legal entity is considered subject to the Act and no
divisions or departments will be exempt.
28. When a public agency opts into the Act, does it automatically bring all districts under
control of the Board into the Act?
No. Special Districts, which are governed by a board of supervisors or city council, are only
subject if a separate election is made for each special district.
29. PCC 22034 requires that participating agencies adopt an Informal Bidding Ordinance.
What do school and special districts that cannot adopt Ordinances do to comply?
The Commission cannot provide legal advice. The school districts and special districts
should check with their own legal counsel on how to comply with Section 22034.
Additional inquiries and questions can be directed to:
State Controller's Office
Division of Accounting and Reporting
Local Government Policy Section
P.O. Box 942850
Sacramento, CA 94250
Or email
LocalGovPolicy@sco.ca.gov
California Uniform Public
Construction Cost
Accounting Act
(CUPCCAA)
September 7, 2016
Attachment F
Presented by Bob Kennedy, Engineering Manager
WHAT IS CUPCCAA?
•The California Uniform Public Construction Cost
Accounting Act (Act) was established in 1983
under Public Contract Code §22000 et seq.
•The California Uniform Construction Cost
Accounting Commission (CUCCAC) was created
by Public Contract Code §22010 to govern the
Act
2
Who May Participate?
•Any local agency may opt into the Act
- Cities
- Counties
- Community College Districts
- School Districts
- Special Districts
•Participation is voluntary
3
Participating Agencies
218
44 40
402
292
0
50
100
150
200
250
300
350
400
450
Cities Community College
Districts
Counties School Districts Special Districts
To
t
a
l
N
u
m
b
e
r
Agency Type
Total Participating Member Agencies – 996
as of June 30, 2016
4
Benefits of the Act
Allows participating agencies to:
•Raise bidding thresholds
•Simplify bidding process for small projects
•Perform larger projects with agency employees
No Bids Required:
•Projects below $45,000 may be performed by:
- Agency’s own workforce, by force account
- Negotiated Contract
- Purchase Order
To ensure the District is getting the required scope of work
for the best price, obtaining multiple quotes will be solicited.
5
Benefits of the Act (cont’d)
Informal Bids:
•Project value $45,000 - $175,000
•Competitive bids using informal bidding procedures:
- Bidders list
- Trade journals and exchanges
•Award bids by the General Manager within his authority,
otherwise, would go to the Board
Formal Bids:
•Public projects greater than $175,000
•Competitive bids following Public Contract Code
6
How to Opt In
•Board adopts a resolution
•District adopts a policy outlining informal bidding
procedures
•District notifies the State Controller’s office
•District follows the regulations and guidelines outlined in
the Cost Accounting Policies and Procedures Manual
•Entire District becomes subject to the Act
•Once the District has opted in, it must conform to the
uniform cost accounting procedures until the District opts
out of the Act by adopting a resolution opting out and
forwarding said resolution to the State Controller
7
Public Works Laws Still Apply
•Contractor Must Pay Prevailing Wages (Labor Code
§1771)
•Payment Bond Required
- Civil Code §9550: “Every original contractor to whom is
awarded a contract by a public entity…in excess…of
$25,000 for any public work shall file a payment bond.”
•SB 854 –Agency must comply with the requirements
- DIR Registered Contractors
- Notification of award to DIR
- Specifying requirements in bid and contract documents
8
Procedures for Informal Bidding
•District procedures for informal bidding:
- District maintains list of registered contractors, identified
by work category;
- District mails notice inviting bids at least ten (10) days
before bids due to:
•All contractors on list for category of work; or
•Specified trade journals; or
•Both
•Notice should describe project in general terms with
information for how to obtain detailed information and time
and place for submission of bids.
-Will often include site walk, where appropriate
9
Procedures for Informal Bidding
(cont’d)
•Notice need not include drawings, plans, etc., unless required
for preparing bid.
•If all bids received exceed $175,000, Board may pass a
resolution by a four-fifths majority awarding contract at
$187,500 or less to lowest responsible bidder, if it
determines District’s cost estimate was reasonable.
10
Emergency Contracts
•In cases of emergency when repair or replacements are necessary, the
Board may proceed at once to replace or repair any facility without
adopting plans, specifications, or working details, or giving notice for
bids to let contracts. The work may be done by day labor under the
direction of the Board, by contractor, or by a combination of the two.
•By a four‐fifths vote of the Board, may repair or replace a public facility,
take any directly related and immediate action required by that
emergency, and procure the necessary equipment, services, and supplies
for those purposes, without giving notice for bids to let contracts.
•By a four‐fifths vote of the Board, the authority to enter emergency
contracts may be delegated as long as the designee takes the action to
the Board within seven (7) days or at its next regularly scheduled
meeting which shall be no more than fourteen (14) days after the
action was taken. The designee must report at each following meeting
until the action is terminated (contract completed).
– Code is in conflict with boards that meet on a monthly basis. For
the District, this is very unlikely; but if this happens, the District
will need to call for a Special Board Meeting.11
Accounting Procedures Under
CUPCCAA
•Agencies must account for force account work. There are a
number of methods that may be used to accomplish the
accounting requirements.
•The Commission notes that all cost elements ‐‐personnel,
materials, supplies and subcontracts, equipment and
overhead ‐‐associated with a project must be recorded and
reported at the project level (see worksheet provided on
State Controller’s website).
12
Questions / Reference Sources
CUCCAC web page:
http://www.sco.ca.gov/ard_cuccac.html
Cost Accounting Policies and Procedures Manual
FAQs
References and Resources
Past Meeting Minutes and Reports
Contact Commissioners and State Controller’s office
13
STAFF REPORT
TYPE MEETING: Regular Board
MEETING DATE: September 7, 2016
SUBMITTED BY:
Dan Martin
Engineering Manager
PROJECT: Various DIV. NO. 2
APPROVED BY:
Rod Posada, Chief, Engineering
German Alvarez, Assistant General Manager
Mark Watton, General Manager
SUBJECT: Continue the Temporary Moratorium on the Installation of New
Recycled Water Facilities on Otay Mesa for a Period of One
Year to July 2017
GENERAL MANAGER’S RECOMMENDATION:
That the Otay Water District (District) Board of Directors (Board)
continue the temporary moratorium on the installation of new
recycled water facilities on Otay Mesa for a period of one year to
July 2017 (See Exhibit A for Project location).
COMMITTEE ACTION:
Please see Attachment A.
PURPOSE:
To continue the temporary moratorium on the installation of new
recycled water facilities on Otay Mesa for a period of one year to
July 2017.
ANALYSIS:
Currently, recycled water is not available on Otay Mesa. The
existing recycled water infrastructure on Otay Mesa is being
supplied with potable water. As the District has pursued expansion
of the District’s recycled water supply system to the Otay Mesa
area, the District has encountered a number of issues and risks,
2
when considered in total, challenge both the technical and financial
feasibility of delivering recycled water to Otay Mesa. On July 2,
2014, staff presented information to the Board on the uncertainty of
recycled water availability for Otay Mesa, the financial feasibility
considerations associated with anticipated recycled water rates from
the City of San Diego (City), the uncertainty of securing easements
to support the Otay Mesa Recycled Water Supply Link Project, and the
delivery horizon of Indirect Potable Reuse (IPR) and/or Direct
Potable Reuse (DPR). As a result of the information presented to
the Board, the Board voted to place a temporary moratorium on the
installation of new recycled water facilities on Otay Mesa.
On July 6, 2016, staff presented to the Board an update on a number
of efforts related to the temporary moratorium on the installation
of new recycled water facilities on Otay Mesa. These efforts
included the following:
Continued efforts with the City to discuss issues and
amendments to the agreements between the District and the City.
Close out of developer recycled water projects in the planning,
design, and construction phases on Otay Mesa.
Meeting with representatives of the East Otay Mesa Property
Owners Association and the Otay Mesa Property Owners
Association.
Continued Efforts with the City of San Diego to Discuss Issues and
Amendments to the Agreements between the District and the City
Since the date the Temporary Moratorium was put in place by the
District in July of 2014, District staff has sent correspondence and
held meetings with the City staff regarding issues related to the
October 23, 2003 Agreement Between the Otay Water District and the
City of San Diego for Purchase of Reclaimed Water from the South Bay
Water Reclamation Plant ("Agreement"). District staff has presented
proposals regarding the City’s recycled water rates, the “Take-Or-
Pay” requirement included in the Agreement, and miscellaneous terms
missing from the Agreement. Although District staff has met with
City staff to discuss the issues and how they impact the delivery of
recycled water to Otay Mesa, these items remain unresolved. On
November 17, 2015, the City voted to raise the rate for recycled
water from the then current rate of $0.80/HCF ($348/AF) to a new
Unitary Rate of $1.73/HCF ($753/AF). This new Unitary Rate was
effective on January 1, 2016. District staff has met with the City
as recently as June 6, 2016 to discuss the District’s proposals
3
outlined above. In that meeting, the City expressed no interest in
revising the existing Agreement.
Close-out of Developer Recycled Water Projects in the Planning,
Design, and Construction Phases on Otay Mesa
As noted in the November 5, 2014 update to the Board, District staff
completed a review of the developer projects on Otay Mesa that are
affected by the temporary moratorium. In total, thirty (30)
projects were identified. These projects, which include both
private recycled water systems and public recycled water mains, were
found to be in various stages of project development ranging from
planning to construction. Since the last update to the Board, staff
has completed the closeout of all developer recycled water projects
that were in the planning and design phases on Otay Mesa. The
associated recycled water project developer accounts have also been
closed out.
Staff has also worked cooperatively with developers on active
recycled water projects that were in construction on Otay Mesa when
the temporary moratorium was put into place in July 2014. On those
active projects that were nearing completion, staff worked with the
developers to allow the projects to move forward to completion with
the knowledge that potable meters will be set on the newly
constructed infrastructure to serve the projects’ locations. On
projects that were in the early stages of construction when the
temporary moratorium was placed, staff worked with the developers to
implement changes on the projects that would delete the recycled
water infrastructure and mitigate project impacts. At this time,
there is only one recycled water construction project located on
Alta Road that remains to be closed out. The remaining work on that
project consists of final paving and punch list work to accept the
developer installed main.
As of July 2014, only potable water meters have been purchased and
set on Otay Mesa for permanent service.
Meeting with Representatives of the East Otay Mesa Property Owners
Association and the Otay Mesa Property Owners Association
In the July 6, 2016 report to the Board, staff reported on meetings
held with the representatives from the East Otay Mesa Property
Owners Association and the Otay Mesa Property Owners Association
(EOMPOA/OMPOA) in December 2014. It was noted that staff provided
an in-depth review of the District’s financial analysis that
supported the placement of a temporary moratorium on the
installation of new recycled water facilities on Otay Mesa. As part
of the discussions in December 2014, the District granted a request
4
made by the EOMPOA/OMPOA representatives to extend the temporary
moratorium on the installation of new recycled water facilities on
Otay Mesa to July of 2016. It was explained that during the one (1)
year extension, the EOMPOA/OMPOA could focus on attracting
businesses to Otay Mesa that have a high demand for recycled water
use. Additionally, the EOMPOA/OMPOA representatives explained that
the District could use this time to seek funding opportunities that
could offset the capital costs of implementing recycled water
infrastructure on Otay Mesa.
