Loading...
HomeMy WebLinkAbout05-16-13 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 16, 2013 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 UTILITY AGREEMENTS NO. 33545, 33551, AND 33556 WITH CAL- TRANS FOR THE EAST PALOMAR UTILITY RELOCATIONS (CAMERON) [5 minutes] 4. APPROVE THE ISSUANCE OF A BLANKET PURCHASE ORDER TO KIRK PAVING IN AN AMOUNT NOT-TO-EXCEED $175,000 FOR AS-NEEDED ASPHALT PAVING SERVICES FROM JULY 1, 2013 THROUGH JUNE 30, 2014 (MARTINEZ) [5 minutes] 5. UPDATE ON THE RECYCLED WATER RETROFIT PILOT PROGRAM AND AP- PROVE A WAIVER OF COSTS AND EXPENSES RELATED TO THE AGREEMENT FOR RECYCLED WATER RETROFIT BETWEEN THE DISTRICT AND THE ARTISTATA HOMEOWNERS ASSOCIATION (MARTIN) [5 minutes] 6. APPROVE CHANGE ORDER NO. 3 TO THE EXISTING CONTRACT WITH GARCIA JUAREZ CONSTRUCTION, INC. IN THE AMOUNT OF $7,142 FOR THE CALAVO GARDENS SEWER REHABILITATION PROJECT (MARTIN) [5 minutes] 7. INFORMATIONAL REPORT ON THE 3rd QUARTER FISCAL YEAR 2013 CAPITAL IMPROVEMENT PROGRAM (MARTIN) [5 minutes] 2 8. SAN DIEGO COUNTY WATER AUTHORITY UPDATE (WATTON) [10 minutes] 9. ADJOURNMENT BOARD MEMBERS ATTENDING: David Gonzalez, Chair Gary Croucher All items appearing on this agenda, whether or not expressly listed for action, may be delib- erated and may be subject to action by the Board. The Agenda, and any attachments containing written information, are available at the Dis- trict’s website at www.otaywater.gov. Written changes to any items to be considered at the open meeting, or to any attachments, will be posted on the District’s website. Copies of the Agenda and all attachments are also available through the District Secretary by contacting her at (619) 670-2280. If you have any disability that would require accommodation in order to enable you to partici- pate in this meeting, please call the District Secretary at 670-2280 at least 24 hours prior to the meeting. Certification of Posting I certify that on May 10, 2013 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 10, 2013. /s/ Susan Cruz, District Secretary STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: June 5, 2013 SUBMITTED BY: Kevin Cameron Assistant Civil Engineer Bob Kennedy Engineering Manager PROJECT: P2507- 001102 DIV. NO. 2 APPROVED BY: Rod Posada, Chief, Engineering German Alvarez, Asst. General Manager Mark Watton, General Manager SUBJECT: Approve Utility Agreements No. 33545, 33551, and 33556 with Caltrans for the East Palomar Utility Relocations GENERAL MANAGER’S RECOMMENDATION: That the Board authorize the General Manager to execute Utility Agreements No. 33545, 33551, and 33556, with Caltrans for the East Palomar Utility Relocations (see attached Exhibit A for Project Location and Exhibit B for Utility Agreements). COMMITTEE ACTION: Please see Attachment A. PURPOSE: To obtain Board authorization for the General Manager to execute Utility Agreements No. 33545, 33551, and 33556 with Caltrans for relocation of District facilities in conflict with Caltrans’ I-805 South Project. ANALYSIS: Caltrans has completed the design of new carpool/express lanes (HOV) within the freeway median along an 11 mile stretch of I-805 between East Palomar Street in Chula Vista and the I-805/SR 15 interchange in San Diego. The Project includes construction of a Direct Access Ramp AGENDA ITEM 3 2 (DAR) at East Palomar Street that will connect to the express lanes, as well as in-line transit stations, and park and ride locations. The District currently operates two (2) pipelines that cross Interstate 805 (I-805) freeway; a 10-inch pipeline within the East Palomar Overpass, and a 12-inch pipeline that runs under the freeway approximately 1300 feet south of East Palomar Street. These pipelines feed approximately 850 meters west of the freeway in the 458 pressure zone (see Exhibit C for service area). In November 2010, Caltrans notified the District about plans to demolish and reconstruct the East Palomar Bridge Overpass. During the bridge reconstruction, the 10-inch pipeline would be out of service for approximately 24 months. In January 2013, the Board approved awarding a construction contract to Basile Construction for the 12-inch Potable Water Pipeline in East Orange Avenue, I-805 Crossing (P2513). The Orange Avenue pipeline will serve as the second crossing while the Palomar pipeline is out of service. Once the bridge is complete and the Palomar pipeline is put back into service, this third crossing would provide redundancy to the service area and allow future maintenance on any one of the crossings without interruption of service. Responding to a request from Caltrans, staff submitted claim letters for two (2) crossings and one (1) facility relocation where the District has utility conflicts. Subsequently, the District received notices to relocate. Caltrans has prior rights for the portion of the Palomar pipeline within the Caltrans right-of-way, and the District has prior rights outside of Caltrans right-of-way. The District has prior and superior rights for the 12-inch pipeline under I-805, 1,300 feet south of the Palomar crossing. Caltrans will be performing the relocations at each of the three (3) sites. Utility Agreement # 33545: The scope of work for Utility Agreement No. 33545 includes relocating and replacing approximately 332 linear feet of 10- inch cement mortar lined and