Loading...
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