At the July 6, 2016 Board meeting, staff presented a summary update
on the factors included in the Otay Mesa Recycled Water Financial
Analysis in support of a staff recommendation to place a permanent
moratorium on the installation of new recycled water facilities on
Otay Mesa. These factors include cost of supply, infrastructure
cost, recycled water demand, and the expiration of recycled water
incentives. The summary update also included a sensitivity analysis
that suggests that significant changes in the current trends would
be needed with respect to the factors included in the Otay Mesa
Recycled Water Financial Analysis in order to make delivery of
recycled water on Otay Mesa financially feasible. In consideration
of the information presented, the Board requested that staff solicit
formal feedback from the EOMPOA/OMPOA for consideration before
taking Board action.
On August 11, 2016, staff provided a formal presentation to the
EOMPOA/OMPOA and updated the EOMPOA/OMPOA on the cost of water and
current status of factors included in the District’s financial
analysis contained within the July 6, 2016 report to the Board.
Feedback was solicited from the EOMPOA/OMPOA at that meeting. In
consideration of the information presented, the EOMPOA/OMPOA
provided a formal request to extend the temporary moratorium on the
installation of new recycled water facilities on Otay Mesa for an
additional year to July 2017. It was explained that the outlook for
development has improved over the last year and that the one (1)
year extension would provide additional time for the EOMPOA/OMPOA to
continue efforts to attract businesses to Otay Mesa that have a high
demand for recycled water use. Additionally, the EOMPOA/OMPOA
representatives explained that funding opportunities that could
offset the capital costs of implementing recycled water
infrastructure on Otay Mesa may materialize within the requested one
(1) year extension.
In consideration of the EOMPOA/OMPOA’s request, staff is
recommending that the Board approve a one (1) year extension of the
temporary moratorium on the installation of new recycled water
facilities on Otay Mesa to July 2017.
5
As included in the July 6, 2016 Board report, the District has not
collected San Diego County Water Authority (SDCWA) capacity fees on
meters set and designated as future recycled water meters in
anticipation that recycled water would be available on Otay Mesa.
The value of the avoided SDCWA fees based on an analysis of SDCWA
capacity and treatment fees that would have been due at the time of
meter purchase totals $1,340,684.00.
Lastly, the approved Fiscal Year 2017 budget includes a Capital
Improvement Program project “Repurpose Otay Mesa Recycled Water
Lines” (R2123) (Project) to evaluate alternative uses for the
recycled waterlines installed on Otay Mesa. Initial work on this
Project in FY 2017 will consist of hydraulic modeling to access the
potential for alternative use of the existing recycled water
infrastructure should it be determined that a permanent moratorium
be placed at the a future date.
FISCAL IMPACT: Joe Beachem, Chief Financial Officer
Overall, it has been determined that the financial benefits of a
permanent moratorium outweigh the identified financial costs. There
are financial costs associated with a permanent moratorium. Those
costs include a potential reimbursement of $950,000 in grant funds
that were received from the United States Bureau of Reclamation
(USBR) and SDCWA capacity fees.
STRATEGIC GOAL:
This Project supports the District’s Mission statement, “To provide
high value water and wastewater services to the customers of the
Otay Water District in a professional, effective, and efficient
manner” and the District’s Vision, “A District that is innovative in
providing water services at affordable rates, with a reputation for
outstanding customer service.”
LEGAL IMPACT:
None.
DM/RP:mlc
P:\WORKING\CIP R2087\Staff Reports\BD 09-07-16\BD 09-07-16 Staff Report Otay Mesa Recycled Water
Permanent Moratorium.docx
Attachments: Attachment A – Committee Action
Exhibit A – Project Location Map
ATTACHMENT A
SUBJECT/PROJECT:
Various
Continue the Temporary Moratorium on the Installation of
New Recycled Water Facilities on Otay Mesa for a Period of
One Year to July 2017
COMMITTEE ACTION:
Finance, Admin, and Communications Committee (Committee) reviewed this
item at a meeting held on August 23, 2016. The Committee supported
Staff’s recommendation.
NOTE:
The “Committee Action” is written in anticipation of the Committee
moving the item forward for Board approval. This report will be sent to
the Board as a Committee approved item, or modified to reflect any
discussion or changes as directed from the Committee prior to
presentation to the full Board.
STAFF REPORT
TYPE MEETING: Regular Board MEETING DATE: September 7, 2016
PROJECT: DIV. NO.: ALL
SUBMITTED BY: Adolfo Segura, Chief of Administrative Services
APPROVED BY:
German Alvarez, Assistant General Manager
Mark Watton, General Manager
SUBJECT: FY16 YEAR-END REPORT FOR THE DISTRICT’S FY15-18 STRATEGIC PLAN
GENERAL MANAGER’S RECOMMENDATION:
No recommendation. This is an informational item only.
COMMITTEE ACTION:
Please see “Attachment A”.
PURPOSE:
To provide a year-end report on the District’s FY15-18 Strategic
Performance Plan for FY16.
ANALYSIS:
Summary
The current Otay Water District Strategic Plan is a four-year plan
ranging from the start of FY15 through the end of FY18. This report
details the year-end results for the second year of our four-year plan.
Strategic Plan Objectives – Target 90%
Strategic Plan objectives are designed to ensure the District is
executing mission designed objectives and making the appropriate high-
level changes necessary to guide the agency’s efforts to meet new
challenges and positively adapt to change. Objective results for FY16
year-end are below target at 88%, with 23 of 26 active items completed
or on schedule. Two objectives are on hold and three are not scheduled
to begin until FY17 and FY18.
The following objectives have been reported to be behind schedule. These
projects have identified appropriate actions and are expected to be
back on schedule in FY17.
1. Enhance Management Control of Non-Inventory Items - Due to
unplanned repairs and staffing issues, staff was unable to complete
the review of non-inventory items and develop adequate
recommendations. The review and recommendations are expected to be
completed by FY17 Q2.
2. Evaluate Efficiencies for Delivering Capital Assets - Final
assessment and recommendation of the BIM 3D model effort will be
completed as the 870-1 Pump Station Design reaches completion in
FY17 Q2.
3. Streamline Input of Operations Data – Staff has identified business
processes and forms that should be automated and auto-populated.
However, with the delay of the SCADA project closeout, a complete
action list could not be completed. The SCADA Roadmap is expected
to be completed in FY17 Q1.
The following objectives have been put on hold:
1. Evaluate Requirements for Future Emergency Communication System –
The existing communication system is expected to be vendor
supported for an additional 5 years. Staff will continue to explore
new technologies should the communication system need to be
replaced sooner than expected.
2. Evaluate the Viability of Implementing an Indirect Potable Reuse
Program – Staff from the District and Sweetwater Authority have
completed the study and cost-estimate and have determined that
this project is not feasible at this time.
3. Implement a Habitat Conservation Plan that will Streamline O&M
within District Easements – The draft habitat conservation plan
has not been submitted to wildlife agencies. Plan preparations are
expected to be back on schedule FY17 Q1.
Performance Measures – Target 75%
Performance measures are designed to track the District’s day-to-day
performance. These items measure the effectiveness and efficiency of
daily operations and essential services. The overall goal is that at
least 75% of these measures be rated “on target”. FY16 year-end results
are well above target with 37 of 41 (90%) items achieving the desired
level or better.
Three new measures have been added and staff will begin reporting in
FY17. Staff will strive to keep as many measures the same in order to
collect and analyze multi-year data.
New measures in FY17 include:
Accounts Per FTE
Percent of Customers Paying Bills Electronically
Injury Incident Rate
Items Not On Target
1. CIP Project Expenditures vs. Budget – Year-to-date CIP
expenditures amounted to $10,605,000 vs. the budgeted amount of
$11,811,000 (-11.37%).
2. Overtime Percentage – Year-to-date expenditures amounted to
$121,164 vs. the budgeted amount of $94,000 (+28.89%).
3. Water Rate Ranking – The March 2016 rate increase has moved the
District up from number 11 in FY15, to number 12 in FY16, out of
22 member agencies.
4. Reserve Level – Year-end result is 78%, target was 85%.
AWWA (formerly QualServe) Benchmarking Perspective
As a result of AWWA modifying how indicators are calculated, the
District has moved away from most of the AWWA benchmarks. However, the
following performance indicators have remained unchanged and the
District will continue to use them as benchmarks:
Collection System Integrity
Sewer Overflow Rate
Technical Quality Complaint
Potable Water Compliance Rate
Composition of Balanced Scorecard Objectives and Measures
The Balanced Scorecard continues to be used as the core methodology for
the District’s Strategic Plan, and is widely adopted by businesses
internationally. The Balanced Scorecard itself was developed by Kaplan
and Norton and published in 1992 in the Harvard Business Review. The
model has evolved over time and is now in its third-generation. In
brief, the Balanced Scorecard emphasizes an integrated strategy
approach for the development of goals and measures in four basic areas:
customer, financial, business processes, and learning and growth.
Each objective is broken down by the balanced scorecard, strategy, and
goal required to meet the specific challenge.