coated steel pipe (CMLCSP) located within the Caltrans right-of-way on I-805 in the East Palomar bridge, and 142 linear feet of 10-inch CMLCSP and 12-inch ACP in the public right-of-way. This relocation is necessary due to the realignment of the Palomar Street overpass and the addition of the new DAR onramp for the carpool lanes. The relocation 3 will not adversely affect any District customers’ water service. The bridge crossing will be inaccessible for approximately 18-24 months while Caltrans reconstructs the East Palomar overpass. The calculated depreciation cost for the existing pipeline is $7,780. The total design and inspection costs to be incurred by the District for this relocation are estimated at $275,000. The estimated construction cost for the relocation of the 12-inch pipeline is $376,000 and will be performed by Caltrans. Caltrans has prior rights for the portion of the pipeline within the bridge and state right of way. The District is responsible for the design, inspection, and construction costs for the portion within the state right-of-way and the betterment costs within the state right-of-way. Caltrans is responsible for the cost of the design, inspection, and construction costs minus depreciation and betterment outside of the state right-of-way. The total District’s liability for this agreement is $387,000. In summary, of the $623,220 in total cost for the replacement, the District is responsible for 62.1% ($387,000) and Caltrans is responsible for 37.9% ($236,220). Utility Agreement # 33551: The scope of work for Utility Agreement No. 33551 includes relocating a fire hydrant located at the corner of East Palomar Street and Nacion Avenue, 40 feet south on Nacion Avenue. This relocation is necessary due to the widening of East Palomar Street and the East Palomar bridge. The relocation will not adversely affect any District customers. The calculated depreciation cost for the existing fire hydrant is $764. The total design and inspection costs to be incurred by the District for this relocation are estimated at $2,000. The estimated construction cost for installing the new fire hydrant is $13,000 and will be performed by Caltrans. The hydrant is outside of the state right-of-way, therefore, Caltrans is responsible for the design, inspection, and construction cost minus depreciation. The District’s total liability for this agreement is $764. Utility Agreement # 33556: The scope of work for Utility Agreement No. 33556 includes relocating and replacing approximately 50 linear feet of 12-inch concrete cylindrical pipe (CCP) located in 1,300 feet south on I-805 of the East Palomar bridge. The 50 feet of 12-inch CCP will be replaced with CMLCSP. This relocation is necessary due 4 to the widening of the freeway to accommodate the carpool lanes. The relocation will not adversely affect any District customers. This work also includes the installation of a 40 foot long concrete mat over the existing pipeline to protect it from the new retaining wall Caltrans will be installing. The calculated depreciation cost for the existing 50 feet of 12- inch CCP is $709. The total design and inspection costs to be incurred by the District for this relocation are estimated at $15,000. The estimated construction cost for the relocation and protective pad is $32,500 and will be performed by Caltrans. The District has prior rights, therefore, Caltrans is responsible for the design, inspection, and construction costs minus depreciation and betterment. The total District’s liability for this agreement is $709. Overall: The total District’s liability, as described in the claim letter dated June 7, 2012, is $388,473. Caltrans Responsibility OWD Responsibility Design – 33545 $90,000 $110,000 Depreciation $7,780 Construction1 $111,220 $229,220 Inspection $35,000 $40,000 Subtotal – 33545 $236,220 $387,000 Design - 33551 $1,400 Depreciation $764 Construction $13,000 Inspection $600 Subtotal - 33551 $15,000 $764 Design - 33556 $11,000 Depreciation $709 Construction $32,500 Inspection $4,000 Subtotal - 33556 $47,500 $709 Total $298,720 $388,473 1. Construction costs for 33545 include betterment for OWD Consistent with the conditions of all other utility agreements between the District and Caltrans, actual costs may not exceed 5 125 percent of the estimated cost in the agreement without a revised amendment being executed. Currently, the District has incurred higher costs than originally anticipated; however, the higher costs are within the 125 percent and will not need to be amended at this time. FISCAL IMPACT: Joe Beachem, Chief Financial Officer The total budget for CIP P2507, as approved in the FY 2013 budget, is $900,000. Total expenditures, plus outstanding commitments and forecast, are $501,381. Based on a review of the financial budget, the Project Manager anticipates that the budget for CIP 2507 will be sufficient to support the Project. See Attachment B for budget detail. Finance has determined that 100% of the funding is available from the Replacement Fund. 