HomeMy WebLinkAbout05-21-15 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
THURSDAY
May 21, 2015
11:30 A.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. APPROVE AN AGREEMENT WITH KIRK PAVING IN AN AMOUNT NOT-TO-
EXCEED $200,000 FOR AS-NEEDED ASPHALT PAVING SERVICES FROM JULY 1,
2015 THROUGH JUNE 30, 2016 (MARTINEZ) [5 min]
4. RECEIVE THE DISTRICT’S REPORT ON THE OTAY WATER DISTRICT CON-
STRUCTION CONTRACT PROCUREMENT POLICY AND PRACTICES (MARTIN) [5
min]
5. THIRD QUARTER OF FISCAL YEAR 2015 CAPITAL IMPROVEMENT PROGRAM
REPORT (MARTIN) [5 minutes]
6. SAN DIEGO COUNTY WATER AUTHORITY UPDATE (WATTON) [10 minutes]
7. ADJOURNMENT
BOARD MEMBERS ATTENDING:
Gary Croucher, Chair
Tim Smith
2
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 May 15, 2015 I posted a copy of the foregoing agenda near the regular
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 May 15, 2015.
/s/ Susan Cruz, District Secretary
STAFF REPORT
TYPE MEETING: Regular Board
MEETING DATE: June 3, 2015
SUBMITTED BY:
Jose Martinez, Assistant
Chief of Water Operations
PROJECT: DIV. NO. All
APPROVED BY:
Pedro Porras, Chief of Water Operations
German Alvarez, Assistant General Manager
Mark Watton, General Manager
SUBJECT: AUTHORIZE AGREEMENT WITH KIRK PAVING FOR ANNUAL AS-NEEDED
PAVING SERVICES
GENERAL MANAGER’S RECOMMENDATION:
That the Board authorize entering into an agreement with Kirk
Paving in an amount not to exceed $200,000 for as-needed asphalt
paving services from July 1, 2015 through June 30, 2016.
COMMITTEE ACTION:
Please see attachment A.
PURPOSE:
To present bid results and request that the Board authorize
entering into an agreement with Kirk Paving, Lakeside, CA for as-
needed asphalt paving services from July 1, 2015 through June 30,
2016 in an amount not to exceed $200,000.
ANALYSIS:
As a regular course of business, the District is required to
maintain and repair its water delivery infrastructure. Routinely
this work requires the removal and re-installation of asphalt
paving in public roadways. It has been shown more effective and
efficient for the District to use outside contractors for its
asphalt paving work. Therefore, the District has used outside
asphalt paving contract services for more than ten (10) years.
As-needed paving services have been included in the FY 2016
Operating Budget under Contracted Services. The FY 2016 budget for
annual as-needed paving under Contracted Services is $200,000.
In accordance with the District’s purchasing requirements, a
notice was published and bids were solicited for this work on a
“unit price” basis. On April 22, 2015 nine (9) contractors attended
a mandatory pre-bid meeting and on April 29, 2015 bids were
received and publicly opened with the following results from five
(5) bidders:
Bidder Weighted
Score
Kirk Paving, Lakeside 501.86
Frank & Son Paving, Bonita 527.34
ABC Construction, San Diego 531.78
Carolino And Son Engineering, National City 541.96
Miller Paving, Spring Valley Non-Responsive
The responsive bidder with the lowest weighted score is determined
to be the lowest responsible bidder, in this case it is Kirk
Paving, of Lakeside, CA. Attachment B was produced by the
purchasing manager and is attached. Miller Paving was determined
to be non-responsive as a result of failing to provide four (4) of
the documents required as part of the bid. It should be noted all
of the other bidders included the required documents as part of
their bid package.
Kirk Paving served as the FY 2015 as-needed paving service
contractor for the District and has performed all required work
with no issues noted. Staff is confident that they will be able
to perform the required work.
Bids have been submitted on a unit-cost basis for the different
types of work typically required during paving. The types of work
are assigned a weight factor based on the District’s experience of
the frequency they will be employed during the term of the
agreement and these weights are multiplied by the unit cost to
determine a unit score. Unit scores are totaled to provide the
overall score of the bid and the contractor with the lowest overall
score is the low bidder. Please refer to Attachment B.
FISCAL IMPACT: Joe Beachem, Chief Financial Officer
The FY 2016 budget request includes $200,000 for as-needed paving
services. The project manager has projected that this requested
amount is sufficient to cover the anticipated expenses for the
paving needs in the 2016 fiscal year.
STRATEGIC GOAL:
Strategy: Stewards of Public Infrastructure.
Goal: Conduct the best practice preventative maintenance
activities.
LEGAL IMPACT:
None.
Attachment A: Committee Action Form
Attachment B: FY 2016 As-Needed Paving Services Score Sheet
ATTACHMENT A
SUBJECT/PROJECT: AUTHORIZE AGREEMENT WITH KIRK PAVING FOR ANNUAL AS-
NEEDED PAVING SERVICES
COMMITTEE ACTION:
The Engineering, Operations, and Water Resources Committee
reviewed this item at a meeting held on May 21, 2015, and the
following comments were made:
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
STAFF REPORT
TYPE MEETING: Engineering, Operations, and
Water Resources Committee
MEETING DATE: May 21, 2015
SUBMITTED BY:
Dan Martin
Engineering Manager
PROJECT: Various DIV. NO. All
APPROVED BY:
Rod Posada, Chief, Engineering
German Alvarez, Assistant General Manager
Mark Watton, General Manager
SUBJECT: Informational Item – Otay Water District Construction Contract
Procurement
GENERAL MANAGER’S RECOMMENDATION:
No recommendation. This is an informational item only.
COMMITTEE ACTION:
Please see Attachment A.
PURPOSE:
To provide information to the Otay Water District (District)
Engineering, Operations, and Water Resources Committee on the District’s
construction contract procurement policy and practices.
ANALYSIS:
This staff report was prepared to update the Committee regarding the
District’s construction contract procurement practices. The District’s
procurement of a Public Works contract for construction are guided by
the applicable provisions of the California Public Contract Code;
Section 4, “Purchases and Payments” of the District’s Code of
Ordinances; and the District’s Purchasing Manual.
The California Public Contract Code, Section 20642 states, that “When
work is not to be done by the District itself by force account, and the
amount involved is thirty-five thousand dollars ($35,000), or more, any
contract for the doing of the work shall be let to the lowest
responsible bidder, after publication, in the manner prescribed by the
board, of notices inviting bids therefor. However, the board may reject
any and all proposals.”
To this end, Section 7.2 “Requirements” of the District’s Purchasing
Manual lays out the procedures for formal advertising on construction
contracts that are greater than $35,000. These procedures require that
solicitations shall be advertised in at least one newspaper of general
circulation for a minimum of ten (10) calendar days prior to the date of
the bid opening. In addition, it is required that solicitations 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.
When the design plans and specifications are ready for construction,
they are finalized into a set of contract documents which include
instructions to bidders, dates for the pre-bid meeting, and the date and
time of the bid opening. The District’s current practice for
advertising an Invitation to Bid for engineering bids is to advertise
all construction projects on the District Website for twenty one (21)
days and in a variety of trade publications, plan houses and newspapers,
including: The San Diego Daily Transcript, F. W. Dodge, Reed
Construction Data, Construction Update, Bid America, San Diego
Contracting Opportunities Center Planroom, Associated General
Contractors of America, The Blue Book Building and Construction Network,
Construction Bid Board, Black Contractors Association, iSqFt Plan room,
and Bid Clerk.
In instances where a project scope for construction is large or complex
in nature, the bid time may be extended to provide an opportunity for
contractors to adequately prepare a bid proposal for the work. In an
effort to encourage contractors to submit a bid proposal for a project,
staff will notify individual contractors of the advertised bid
opportunity. This practice has increased the number of bids that have
been received for recent projects. Currently, the District makes the
complete contract documents associated with the Invitation to Bid
available to download for free. Hardcopies can be purchased for a fee
from a listed reprographics firm.