Strategy: Deliver high quality services to meet and increase
confidence of the customer in the value the District provides
Goal: Increase customer confidence in the District
Objectives:
1. Enhance communications with customers
Goal: Improve and expand communications
Objectives:
1. Regularly produce and evaluate communications
tools and explore the effective use of new media
options
2. Evaluate requirements for future emergency
communication system
Goal: Provide effective water services
Objectives:
1. Optimize SCADA program
Strategy: Manage the financial issues that are critical to
the District
Goal: Improve financial information and systems
Objectives:
1. Streamline procurement and contractor on-boarding
process via web-based eProcurement technology
2. Electric power and fuel management practices
3. Optimize operations inventory management
Goal: Maintain District financial strength
Objectives:
1. Strengthen internal audit program
2. Implement a cost-benefit program
Strategy: Maximize efficiency and effectiveness
Goal: Actively manage water supply as well as support for
water and sewer services
Objectives:
1. Evaluate and enhance the District's water
conservation programs and services
2. Evaluate the City of San Diego’s pure water program
planning/implementation
3. Sewer system business evaluation
4. Address dependency on imported water
5. Leak detection and repair program
6. Pressure vessel maintenance program
$
7. Evaluate the viability of implementing an indirect
potable reuse program
Goal: Identify and evaluate improvements to enterprise and
departmental business processes
Objectives:
1. Optimize asset management program
2. Enhance District's enterprise facilities physical
security
3. Improve and streamline meter related processes
4. Evaluate efficiencies for delivering capital assets
5. Enhance District's enterprise confined space program
6. Operations workflow process evaluation
7. Streamline input of operations data
8. Streamline work processes in four strategic areas
including departmental synergies, technology,
procurements, and alignment of business practices
9. Revise business practices by modifying the master
recycled water permit
10. Implement a habitat conservation plan that will
streamline O&M within District easements
11. Advance business processes and operational
efficiencies through implementation of information
technology
12. Evaluate implementation of an online performance
management system
Strategy: Provide leadership and management expertise
Goal: Reinforce a results-oriented and accountable culture
Objectives:
1. Negotiate a Successor Memorandum of Understanding
for represented employees for 2017 and beyond, and
related compensation and benefits for unrepresented
employees with emphasis on making necessary updates
to employee health benefits related to health care
reform
2. Evaluate requirements for future emergency
communication system
Goal: Focus on achieving a lean flexible workforce
Objectives:
1. Evaluate opportunities to combine or transfer
similar work functions
2. Evaluate training and development programs for new
and existing supervisors/managers
Next Steps – FY17-18
The completion of Phase 2 of the FY15-18 Strategic Plan was a
significant accomplishment. The successful implementation and rapid
adoption of next generation technology solutions, has allowed the
District to continue to gain efficiencies, improve department
functions, and sustain a growing customer base with a reduced work
force. Staff will be tracking a number of new objectives and measures
during FY17.
Measurement of continuous improvement is essential to demonstrate the
efficiency gains achieved by the District. During FY17, staff will be
analyzing collected productivity data to further gauge efficiencies
gained and elevate or create new performance metrics where warranted.
Also, staff will continue to train and cross-train to further leverage
the value-added functions of our enterprise business systems.
Additional improvements to our Asset Management program will also be
addressed via a recently developed SCADA roadmap. Staff will be
targeting utility smart power management, additional remote/mobile
capabilities, production management, and enhanced cyber security
mechanisms. Much of this will be used to set key performance objectives
in FY18, to include the evolution of key service programs across the
District. The Board will receive an update of our measurements progress
during the FY17 mid-year Strategic Plan presentation in March 2017.
Committee Reports – Slideshow
The Strategic Plan results are presented to both the Finance,
Administration, and Communications Committee and the Engineering,
Operations, and Water Resources Committee with a specific focus on the
most relevant information for each Committee.
Strategic Plan is available on the Board VPN
All of the Strategic Plan results and associated details are provided
in a real-time, interactive web-based application available to the Board
via secured remote access, VPN. The District Secretary can facilitate
any password or access issues.
FISCAL IMPACT: Joe Beachem, Chief Financial Officer
Informational item only; no fiscal impact.
STRATEGIC GOAL:
Strategic Plan and Performance Measure reporting is a critical element
in providing performance reporting to the Board and staff.
LEGAL IMPACT:
None.
ATTACHMENTS:
Attachment A – Committee Action Report
Attachment B – FY16 Year-End Strategic Plan Results Presentation
ATTACHMENT A
SUBJECT/PROJECT: FY16 YEAR-END REPORT FOR THE DISTRICT’S FY15-18 STRATEGIC
PLAN
COMMITTEE ACTION:
The Finance, Administration, and Communications Committee reviewed this
item at a meeting held on August 23, 2016. The Committee supports
presentation to the full Board for their consideration.
NOTE:
The “Committee Action” is written in anticipation of the Committee
moving the item forward for Board approval. This report will be sent to
the Board as a Committee approved item, or modified to reflect any
discussion or changes as directed from the Committee prior to
presentation to the full Board.
1
STRATEGIC PLAN
FY16 YEAR-END REPORT
2
Introduction
3
The completion of Phase 2 of the FY15-18 Strategic Plan was a significant accomplishment.
The successful implementation and rapid adoption of next generation technology solutions
has allowed the District to continue to gain general work efficiencies, improve department
functions, and sustain a growing customer base with a reduced work force.
Measurement of continuous improvement is essential to demonstrate the efficiency gains
achieved by the District. During FY17, staff will be analyzing collected productivity data to
further measure efficiencies gained and elevate or create new performance metrics if
warranted. Staff will also continue to train and cross-train to further leverage the value-added
functions of our enterprise business systems and work processes. Additional improvements to
our Asset Management Program will also be addressed via a recently developed multi-year
SCADA roadmap.
4
1. Increase customer confidence in the District
2. Improve and expand communications
3. Provide effective water services
1. Improve financial information and systems
2. Maintain District financial strength
1. Actively manage water supply as well as support for water and sewer
services
2. Identify and evaluate improvements to enterprise and departmental
business processes
1. Reinforce a results-oriented and accountable culture
2. Focus on achieving a lean flexible workforce
Balanced Scorecard Strategies and Goals
Customer
Financial
Business
Processes
Learning
& Growth
Provide leadership and management expertise
Maximize efficiency and effectiveness
Manage the financial issues that are critical to the District
Deliver high quality services to meet and increase confidence of
the customer
$$
5AWWA Benchmarks
1 Technical Quality Complaint
Potable Water Compliance Rate
Collection System Integrity
Sewer Overflow Rate
2
3
4
6Objectives
88% are Completed or On Schedule
3
20
3
3
Completed
On Schedule
Behind
On Hold
Objective Reports 26 Total
7
COMPLETED
Objectives
1.Update of SCADA Program
2. Enterprise E-Commerce (Purchasing/Contracting) Solution – BidSync
3. Automation and Enhancement of District-wide Operational Forms and
Workflows
8
ON HOLD
Objectives
1. Evaluate requirements for future emergency communication system
2. Evaluate the viability of implementing an indirect potable reuse program
3. Implement a Habitat Conservation Plan that will streamline O&M within
District easements
BEHIND SCHEDULE
1.Enhance management control of non-inventory items
2. Evaluate efficiencies for delivering capital assets
3. Streamline input of Operations data
9
37
4
On Target
Not On Target
Performance Measures
90% On Target
Measure Reports 41 Total
10Performance Measures
NOT ON TARGET
1. CIP Project Expenditures vs. Budget
2. Overtime Percentage
3. Reserve Level
4. Water Rate Ranking
11
Year-End Results
Administrative Services
12Enterprise System Availability
Target: No less than 99.5%availability per quarter in a year
99.99 99.99 99.99 99.99 99.99
98
98.5
99
99.5
100
100.5
Q1 Q2 Q3 Q4 AVG
Target 2013 2014 2015 2016
Q&Y
Quarter & YTD Measurement
99.5% = 3.60 hours of downtime per month/1.83
days of downtime in a year
*FY14 – FY16 results are 99.99%
13Employee Turnover Rate
Target: Less than 5%turnover in a year
0 0 0 0 00
1
2
3
4
5
6
Q1 Q2 Q3 Q4 AVG
Target 2013 2014 2015 2016
Q
Quarter Measurement
# of voluntary resignations (not including
retirements)/average # of employees
Y
YTD Measurement Method
YTD # of voluntary resignations (not including
retirements)/average # of employees
14Training Hours Per Employee
Target: 12 hours or more general formal training per employee in a year
(excludes safety training)
6.78
4.86 6.1 5.29
23.02
0
5
10
15
20
25
Q1 Q2 Q3 Q4 AVG
Target 2013 2014 2015 2016
Q Quarter Measurement
Total qualified training hours for all