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 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. KC/BK:jf P:\WORKING\CIP P2507 - E. Palomar Street Utility Relocation\Staff Reports\BD 06-05-13, Staff Report, Utility Agreement 33545, 33551, 33556, (KC-BK).docx Attachments: Attachment A – Committee Action Attachment B – Budget Detail Exhibit A – Project Location Exhibit B – Utility Agreements Exhibit C – Customers in the 458 Pressure Zone, West of the I-805 ATTACHMENT A SUBJECT/PROJECT: P2507-001103 Approve Utility Agreements No. 33545, 33551, and 33556 with Caltrans for the East Palomar Utility Relocations COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on May 16, 2013. The Committee supported Staff's recommendation. NOTE: The “Committee Action” is written in anticipation of the Committee moving the item forward for Board approval. This report will be sent to the Board as a Committee approved item, or modified to reflect any discussion or changes as directed from the Committee prior to presentation to the full Board. ATTACHMENT B SUBJECT/PROJECT: P2507-001103 Approve Utility Agreements No. 33545, 33551, and 33556 with Caltrans for the East Palomar Utility Relocations 805 VICINITY MAP PROJECT SITE NTSDIV 5 DIV 1 DIV 2 DIV 4 DIV 3 P: \ W O R K I N G \ C I P P 2 5 0 7 - E . P a l o m a r S t r e e t U t i l i t y R e l o c a t i o n \ S t a f f R e p o r t s \ L o c a t i o n M a p . m x d OTAY WATER DISTRICTEAST PALOMAR UTILITY RELOCATIONLOCATION MAP EXHIBIT A CIP P2507 0 300150Feet PALOMAR STREET East Palomar BridgeUA# 33545 Fire Hydrant RelocationUA# 33551 12-inch PL Under I-805UA# 33556 N A C I O N A V E N U E R A V E N A V E N U E EXHIBIT B UTILITY AGREEMENTS # 33545 # 33551 # 33556 805 OWD BOUND A R Y SWEETWATERAUTHORITY OWD BOUNDA R Y VICINITY MAP PROJECT SITE NTSDIV 5 DIV 1 DIV 2 DIV 4 DIV 3 P: \ W O R K I N G \ C I P P 2 5 0 7 - E . P a l o m a r S t r e e t U t i l i t y R e l o c a t i o n \ S t a f f R e p o r t s \ L o c a t i o n M a p . m x d OTAY WATER DISTRICTEAST PALOMAR UTILITY RELOCATIONLOCATION MAP EXHIBIT C CIP P250701,000500Feet PALOMAR STREET ORANGE A V E N U E OLYMPIC P A R K W A Y Service Area Affected byCaltrans Work in the458 Pressure Zone Potable Pipelines458 Pressure Zone EAST PALOMAROVERPASS10-INCH PIPELINETO BE TEMPORARILYOUT OF SERVICE 12-INCH PIPELINE UNDER I-805, 50 FT.PORTION TO BE LOWERED SWEETWATERAUTHORITY 458-1 & 458-2TANKS NEW 12-INCH PIPELINEIN ORANGE AVENUE OVERPASSTO BE COMPLETED 10/2013 STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: June 5, 2013 SUBMITTED BY: Jose Martinez, Utility Services Manager W.O./G.F. NO: DIV. NO. All APPROVED BY: (Chief) Pedro Porras, Chief, Water Operations APPROVED BY: (Asst. GM): German Alvarez, Assistant General Manager SUBJECT: AWARD PURCHASE ORDER TO KIRK PAVING FOR ANNUAL AS-NEEDED PAVING SERVICES GENERAL MANAGER’S RECOMMENDATION: That the Board authorize issuing a blanket purchase order to Kirk Paving in an amount not to exceed $175,000 for as-needed asphalt paving services from July 1, 2013 through June 30, 2014. COMMITTEE ACTION: Please see Attachment “A”. PURPOSE: To present bid results and request that the Board authorize issuing a blanket purchase order to Kirk Paving, Lakeside, CA for as-needed asphalt paving services from July 1, 2013 through June 30, 2014 in an amount not to exceed $175,000. 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 eight (8) years. AGENDA ITEM 4 As-needed paving services has been included in the FY 2014 Operating Budget under Contracted Services. The FY 2014 budget for Contracted Services is $175,000. In accordance with District’s purchasing requirements, a notice was published and bids were solicited for this work on a “unit price” basis. On April 24, 2013 nine (9) contractors attended a mandatory pre-bid meeting and on May 6, 2013 bids were received and publicly opened with the following results from five(5) bidders: Bidder Weighted Score Kirk Paving 600.80 Miller Paving 675.64 Frank & Son 677.80 TC Construction Company 723.30 Angus Asphalt 783.00 The low bidder was determined to be Kirk Paving, Lakeside CA. Attachment B was produced by the purchasing manager and is attached. Kirk Paving served as the FY-2013 as-needed paving service contractor for the District and has performed all required work with no issues noted. We are confident that they will be able to perform the required work. Bids have been submitted on a unit cost basis for the 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: ________ The FY 2014 budget request includes $175,000 for as-needed paving services. The project manager has projected that this requested amount is sufficient to meet the paving needs in the 2014 fiscal year. STRATEGIC GOAL: Strategy: Stewards of Public Infrastructure Goal: Conduct the best practice preventative maintenance activities. LEGAL IMPACT: None. General Manager Attachment “A”, Committee Action Attachment “B”, FY14 As-needed Paving Services Score Sheet ATTACHMENT A SUBJECT/PROJECT: Award Purchase Order to Kirk Paving for Annual As-Needed Paving Services COMMITTEE ACTION: The Engineering/Operations and Water Resources Committee reviewed this item at a meeting held on May 16, 2013. The Committee supported Staff’s recommendation. NOTE: The “Committee Action” is written in anticipation of the Committee moving the item forward for board approval. This report will be sent to the Board as a Committee approved item, or modified to reflect any discussion or changes as directed from the Committee prior to presentation to the full board. ATTACHMENT B Item Wght Type of Service Unit Bid Price Total Score Unit Bid Price