Bid proposals are accepted by the District up to the advertised date and
time of bid opening which is included in the Invitation to Bid. Once
all bid proposals are received, they are publically opened on the date
and time specified in the Invitation to Bid. The District’s public bid
openings for engineering bids are done at 4:00 pm. Bid proposals that
are received after the time specified are rejected and returned to the
Contractor unopened. The bid opening is open to the public and is
attended by District staff, prospective contractors, and suppliers. All
bids are opened with District staff serving as witnesses to the process.
All bid proposals are opened and read aloud. Staff confirms that the
bid proposal contains the required bid bond and staff verifies that all
addenda are acknowledged. Once all bids have been opened, the
District’s Project Manager announces the apparent low bidder from the
resulting bid proposals. Staff then begins the process of reviewing all
bid proposals and tabulating the bid items for each contractor in a
spreadsheet to determine if any errors were made. In the case of an
error in addition, the grand total of the unit prices and/or lump sum
totals for each line item governs. The following steps are taken by
staff to verify the accuracy of information, as well as, to verify the
contractor is both a responsive and responsible bidder:
1. Staff confirms that the apparent low bidder is the lowest
responsive and responsible bidder by carefully reviewing their bid
submittal. The bid submittal includes, but is not limited to: the Bid
Proposal (which includes the contract bid pricing), Bid Bond (Form B) or
other Security, Non-collusion Affidavit (Form C), Contractor License
Affidavit (Form D), List of Subcontractors(Form E), List of References
(Form F), Company Background Questionnaire (Form G), Company Safety
Questionnaire (Form H), contractor signed contract, Performance Bond,
Labor and Materials Bond, Contractor’s Certificate Regarding Worker’s
Compensation, and Certificate of Liability Insurance. Samples of Forms
B through H are included in Attachment A for reference.
2. Staff verifies with the California State Contractors License Board
on the license status of the contractor by ensuring they have a proper
and valid license, up to date Workers Compensation Insurance, and a bond
certifying that the Responsible Managing Officer owns 10% or more of the
voting stock/equity in the corporation, as required in the Contract
Documents.
3. Staff reviews the bidder’s completed Company Background
Questionnaire and Company Safety Questionnaire to verify no
irregularities are present.
4. Staff’s review also includes reference checks for the apparent low
bidder. The contractor is required to provide a minimum of five (5)
references on past projects. The contractor also provides three (3)
references for the project manager. Staff contacts these references as
well.
5. An internet search is also performed on the contractor’s name, the
project manager, and/or the principle/owner.
6. A search is performed on the System for Award Management (SAM)
system. SAM maintains a database that identifies excluded companies’
individuals from working on projects that are federally funded.
7. Lastly, Staff verifies that the contractor and their sub-
contractors are registered with the Department of Industrial Relations
(DIR), as required by Senate Bill 854.
After all items are verified and confirmed, Staff will recommend an
award (or possible rejection of bids) to the Board during a formal board
meeting. If the Board takes action to award the contract, the Board
will authorize the execution of the contract on behalf of the District
by the General Manager. After approval as to form and legality of the
contract documents by Legal Counsel, the contract is executed.
FISCAL IMPACT: Joe Beachem, Chief Financial Officer
None.
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:jf
P:\WORKING\Staff Repts Misc\EO&W Committee 05-21-15\EO&W 05-21-15 Staff Report Overview of Constructio
Contract Procurements.docx
Attachments: Attachment A – Committee Action
Attachment B – Sample Contract Forms
ATTACHMENT A
SUBJECT/PROJECT:
N/A
Informational Item – Otay Water District Construction
Contract Procurement
COMMITTEE ACTION:
This item was presented to the Engineering, Operations, and Water
Resources Committee (Committee) at a meeting held on May 21, 2015.
ATTACHMENT B
SUBJECT/PROJECT:
N/A
Informational Item – Otay Water District Construction
Contract Procurement
Sample Contract Forms for Engineering Bids:
Bid Bond (Form B)
Non-collusion Affidavit (Form C)
Contractor License Affidavit (Form D)
List of Subcontractors (Form E)
List of References (Form F)
Company Background Questionnaire (Form G)
Company Safety Questionnaire (Form H)
SECTION 00410
BID BOND
(FORM B)
00410-1
FORM B
BOND NO. ___________________
AMOUNT: $___________________
Know all men by these presents, that
as Principal, and
a corporation duly organized under the laws of the State of
having its principal place of business at
in the State of , and authorized to do business in the State of California, as
Surety, are held and firmly bound unto Otay Water District, hereinafter “Obligee”, in the penal
sum of
Dollars ($ ), for the payment of which we bind
ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally,
firmly by these presents.
SECTION 00410
BID BOND
(FORM B)
00410-2
FORM B
THE CONDITION OF THIS BOND IS SUCH THAT:
Whereas the Principal is herewith submitting his or its bid proposal for Contractor Services, said
bid proposal, by reference thereto, being hereby made a part hereof.
Now, therefore, if the bid proposal submitted by the Principal is accepted, and the contract
awarded to the Principal, and if the Principal shall execute the proposed contract and shall
furnish such Performance Bond and Labor and Materials Bond as required by the contract
documents, insurance certificates and policies, certification of worker’s compensation insurance
and other required documents within the time fixed by the contract documents, then this
obligation shall be void. If the Principal shall fail to execute the proposed contract, furnish the
required bonds and other required documents within the time specified in the contract
documents, the Surety hereby agrees to pay to the Obligee the penal sum as liquidated
damages.
Signed and sealed this _________day of ____________________, 2015.
_________________________________
PRINCIPAL
By_______________________________
_________________________________
SURETY
By_______________________________
Attorney-in-fact
SECTION 00420
NONCOLLUSION AFFIDAVIT
(FORM C)
00420-1
FORM C
(TO BE EXECUTED BY BIDDER
AND SUBMITTED WITH BID)
State of California )
) ss.
County of San Diego )
________________________________________, being first duly sworn, deposes and says
that he or she is _________________ of _________________________________________,
Title Entity Name
the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any
undisclosed person, partnership, company, association, organization, or corporation. The bid is
genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited
any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded,
conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain
from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement,
communication, or conference with anyone to fix the bid price of the bidder or any other bidder,
or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All
statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his
or her bid price or any breakdown thereof, or the contents thereof, or divulged information or
data relative thereto, to any corporation, partnership, company, association, organization, bid
depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has
not paid, and will not pay, any person or entity for such purpose.
Any person executing this declaration on behalf of a bidder that is a corporation, partnership,
joint venture, limited liability company, limited liability partnership, or any other entity, hereby
represents that he or she has full power to execute, and does execute, this declaration on
behalf of the bidder.
Bidder: ______________________________
By: ______________________________
Title: ______________________________
By: ______________________________
Title: ______________________________
Subscribed and sworn to before me,
Notary
on this day of , 2015.
SECTION 00430
CONTRACTOR LICENSE AFFIDAVIT
(FORM D)
00430-1
FORM D
BUSINESS AND PROFESSIONAL CODE 7028.15:
"A licensed contractor shall not submit a bid to a public agency unless his or her contractor's
license number appears clearly on the bid, the license expiration date is stated, and the bid
contains a statement that the representations made therein are made under penalty of perjury.
Any bid not containing this information, or a bid containing information which is subsequently
proven false, shall be considered nonresponsive and shall be rejected by the public agency."
State of California )
) ss
)
____________________ being first duly sworn, deposes and says that he is _______________
_______________ of _____________________, the party making the foregoing bid, is a
licensed contractor and understands the information shown below shall be included with the bid
and understands that any bid not containing this information, or if this information is
subsequently proven to be false, shall be considered nonresponsive and shall be rejected by
the District ___________________________________________________________________
____________________________________________________________________________
(State license number and classification) License Expiration Date
I certify under the penalty of Perjury under the laws of the State of California that the foregoing
is true and correct.
Subscribed at:
____________________ _________________________
(City) (County) (State)
on _______________________, 2015.