employees/average # of FTEs
Y
YTD Measurement
YTD Total qualified training hours for all
employees/Average # of FTEs
15Safety Training Program
Target: 24 hours or more safety training per field employee in a year
6.01
8.78 7.96
13.72
36.8
0
5
10
15
20
25
30
35
40
45
50
Q1 Q2 Q3 Q4 AVG
Target 2013 2014 2015 2016
Quarter Measurement
# of safety training hours for the quarter/ # of
field employees
Q Y
YTD Measurement
YTD Total qualified safety training hours for
field employees/average # of field employees
16
Engineering
17CIP Project Expenditures vs. Budget
Target: 95% of budget but not to exceed 100%
Being below target gives the measure a “not on target” status
Q Quarter Measurement
Actual quarterly expenditures/Annual budget Y YTD Measurement
YTD expenditures/Annual budget
18.5 18.1 26.4
28
90.4
0
20
40
60
80
100
120
Q1 Q2 Q3 Q4 AVG
Target 2013 2014 2015 2016
18Construction Change Order Incidence (w/o allowances)
Target: No more than 5%per quarter in a year
3
3.7
1.6 1.8 1.8
0
1
2
3
4
5
6
7
Q1 Q2 Q3 Q4 AVG
Target 2013 2014 2015 2016
Q&Y Quarter & YTD Measurement
Total cost of Change Orders (not including allowances)/Total original
construction contract amount (not including allowances)
19Mark-Out Accuracy
Target: No less than 100%mark-out accuracy per quarter in a year
100 100 100 100 100
0
20
40
60
80
100
120
Q1 Q2 Q3 Q4 AVG
Target 2013 2014 2015 2016
Q&Y
Quarter & YTD Measurement
# of mark-outs performed without an at-fault hit, which is damage to a
District facility that results from a missing or erroneous mark-out/Total
# of mark-outs performed
*FY13 – FY16 results are 100%
20Project Closeout Time
Target: No more than a 45 day average per quarter in a year
29.5 46 16
49.8 37.3
0
50
100
150
200
250
300
350
Q1 Q2 Q3 Q4 AVG
Target 2013 2014 2015 2016
Q
Quarter Measurement
# of days between NOSC and NOC for all
construction projects within the quarter/# of
construction projects within the quarter
Y
YTD Measurement
YTD # of days between NOSC and NOC for all
construction projects within the quarter/YTD #
of construction projects within the quarter
21Annual Recycled Water Site Inspections
Target: 100%of recycled sites inspected in a year
(There are 112 recycled water use sites scheduled for FY16)
Quarter & YTD Measurement
Cumulative % of recycled sites inspected per
quarter of those required by DEH
Q&Y
26.7
55
79
100 100
0
20
40
60
80
100
120
Q1 Q2 Q3 Q4 YTD
Target 2015 2016
*Measure was created in FY15
22
Q&Y
Recycled Water Shutdown Testing
Target: No less than 90%of recycled site shut down tests in a year
(There are 31 recycled water use sites due for shutdown in FY16)
Quarter & YTD Measurement
Cumulative % of recycled site shutdown tests
performed per year compared to those
scheduled
32
57
82 93 93
0
20
40
60
80
100
120
Q1 Q2 Q3 Q4 YTD
Target 2015 2016
*Measure was created in FY15
23
Quarter & YTD Measurement
Total planned maintenance costs/Total maintenance costs
Planned Recycled Water Maintenance Ratio in $
Target: No less than 70%of all labor spent on preventative maintenance
per quarter in a year
88.5 89 90
70
86
0
10
20
30
40
50
60
70
80
90
100
Q1 Q2 Q3 Q4 AVG
Target 2013 2014 2015 2016
Q&Y
24Recycled Water System Integrity
Target: No more than 6.6 leaks or breaks per 100 miles
of recycled distribution system in a year
Q&Y
Quarter & YTD Measurement
(100 x # of leaks or breaks)/ # of miles of distribution system
0 0 0 0 0
0
1
2
3
4
5
6
7
Q1 Q2 Q3 Q4 AVG
Target 2013 2014 2015 2016
25
Finance
26
Q
Quarter Measurement
# of all calls answered/ # of all calls received
during a quarter
Y
YTD Measurement
YTD # of all calls answered/ YTD # of all calls received
Answer Rate
Target: No less than 97%average answer rate per quarter in a year
97.39
97.9
97.93 98.2
97.84
95
95.5
96
96.5
97
97.5
98
98.5
99
99.5
Q1 Q2 Q3 Q4 AVG
Target 2013 2014 2015 2016
27Gallons Per Capita Per Day
Target: Below 172 gallons per day
(Target comes from California Urban Water Control Council & the State Water Resources Control Board)
Q Quarter Measurement
Total potable water purchased/Population
(from SANDAG)/Number of days through the
end of the quarter
Y YTD Measurement
Total annual potable water purchased/Annual
population estimate from SANDAG/Number of
days through the end of the quarter
119.3
97.1
85.8
112.8 103.7
0
20
40
60
80
100
120
140
160
180
200
Q1 Q2 Q3 Q4 AVG
Target 2013 2014 2015 2016
28
Q
Quarter Measurement
Total operations O&M costs/ # of accounts Y
YTD Measurement
YTD total operations O&M costs/ # of accounts
O&M Cost Per Account
Target: Less than $531.12 per account in a single year
(Target is based on Operating Budget)
113
246
364
503 503
100
150
200
250
300
350
400
450
500
550
600
Q1 Q2 Q3 Q4 YTD
Target 2013 2014 2015 2016
29
Q
Quarter Measurement
# of correct bills during the reporting period/ #
of total bills during the reporting period
Y
YTD Measurement
YTD # of correct bills during the reporting
period/ YTD # of total bills during the reporting
period
Billing Accuracy
Target: No less than 99.8%billing accuracy per quarter in a year
99.99 99.92 99.99 99.99 99.97
98
98.5
99
99.5
100
100.5
Q1 Q2 Q3 Q4 AVG
Target 2013 2014 2015 2016
30Overtime Percentage
Target: Less than 100%of budgeted overtime per quarter in a year
(Target is based on Operating Budget; FY16 Overtime Budget is $94,100)
Q
Quarter Measurement
Actual overtime costs (including comp time)/
Budgeted overtime costs
Y
YTD Measurement
YTD actual overtime costs (including comp
time)/ YTD budgeted overtime costs
110
160
110
128 129
0
20
40
60
80
100
120
140
160
Q1 Q2 Q3 Q4 AVG
Target 2013 2014 2015 2016
31Sewer Rate Ranking
Target: Bottom 50 percentile for the 28 sewer service providers in San Diego
(Otay ranks 7 out of 28 sewer service providers)
Quarter & YTD Measurement
Otay ranking for the average bill for sewer/ # of sewer agencies
7 7
0
5
10
15
20
25
Q4 YTD
Target 2013 2014 2015 2016
Q&Y
32Water Rate Ranking
Target: Bottom 50 percentile for the 22 member agencies in San Diego
(Otay ranks 12 out of 22 member agencies)
Quarter & YTD Measurement
Otay ranking for the average water bill among
CWA member agencies
12 12
0
5
10
15
20
Q4 YTD
Target 2013 2014 2015 2016
Q&Y *FY14 and FY15 Otay rates were 11th lowest
**FY17 Rates were compared to 22 member agencies
(Padre Dam E and Padre Dam W are now counted as one agency)
33Debt Coverage Ratio
Target: Above 150%to have sufficient debt coverage
(This is measured at year end)
Q&Y
Quarter & YTD Measurement
Qualified net operating revenues/debt service requirements (measured at year end)
171 171
0
50
100
150
200
250
300
Q4 YTD
Target 2013 2014 2015 2016
34Reserve Level
Target: Equal or exceed 85%
(This is measured at year end)
Quarter & YTD Measurement
# of reserve funds that meet or exceed fund
target levels/ Total # of reserve funds
78 78
0
20
40
60
80
100
120
140
Q4 YTD
Target 2013 2014 2015 2016
Q&Y *FY13 & FY14 results are 85%
35Percent of Customers Paying Bills Electronically
Target: In development
(No set targets in FY16; a baseline will be established in FY16 and appropriate targets
will be recommended for the FY17-18 Strategic Plan)
Q
Quarter Measurement
Y
YTD Measurement
YTD # of customers paying bills electronically/
Total # of customers
# of customers paying bills electronically/ Total # of customers
71.7 72.2 72.98 74.17 72.77
0
10
20
30
40
50
60
70
80
90
100
Q1 Q2 Q3 Q4 AVG
Target 2016
36Distribution System Loss
Target: Less than 5%of unaccounted water loss per quarter in a year
Quarter & YTD Measurement
100 [volume purchased (from CWA) – (volume sold (to customers) + volume used District usage)] /
volume purchased (from CWA))
2.34 2.8 3.1
4 4
0
1
2
3
4
5
6
7
8
9
10
Q1 Q2 Q3 Q4 AVG
Target 2013 2014 2015 2016
Q&Y
37
Operations
38Technical Quality Complaint (AWWA)
Target: No more than 9 complaints
per 1000 customer accounts in a year
Q
Quarter Measurement
1000 (# of technical quality complaints per
quarter)/# of active customer accounts per
reporting period
Y
YTD Measurement
Cumulative technical quality complaints in FY
1.44 1.39 0.8
1.49
5.12
0
1
2
3
4
5
6
7
8
9
10
Q1 Q2 Q3 Q4 YTD
Target AWWA 2013 2014 2015 2016
AW
W
A
B
e
n
c
h
m
a
r
k
39Planned Potable Water Maintenance Ratio in $
Target: No less than 66%of all labor dollars spent on preventative maintenance
per quarter in a year
Q&Y
Quarter & YTD Measurement
Total planned maintenance cost/ Total maintenance cost
79
73 73
70
75
50
55
60
65
70
75
80
85
90
95
100
Q1 Q2 Q3 Q4 AVG
Target 2013 2014 2015 2016
40Planned Wastewater Maintenance Ratio in $
Target: No less than 77%of all labor dollars spent on preventative maintenance
per quarter in a year
Quarter & YTD Measurement
Total planned maintenance cost/Total maintenance costQ&Y
89.94
83.85
93.74
94.87 91.81
50
55
60
65
70
75
80
85
90
95
100
Q1 Q2 Q3 Q4 AVG
Target 2013 2014 2015 2016
41Direct Cost of Treatment Per MGD
Target: No more than $1050 per MG spent on wastewater treatment per quarter in a single year
(Targets each quarter will vary based on high and low demand times)
Q&Y
Quarter & YTD Measurement
Total O&M costs directly attributable to sewer treatment/ Total volume in MG
951.88
1103.55
911.18
672.91
912.56
0
200
400
600
800
1000
1200
1400
Q1 Q2 Q3 Q4 AVG
Target 2013 2014 2015 2016
42O&M Cost Per MG Processed of Wastewater
Target: No more than $1925 per MG spent on O&M for wastewater treatment in a year
(Targets each quarter will vary based on high and low demand times)
Q
Quarter Measurement
Total O&M cost/ MGP
FYTD O&M Cost = (Power Cost) + (Staff
Cost) + (Equipment Cost) / FYTP MGP
Y YTD Measurement
FYTD O&M Cost MGP/ FYTD Total MGP
1646.27 1654.91
1406.61
1093.67
1458.36
0
500
1000
1500
2000
2500
Q1 Q2 Q3 Q4 AVG
Target 2013 2014 2015 2016
43Leak Detection Program
Target: Perform leak detection on
20%of potable distribution system
Q&Y Quarter & YTD Measurement
% of potable distribution pipelines surveyed. The calculation is
miles of pipe surveyed divided by total miles of pipe times 100.