Total Score Unit Bid Price Total Score Unit Bid Price Total Score Unit Bid Price Total Score1 10 Asphalt 0"-6" 17.60$ 176 16.75$ 167.50 15.04$ 150.40 17.35$ 173.50 17.00$ 170.002 5 Asphalt 7"-12" 17.80$ 89 17.00$ 85.00 16.88$ 84.40 19.35$ 96.75 17.00$ 85.003 5 Cap/Sheet 0"-1" 0.50$ 2.5 1.75$ 8.75 2.92$ 14.60 4.00$ 20.00 2.00$ 10.004 1 Satin Seal 0.10$ 0.1 0.15$ 0.15 0.65$ 0.65 0.75$ 0.75 0.40$ 0.405 1 Traffic Stripping 1.00$ 1 0.75$ 0.75 5.00$ 5.00 1.75$ 1.75 1.50$ 1.506 1 Grinding 1.50$ 1.5 2.25$ 2.25 2.38$ 2.38 5.00$ 5.00 3.00$ 3.007 1 Traffic Loops 5.00$ 5 12.00$ 12.00 15.00$ 15.00 13.00$ 13.00 12.00$ 12.008 1 Sand/Seal 0.50$ 0.5 0.75$ 0.75 1.28$ 1.28 1.50$ 1.50 2.00$ 2.009 1 Base Rem/Rep 8.00$ 8 14.00$ 14.00 13.50$ 13.50 20.00$ 20.00 20.00$ 20.0010 10 Saw Cut 0"-6" 0.80$ 8 2.50$ 25.00 2.41$ 24.10 2.25$ 22.50 2.00$ 20.0011 10 Saw Cut 6"-12" 0.80$ 8 2.00$ 20.00 2.41$ 24.10 3.25$ 32.50 3.00$ 30.0012 1 Saw Cut 12" + 0.80$ 0.8 2.75$ 2.75 2.41$ 2.41 4.25$ 4.25 4.00$ 4.00 300.4 338.9 337.82 391.5 357.9 Item Score Type of Service Unit Bid Price Total Score Unit Bid Price Total Score Unit Bid Price Total Score Unit Bid Price Total Score Unit Bid Price Total Score1 10 Asphalt 0"-6" 17.60$ 176 16.75$ 167.50 15.04$ 150.4 17.35$ 173.5 17.50$ 175.002 5 Asphalt 7"-12" 17.80$ 89 17.00$ 85.00 16.88$ 84.4 19.35$ 96.75 17.50$ 87.503 5 Cap/Sheet 0"-1" 0.50$ 2.5 1.75$ 8.75 2.92$ 14.6 4.00$ 20 2.00$ 10.004 1 Satin Seal 0.10$ 0.1 0.15$ 0.15 0.65$ 0.65 0.75$ 0.75 0.40$ 0.405 1 Traffic Stripping 1.00$ 1 0.75$ 0.75 5.00$ 5 1.75$ 1.75 1.50$ 1.506 1 Grinding 1.50$ 1.5 2.25$ 2.25 2.38$ 2.38 5.00$ 5 3.00$ 3.007 1 Traffic Loops 5.00$ 5 12.00$ 12.00 15.00$ 15 13.00$ 13 12.00$ 12.008 1 Sand/Seal 0.50$ 0.5 0.75$ 0.75 1.28$ 1.28 1.50$ 1.5 2.00$ 2.009 1 Base Rem/Rep 8.00$ 8 14.00$ 14.00 13.50$ 13.5 20.00$ 20 20.00$ 20.0010 10 Saw Cut 0"-6" 0.80$ 8 2.50$ 25.00 2.41$ 24.1 2.25$ 22.5 2.00$ 20.0011 10 Saw Cut 6"-12" 0.80$ 8 2.00$ 20.00 2.41$ 24.1 3.25$ 32.5 3.00$ 30.0012 1 Saw Cut 12" + 0.80$ 0.8 2.75$ 2.75 2.41$ 2.41 4.25$ 4.25 4.00$ 4.00 300.4 338.9 337.82 391.5 365.4 600.8 677.8 675.64 783 723.3 Score Month 1-6 Score Month 7-12 Total Score Months 7-12 FY 2014 As-Needed Paving Services Bid Score Sheet Kirk Paving Frank & Son Miller Angus Months 1-6 TC Const STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: June 5, 2013 SUBMITTED BY: Dan Martin Engineering Manager PROJECT: R2094-003000 -004000 -005000 -006000 -007000 DIV. NO.1 & 2 APPROVED BY: Rod Posada, Chief, Engineering German Alvarez, Assistant General Manager Mark Watton, General Manager SUBJECT: Update for the Recycled Water Retrofit Program and Approve a Request by the Aristata Homeowners Association to Waive Costs and Expenses Related to the Agreement for Recycled Water Retrofit between the Otay Water District and the Aristata Homeowners Association GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) receive an update for the Recycled Water Retrofit Pilot Program. Additionally, that the Board approve a request by the Aristata Homeowners Association (HOA) to waive costs and expenses related to the Agreement for Recycled Water Retrofit between the District and the Aristata HOA. COMMITTEE ACTION: Please see Attachment A. PURPOSE: To update the Board on the status of the Pilot Projects that are participating in the Recycled Water Retrofit Program (see Exhibits A- 1 through A-4 for Project locations). Additionally, to obtain Board approval to waive costs and expenses related to the Agreement for AGENDA ITEM 5 2 Recycled Water Retrofit between the District and the Aristata HOA as requested by the Aristata HOA. ANALYSIS: At the September 2, 2009 Board Meeting, the Board adopted Policy No. 52, “District Administration of Recycled Water Retrofit Program” and approved the implementation of a Pilot Program to convert existing multi-family dwelling projects that front recycled water mains to utilize recycled water for their on-site water irrigation. In accordance with Policy No. 52 (Policy), a grant program was developed to assist users with the cost of converting existing potable irrigation systems to recycled irrigation systems through a retrofit of the existing facilities. Per the Policy, the District will reimburse 50 percent of the on-site construction costs of the conversion as approved by the District, and also cover plan check and inspection costs. The applicant to the Program covers the remaining 50 percent plus design, engineering, and any other costs associated with the retrofit. As a result of the Board action, a grant application period was opened for a limited time to solicit qualified applicants into the Pilot Program. The initial Pilot Program, as approved by the Board, consists of multi-family dwelling projects that front recycled water mains. The goal of the Pilot Program is to evaluate the viability of converting existing multi-family dwelling projects under the current Policy as part of the Recycled Water Retrofit Program. Applications were received and four (4) Homeowners Associations (HOAs) entered into agreements with the District for Conversion Projects from potable to recycled water as part of the Pilot Program. Table 1 below lists the four HOAs, the anticipated water savings associated with each Pilot Conversion Project, and expenditures for each Project to date: TABLE 1 Homeowners Association