(Date)
_______________________________________________
NOTARY TO AFFIX SEAL _______________________________________________
AND CERTIFICATE OF (State license number and classification)
ACKNOWLEDGMENT
_______________________________________________
(Address)
_______________________________________________
(City) (State) (Zip Code)
_______________________________________________
(Telephone)
SECTION 00440
LIST OF SUBCONTRACTORS
(FORM E)
00440-1
FORM E
The Bidder shall identify all proposed subcontractors and subconsultants who will be performing
work that has a value in excess of one-half (0.5) of one (1) percent of the total amount of this
proposal. The Bidder certifies that the following subcontracting firms or businesses will be
awarded subcontracts for the indicated portions of the work in the event that the Bidder is
awarded the contract.
The Bidder shall identify the type of work the subcontractor shall perform; include the specific
bid item(s) that the subcontractor(s) will perform work on; and state the percent (%) of the bid
item that the subcontractor will perform.
TYPE OF WORK:
_________________________________________________________________________
_________________________________________________________________________
Bid Item Percent
_________________________________________________________________________
Name
_________________________________________________________________________
Street City
License No. /Type _______________________________________
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
TYPE OF WORK:
_________________________________________________________________________
_________________________________________________________________________
Bid Item Percent
_________________________________________________________________________
Name
_________________________________________________________________________
Street City
License No. /Type _______________________________________
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
TYPE OF WORK:
_________________________________________________________________________
_________________________________________________________________________
Bid Item Percent
_________________________________________________________________________
Name
_________________________________________________________________________
Street City
License No. /Type _______________________________________
00440-2
FORM E
TYPE OF WORK:
_________________________________________________________________________
_________________________________________________________________________
Bid Item Percent
_________________________________________________________________________
Name
_________________________________________________________________________
Street City
License No. /Type _______________________________________
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
TYPE OF WORK:
_________________________________________________________________________
_________________________________________________________________________
Bid Item Percent
_________________________________________________________________________
Name
_________________________________________________________________________
Street City
License No. /Type _______________________________________
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
TYPE OF WORK:
_________________________________________________________________________
_________________________________________________________________________
Bid Item Percent
_________________________________________________________________________
Name
_________________________________________________________________________
Street City
License No. /Type _______________________________________
BIDDER: ______________________________
Signature: ______________________________
Date: __________________________________
SECTION 00450
LIST OF REFERENCES
(FORM F)
00450-1
FORM F
A minimum of five (5) project references are required for the Contractor and a minimum of
three (3) project references are required for the Project Manager to be assigned to the
subject work. The referenced projects must have been completed within the past five (5)
years and be similar in scope including type, size, duration, value, etc. to the
aforementioned project. Bidder’s failure to provide current reference contact information
could impact District’s ability to check references. Lack of valid references could delay
award of a contract to Bidder and jeopardize award.
CONTRACTOR
Project Title: Year Completed:
Type of Project ______________________________ Contract Amount: $
Company Name:
Address:
Contact Person: Tel:
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
Project Title: Year Completed:
Type of Project ______________________________ Contract Amount: $
Company Name:
Address:
Contact Person: Tel:
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
Project Title: Year Completed:
Type of Project ______________________________ Contract Amount: $
Company Name:
Address:
Contact Person: Tel:
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
00450-2
FORM F
Project Title: Year Completed:
Type of Project ______________________________ Contract Amount: $
Company Name:
Address:
Contact Person: Tel:
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
Project Title: Year Completed:
Type of Project ______________________________ Contract Amount: $
Company Name:
Address:
Contact Person: Tel:
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
Project Title: Year Completed:
Type of Project ______________________________ Contract Amount: $
Company Name:
Address:
Contact Person: Tel:
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
Project Title: Year Completed:
Type of Project ______________________________ Contract Amount: $
Company Name:
Address:
Contact Person: Tel:
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
00450-3
FORM F
PROJECT MANAGER
Project Manager:
Project Title: Year Completed:
Type of Project ______________________________ Contract Amount: $
Company Name:
Address:
Contact Person: Tel:
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
Project Title: Year Completed:
Type of Project ______________________________ Contract Amount: $
Company Name:
Address:
Contact Person: Tel:
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
Project Title: Year Completed:
Type of Project ______________________________ Contract Amount: $
Company Name:
Address:
Contact Person: Tel:
BIDDER: _______________________________________
Signature: ______________________________________
Date: __________________________________________
SECTION 00460
COMPANY BACKGROUND QUESTIONNAIRE
(FORM G)
00460-1
FORM G
Company Name:
Person Completing Form (Print):
Signature: Date:
Title: Phone Number:
IMPORTANT: Falsifying information or failure to provide known information could jeopardize
or delay award of a contract.
1. COMPANY HISTORY
Yes No
1. Have there been any previous changes to the company name or changes in
ownership that have occurred within the past ten (10) years?
2. Has any owner or officer of the company operated as a contractor under any
other name or license number in the last ten (10) years?
3. Have there been any previous changes to the company’s license number(s)
in the past ten (10) years?
4. Is your company a subsidiary, parent, holding company or affiliate of another
construction company?
If ‘Yes’ to any of the above provide details for each on the lines below including, but not limited to,
previous company name and/or number, date of name change, date of change in ownership.
00460-2
FORM G
2. COMPANY FINANCIAL RECORD
Yes No
1. Was your company in bankruptcy at any time during the last ten (10) years or
currently filing for bankruptcy?
If ‘Yes’ to the above provide details on the lines below including, but not limited to, case number,
bankruptcy court, and the date the petition was filed.
3. CIVIL COURT ACTIONS
Yes No
1. Has your company, or any owner or officer of your company, ever been found
liable in a civil suit?
2. Have there been any judgments against your company or any owner or officer
of your company within the past ten (10) years?
3. In the past ten (10) years, has your company or any owner or officer of your
company made any claim in excess of $50,000 against a project owner and
filed that claim in court or arbitration?
4. In the past ten (10) years, have there been any claims in excess of $50,000
that have been filed in court or arbitration against your company?
If ‘Yes’ to any of the above provide details for each on the lines below including, but not limited to,
project name, date of the claim, name of the claimant, name of the entity (or entities) against whom
the claim was filed, brief description of the claim, the court and case number, if applicable, brief
description of the status (i.e. pending, resolved, a description of the resolution, etc.).
00460-3
FORM G
4. CRIMINAL ACTIONS
Yes No
1. Has your company or any owner or officer of your company ever been
convicted of a federal or state crime of fraud, theft, or any other act of
dishonesty?
2. Has your company or any owner or officer of your company ever been found
guilty in a criminal action for making any false claim or material
misrepresentation to any public agency or entity?
3. Has any state or local agency taken any disciplinary action against your
company or any owner or officer of your company?
If ‘Yes’ to any of the above provide details for each on the lines below including, but not limited to, the
person or persons convicted, the name of the victim, the date of conviction, the court and case
number, the crime and year convicted.
5. CONTRACT AWARD
Yes No
1. Has your company ever been denied an award of a public works contract
based on a finding by a public agency that your company was not a
responsible bidder?
2. In the past ten (10) years, has your company or any owner or officer of your
company been listed on the Excluded Parties List System (EPLS), debarred,
disqualified, removed or otherwise prevented from bidding on, or completing,
any government agency or public works project for any reason?
If ‘Yes’ to any of the above provide details for each on the lines below including, but not limited to, year
of the event, the owner, the project, entity denying the award, the basis for the finding by the public
agency, name of the organization debarred.
SECTION 00470
COMPANY SAFETY QUESTIONNAIRE
(FORM H)
00470-1
FORM H
Company Name:
Person Completing Form (Print):
Signature: Date:
Title: Phone Number:
IMPORTANT: Falsifying information or failure to provide known information could jeopardize
or delay award of a contract.
SAFETY PERFORMANCE
1. List your company’s Interstate Experience Rating Modifier (ERM) for the three most recent years.
20_______ _______________________________________
20_______ _______________________________________
20_______ _______________________________________
2. List your company’s number of injuries/illnesses from your OSHA 300 logs for the three most
recent years.