20 20 20
0
10
20
30
40
50
60
70
80
90
100
Q3 Q4 YTD
Target 2015 2016
*FY15 – FY16 results are 20%
**Measure was created in FY15
44Percent of PMs Completed – Fleet Maintenance
Target: No less than 90%of scheduled PM’s completed
per quarter in a year
Quarter & YTD Measurement
# of PM’s completed/ # of PM’s scheduled to
be completed
100 100 100 100 100
0
20
40
60
80
100
Q1 Q2 Q3 Q4 AVG
Target 2013 2014 2015 2016
Q&Y *FY14 & FY16 results are 100%
45Percent of PMs Completed – Reclamation Plant
100 100 100 100 100
75
80
85
90
95
100
105
110
Q1 Q2 Q3 Q4 AVG
Target 2013 2014 2015 2016
Target: No less than 90%of scheduled PM’s completed
per quarter in a year
Q&Y
Quarter & YTD Measurement
# of PM’s completed/ # of PM’s scheduled to be completed in a reporting period
46Percent of PMs Completed – Pump/Electric Section
100 100 100 100 100
75
80
85
90
95
100
105
110
Q1 Q2 Q3 Q4 AVG
Target 2013 2014 2015 2016
Target: No less than 90%of scheduled PM’s completed
per quarter in a year
Q&Y
Quarter & YTD Measurement
# of PM’s completed/ # of PM’s scheduled to be
completed in a reporting period
*FY13 – FY16 results are 100%
47System Valve Exercising Program
Target: Exercise 770 valves per quarter or
3080 valves by the end of fiscal year
Quarter & YTD Measurement
Actual number of valves exercised in the reporting period
1013
1932
838 736
4549
0
1000
2000
3000
4000
5000
6000
Q1 Q2 Q3 Q4 YTD
Target 2013 2014 2015 2016
Q&Y
48Potable Water Distribution System Integrity
Target: No more than 16 leaks and breaks
per 100 miles of distribution piping in a year
Q
Quarter Measurement
100 (annual total number of leaks + annual
total number of breaks) / total miles of
distribution piping
Y
YTD Measurement
Cumulative number of leaks and breaks per quarter in a FY
2.11 3.55 3.07
2.4
11.14
0
2
4
6
8
10
12
14
16
18
20
Q1 Q2 Q3 Q4 YTD
Target 2013 2014 2015 2016
49Potable Water Compliance Rate (AWWA)
Target: No less than 100%of all health related drinking water standards each quarter in a year
Quarter Measurement
100 (# of days the primary health regulations
are met)/ # of days in the reporting period
100 100 100 100 100
50
60
70
80
90
100
110
Q1 Q2 Q3 Q4 AVG
Target AWWA 2013 2014 2015 2016
AW
W
A
B
e
n
c
h
m
a
r
k
Q&Y *FY13 – FY16 results are 100%
50Collection System Integrity (AWWA)
Target: No more than 3.6 system failures
per 100 miles of collection system pipeline in a year
Q
Quarter Measurement
100 (total number of collection system failures
during the year) / total miles of collection
system piping
Y
YTD Measurement
Cumulative number of failures per quarter in a FY
0 0 0 0 0
0
1
2
3
4
5
6
7
8
Q1 Q2 Q3 Q4 YTD
Target AWWA 2013 2014 2015 2016
AW
W
A
B
e
n
c
h
m
a
r
k
*FY 13 – FY 16 results are 0 failures
51Sewer Overflow Rate (AWWA)
Target: 0 overflows per quarter in a year
Q
Quarter Measurement
100 (total number of sewer overflows during
the reporting period) / total miles of pipe in the
sewage collection system
Y
YTD Measurement
0 0 0 0 0
0
1
2
3
4
5
6
7
8
Q1 Q2 Q3 Q4 YTD
Target AWWA 2013 2014 2015 2016
Cumulative number of overflows per quarter in a FY
*FY 13 – FY 16 results are 0 overflows
AW
W
A
B
e
n
c
h
m
a
r
k
52Emergency Facility Power Testing
Target: 100%of the District’s facilities tested per year
(The District currently has 29 powered ready facilities)
Q
Quarter Measurement
Number of facilities tested / total facilities Y
YTD Measurement
YTD number of facilities tested / total facilities
27
48
79
100 100
0
20
40
60
80
100
Q1 Q2 Q3 Q4 YTD
Target 2015 2016
53Tank Inspection and Cleaning
Annual Target: Clean and inspect 8 tanks or more per year
Quarter & YTD Measurement
Number of tanks cleaned and inspected in a
reporting period
1
9
0 1
11
0
2
4
6
8
10
12
14
Q1 Q2 Q3 Q4 YTD
Target 2015 2016
Q&Y *Measure was created in FY15
54Main Flushing and Fire Hydrant Maintenance
Target: 215 or more mains flushed and fire hydrants maintained in a single year
(The target of 215 is comprised of 165 hydrants and 50 mains)
Quarter & YTD Measurement
Number of mains flushed and hydrants maintained in a
reporting period
Q&Y
319 343
412 463 463
0
100
200
300
400
500
600
700
800
900
1000
Q1 Q2 Q3 Q4 YTD
Target 2015 2016
*Measure was created in FY15
55Critical Valve Exercising
Target: No less than 631 identified critical valves exercised in a year
Quarter & YTD Measurement
# of critical valves exercised in a reporting period
444 534
631 631 631
0
100
200
300
400
500
600
700
800
900
1000
Q1 Q2 Q3 Q4 YTD
Target 2015 2016
Q&Y *Measure was created in FY15
56
Next Steps
57
1 Monitor Deliverables from Project Plans
Utilize Updated Systems to Collect Performance Data
Begin to Analyze Performance-Based Data
Set New Targets Based on Data Collected
2
3
4
STAFF REPORT
TYPE MEETING: Regular Board
MEETING DATE: September 7, 2016
SUBMITTED BY:
Dan Martin
Engineering Manager
PROJECT: VARIOUS DIV. NO. ALL
APPROVED BY:
Rod Posada, Chief of Engineering
German Alvarez, Assistant General Manager
Mark Watton, General Manager
SUBJECT: Informational Item – Fourth Quarter Fiscal Year 2016 Capital
Improvement Program Report
GENERAL MANAGER’S RECOMMENDATION:
No recommendation. This is an informational item only.
COMMITTEE ACTION:
Please see Attachment A.
PURPOSE:
To update the Board about the status of all CIP project expenditures
and to highlight significant issues, progress, and milestones on
major projects.
ANALYSIS:
To keep up with growth and to meet our ratepayers' expectations to
adequately deliver safe, reliable, cost-effective, and quality water,
each year the District staff prepares a Six-Year CIP Plan that
identifies the District’s infrastructure needs. The CIP is comprised
of four categories consisting of backbone capital facilities,
replacement/renewal projects, capital purchases, and developer's
reimbursement projects.
The Fourth Quarter Fiscal Year 2016 update is intended to provide a
detailed analysis of progress in completing these projects within the
allotted time and budget of $11.8 million. Expenditures through the
Fourth Quarter totaled approximately $10.6 million. Approximately
90% of the Fiscal Year 2016 expenditure budget was spent (see
Attachment B).
FISCAL IMPACT: Joe Beachem, Chief Financial Officer
No fiscal impact as this is an informational item only.
STRATEGIC GOAL:
The Capital Improvement Program supports the District’s Mission
statement, “To provide high value water and wastewater services to
the customers of the Otay Water District, in a professional,
effective, and efficient manner” and the General Manager’s Vision, “A
District that is at the forefront in innovations to provide water
services at affordable rates, with a reputation for outstanding
customer service.”
LEGAL IMPACT:
None.
DM/RP:jf
P:\Forms\D-Construction\CIP Quarterly Reports\CIP Qtr Reports\FY 2016\Q4\Staff Report\BD 09-07-16 Staff
Report Fourth Quarter FY 2016 CIP Report (DM-RP).docx
Attachments: Attachment A – Committee Action
Attachment B - Fiscal Year 2016 Fourth Quarter CIP
Expenditure Report
Attachment C – Presentation
ATTACHMENT A
SUBJECT/PROJECT:
VARIOUS
Informational Item – Fourth Quarter Fiscal Year 2016
Capital Improvement Program Report
COMMITTEE ACTION:
The Engineering, Operations, and Water Resources Committee (Committee)
reviewed this item at a Committee Meeting held on August 22, 2016.
The Committee supported Staff’s recommendation.
NOTE:
The “Committee Action” is written in anticipation of the Committee
moving the item forward for Board approval. This report will be sent
to the Board as a Committee approved item, or modified to reflect any
discussion or changes as directed from the Committee prior to
presentation to the full Board.
FISCAL YEAR 2016
4th QUARTER REPORT
(Expenditures through 06/30/2016)
($000)
Attachment B
2016 06/30/16
CIP No.Description
Project
Manager
FY 2016
Budget Expenses Balance
Expense to
Budget %Budget Expenses Balance
Expense to
Budget %Comments
CAPITAL FACILITY PROJECTS -
P2040 Res - 1655-1 Reservoir 0.5 MG Cameron 25$ 6$ 19$ 24%2,200$ 484$ 1,716$ 22%
Project was delayed one year during the FY 2017
budget process.
P2083 PS - 870-2 Pump Station Replacement Marchioro 350 345 5 99%15,000 1,664 13,336 11%On target.
P2267 36-Inch Main Pumpouts and Air/Vacuum Ventilation Installations Marchioro 50 49 1 98%735 459 276 62%On target.
P2325
PL-10" to 12" Oversize, 1296 Zone, PB Road-Rolling Hills Hydro PS/PB
Bndy Beppler 1 19 (18) 1900%22 19 3 86%
Developer reimbursement request approved.
Request came in earlier than anticipated. Overall
project is complete and under budget.
P2451 Otay Mesa Desalination Conveyance and Disinfection System Kennedy 350 310 40 89%30,000 3,570 26,430 12%
Spending more than expected, but less than
budgeted.
P2466 Regional Training Facility Coburn-Boyd 8 1 7 13%300 288 12 96%
There was minimal work/reporting on this project
in FY 2016.
P2469 Information Technology Network and Hardware Kerr 175 174 1 99%1,684 2,061 (377) 122%No further expenditures on this project.P2470 Financial System Enhancements Kerr 100 40 60 40%1,765 1,707 58 97%Spent $5K for reporting services for CityWorks.
P2486 Asset Management Plan Condition Assessment and Data Acquisition Zhao 75 20 55 27%1,015 879 136 87%
We negotiated $20K initial service contract for
infoMaster Pilot Study towards final
implementation.
P2511 Otay Interconnect Pipeline Marchioro 420 450 (30) 107%2,601 2,535 66 97%On target.
P2537 Operations Yard Property Acquisition Improvements Beppler 450 562 (112) 125%775 728 47 94%
Construction contract accepted within this fiscal
year. FY 2016 expenses exceeded FY 2016
budget, but not overall project budget.
P2540 Work Order Management System Replacement Kerr 60 169 (109) 282%500 466 34 93%No further expenditures for this CIP.
P2541 624 Pressure Zone PRSs Marchioro 525 518 7 99%750 742 8 99%Construction contract accepted. On target.
P2547 District Administration Vehicle Charging Stations Beppler 1 9 (8) 900%60 20 40 33%
Overall budget increased to $125,000 for FY
2017 to reflect design cost estimate. Design
accelerated and included with P2555. Cost to
date well within project budget.P2549 Fuel System Upgrade Payne 30 29 1 97%30 29 1 97%Complete.
P2551 Blossom Lane Helix WD and Otay WD Interconnection Beppler 150 161 (11) 107%193 168 25 87%
Construction mostly complete at end of this fiscal
year. Billing from Helix WD received, exceeded
this fiscal year budget, but remains under the
overall project budget.
P2552 South Barcelona Helix WD and Otay WD Interconnection Beppler 150 157 (7) 105%200 165 35 83%
Construction mostly complete at end of this fiscal
year. Billing from Helix WD received, exceeded
this fiscal year budget, but remains under the
overall project budget.
P2554 640/340 PRS at Energy Way and Nirvana Avenue Marchioro 1 1 - 100%400 1 399 0%On target.
P2555 Administration and Operations Parking Lot Improvements Cameron 10 48 (38) 480%500 48 452 10%
Project has been accelerated. Design began in
Q3.
P2561 Res - 711-3 Reservoir Cover/Liner Replacement Marchioro 5 1 4 20%1,800 1 1,799 0%No progress anticipated in FY 2016.
P2562 Res - 571-1 Reservoir Cover/Liner Replacement Marchioro 1 - 1 0%2,600 - 2,600 0%On target.
P2563 Res - 870-1 Reservoir Cover/Liner Replacement Marchioro 1 - 1 0%1,000 - 1,000 0%On target.
P2568 Technology Business Processes Improvement Kerr 40 25 15 63%115 25 90 22%No expenditure for 4th quarter 2016.
P2569 Metro Ethernet Implementation/ District Facilities - Pilot Kerr 100 106 (6) 106%100 106 (6) 106%
On target. Project budget increased to $145K for
FY 2017.
P2570 SCADA Equipment & Infrastructure Enhancement Kerr - - - 0%300 - 300 0%No expenditures anticipated in FY 2016.
P2571
Datacenter Network Enhancement & Replacement of Infrastructure
Componets Kerr - - - 0%200 - 200 0%No expenditures anticipated in FY 2016.