Pilot Conversion Projects Anticipated Annual Savings (Acre-Feet) Expenditures as of 4/30/13 Tapestry & Mosaic HOA 12 $50,835 Agave & Seguaro HOA 27 $32,865 Aspire-Encore at Rancho Del Rey HOA 13 $43,784 Aristata HOA 10 $23,692 Total 62 $151,176 Funding for the overall Recycled Water Retrofit Pilot Projects comes from the CIP R2094 – Potable Irrigation to Recycled Project. The 3 total Project budget for CIP R2094, as approved in the FY 2013 budget, is $3,100,000. This budget also includes work to construct a new recycled main along Otay Lakes Road in the City of Chula Vista. Total expenditures to date for CIP R2094 are $1,528,695. Of this total, the expenditures to date related to the delivery of the four Pilot Projects included in the District’s Recycled Water Retrofit Program are $151,176, as noted in Table 1. Total expenditures, plus outstanding commitments and forecast for all the work included in CIP R2094, are $1,695,895. A breakdown of the costs is shown in Attachment B – Budget Detail for CIP R2094. Early Lessons Learned Although the Pilot Projects are not completed at this time, the Pilot Program has identified some early lessons learned. These early lessons include challenges associated with implementing a recycled water conversion on a private existing potable irrigation system. In many instances, the condition of the existing HOA irrigation systems were not well documented, which resulted in unforeseen changes that impacted the scope of the work. Additionally, HOAs are not familiar with the County of San Diego Department of Environmental Health (DEH) and the State of California Department of Public Health (CDPH) requirements or the management of specialized contractors for recycled water irrigation systems, suggesting additional education and extended hand-holding may be required on any future projects. The combination of these two factors have contributed to delays and unforeseen costs in the overall construction and delivery of the Projects. This is documented by way of the amendments to extend the original agreements beyond their original term. As a result, the challenges have also translated into additional costs not anticipated at the beginning of the Project for both the HOAs and the District. This is documented by way of the District’s expenditures to date on each of the Projects, also noted in Table 1. It should be noted that these expenditures do not currently include the District’s anticipated construction reimbursement to the HOAs, as provided for in the District’s agreements with the HOAs. Based on the District’s experiences with the Pilot Program thus far, it appears that the costs associated with the implementation of the Recycled Water Retrofit Program at existing multi-family developments outweigh the overall benefits for the District. Project Delivery Status The following provides an update on the Project delivery status of each Project: 4 Tapestry & Mosaic HOA The original agreement for the Tapestry & Mosaic HOA was executed on January 20, 2010 and established an estimated cost of $21,000 for the reimbursement amount of the Project. Since that time, two amendments have been requested by the Tapestry & Mosaic HOA and granted by the District to extend the date of completion. The current date of completion, as provided by the second amendment to the agreement, is January 20, 2014. The Project is approximately 65% complete to date. A revised Title 22 Report, required by DEH and CDPH, was approved in February 2013. The Project is currently scheduled for completion in December 2013. Agave & Seguaro HOA The original agreement for the Agave & Seguaro HOA was executed on January 20, 2010 and established an estimated cost of $40,000 for the reimbursement amount of the Project. Since that time, two amendments have been requested by the Agave & Seguaro HOA and granted by the District. The current date of completion, as provided by the second amendment to the agreement, is June 30, 2013. The Project is approximately 90% complete to date. A site test with DEH is scheduled for May 2013. The Project is currently scheduled for completion in June 2013. Aspire-Encore at Rancho Del Rey HOA The original agreement for the Aspire-Encore at Rancho Del Rey HOA was executed on June 21, 2011 and established an estimated cost of $51,000 for the reimbursement amount of the Project. The current date of completion, as provided by the agreement, is June 21, 2013. The Project is approximately 90% complete to date with some on-site corrections pending prior to acceptance by the District and DEH. The Project is currently scheduled for completion in June 2013. Aristata HOA The original agreement for the Aristata HOA was executed on January 20, 2010 and established an estimated cost of $20,000 for the reimbursement amount of the Project (see Exhibit B). Since that time, one amendment has been requested by the Aristata HOA and the Project is approximately 20% complete to date, including the development of approved plans and an approved Title 22 Report. The term of the agreement with Aristata HOA, as amended, expired on January 20, 2013. Staff had reached out to the Aristata HOA regarding an additional amendment to the agreement, however, the HOA failed to respond prior to the expiration of the agreement. On March 4, 2013, the District received a letter