20_______ 20_______ 20_______
a. Fatalities _________ _________ _________
b. OSHA recordable incidents _________ _________ _________
c. Lost work day incidents _________ _________ _________
d. Total lost work days _________ _________ _________
e. Total hours worked _________ _________ _________
3. Please provide copies of the following upon award: Check if Available
a. OSHA 300 logs for the most recent three years and current year-to-date
b. Verification of ERM from your insurance carrier
c. Injury/Illness Report
d. Complete written Safety Program
e. Training Plans
f. Training Certificates for Employees
g. Emergency Response Training
Primary contractors must submit all information requested on No. 3 (a-g) to the District.
Subcontractors must submit information (a-c) to the District and d-g to the primary contractor and
should be made available to the District upon request.
4. Company Safety Contact
a. Name: _______________________________________________________
b. Phone: _______________________________________________________
00470-2
FORM H
SAFETY PROGRAM
1. SAFETY PROGRAM DOCUMENTATION Circle One
a. Do you have a written safety program manual? Yes No
Last revision date___________________________
b. Do you have a written safety field manual? Yes No
c. Are all workers given a booklet that contains work rules,
responsibilities and other appropriate information? Yes No
2. POLICY AND MANAGEMENT SUPPORT
a. Do you have a safety policy statement from an officer of the
company? Yes No
b. Do you have a disciplinary process for enforcement of your
safety program? Yes No
c. Does management set corporate safety goals? Yes No
d. Does executive management review:
Accident reports?
Inspection reports?
Safety statistics?
e. Do you safety pre-qualify subcontractors? Yes No
f. Do you have a written policy on accident reporting and
investigation? Yes No
g. Do you have a light-duty, return-to-work policy? Yes No
h. Is safety part of your supervisor’s performance evaluation? Yes No
i. Do you have a personal protective equipment (PPE) policy? Yes No
j. Do you have a written substance abuse program? Yes No
If yes, check which apply:
Pre-employment testing Return to duty testing
Random testing Disciplinary process
Reasonable cause testing Alcohol Testing
Post accident testing National Institute on Drug Abuse
Panel Screen
k. Does each level of management have assigned safety duties
and responsibilities? Yes No
00470-3
FORM H
3. TRAINING AND ORIENTATION Circle One
a. Do you conduct safety orientation training for each
employee? Yes No
b. Do you conduct site safety orientation for every person new
to the job? Yes No
c. Does your safety program require safety training meetings
for each supervisor (foreman and above)? How often? Yes No
Weekly Monthly Quarterly Annually
d. Do you hold tool box/tailgate safety meetings focused on
your specific work operations/exposures? Yes No
Weekly Daily
e. Do you require equipment operation/certification training? Yes No
4. ADMINISTRATION AND PROCEDURES
a. Does your written safety program address administrative
procedures? Yes No
If yes, check which apply:
Pre-project/task planning Emergency procedures
Record keeping Audits/inspections
Safety committees Accident investigations/reporting
HAZCOM Training documentation
Substance abuse prevention Hazardous work permits
Return-to work Subcontractor prequalification
b. Do you have project safety committees? Yes No
c. Do you conduct job site safety inspections? How often? Yes No
Daily Weekly Monthly
d. Do these inspections include a routine safety inspection of
equipment (e.g. scaffold, ladders, fire extinguishers, etc.)? Yes No
e. Do you investigate accidents? How are they reported? Yes No
Total company By superintendent
By project By project manager
By foreman In accordance with OSHA
f. Do you discuss safety at all preconstruction and progress
meetings? Yes No
g. Do you perform rigging and lifting checks prior to lifting? Yes No
For personnel For equipment Heavy lifts (more than 10,000 lbs)
00470-4
FORM H
5. WORK RULES Circle One
a. Do you periodically update work rules? Yes No
When was the last update? ______________________
b. What work practices are addressed by your work rules?
Check all that apply.
CPR/first aid Access-entrances/stairs
Barricades, signs, and signals Respiratory protection
Blasting Material handling/storage
Communications Temporary heat
Compressed air and gases Vehicle Safety
Concrete work Traffic control
Confined-space entry Site visitor escorting
Cranes/rigging and hoisting Public protection
Electrical grounding Equipment guards and grounding
Environmental controls and Monitoring Equipment
Occupational health Flammable material handling/storage
Emergency procedures Site sanitation
Fire protection and prevention Trenching and excavating
Floor and wall openings Lockout/Tagout
Fall protection Energized/pressurized equipment
Housekeeping Personal protective equipment
Ladders and scaffolds Tools, power and hand
Mechanical equipment Electrical power lines
Welding and cutting (hot work) Other ________________________
6. OSHA INSPECTIONS
a. Have you been inspected by OSHA in the last three years? Yes No
b. Were these inspections in response to complaints? Yes No
c. Have you been cited as a result of these inspections? Yes No
If yes, describe the citations:
STAFF REPORT
TYPE MEETING: Regular Board
MEETING DATE: June 3, 2015
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 – Third Quarter Fiscal Year 2015 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 Third Quarter Fiscal Year 2015 update is intended to provide a
detailed analysis of progress in completing these projects within the
allotted time and budget of $10.6 million. Expenditures through the
Third Quarter totaled approximately $5.6 million. Approximately 53%
of the Fiscal Year 2015 expenditure budget was spent (see Attachment
B). As of the Third Quarter, total expenditures for the end of
Fiscal Year 2015 are estimated to be around 80% of the Fiscal Year
budget.
FISCAL IMPACT: Joe Beachem, Chief Financial Officer
No fiscal impact as this is an informational item only.
STRATEGIC GOAL:
The Capital Improvement Program supports the District’s Mission
statement, “To provide high value water and wastewater services to
the customers of the Otay Water District, in a professional,
effective, and efficient manner” and the General Manager’s Vision, “A
District that is at the forefront in innovations to provide water
services at affordable rates, with a reputation for outstanding
customer service.”
LEGAL IMPACT:
None.
DM/RP:jf
P:\Forms\D-Construction\CIP Quarterly Reports\CIP Qtr Reports\FY 2015\Q3\Staff Report\BD 06-03-15, Staff
Report, Third Quarter FY 2015 CIP Report, (DM-RP).docx
Attachments: Attachment A – Committee Action
Attachment B - Fiscal Year 2015 Third Quarter CIP
Expenditure Report
Attachment C – Presentation
ATTACHMENT A
SUBJECT/PROJECT:
Various
Informational Item – Third Quarter Fiscal Year 2015 Capital
Improvement Program Report
COMMITTEE ACTION:
The Engineering, Operations, and Water Resources Committee (Committee)
reviewed this item at a Committee Meeting held on May 21, 2015. The
Committee supported Staff’s recommendation.
NOTE:
The “Committee Action” is written in anticipation of the Committee
moving the item forward for Board approval. This report will be sent
to the Board as a Committee approved item, or modified to reflect any
discussion or changes as directed from the Committee prior to
presentation to the full Board.
FISCAL YEAR 2015
3rd QUARTER REPORT
(Expenditures through 03/31/2015)
($ In Thousands)
ATTACHMENT B
2015 03/31/15
CIP No.Description
Project
Manager
FY 2015
Budget Expenses Balance
Expense to
Budget %Budget Expenses Balance
Expense to
Budget %Comments for Q3
CAPITAL FACILITY PROJECTS -
P2083 PS - 870-2 Pump Station Replacement Marchioro 650$ 350$ 300$ 54%16,500$ 1,279$ 15,221$ 8%
Pace slowed slightly as 3D model was added to
project scope and consultant progress slower
than anticipated.
P2267 36-Inch Main Pumpouts and Air/Vacuum Ventilation Installations Thompson 195 93 102 48%435 328 107 75%
Awaiting invoice from HDR; expect to use
majority of this funding in FY 2015.
P2434 Rancho Del Rey Groundwater Well Development Marchioro 75 104 (29) 139%3,705 3,710 (5) 100%
Settlement to close out design consultant's
agreement slightly higher than anticipated.
P2451 Otay Mesa Desalination Conveyance and Disinfection System Kennedy 1,000 600 400 60%30,000 3,161 26,839 11%
The District has delayed the design of this project
to keep pace with the progress in Mexico.