P2572 Enterprise Resource Planning (ERP) Replacement Kerr - - - 0%250 - 250 0%No expenditures anticipated in FY 2016.
R2077 RecPL - 24-Inch, 860 Zone, Alta Road - Alta Gate/Airway Beppler 5 2 3 40%2,850 2,811 39 99%Project on hold during temporary moratorium.
R2107 RWCWRF Screening Compactor and Chlorine Injectors Enclosure Vaclavek 7 3 4 43%215 180 35 84%Project is complete.
R2108 Res - 927-1 Reservoir Cover Replacement Marchioro 10 4 6 40%1,090 1,086 4 100%
Final warranty inspection completed FY 2016.
Project will be closed out.
R2110 RecPS - 944-1 Optimization and Pressure Zone Modifications Marchioro 25 46 (21) 184%200 130 70 65%
Construction contract completed FY 2016.
Overall project within budget.
R2114 Large Recycle Pump Replacement at the RWCWRF 927-1 Pump Station Anderson 40 - 40 0%120 89 31 74%Project is complete.
R2117 RWCWRF Disinfection System Improvements Beppler 110 7 103 6%2,500 111 2,389 4%
Waiting on results of IPR/DPR study, WRF
Master Plan, and force main condition
assessment before determining the next step. No
additional costs this fiscal year.
FISCAL YEAR-TO-DATE, 06/30/16 LIFE-TO-DATE, 06/30/16
Y:\Board\CurBdPkg\ENGRPLAN\2017\BD 09-07-16\Fourth Quarter FY 16 CIP Update\Attachment B - 4th qtr expenditures.xlsx Page 1 of 4 8/16/2016
FISCAL YEAR 2016
4th QUARTER REPORT
(Expenditures through 06/30/2016)
($000)
Attachment B
2016 06/30/16
CIP No.Description
Project
Manager
FY 2016
Budget Expenses Balance
Expense to
Budget %Budget Expenses Balance
Expense to
Budget %Comments
FISCAL YEAR-TO-DATE, 06/30/16 LIFE-TO-DATE, 06/30/16
R2118 Steele Canyon Sewer PS Chopper Pump Beppler 40 5 35 13%40 5 35 13%
Change to scope of work required structural
design. This necessitated waiting for the new as-
needed engineering design contract to be
awarded as not enough budget remained in
previous one.
R2119 Treatment Plant Automation & Security Upgrades Beppler 50 33 17 66%200 33 167 17%
Master Plan scope not anticipated during
budgeting of the project, accelerated the
spending on this. Project remains within overall
budget.
R2121 Res - 944-1 Reservoir Cover/Liner Replacement Marchioro 25 19 6 76%1,400 19 1,381 1%
Final design of replacement cover/liner postponed
until FY 2017 since inspection diver suggested
replacement might be postponed a few years.
R2122 Emergency Recycled Water Fire Hydrant Installations Cameron 75 32 43 43%75 32 43 43%
Project is on schedule. Construction to be
completed in Q4. Approval for use will be
received in FY 2017.
S2043 RWCWRF Sludge Handling System Beppler 1 - 1 0%47 40 7 85%
No spending on this project during the past fiscal
year. Budget allowance was for any unexpected
activity.
Total Capital Facility Projects Total:3,466 3,351 115 97%73,832 20,701 53,131 28%
REPLACEMENT/RENEWAL PROJECTS
P2382 Safety and Security Improvements Ramirez 300 315 (15) 105%2,667 2,573 94 96%
Facility security and access enhancements on
schedule; unanticipated trenching expenses
pushed over FY 2016 budget.
P2453 SR-11 Utility Relocations Marchioro 5 180 (175) 3600%2,250 1,598 652 71%
Construction contract not completed in FY 2015
as anticipated; however, two construction
contracts completed FY 2016. Overall project
within budget.
P2485 SCADA Communication System and Software Replacement Segura 75 257 (182) 343%2,014 1,667 347 83%
Project on schedule for FY 2016. Accelerating
project increased spending for FY 2016.
P2493 624-2 Reservoir Interior/Exterior Coating Cameron 55 6 49 11%1,675 1,543 132 92%
Warranty inspection was rescheduled for FY 2017
to group it with another inspection. This helped
reduce cost. Expenditures will be done FY 2017
Q1.
P2494 Multiple Species Conservation Plan Coburn-Boyd 87 7 80 8%950 853 97 90%
Will not use any additional budget this FY, project
was delayed waiting for information from WFMP.
P2495 San Miguel Habitat Management/Mitigation Area Coburn-Boyd 120 102 18 85%2,100 1,241 859 59%On track; will not use 15% of budget.
P2496 Otay Lakes Road Utility Relocations Martin 20 1 19 5%325 283 42 87%
Contract accepted in June 2016. Phase II work
complete.
P2504 Regulatory Site Access Road and Pipeline Relocation Cameron 50 - 50 0%900 330 570 37%Project is driven by County Fire.
P2507 East Palomar Street Utility Relocation Cameron 25 23 2 92%940 717 223 76%
Awaiting Punch List items to be completed.
Request for reimbursement to be requested in FY
2017.
P2508 Pipeline Cathodic Protection Replacement Program Marchioro 150 65 85 43%725 249 476 34%
Pace slowed. Limited activity for the remainder of
FY 2016.
P2515 870-1 Reservoir Paving Beppler 15 4 11 27%510 510 - 100%
Project warranty inspection performed in February
2016. Project is complete.
P2518 803-3 Reservoir Interior/Exterior Coating Cameron 20 7 13 35%700 645 55 92%
Project is in the warranty period, dive inspection
performed in Q3. Warranty repairs to be
executed in FY 2017.
P2519 832-2 Reservoir Interior/Exterior Coating Cameron 20 8 12 40%750 670 80 89%
Project is in the warranty period, dive inspection
performed in Q3. Warranty repairs to be
executed in FY 2017.
P2520 Motorola Mobile Radio Upgrade Martinez 30 2 28 7%135 79 56 59%
Project on target. Anticipate the balance to be
spent as per the FY 2017 budget plan.
P2529 711-2 Reservoir Interior & Exterior Coating Cameron 600 344 256 57%790 360 430 46%
Project construction began in Q2. Project was
delayed due to unforeseen necessary structural
upgrades. Project scheduled to complete in FY
2017 Q1.
P2530 711-1 Reservoir Interior & Exterior Coating Cameron 800 889 (89) 111%1,040 905 135 87%
Reservoir placed into service in May 2016.
Project on schedule.
Y:\Board\CurBdPkg\ENGRPLAN\2017\BD 09-07-16\Fourth Quarter FY 16 CIP Update\Attachment B - 4th qtr expenditures.xlsx Page 2 of 4 8/16/2016
FISCAL YEAR 2016
4th QUARTER REPORT
(Expenditures through 06/30/2016)
($000)
Attachment B
2016 06/30/16
CIP No.Description
Project
Manager
FY 2016
Budget Expenses Balance
Expense to
Budget %Budget Expenses Balance
Expense to
Budget %Comments
FISCAL YEAR-TO-DATE, 06/30/16 LIFE-TO-DATE, 06/30/16
P2531 944-1 Reservoir Interior & Exterior Coating Cameron 205 300 (95) 146%390 311 79 80%
Contract accepted in April 2016. Close out of
project pending release of Stop Payment Notices
filed against project.
P2532 944-2 Reservoir Interior & Exterior Coating Cameron 101 50 51 50%946 937 9 99%
Contract accepted in April 2016. Close out of
project pending release of Stop Payment Notices
filed against project.
P2533 1200-1 Reservoir Interior & Exterior Coating Cameron 5 - 5 0%565 - 565 0%Project rescheduled for FY 2018.
P2534 978-1 Reservoir Interior & Exterior Coating Cameron - - - 0%325 - 325 0%No expenditures for FY 2016.
P2535 458-2 Reservoir Interior & Exterior Coating & Upgrades Cameron 294 400 (106) 136%839 774 65 92%
Contract accepted in April 2016. Close out of
project pending release of Stop Payment Notices
filed against project.
P2538
Administration and Operations Building Fire Sprinkler Replacement
Program Cameron 5 25 (20) 500%110 89 21 81%
Project is complete and in the 1 year warranty
period.
P2539 South Bay Bus Rapid Transit (BRT) Utility Relocations Cameron 100 49 51 49%940 879 61 94%
SANDAG driven project. SANDAG has notified
the District that they are behind schedule and
expenditures are not expected until FY 2017.
P2542 850-3 Reservoir Interior Coating Cameron 230 382 (152) 166%530 527 3 99%
Construction Contract accepted in Q2. Project is
in the 2 yr. warranty period.
P2543 850-1 Reservoir Interior/Exterior Coating Cameron - - - 0%575 - 575 0%No expenditures for FY 2016.
P2544 850-2 Reservoir Interior/Exterior Reservoir Coating Cameron 5 - 5 0%940 - 940 0%
Inspection work was rescheduled for FY 2017 to
group it with other work and reduce cost.
P2545 980-1 Reservoir Interior Exterior Coating Cameron 950 997 (47) 105%1,495 997 498 67%
Project is on schedule. Construction began in the
3rd Qtr FY 2016. Project completion anticipated
in FY 2017 Q1.
P2546 980-2 Reservoir Interior/Exterior Coating Cameron - - - 0%1,450 - 1,450 0%No expenditures for FY 2016.
P2550 Fuel Island Upgrade Payne 75 - 75 0%75 - 75 0%
Contract issued; permit application and
construction pending. Estimated completion
beginning of FY 2017 Q2.P2553 Heritage Road Bridge Replacement and Utility Relocation Cameron 10 5 5 50%1,200 5 1,195 0%City of Chula Vista driven project.
P2557
520 Res Recirculation Pipeline Chemical Supply and Analyzer Feed
Replacement Project Beppler 1 9 (8) 900%100 9 91 9%
Spending exceeded fiscal year budget in
response to operations request. Upon
determining an action plan, design was delayed
until FY 2017.
P2558 Additional Pump Station Fuel Storage Rahders 25 5 20 20%25 5 20 20%
$15K savings. Unable to retrofit one site due to
power requirements. No further activity in this
area for Fiscal Year 2016.
P2559 Pressure Vessel Repair and Replacement Program Marchioro 50 47 3 94%300 47 253 16%On target.
P2564 Administration Carpet Replacement Program Payne 65 - 65 0%215 - 215 0%
Project pushed to FY 2018 due to budget
constraints.
P2565 803-2 Reservoir Interior/Exterior Coating & Upgrades Cameron - - - 0%725 - 725 0%No expenditures for FY 2016.
P2566 520-2 Reservoir Interior/Exterior Coating & Upgrades Cameron - - - 0%1,790 - 1,790 0%No expenditures for FY 2016.
P2567 1004-2 Reservoir Interior/Exterior Coating & Upgrades Cameron - - - 0%565 - 565 0%No expenditures for FY 2016.