from the Aristata HOA (Exhibit C) stating that the Aristata HOA Board had discussed the financial impact of the agreement for the Conversion Project from 5 potable to recycled water and had voted that it is not feasible to move forward. In addition, the Aristata Board noted that honoring the agreement with the District would create a significant financial hardship to the HOA. As such, the HOA has requested not to proceed with the Project at this time. Given this notification from the Aristata HOA, the District has not extended the date of completion and is working with the Aristata HOA to reconcile the District’s costs to date on the Project. The terms of Section 9 of the Aristata HOA agreement (Exhibit B) are consistent with the Board of Directors Policy No. 52, which states that if the participant fails to complete the Retrofit Facilities as provided for in the agreement, the participant is obligated to pay District all costs and expenses incurred in connection with the Retrofit Facilities. Though the agreement with the Aristata HOA has expired and they do not intend on completing the recycled water retrofit, given the status of the Pilot Program as summarized in the Early Lessons Learned section of this report, staff is not recommending that the District pursue Aristata HOA for the costs and expenses incurred by the District at this time. Instead, staff is recommending that the District grant the HOA’s request to waive reimbursement for the expenditures of this Pilot Project due to financial hardship. The decision to grant the HOA’s request stop work on the project and not take the project to completion will result in avoided costs for the District that are estimated at $40,000.00. These avoided costs include the estimated cost of $20,000 for construction reimbursement established in the agreement plus District inspection costs. The inspection costs estimated to take the Aristata HOA project to completion are $20,000 based on the other recycled water retrofit projects included in the pilot program. The Project has an approved set of plans and a Title 22 Report. These items could be resurrected should the District and the Aristata HOA decide to move the Project forward at a future date under a revised agreement that addresses the lessons learned identified during the pilot. Conclusion As noted in the Early Lessons Learned section of this report, the Pilot Program has demonstrated that the costs associated with the implementation of the Recycled Water Retrofit Program at existing multi-family developments outweigh the overall benefits for the District. As such, staff is recommending that the Pilot Projects conclude and that any future developments that apply for the District’s Recycled Water Retrofit Program be brought to the Board for consideration on a Project-by-Project basis. If the District is approached by a development interested in applying for the District’s 6 Recycled Water Retrofit Program, a feasibility study will be prepared as part of a recommendation to enter into an agreement. Next Steps Staff will work with the existing Pilot Project participants to complete the recycled water retrofit work in accordance with the terms of the existing agreements to conclude the Pilot. FISCAL IMPACT: Joseph Beachem, Chief Financial Officer Funding for the overall Project comes from CIP R2094. The total budget for CIP R2094, as approved in the FY 2013 budget, is $3,100,000. Total expenditures, plus outstanding commitments and forecast, is $1,685,895. See Attachment B for budget detail. There is a positive fiscal impact associated with terminating the agreement and approving a waiver of costs and expenses related to the Agreement for Recycled Water Retrofit between the District and the Aristata HOA. The termination of the agreement results in avoided costs for the District associated with the completion of this pilot recycled water retrofit. The avoided costs include the estimated cost of $20,000 for future construction reimbursement committed to in the agreement plus future inspection costs associated with taking the project to completion. The future inspection costs estimated to take the Aristata HOA project to completion are $20,000 based on the other recycled water retrofit projects included in the pilot program. The District costs and expenses recommended to be waived by the Board as part of this item total $23,692. Based on a review of the financial budget, the Project Manager anticipates that the budgets will be sufficient to support the Project. Finance has determined that 60% of the funding is available from the Betterment ID 22 Fund and 40% of the funding is available from the New Water Supply Fee Projects Fund. 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 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.” 