P2466 Regional Training Facility Coburn-Boyd 3 - 3 0%300 285 15 95%
May spend a small amount of this budget ($1,000-
$2,000) as project is moving forward again.
P2486 Asset Management Plan Condition Assessment and Data Acquisition Zhao 75 8 67 11%1,090 826 264 76%
A new purchase of Asset Management software
has been processed and will be reflected on next
quarter's expense. Another project for choosing
an AM consultant is on hold for a few months.
P2511 Otay Interconnect Pipeline Marchioro 100 81 19 81%2,005 2,061 (56) 103%
EIR certification on hold since pump station
parcels owned by Caltrans may have open space
encumbrances. Design on hold.
P2537 Operations Yard Property Acquisition Improvements Kennedy 100 112 (12) 112%350 149 201 43%Award of this project is planned for FY 2016.
P2541 624 Pressure Zone PRSs Marchioro 425 5 420 1%600 211 389 35%
Construction postponed until FY 2016. Will be
bid together with R2110.
P2547
District Administration Building Main Breaker Installation and Vehicle
Charging Stations Beppler 45 10 35 22%50 10 40 20%
The main breaker project was completed June
2014 and paid with the Safety budget. The
electric vehicle charging station is in early stages
of design.
P2548 Sump Pump Installation at the 980-1 & 2 Reservoirs Anderson 35 4 31 11%35 4 31 11%
Project started and will be completed early in the
Q4 FY 2015.
P2549 Fuel system upgrade Payne 30 - 30 0%30 - 30 0%Fuel System upgrade moved to FY 2016.
P2551 Blossom Lane Helix WD and Otay WD Interconnection Beppler 5 8 (3) 160%400 8 392 2%
P2552 South Barcelona Helix WD and Otay WD Interconnection Beppler 5 7 (2) 140%400 7 393 2%
R2048 RecPL - Otay Mesa Distribution Pipelines and Conversions Martin 1 - 1 0%555 475 80 86%
No work anticipated in FY 2015 due to
Temporary Moratorium on Recycled Water
Infrastructure on Otay Mesa.
R2058 RecPL - 16-Inch, 860 Zone, Airway Road - Otay Mesa/Alta Martin 1 - 1 0%1,406 1,340 66 95%
No work anticipated in FY 2015 due to
Temporary Moratorium on Recycled Water
Infrastructure on Otay Mesa.
R2077 RecPL - 24-Inch, 860 Zone, Alta Road - Alta Gate/Airway Beppler 25 - 25 0%4,500 2,805 1,695 62%
Paving of surface road required to finish
improvements, per the reimbursement agreement
with developer.
R2087 RecPL - 24-Inch, 927 Zone, Wueste Road - Olympic/Otay WTP Cameron 5 - 5 0%7,000 1,032 5,968 15%
Project on hold due to Temporary Moratorium on
Recycled Water Infrastructure on Otay Mesa.
FISCAL YEAR-TO-DATE, 03/31/15 LIFE-TO-DATE, 03/31/15
Helix WD led project; design costs (about
$25,000) expected to be billed by June for about
$45,000 project total this FY (combined P2551 &
P2552).
Y:\Board\CurBdPkg\ENGRPLAN\2015\BD 06-03-15\Q3 FY 2015 Update\FY15 3rd qtr exp-FINAL.xlsx Page 1 of 4 5/14/2015
FISCAL YEAR 2015
3rd QUARTER REPORT
(Expenditures through 03/31/2015)
($ In Thousands)
ATTACHMENT B
2015 03/31/15
CIP No.Description
Project
Manager
FY 2015
Budget Expenses Balance
Expense to
Budget %Budget Expenses Balance
Expense to
Budget %Comments for Q3
FISCAL YEAR-TO-DATE, 03/31/15 LIFE-TO-DATE, 03/31/15
R2107 RWCWRF Screening Compactor and Chlorine Injectors Enclosure Vacklavek 85 - 85 0%215 101 114 47%
Completion of project expected in FY 2015 Q4,
with all funds utilized.
R2108 Res - 927-1 Reservoir Cover Replacement Marchioro 50 13 37 26%1,400 1,077 323 77%Final warranty inspection scheduled in FY 2016.
R2110 RecPS - 944-1 Optimization and Pressure Zone modifications Marchioro 50 3 47 6%200 66 134 33%
Construction (PRS Vault 3 retrofit) postponed
until FY 2016. Will be bid together with P2541.
R2114 Large Recycle Pump Replacement at the RWCWRF 927-1 Pump Station Anderson 100 52 48 52%100 52 48 52%
Both pumps have been completed and the
second one will bill for a total of $86,181.00; by
the end of May this original budget is 100%
completed. The funds left over will be utilized in
FY 2016 for engine driven pump #5.
R2117 RWCWRF Contact Basin Expansion Project Beppler 20 56 (36) 280%1,500 56 1,444 4%
Study should be completed by June; consultant
fee is $77,402; in-house costs should take it to
about $90,000.
S2043 RWCWRF Sludge Handling System Beppler 5 3 2 60%1,500 40 1,460 3%No additional billings expected in FY 2015.
Total Capital Facility Projects Total:3,085 1,509 1,576 49%74,276 19,083 55,193 26%
REPLACEMENT/RENEWAL PROJECTS
P2366 APCD Engine Replacements and Retrofits Rahders 5 16 (11) 320%3,488 2,529 959 73%
Replacement emissions analyzer has been
purchased for FY 2016. Staff anticipates no
further activity.
P2382 Safety and Security Improvements Ramirez 192 116 76 60%3,222 2,135 1,087 66%
Will need to add $58K to existing budget to cover
systems upgrades identified for completion by
year end for access control and intrusion
detection at Admin, Ops and Warehouse
buildings.
P2440 I-905 Utility Relocations Marchioro 5 7 (2) 140%1,600 1,590 10 99%
Staff anticipates that Caltrans will issue an
additional $33,493 credit to Otay; however, the
$33K credit on hold pending Caltrans' receipt of
final accounting numbers from the City of San
Diego's sewer contractor.
P2453 SR-11 Utility Relocations Marchioro 600 901 (301) 150%2,250 1,134 1,116 50%
Construction contract ahead of schedule.
Positioned to spend $1.2M rather than $0.6M.
Project completion of Phase 1 anticipated in FY
2015 Q4.
P2477 Res - 624-1 Reservoir Cover Replacement Marchioro 5 4 1 80%1,000 931 69 93%On target for upcoming warranty inspection.
P2485 SCADA Communication System and Software Replacement Vacklavek 655 182 473 28%1,974 1,350 624 68%
Expected expenditures for Q4 are estimated to
be about $65,000. The installation of the
wireless radio system is still delayed.
P2493 624-2 Reservoir Interior/Exterior Coating Cameron 50 63 (13) 126%1,950 1,530 420 78%
Construction is complete; project is in the
warranty period.
P2494 Multiple Species Conservation Plan Coburn-Boyd 90 5 85 6%950 815 135 86%
Expect to spend $30,000-40,000 during
remainder of FY 2015.
P2495 San Miguel Habitat Management/Mitigation Area Coburn-Boyd 180 58 122 32%2,100 1,089 1,011 52%
Expect to spend about $80,000 during remainder
of FY 2015.
P2496 Otay Lakes Road Utility Relocations Martin 5 1 4 20%325 301 24 93%
Construction substantially complete in Q3 FY
2015.
P2504 Regulatory Site Access Road and Pipeline Relocation Cameron 20 2 18 10%900 329 571 37%Project on hold.
P2507 East Palomar Street Utility Relocation Cameron 175 51 124 29%940 671 269 71%
Caltrans driving project. Utility agreements are in
place for reimbursement. Contractor is 6 months
behind schedule. Anticipated completion in
December 2015.
P2508 Pipeline Cathodic Protection Replacement Program Marchioro 125 95 30 76%300 144 156 48%On target.