R2109
Sweetwater River Wooden Trestle Improvement for the Recycled Water
Forcemain Beppler 400 233 167 58%516 353 163 68%
Project construction is complete. Warranty work
is budgeted for next fiscal year. Project is under
budget.
R2111 RWCWRF - RAS Pump Replacement Beppler 250 406 (156) 162%600 555 45 93%
Project construction is complete. Warranty work is
budgeted for next fiscal year. Project is under
budget.
R2112 450-1 Disinfection Facility Rehabilitation Cameron 40 62 (22) 155%265 213 52 80%Project is in the warranty period.
R2116 RecPL - 14-Inch, 927 Zone, Forcemain Assessment and Repair Marchioro 225 290 (65) 129%1,750 656 1,094 37%
Pace accelerated; however, overall project within
budget.
R2120 RWCWRF Filtered Water Storage Tank Improvements Beppler 10 - 10 0%500 - 500 0%
Scope of work requires structural design,
necessitating waiting for the new as-needed
engineering design contract to be awarded as not
enough budget remained in previous one.
S2012
San Diego County Sanitation District Outfall and RSD Outfall
Replacement Beppler 50 - 50 0%1,935 1,020 915 53%
County design project, costs are as invoiced by
them. Project is within overall budget.
S2024 Campo Road Sewer Main Replacement Beppler 500 512 (12) 102%5,500 1,115 4,385 20%
Design is complete. Easement acquisition will be
in next fiscal year. Project is within overall
budget.
S2027 Rancho San Diego Pump Station Rehabilitation Beppler 320 226 94 71%3,500 300 3,200 9%
County design project costs are as invoiced by
them. Project is within overall budget.
Y:\Board\CurBdPkg\ENGRPLAN\2017\BD 09-07-16\Fourth Quarter FY 16 CIP Update\Attachment B - 4th qtr expenditures.xlsx Page 3 of 4 8/16/2016
FISCAL YEAR 2016
4th QUARTER REPORT
(Expenditures through 06/30/2016)
($000)
Attachment B
2016 06/30/16
CIP No.Description
Project
Manager
FY 2016
Budget Expenses Balance
Expense to
Budget %Budget Expenses Balance
Expense to
Budget %Comments
FISCAL YEAR-TO-DATE, 06/30/16 LIFE-TO-DATE, 06/30/16
S2033 Sewer System Rehabilitation Beppler 900 430 470 48%6,000 2,000 4,000 33%
Construction of the RSD Sewer Phase 1 is behind
schedule due to contractor's delay in starting.
Pushing much of the unspent budget into FY
2017. Construction completion anticipated in FY
2017 Q2.
Total Replacement/Renewal Projects Total:7,188 6,638 550 92%53,137 25,015 28,122 47%
CAPITAL PURCHASE PROJECTS
P2282 Vehicle Capital Purchases Rahders 556 529 27 95%5,191 3,635 1,556 70%No further activity in this area for FY 2016.
P2285 Office Equipment and Furniture Capital Purchases Payne 15 15 - 100%589 551 38 94%FY 2016 complete.
P2286 Field Equipment Capital Purchases Rahders 50 56 (6) 112%1,808 1,359 449 75%
Overage due to $26.2K non-budgeted purchase
of a replacement forklift to the Warehouse. No
further activity in this area for FY 2016.P2366 APCD Engine Replacements and Retrofits Rahders 535 16 519 3%3,835 2,551 1,284 67%No further activity in this area for FY 2016.
-
Total Capital Purchase Projects Total:1,156 616 540 53%11,423 8,096 3,327 71%
DEVELOPER REIMBURSEMENT PROJECTS
P2556 HWY 94 Upsized Utility Relocations at Melody Lane Beppler 1 - 1 0%250 - 250 0%No activity this fiscal year.
Total Developer Reimbursement Projects Total:1 - 1 0%250 - 250 0%
89 11,811$ 10,605$ 1,206$ 90%138,642$ 53,812$ 84,830$ 39%
Y:\Board\CurBdPkg\ENGRPLAN\2017\BD 09-07-16\Fourth Quarter FY 16 CIP Update\Attachment B - 4th qtr expenditures.xlsx Page 4 of 4 8/16/2016
Otay Water District
Capital Improvement Program
Fiscal Year 2016
Fourth Quarter
(through June 30, 2016)
Attachment C
Operations Yard Property Acquisition Improvements -Parking Lot
06/08/16
Background
The approved CIP Budget for Fiscal Year 2016
consists of 80 projects that total $11.8 million. These
projects are broken down into four categories.
1.Capital Facilities $ 3.5 million
2.Replacement/Renewal $ 7.2 million
3.Capital Purchases $ 1.1 million
4.Developer Reimbursement $ 1.0 thousand
Overall expenditures through the Fourth Quarter of
Fiscal Year 2016 totaled $10.6 million, which is
approximately 90% of the Fiscal Year budget.
2
Fiscal Year 2016
Fourth Quarter Update
($000)
CIP
CAT Description FY 2016
Budget
FY 2016
Expenditures
%
FY 2016
Budget
Spent
Total Life-to-
Date Budget
Total
Life-to-Date
Expenditures
%
Life-to-
Date
Budget
Spent
1 Capital
Facilities $3,466 $3,351 97%$73,832 $20,701 28%
2 Replacement/
Renewal $7,188 $6,638 92%$53,137 $25,015 47%
3 Capital
Purchases $1,156 $616 53%$11,423 $8,096 71%
4 Developer
Reimbursement $1 $0 0%$250 $0 0%
Total:
$11,811 $10,605 90%$138,642 $53,812 39%
3
Fiscal Year 2016
Fourth Quarter
CIP Budget Forecast vs. Expenditures
4
Annual CIP Expenditures vs. Budget
5
6
CIP Projects in Construction
980-1 Reservoir
Interior/Exterior
Coating & Upgrades
(P2545)
Remove and Replace
Deteriorating Reservoir
Coatings.
Structural Modifications
to Increase Service Life.
$1.50M Budget
Start: February 2016
Estimated Completion:
August 2016
7
980-1 Reservoir (5.0 MG) –Exterior
Containment and Sandblasting
Location:
North End of
Salt Creek Golf
Course, Hunte
Parkway, Chula
Vista
Division No. 5
CIP Projects in Construction
711-1 & 711-2
Reservoirs
Interior/Exterior
Coating & Upgrades
(P2530, P2529)
Remove and Replace
Deteriorating Reservoir
Coatings.
Structural Modifications
to Increase Service Life.
$1.88M Budget
Start: November 2015
Estimated Completion:
September 2016
8
711-2 Reservoir (2.3 MG) –Exterior Scaffold
Installation
Location:
Park Meadows
Road, Chula
Vista. Adjacent
to East Lake
County Club
Golf Course
Division No. 1
CIP Projects in Construction
Operations Yard
Property Acquisition
Improvements (P2537)
Provide parking to
separate employee
vehicles from District
equipment.
Will serve as
Emergency staging area.
$0.78M Budget
Start: January 2016
Completed: June 2016
9
Operations Yard Property Acquisition
Improvements –Asphalt Concrete Paving
Division No. 3
Location:
Sweetwater
Springs
Boulevard, Spring
Valley. Adjacent
to District
Operations Yard
05/02/06
CIP Projects in Construction
Rancho San Diego
Basin Sewer
Rehabilitation –Phase
1 (S2033-003103)
Sewer system repairs
at 14 locations
3,250 LF of 8-inch
sewer
4 new sewer
manholes
$3.00M Budget
Start: March 2016
Estimated Completion:
November 2016
10
Trench Restoration in Singing Hills Mobile
Estates Easement
Division No. 5
Locations:
14 locations
including Hillsdale
Road, Donahue
Drive, Juliana
Street Vista Grande
Road, and Sundale
Road.
05/24/16
Construction Contract Status
PROJECT
TOTAL %
P2453-
002103
SR-11 Potable
Water Utility
Relocations -
Sequence 1
Coffman
Specialties, Inc.$947,380 $992,380 $29,480 3.1%$976,860 $976,860 -1.6%100.0%Completed
June 2016
P2531
P2532
P2535
944-1, 944-2, &
458-2 Reservoirs
Interior/Exterior
Coating & Upgrades
Olympus and
Associates Inc.$1,146,008 $1,206,008 $88,738 7.7%$1,294,746 $1,286,355 7.4%99.4%Completed
April 2016
R2111
RWCWRF RAS
Pumps
Replacement
Cora
Constructors
Inc.
$295,315 $315,315 $0 0.0%$300,087 $300,087 -4.8%100.0%
Completed
February
2016
R2112
450-1 Disinfection
Facility
Rehabilitation
Fordyce
Construction,
Inc.
$108,350 $128,350 ($360)-0.3%$107,990 $107,990 -15.9%100.0%
Completed
August
2015
S2033
Calavo Basin Sewer
Rehabilitation
Phase 1
Arrieta
Construction
Inc.
$521,890 $529,490 ($34,531)-6.6%$494,959 $494,959 -6.5%100.0%
Completed
August
2015
P2542 850-3 Reservoir
Interior Coating
Abhe &
Svoboda Inc.$336,720 $366,720 $22,533 6.7%$389,253 $389,253 6.1%100.0%
Completed
November
2015
FY 2016 CIP CONSTRUCTION PROJECTS
CURRENT
CONTRACT
AMOUNT
TOTAL
EARNED
TO DATE
CIP NO.PROJECT TITLE CONTRACTOR BASE BID
AMOUNT
CONTRACT
AMOUNT W/
ALLOWANCES
% CHANGE
ORDERS W/
ALLOWANCE
CREDIT**
%
COMPLETE
EST.
COMP.
DATE
NET CHANGE
ORDERS LTD*
11
Construction Contract Status
PROJECT
TOTAL %
R2109
Sweetwater River
Trestle
Improvements
Fordyce
Construction,
Inc.
$153,740 $173,740 $0 0.0%$157,047 $157,047 -9.6%100.0%
Completed
January
2016
P2537
Operations Yard
Property Acquisition
Improvements
Montgomery
Construction
Services, Inc.
$401,456 $449,611 $2,319 0.6%$422,668 $406,033 -6.0%96.1%Completed
June 2016
P2529
P2530
711-1 &711-2
Reservoir
Interior/Exterior
Coating & Upgrades
Advanced
Industrial
Services, Inc.
$1,103,715 $1,195,695 $0 0.0%$1,120,535 $863,220 -6.3%77.0%September
2016
P2545
980-1 Reservoir
Interior/Exterior
Coating & Upgrades
Advanced
Industrial
Services, Inc.