7 LEGAL IMPACT: None. DM:jf P:\Public-s\STAFF REPORTS\2013\BD 06-05-2013\BD 06-05-2013, Staff Report, Recycled Water Retrofit Program Update, (DM-RP).docx Attachments: Attachment A – Committee Action Attachment B – R2094 Budget Detail Exhibit A-1 – Tapestry & Mosaic HOA Location Map Exhibit A-2 - Agave & Seguaro HOA Location Map Exhibit A-3 - Aspire-Encore HOA Location Map Exhibit A-4 - Aristata HOA Location Map Exhibit B – Original Aristata HOA Agreement Exhibit C - March 4, 2013 Letter from Aristata HOA ATTACHMENT A SUBJECT/PROJECT: R2094-Various Update for the Recycled Water Retrofit Program and Approve a Request by the Aristata Homeowners Association to Waive Costs and Expenses Related to the Agreement for Recycled Water Retrofit between the Otay Water District and the Aristata Homeowners Association COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on May 16, 2013. The Committee supported Staff’s recommendation. NOTE: The "Committee Action" is written in anticipation of the Committee moving the item forward for Board approval. This report will be sent to the Board as a Committee approved item, or modified to reflect any discussion or changes as directed from the Committee prior to presentation to the full Board. ATTACHMENT B – Budget Detail (Page 1 of 2) SUBJECT/PROJECT: R2094-Various Update for the Recycled Water Retrofit Program and Approve a Request by the Aristata Homeowners Association to Waive Costs and Expenses Related to the Agreement for Recycled Water Retrofit between the Otay Water District and the Aristata Homeowners Association ATTACHMENT B –Budget Detail (Page 2 of 2) SUBJECT/PROJECT: R2094-Various Update for the Recycled Water Retrofit Program and Approve a Request by the Aristata Homeowners Association to Waive Costs and Expenses Related to the Agreement for Recycled Water Retrofit between the Otay Water District and the Aristata Homeowners Association Exhibit B Exhibit C STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: June 5, 2013 SUBMITTED BY: Dan Martin Engineering Manager PROJECT: S2019-001103 S2020-001103 S2022-001103 S2026-001103 DIV. NO. 3 APPROVED BY: Rod Posada, Chief, Engineering German Alvarez, Assistant General Manager Mark Watton, General Manager SUBJECT: Change Order No. 3 to the Contract with Garcia Juarez Construction Inc. for the Calavo Gardens Sewer Rehabilitation Project GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) approve Change Order No. 3 to the existing contract with Garcia Juarez Construction, Inc. (GJC) in the amount of $7,142.00 for the Calavo Gardens Sewer Rehabilitation Project (see Exhibit A for Project location). COMMITTEE ACTION: Please see Attachment A. PURPOSE: To obtain Board authorization for the General Manager to execute Change Order No. 3 in the amount of $7,142.00 to the contract with GJC for the Calavo Gardens Sewer Rehabilitation Project. ANALYSIS: At the February 1, 2012 Board Meeting, the Board awarded a construction contract in an amount of $2,316,275.00 to GJC for the Calavo Gardens Sewer Rehabilitation Project. AGENDA ITEM 6 2 Since the award of the construction contract, two contract change orders have been approved. The Board approved a credit change order on November 7, 2012 in the amount of <$22,040.00> and a cost change order on January 8, 2013 in the amount of $22,460.00 which in total resulted in a revised construction contract value of $2,316,695.00. The Project consists of the replacement and capacity upgrades of approximately 4,500 linear feet of 8-inch and 10-inch sewer in the streets of Avocado Boulevard, Calavo Drive, Louisa Drive, Challenge Boulevard, and Hidden Mesa Drive in the Rancho San Diego area. The Project also includes a new flow control and diversion vault structure for the Calavo Sewer Lift Station. GJC has completed the sewer replacement work in the streets of Calavo Drive, Louisa Drive, Challenge Boulevard, Hidden Mesa Drive, and Avocado Boulevard. GJC is approximately 95% complete overall with the Project. The remaining work consists of electrical instrumentation associated with the diversion vault, final paving of the private road adjacent to Avocado Boulevard, and punch list items. Change Order No. 3 (Exhibit B) which serves as a close-out change order for the contract, consists of a variety of items including potholing and working around twenty-one (21) additional utilities identified within the sewer alignment during construction, rock encountered at fifteen (15) locations during the construction of the sewer line along Avocado, reconstruction of existing manhole collars at five (5) locations, construction of an additional sewer lateral connection, and restoration of an existing driveway impacted by the new sewer line construction. A complete breakdown of these items is included in Exhibit B. The net costs associated with these items total $60,642.00. The change order will also reconcile unused contract allowances associated with Allowance Bid Items Numbers 16 through 20. Additionally, this change order provides credits for the deletion of landscaping at the Calavo Lift Station and a reduction of paving to protect existing facilities along the private road adjacent to Avocado Boulevard. A complete breakdown of these credit items is included in Exhibit B. The net credits associated with these items total <$53,500.00>. The following is a table summarizing the items in Change Order No. 3. The items described in this report are located at Site 1 as shown in Exhibit A: 3 Item Description Amount 1 Additional utilities and rock encountered during the construction of the sewer line; reconstruction of existing manhole collars; an additional sewer lateral connection; restoration of an existing driveway $60,642.00 2 Reconcile unused Allowance Bid Items; credits for deleted landscaping and paving reduction along private road <$53,500.00> Total $7,142.00 