Y:\Board\CurBdPkg\ENGRPLAN\2015\BD 06-03-15\Q3 FY 2015 Update\FY15 3rd qtr exp-FINAL.xlsx Page 2 of 4 5/14/2015
FISCAL YEAR 2015
3rd QUARTER REPORT
(Expenditures through 03/31/2015)
($ In Thousands)
ATTACHMENT B
2015 03/31/15
CIP No.Description
Project
Manager
FY 2015
Budget Expenses Balance
Expense to
Budget %Budget Expenses Balance
Expense to
Budget %Comments for Q3
FISCAL YEAR-TO-DATE, 03/31/15 LIFE-TO-DATE, 03/31/15
P2515 870-1 Reservoir Paving Martin 415 347 68 84%550 500 50 91%
Construction contract accepted FY 2015 Q3.
Project in warranty.
P2518 803-3 Reservoir Interior/Exterior Coating Cameron 30 9 21 30%700 634 66 91%
Construction is complete; project is in the
warranty period.
P2519 832-2 Reservoir Interior/Exterior Coating Cameron 30 12 18 40%700 657 43 94%
Construction is complete; project is in the
warranty period.
P2520 Motorola Mobile Radio Upgrade Martinez 50 - 50 0%135 77 58 57%
No additional work is anticipated in FY 2015, but
will continue in FY 2016.
P2529 711-2 Reservoir Interior & Exterior Coating Cameron 5 1 4 20%760 1 759 0%Expenditures expected in Q4 FY 2015.
P2530 711-1 Reservoir Interior & Exterior Coating Cameron 10 1 9 10%940 1 939 0%Expenditures expected in Q4 FY 2015.
P2531 944-1 Reservoir Interior & Exterior Coating Martin 190 3 187 2%240 10 230 4%
Construction completion of reservoir anticipated
in FY 2016 Q1.
P2532 944-2 Reservoir Interior & Exterior Coating Martin 900 460 440 51%950 467 483 49%
Construction completion of reservoir anticipated
in FY 2015 Q4.
P2533 1200-1 Reservoir Interior & Exterior Coating Cameron - - - 0%365 - 365 0%No expenditures planned in FY 2015.
P2534 978-1 Reservoir Interior & Exterior Coating Cameron - - - 0%270 - 270 0%No expenditures planned in FY 2015.
P2535 458-2 Reservoir Interior & Exterior Coating & Upgrades Martin 585 61 524 10%640 76 564 12%
Construction completion of reservoir anticipated
in FY 2015 Q4.
P2538
Administration and Operations Building Fire Sprinkler Replacement
Program Cameron 65 41 24 63%110 64 46 58%
Expenditures are planned for FY 2015 Q4.
Project is on budget.
P2539 South Bay Bus Rapid Transit (BRT) Utility Relocations Cameron 30 34 (4) 113%375 63 312 17%
SANDAG invoice for project funding anticipated
in FY 2015 Q4.
P2542 850-3 Reservoir Interior Coating Cameron 5 23 (18) 460%480 23 457 5%Accelerated schedule.
P2543 850-1 Reservoir Interior/Exterior Coating Cameron - - - 0%460 - 460 0%No expenditures planned in FY 2015.
P2544 850-2 Reservoir Interior/Exterior Reservoir Coating Cameron - - - 0%940 - 940 0%No expenditures planned in FY 2015.
P2545 980-1 Reservoir Interior Exterior Coating Cameron - - - 0%1,250 - 1,250 0%No expenditures planned in FY 2015.
P2546 980-2 Reservoir Interior/Exterior Coating Cameron - - - 0%1,250 - 1,250 0%No expenditures planned in FY 2015.
P2550 Fuel Island Upgrade Payne 75 - 75 0%75 - 75 0%Fuel Island upgrade rescheduled to FY 2016.
P2553 Heritage Road Bridge Replacement and Utility Relocation Cameron 5 - 5 0%1,200 - 1,200 0%
City of Chula Vista driven project. Project is on
budget.
R2109
Sweetwater River Wooden Trestle Improvement for the Recycled Water
Forcemain Beppler 50 47 3 94%600 78 522 13%
Design ($20,000 plus in-house costs of about
$15,000) should be completed by May and Bid by
June 2015. $65,000 total in FY 2015.
R2111 RWCWRF - RAS Pump Replacement Beppler 310 80 230 26%650 137 513 21%
May see some construction costs before end of
June 2015 (maybe up to a third of the $315,315
contract amount), but majority will likely not be
invoiced until FY 2016.
R2112 450-1 Disinfection Facility Rehabilitation Cameron 150 46 104 31%190 46 144 24%
Construction completion of project anticipated in
FY 2015 Q4.
R2113 Chlorine 1-ton Cyliner Emergency Close Valve Vacklavek 37 35 2 95%37 35 2 95%
This project is completed. No more billing
expected.
R2116 RecPL - 14-Inch, 927 Zone, Forcemain Assessment and Repair Marchioro 100 262 (162) 262%1,500 262 1,238 17%Accelerated schedule.
S2012
San Diego County Sanitation District Outfall and RSD Outfall
Replacement Kennedy 150 - 150 0%2,760 834 1,926 30%
County of San Diego project invoice anticipated
in FY 2015 Q4.
S2024 Campo Road Sewer Main Replacement Beppler 600 255 345 43%5,500 436 5,064 8%
Estimating between $500,000-$600,000 this
Fiscal Year; design services will continue into FY
2016.
S2027 Rancho San Diego Pump Station Rehabilitation Beppler 150 12 138 8%3,500 69 3,431 2%
Design may be completed in FY 2015; County
invoice received for $185,424 in April not
reflected, revised total for FY is $200,000.
Y:\Board\CurBdPkg\ENGRPLAN\2015\BD 06-03-15\Q3 FY 2015 Update\FY15 3rd qtr exp-FINAL.xlsx Page 3 of 4 5/14/2015
FISCAL YEAR 2015
3rd QUARTER REPORT
(Expenditures through 03/31/2015)
($ In Thousands)
ATTACHMENT B
2015 03/31/15
CIP No.Description
Project
Manager
FY 2015
Budget Expenses Balance
Expense to
Budget %Budget Expenses Balance
Expense to
Budget %Comments for Q3
FISCAL YEAR-TO-DATE, 03/31/15 LIFE-TO-DATE, 03/31/15
S2033 Sewer System Rehabilitation Beppler 675 330 345 49%6,000 937 5,063 16%
Construction ($530,000) plus admin and in-
house; next design phases (another $35,000)
expected to be completed this Fiscal Year for
total of $720,000.
Total Replacement/Renewal Projects Total:6,724 3,560 3,164 53%54,126 19,955 34,171 37%
CAPITAL PURCHASE PROJECTS
P2282 Vehicle Capital Purchases Rahders 105 176 (71) 168%5,021 3,076 1,945 61%
One replacement vehicle will be purchased for
$29,300. Due to reduction in staffing, no other
vehicles will be purchased this fiscal year, for a
savings of $38,700.
P2285 Office Equipment and Furniture Capital Purchases Payne 15 - 15 0%589 524 65 89%Equipment purchase sheduled for May 2015.
P2286 Field Equipment Capital Purchases Rahders 65 13 52 20%1,758 1,303 455 74%
Truck mounted crane purchase has been
deferred to FY 2016. No further activity this
fiscal year.
P2469 Information Technology Network and Hardware Kerr 175 212 (37) 121%2,509 1,887 622 75%
Planned to procure Cisco UCS in FY16 Q1;
estimated amount to purchase $150,000-
175,000. After which CIP wil be
completed/closed.
P2470 Financial System Enhancements Kerr 100 (4) 104 -4%2,265 1,667 598 74%
Commencing FY16 Q1; will purchase Tyler
Cashiering ($40K) and will perform evaluation
and requirements for Employee Self-Service
(ESS) ($15K).
P2540 Work Order Management System Replacement Kerr 300 149 151 50%700 267 433 38%
Working towards go-live for Cityworks Asset
Management System on July 1, 2015. In FY
2016 Q1, will initiate requirements and
stakeholder meetings to implement PLL.
Total Capital Purchase Projects Total:760 546 214 72%12,842 8,724 4,118 68%
DEVELOPER REIMBURSEMENT PROJECTS
R2028 RecPL - 8-Inch, 680 Zone, Heritage Road - Santa Victoria/Otay Valley Martin 1 - 1 0%600 - 600 0%No expenditures planned for Q3.