$769,000 $876,500 $8,000 1.0%$882,600 $819,100 0.7%92.8%August
2016
S2033
Rancho San Diego
Basin Sewer
Rehabilitation -
Phase 1
Transtar $951,470 $970,970 $0 0.0%$951,470 $211,154 -2.0%22.2%November
2016
P2541
R2110
624 Zone PRSs &
944-R PRS
Improvements
CCL
Contracting Inc.$445,209 $455,209 $15,777 3.5%$460,986 $460,986 1.3%100.0%Completed
May 2016
TOTALS:$7,180,253 $7,659,988 $131,957 1.8%$7,559,201 $6,473,043 -1.3%
FY 2016 CIP CONSTRUCTION PROJECTS
CURRENT
CONTRACT
AMOUNT
TOTAL
EARNED
TO DATE
**THIS CHANGE ORDER RATE INCLUDES THE CREDIT FOR UNUSED ALLOWANCES
*NET CHANGE ORDERS DO NOT INCLUDE ALLOWANCE ITEM CREDITS. IT'S A TRUE CHANGE ORDER PERCENTAGE FOR THE PROJECT
CIP NO.PROJECT TITLE CONTRACTOR BASE BID
AMOUNT
CONTRACT
AMOUNT W/
ALLOWANCES
% CHANGE
ORDERS W/
ALLOWANCE
CREDIT**
%
COMPLETE
EST.
COMP.
DATE
NET CHANGE
ORDERS LTD*
12
PM Consultant
CIP
No.Project Title
Original
Contract
Amount
Total
Change
Orders
Revised
Contract
Amount
Approved
Payment To
Date
%
Change
Orders
%
Project
Complete
Date of
Signed
Contract
End Date
of
Contract
PLANNING
BK ATKINS Varies 2015 WATER FACILITIES MASTER PLAN UPDATE $ 434,731.00 $ - $ 434,731.00 $ 355,261.69 0.0%81.7%1/28/2014 12/31/2016
SB CAROLLO ENGINEERS, INC.VARIES
2015 INTEGRATED WATER RESOURCES PLAN
UPDATE $ 99,993.00 $ 6,300.00 $ 106,293.00 $ 69,823.37 6.3%65.7%11/17/2014 6/30/2016
CH2M HILL ENGINNERS INC Varies
2015 URBAN WATER MANAGEMENT PLAN
UPDATE $ 49,839.00 $ 49,839.00 $ 45,697.77 0.0%91.7%9/10/2015 6/30/2018
SB WATER SYSTEMS CONSULTING INC VARIES AS-NEEDED HYDRAULIC MODELING FY15/16 $ 175,000.00 $ - $ 175,000.00 $ 93,789.00 0.0%53.6%7/15/2014 6/30/2017
DESIGN
BK AECOM P2451
OTAY MESA CONVEYANCE AND DISINFECTION
SYSTEM (DESIGN ENGINEER) $ 3,910,297.00 $ (109,434.00) $ 3,800,863.00 $ 1,356,484.17 -2.8%35.7%1/6/2011 6/30/2018
BK ARCADIS U.S., INC.
P2434,
P2511
VALUE ENGINEERING AND CONSTRUCTIBILITY
REVIEW $ 153,628.00 $ - $ 153,628.00 $ 70,208.73 0.0%45.7%1/24/2012
6/30/2016
COMPLETED
SB ARCADIS U.S. INC VARIES AS-NEEDED DESIGN FY 15-16 $ 300,000.00 $ - $ 300,000.00 $ 211,336.02 0.0%70.4%9/11/2014 6/30/2017
JM ATKINS Varies
AS-NEEDED ENGINEERING DESIGN SERVICES
FY12-13 $ 175,000.00 $ - $ 175,000.00 $ 173,861.56 0.0%99.3%10/26/2011
6/30/2016
COMPLETED
SC
BROWNSTEIN HYATT FARBER
SCHRECK P2451
OTAY MESA CONVEYANCE AND DISINFECTION
SYSTEM (BINATIONAL WATER AND RELATED
ISSUES) $ 100,000.00 $ - $ 100,000.00 $ 47,609.50 0.0%47.6%7/1/2015 6/30/2017
KC BSE ENGINEERING INC Varies AS-NEEDED ELECTRICAL SERVICES $ 100,000.00 $ - $ 100,000.00 $ 56,829.87 0.0%56.8%7/1/2012 6/30/2017
JM CAROLLO ENGINEERS INC P2083 DESIGN/CONSTRUCTION FOR 870-2 PS $ 624,910.00 $ 135,500.00 $ 760,410.00 $ 508,823.29 21.7%66.9%10/11/2013 12/31/2017
JM HDR ENGINEERING INC Varies CORROSION SERVICES FY14-FY16 $ 684,750.00 $ 45,000.00 $ 729,750.00 $ 637,525.69 6.6%87.4%11/22/2013 12/31/2016
BK LATITUDE 33 P1210 SALT CREEK GOLF COURSE STUDY $ 9,000.00 $ 9,000.00 $ 9,000.00 0.0%100.0%4/20/2016 12/31/2016
JM LEE & RO INC P2511 OTAY INTERCONNECT PIPELINE $ 2,769,119.00 $ - $ 2,769,119.00 $ 1,112,174.73 0.0%40.2%11/4/2010
12/31/2015
COMPLETED
Consultant Contract Status
Consultant Contract Status
14
Consultant
CIP
No.Project Title
Original
Contract
Amount
Total
Change
Orders
Revised
Contract
Amount
Approved
Payment To
Date
%
Change
Orders
%
Project
Complete
Date of
Signed
Contract
End Date
of
Contract
MICHAEL D.KEAGY REAL ESTATE Varies AS-NEEDED APPRAISAL SERVICES FY13-14 $ 45,000.00 $ - $ 45,000.00 $ 43,000.00 0.0%95.6%9/17/2012
6/30/2016
COMPLETED
NINYO & MOORE Varies GEOTECHNICAL SERVICES $ 175,000.00 $ - $ 175,000.00 $ 63,382.25 0.0%36.2%4/9/2015 6/30/2018
PIPELINE INSPECTION & CONDITION
ANALYSIS CORPORATION R2116
INSPECTION AND CONDITION ASSESSMENT OF
THE RALPH W. CHAPMAN WATER RECYCLING
FACILITY 14-INCH FORCE MAIN $ 302,092.00 $ 18,000.00 $ 320,092.00 $ 105,500.00 6.0%33.0%12/18/2014 4/30/2017
PSOMAS VARIES AS-NEEDED DESIGN FY 15-16 $ 300,000.00 $ - $ 300,000.00 $ 37,916.83 0.0%12.6%9/11/2014 6/30/2017
RFYEAGER Varies
AS-NEEDED CORROSION ENGINEERING AND
RESERVOIR COATING INSPECTION $ 175,000.00 $ - $ 175,000.00 $ 161,636.50 0.0%92.4%2/9/2015 12/31/2016
RICK ENGINEERING COMPANY S2024
CAMPO ROAD SEWER MAIN REPLACEMENT
PROJECT $ 805,705.00 $ - $ 805,705.00 $ 687,231.45 0.0%85.3%5/27/2014 12/31/2017
RICK ENGINEERING COMPANY Varies TRAFFIC ENGINEERING SERVICES FY 16-18 $ 175,000.00 $ - $ 175,000.00 $ 5,878.88 0.0%3.4%7/1/2015 6/30/2018
SILVA SILVA CONSULTING P2451
OTAY MESA CONVEYANCE AND DISINFECTION
SYSTEM (BINATIONAL WATER AND RELATED
ISSUES) $ 115,000.00 $ - $ 115,000.00 $ 72,289.05 0.0%62.9%5/1/2014
6/30/2016
COMPLETED
CONSTRUCTION SERVICES
AIRX UTILITY SURVEYORS Varies AS-NEEDED SURVEYING SERVICES FY 14-15 $ 175,000.00 $ 45,000.00 $ 220,000.00 $ 219,933.00 25.7%100.0%9/18/2013
6/30/2016
COMPLETED
AIRX UTILITY SURVEYORS Varies UTILITY LOCATING SERVICES FY 16-18 $ 350,000.00 $ 350,000.00 $ 54,222.00 0.0%15.5%10/12/2015 6/30/2018
ALYSON CONSULTING Varies CONSTRUCTION MGMT/INSPECTION FY 13-15 $ 350,000.00 $ 41,820.00 $ 391,820.00 $ 391,706.25 11.9%100.0%10/24/2012
6/30/2016
COMPLETED
ALYSON CONSULTING Varies CONSTRUCTION MGMT/INSPECTION FY 16-17 $ 350,000.00 $ (6,820.00) $ 343,180.00 $ 138,400.00 -1.9%40.3%7/1/2015 6/30/2017
CORRPRO COMPANIES INC Varies COATING INSPECTION FY 2016-2018 $ 175,000.00 $ 175,000.00 $ 55,598.25 0.0%31.8%1/7/2016 6/30/2018
HUNSAKER & ASSOCIATES Varies LAND SURVEYING FY16-18 $ 175,000.00 $ - $ 175,000.00 $ 20,298.00 0.0%11.6%1/20/2016 6/3/2018
MICHAEL BAKER INT'L INC P2083
870-2 PS CONSTRUCTION MANAGEMENT AND
INSPECTION SERVICES $ 853,457.00 $ - $ 853,457.00 $ 27,220.50 0.0%3.2%7/30/2014 12/31/2017
Consultant Contract Status
15
Consultant CIP No.Project Title
Original
Contract
Amount
Total Change
Orders
Revised
Contract Amount
Approved
Payment To
Date
%
Change
Orders
%
Project
Complete
Date of
Signed
Contract
End Date of
Contract
ENVIRONMENTAL
HELIX ENVIRONMENTAL VARIES
MAINTENANCE AND MONITORING OF THE SAN
MIGUEL HABITAT MANAGEMENT AREA AND CIP
ASSOCIATED MITIGATION PROJECTS $ 476,173.00 $ -$ 476,173.00 $ 185,954.54 0.0%39.1%12/19/2014 12/31/2017
ICF INTERNATIONAL JONES & STOKES
INC VARIES AS-NEEDED ENVIRONMENTAL SERVICES FY 15/16/17 $ 375,000.00 $ -$ 375,000.00 $ 180,822.81 0.0%48.2%7/18/2014 6/30/2017
RECON P2494 PREPARATION OF THE SUBAREA PLAN $ 270,853.00 $ -$ 270,853.00 $ 220,133.36 0.0%81.3%3/28/2008 6/30/2018
WATER RESOURCES
MICHAEL R. WELCH Varies ENGINEERING PLANNING SVCS.$ 100,000.00 $ -$ 100,000.00 $ 16,800.00 0.0%16.8%4/9/2014 6/30/2019
PUBLIC SERVICES
AEGIS Varies AS-NEEDED DEVELOPER PROJECTS FY 15-16 $ 400,000.00 $ -$ 400,000.00 $ 188,703.01 0.0%47.2%2/12/2015 6/30/2017
TOTALS:$ 15,729,547.00 $ 175,366.00 $ 15,904,913.00 $ 7,625,052.07 1.1%
QUESTIONS?
16