R2042 RecPL - 8-Inch, 927 Zone, Rock Mountain Road - SR-125/EastLake Martin 1 - 1 0%140 - 140 0%No expenditures planned for Q3.
R2047 RecPL - 12-Inch, 680 Zone, La Media Road - Birch/Rock Mountain Martin 1 - 1 0%450 - 450 0%No expenditures planned for Q3.
R2082 RecPL - 24-Inch, 680 Zone, Olympic Parkway - Village 2/Heritage Martin 1 - 1 0%1,747 - 1,747 0%No expenditures planned for Q3.
R2083 RecPL - 20-Inch, 680 Zone, Heritage Road - Village 2/Olympic Martin 1 - 1 0%400 - 400 0%No expenditures planned for Q3.
R2084 RecPL - 20-Inch, 680 Zone, Village 2 - Heritage/La Media Martin 1 - 1 0%970 1 969 0%No expenditures planned for Q3.
R2085 RecPL - 20-Inch, 680 Zone, La Media - State/Olympic Martin 1 - 1 0%600 - 600 0%No expenditures planned for Q3.
Total Developer Reimbursement Projects Total:7 - 7 0%4,907 1 4,906 0%
GRAND TOTAL 10,576$ 5,615$ 4,961$ 53%146,151$ 47,763$ 98,388$ 33%
Y:\Board\CurBdPkg\ENGRPLAN\2015\BD 06-03-15\Q3 FY 2015 Update\FY15 3rd qtr exp-FINAL.xlsx Page 4 of 4 5/14/2015
Otay Water District
Capital Improvement Program
Fiscal Year 2015
Third Quarter
(through March 31, 2015)
Attachment C
944-2 (3.0 MG) Re-Installation of Door Sheet
03-24-15
Background
The approved CIP Budget for Fiscal Year 2015 consists of
73 projects that total $10.6 million. These projects are
broken down into four categories.
1.Capital Facilities $ 3.1 million
2.Replacement/Renewal $ 6.7 million
3.Capital Purchases $ 0.7 million
4.Developer Reimbursement $ 0.1 million
Overall expenditures through the Third Quarter of Fiscal
Year 2015 totaled $5.6 million, which is approximately
53% of the Fiscal Year budget.
2
Fiscal Year 2015
Third Quarter Update
($1,000)
CIP
CAT Description FY 2015
Budget
FY 2015
Expenditures
%
FY 2015
Budget
Spent
Total Life-to-
Date Budget
Total
Life-to-Date
Expenditures
%
Life-to-
Date
Budget
Spent
1 Capital
Facilities $3,085 $1,509 49%$74,276 $19,083 26%
2 Replacement/
Renewal $6,724 $3,560 53%$54,126 $19,955 37%
3 Capital
Purchases $760 $546 72%$12,842 $8,724 68%
4 Developer
Reimbursement $7 $0 0%$4,907 $1 0%
Total:
$10,576 $5,615 53%$146,151 $47,763 33%
3
Fiscal Year 2015
Third Quarter
CIP Budget Forecast vs. Expenditures
4
District Map of Major CIP Projects
5
CIP Projects in Construction
Calavo Basin Sewer
Rehabilitation –Phase 1
(S2033)
Project part of the District’s
comprehensive sewer
management program.
Project will replace
deteriorated or sagging
sections of sewer pipe.
Overall Project Budget
$6.00M
Start: January 2015
Estimated Completion: June
2015
6
Preparing Base Course Pavement
Installation on Fury Drive
Replacement of 8-Inch Sewer on Fury Drive
03-04-15
03-13-15
CIP Projects in Construction
944-1, 944-2, & 458-2 Reservoir Interior/Exterior Coating & Upgrades (P2531, P2532, P2535)
Remove and Replace Deteriorating Reservoir Coatings.
Structural Modifications to Increase Service Life.
$1.83M Budget
Start: November 2014
Estimated Completion: July 2015
7
458-2 (1.75 MG) New Roof Hatch
458-2 (1.75 MG) Installation of New Access Manway
03-27-15
03-09-15
CIP Projects in Construction
SR-11 Utility
Relocations Sequence I
(P2453)
Relocate Existing
Water Facilities to
support SR-11
Construction.
$2.25M Budget
Start: February 2014
Estimated Completion:
June 2015
8
SR-11 Heat Shrink Cathodic Protection Sleeve
Installation on 18” Steel Pipe
03-27-15
Construction Contract Status
PROJECT
TOTAL %
P2453-
002103
SR-11 Potable
Water Utility
Relocations -
Sequence 1
Coffman
Specialties, Inc.$947,380 $992,380 $16,047 1.7%$963,427 $431,335 -2.9%44.8%June 2015
P2493 624-2 Reservoir
Coating
Advanced
Industrial
Services
$1,169,000 $1,199,000 $0 0.0%$1,180,770 $1,180,770 -1.5%100.0%
Completed
August
2014
P2515 870-1 Reservoir
Access Road Paving
RAP
Engineering
Inc.
$205,566 $207,362 $9,611 4.7%$215,177 $196,557 3.8%91.3%
Completed
January
2015
P2531
P2532
P2535
944-1, 944-2, & 458-
2 Reservoirs
Interior/Exterior
Coating & Upgrades
Olympus and
Associates Inc.$1,146,008 $1,206,008 $0 0.0%$1,179,944 $42,550 -2.2%3.6%July 2015
P2453-
003103
SR-11/125/905
Connector Ramps
Blow Off Relocation
TC
Construction
Company, Inc.
$67,750 $73,750 $0 0.0%$67,750 $0 -8.1%0.0%May 2015
R2111
RWCWRF RAS
Pumps
Replacement
Cora
Constructors
Inc.
$295,315 $315,315 $0 0.0%$295,315 $0 -6.3%0.0%November
2015
R2112
450-1 Disinfection
Facility
Rehabilitation
Fordyce
Construction,
Inc.
$108,350 $128,350 $0 0.0%$108,350 $0 -15.6%0.0%June 2015
S2033
Calavo Basin Sewer
Rehabilitation
Phase 1
Arrieta
Construction
Inc.
$521,890 $529,490 $0 0.0%$521,890 $0 -1.4%0.0%June 2015
TOTALS:$4,461,259 $4,651,655 $25,658 0.6%$4,532,623 $1,851,211 -2.6%
**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*
FY 2015 CIP CONSTRUCTION PROJECTS
CURRENT
CONTRACT
AMOUNT
TOTAL
EARNED
TO DATE
Consultant Contract Status
10
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
ATKINS Varies 2015 WATER FACILITIES MASTER PLAN UPDATE $ 434,731.00 $ - $ 434,731.00 $ 142,697.96 0.0%32.8%1/28/2014 12/31/2016
CAROLLO ENGINEERS, INC.VARIES
2015 INTEGRATED WATER RESOURCES PLAN
UPDATE $ 99,993.00 $ - $ 99,993.00 $ - 0.0%0.0%11/17/2014 6/30/2016
WATER SYSTEMS CONSULTING INC VARIES AS-NEEDED HYDRAULIC MODELING FY15/16 $ 175,000.00 $ - $ 175,000.00 $ 32,852.50 0.0%18.8%7/15/2014 6/30/2016
DESIGN
AECOM P2451
OTAY MESA CONVEYANCE AND DISINFECTION
SYSTEM (DESIGN ENGINEER) $ 3,910,297.00 $(228,365.00) $ 3,681,932.00 $1,139,038.76 -5.8%30.9%1/6/2011 6/30/2018
AEGIS ENGINEERING MGMT INC Varies AS-NEEDED DESIGN SERVICES FY13-14 $ 300,000.00 $ - $ 300,000.00 $ 174,877.78 0.0%58.3%11/1/2012 6/30/2015
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
ARCADIS U.S. INC VARIES AS-NEEDED DESIGN FY 15-16 $ 300,000.00 $ - $ 300,000.00 $ 80,791.51 0.0%26.9%9/11/2014 6/30/2016
ATKINS Varies
AS-NEEDED ENGINEERING DESIGN SERVICES
FY12-13 $ 175,000.00 $ - $ 175,000.00 $ 157,396.56 0.0%89.9%10/26/2011 6/30/2015
BROWNSTEIN HYATT FARBER
SCHRECK P2451
OTAY MESA CONVEYANCE AND DISINFECTION
SYSTEM (BINATIONAL WATER AND RELATED
ISSUES) $ 12,155.04 $ - $ 12,155.04 $ 8,581.43 0.0%70.6%7/9/2013 6/30/2015
BSE ENGINEERING INC Varies AS-NEEDED ELECTRICAL SERVICES $ 100,000.00 $ - $ 100,000.00 $ 28,665.62 0.0%28.7%7/1/2012 6/30/2015
CAROLLO ENGINEERS INC P2083 DESIGN/CONSTRUCTION FOR 870-2 PS $ 624,910.00 $ 29,000.00 $ 653,910.00 $ 346,101.40 4.6%52.9%10/11/2013 12/31/2017
DARNELL & ASSOCIATES Varies AS-NEEDED TRAFFIC ENGINEERING SERVICES $ 125,000.00 $ - $ 125,000.00 $ 27,920.00 0.0%22.3%7/1/2012 6/30/2015
EPIC FIRE PROTECTION INC P2538 MIC TREATEMENT SYSTEM $ 20,300.00 $ - $ 20,300.00 $ 20,300.00 0.0%100.0%7/31/2014
8/20/2014
COMPLETE
Consultant Contract Status
11
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
DESIGN
HDR ENGINEERING INC Varies CORROSION SERVICES FY14-FY16 $ 684,750.00 $ - $ 684,750.00 $ 308,905.02 0.0%45.1%11/22/2013 12/31/2015
HECTOR MARES-COSSIO P2451
OTAY MESA CONVEYANCE AND DISINFECTION
SYSTEM (BINATIONAL WATER AND RELATED
ISSUES) $ 120,000.00 $ - $ 63,000.00 $ 63,000.00 0.0%100.0%4/1/2013
9/15/2014
COMPLETE
LEE & RO INC P2511 OTAY INTERCONNECT PIPELINE $ 2,769,119.00 $ - $ 2,769,119.00 $1,108,680.98 0.0%40.0%11/4/2010 12/31/2015
LEONDARD H VILLARREAL P2451
OTAY MESA CONVEYANCE AND DISINFECTION
SYSTEM (BINATIONAL WATER AND RELATED
ISSUES) $ 875.00 $ - $ 875.00 $ 875.00 0.0%100.0%3/21/2014
3/21/2015
COMPLETE
MICHAEL D.KEAGY REAL ESTATE Varies AS-NEEDED APPRAISAL SERVICES FY13-14 $ 45,000.00 $ - $ 45,000.00 $ 33,000.00 0.0%73.3%9/17/2012 6/30/2015
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 $ - $ 302,092.00 $ 87,500.00 0.0%29.0%12/18/2014 4/30/2016
PSOMAS VARIES AS-NEEDED DESIGN FY 15-16 $ 300,000.00 $ - $ 300,000.00 $ 4,876.13 0.0%1.6%9/11/2014 6/30/2016
RFYEAGER Varies
AS-NEEDED CORROSION ENGINEERING AND
RESERVOIR COATING INSPECTION $ 175,000.00 $ - $ 175,000.00 $ - 0.0%0.0%2/9/2015 12/31/2016
RICK ENGINEERING COMPANY S2024
CAMPO ROAD SEWER MAIN REPLACEMENT
PROJECT $ 805,705.00 $ - $ 805,705.00 $ 211,855.73 0.0%26.3%5/27/2014 12/31/2017
SILVA SILVA CONSULTING P2451
OTAY MESA CONVEYANCE AND DISINFECTION
SYSTEM (BINATIONAL WATER AND RELATED
ISSUES) $ 115,000.00 $ - $ 115,000.00 $ 40,289.05 0.0%35.0%5/1/2014 6/30/2016
SIMON WONG ENGINEERING R2109 WOODEN TRESTLE IMPROVEMENT $ 26,790.00 $ - $ 26,790.00 $ 26,790.00 0.0%100.0%5/1/2014
12/31/2015
COMPLETE
SOUTHERN CALIFORNIA SOIL Varies GEOTECHNICAL SERVICES FY13-15 $ 175,000.00 $ - $ 175,000.00 $ 57,010.81 0.0%32.6%12/10/2012 6/30/2015
STUTZ ARTIANO SHINOFF & HOLTZ P2451
OTAY MESA CONVEYANCE AND DISINFECTION
SYSTEM (BINATIONAL WATER AND RELATED
ISSUES) $ 3,060.00 $ - $ 3,060.00 $ 3,060.00 0.0%100.0%-
3/31/2015
COMPLETE
TETRA TECH, INC P2434 RANCHO DEL REY WELL - PHASE 2 $ 724,493.50 $ 23,749.00 $ 748,242.50 $ 491,684.17 3.3%65.7%4/28/2011
12/31/2014
COMPLETE
Consultant Contract Status
12
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
DESIGN
(W)RIGHT ON COMMUNICATIONS,
INC.P2451
OTAY MESA CONVEYANCE AND DISINFECTION
SYSTEM (BINATIONAL WATER AND RELATED
ISSUES) $ 49,000.00 $ - $ 49,000.00 $ 32,016.35 0.0%65.3%5/1/2014 5/1/2015
CONSTRUCTION SERVICES
AIRX UTILITY SURVEYORS Varies AS-NEEDED SURVEYING SERVICES FY 14-15 $ 175,000.00 $ - $ 175,000.00 $ 119,423.00 0.0%68.2%9/18/2013 6/30/2015
ALYSON CONSULTING Varies CONSTRUCTION MGMT/INSPECTION FY 13-15 $ 350,000.00 $ 35,000.00 $ 385,000.00 $ 271,355.00 10.0%70.5%10/24/2012 12/31/2015
HARPER & ASSOCIATES P2493
COATING INSPECTION SERVICES ON THE 624-2
& 458-2 RESERVOIR $ 75,160.00 $ - $ 75,160.00 $ 75,155.00 0.0%100.0%8/27/2013
7/3/2014
COMPLETE
RBF CONSULTING, INC P2083
870-2 PS CONSTRUCTION MANAGEMENT AND
INSPECTION SERVICES $ 853,457.00 $ - $ 853,457.00 $ 15,742.00 0.0%1.8%7/30/2014 12/31/2017
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 $ 37,352.05 0.0%7.8%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 $ 37,131.77 0.0%9.9%7/18/2014 6/30/2017
MERKEL & ASSOCIATES Varies
SAN MIGUEL HABITAT MANAGEMENT AREA
AND CIP-ASSOCIATED MITIGATION PROJECTS $ 359,079.00 $ 26,750.00 $ 385,829.00 $ 385,829.00 7.4%100.0%12/20/2011
12/31/2014
COMPLETE
RECON P2494 PREPARATION OF THE SUBAREA PLAN $ 270,853.00 $ - $ 270,853.00 $ 193,262.61 0.0%71.4%3/28/2008 6/30/2015
WATER RESOURCES
MICHAEL R. WELCH Varies ENGINEERING PLANNING SVCS. $ 100,000.00 $ - $ 100,000.00 $ 8,250.00 0.0%8.3%4/9/2014 6/30/2019
PUBLIC SERVICES
AEGIS ENGINEERING MANAGEMENT Varies AS-NEEDED DEVELOPER PROJECTS FY 14-15 $ 350,000.00 $ 24,000.00 $ 374,000.00 $ 309,990.68 6.9%82.9%8/26/2013 6/30/2015
AEGIS Varies AS-NEEDED DEVELOPER PROJECTS FY 15-16 $ 400,000.00 $ - $ 400,000.00 $ 2,875.00 0.0%0.7%2/12/2015 6/30/2017
TOTALS: $16,511,620.54 $ (89,866.00) $16,364,754.54 $6,155,341.60 -0.5%
QUESTIONS?
13