In summary, the net increase to the Project for Change Order No. 3 is $7,142.00. FISCAL IMPACT: Joe Beachem, Chief Financial Officer Funding for the overall Project comes from four CIP projects - S2019, S2020, S2022, and S2026. The total budget is $3,335,000. The total budget for CIP S2019, as approved in the FY 2013 budget, is $2,275,000. Total expenditures, plus outstanding commitments and forecast, is $2,244,383. See Attachment B-1 for budget detail. The total budget for CIP S2020, as approved in the FY 2013 budget, is $600,000. Total expenditures, plus outstanding commitments and forecast, is $590,991. See Attachment B-2 for budget detail. The total budget for CIP S2022, as approved in the FY 2013 budget, is $180,000. Total expenditures, plus outstanding commitments and forecast, is $179,996. See Attachment B-3 for budget detail. The total budget for CIP S2026, as approved in the FY 2013 budget, is $280,000. Total expenditures, plus outstanding commitments and forecast, is $277,208. See Attachment B-4 for budget detail. Based on a review of the financial budget, the Project Manager anticipates that these budgets will be sufficient to support the Project. Finance has determined that 100% of the funding is available from the Betterment Fund for CIPs S2019 and S2022 and 100% of the funding is available from the Replacement Fund for CIPs S2020 and S2026. 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 General Manager’s Vision, “A District that is at the 4 forefront in innovations to provide water services at affordable rates, with a reputation for outstanding customer service.” LEGAL IMPACT: None. DM:jf P:\WORKING\CIP S2019, S2020, S2022 Avocado Sewer\Staff Reports\Change Order No. 3 to GJC\BD 06-05-2013, Change Order No 3 to Garcia Juarez Construction, (DM).docx Attachments: Attachment A – Committee Action Attachment B-1 – S2019 Budget Detail Attachment B-2 – S2020 Budget Detail Attachment B-3 – S2022 Budget Detail Attachment B-4 – S2026 Budget Detail Exhibit A – Location Map Exhibit B – Change Order No. 3 ATTACHMENT A SUBJECT/PROJECT: S2019-001103 S2020-001103 S2022-001103 S2026-001103 Change Order No. 3 to the Contract with Garcia Juarez Construction Inc. for the Calavo Gardens Sewer Rehabilitation Project COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on May 16, 2013. The Committee supported Staff’s recommendation. NOTE: The "Committee Action" is written in anticipation of the Committee moving the item forward for Board approval. This report will be sent to the Board as a Committee approved item, or modified to reflect any discussion or changes as directed from the Committee prior to presentation to the full Board. ATTACHMENT B-1 – Budget Detail SUBJECT/PROJECT: S2019-001103 S2020-001103 S2022-001103 S2026-001103 Change Order No. 3 to the Contract with Garcia Juarez Construction Inc. for the Calavo Gardens Sewer Rehabilitation Project Date Updated: 4/30/2013 Budget 2,275,000 Planning Consultant Contracts 11,287 11,287 - 11,287 LEE & RO INC Office Supplies 14 14 - 14 PETTY CASH CUSTODIAN Settlements 2,100 2,100 - 2,100 GARY THOMAS JALATY Standard Salaries 23,625 23,625 - 23,625 Total Planning 37,026 37,026 - 37,026 Design 001102 Consultant Contracts 4,900 4,900 - 4,900 SAN-LO AERIAL SURVEYS 8,204 8,204 - 8,204 SOUTHERN CALIFORNIA SOIL 78,196 78,196 - 78,196 LEE & RO INC (4,000) 13,000 (17,000) (4,000) MICHAEL D KEAGY REAL ESTATE 17,000 - 17,000 17,000 KEAGY REAL ESTATE 1,550 1,550 - 1,550 AFFORDABLE DRAIN SERVICE INC 1,947 1,947 - 1,947 CPM PARTNERS INC 8,830 8,830 - 8,830 DARNELL & ASSOCIATES INC 525 525 - 525 MWH CONSTRUCTORS INC OTHER AGENCY FEES 27 27 - 27 PETTY CASH CUSTODIAN 3,460 3,460 - 3,460 COUNTY OF SAN DIEGO Professional Legal Fees 2,693 2,693 - 2,693 STUTZ ARTIANO SHINOFF Service Contracts 672 672 - 672 UNION TRIBUNE PUBLISHING CO Settlements 5,900 5,900 - 5,900 LN REAL ESTATE LLC 5,500 5,500 - 5,500 JUAN NAVARRO Standard Salaries 156,166 156,166 - 156,166 Total Design 291,571 291,571 - 291,571 Construction Construction Contracts 1,454,024 1,335,831 118,192 1,454,024 GARCIA JUAREZ CONSTRUCTION INC (22,040) (22,040) (22,040) GJC Change Order No. 1 22,460 22,460 22,460 GJC Change Order No. 2 7,142 7,142 7,142 GJC Change Order No. 3 2,979 2,979 - 2,979 CLARKSON LAB & SUPPLY INC 76,528 69,513 7,015 76,528 COMMUNITY BANK Consultant Contracts 2,685 2,685 - 2,685 DARNELL & ASSOCIATES INC 926 926 - 926 CPM PARTNERS INC 4,400 4,400 - 4,400 ALTA LAND SURVEYING INC 6,030 6,030 - 6,030 MTGL INC 5,806 5,806 - 5,806 LEE & RO INC 153,913 153,913 27,332 181,245 VALLEY CONSTRUCTION MANAGEMENT 157 157 - 157 SOUTHERN CALIFORNIA SOIL 4,000 4,000 - 4,000 RBF CONSULTING OTHER AGENCY FEES 248 248 - 248 COUNTY OF SAN DIEGO - DPW Professional Legal Fees 41 41 - 41 STUTZ ARTIANO SHINOFF Regulatory Agency Fees 965 965 - 965 COUNTY OF SAN DIEGO Service Contracts 522 522 - 522 FAVELA PRINTING INC 149 149 - 149 HELIX WATER DISTRICT 41 41 - 41 US BANK CORPORATE PAYMENT Settlements 5,000 5,000 - 5,000 KIM-THOA THI HOANG Standard Salaries 122,480 122,480 40,000 162,480 Total Construction 1,848,454 1,716,105 199,681 1,915,786 Grand Total 2,177,051 2,044,702 199,681 2,244,383 Vendor/Comments Otay Water District s2019-Avocado Boulevard 8-inch Sewer Main Impr Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost ATTACHMENT B-2 – Budget Detail SUBJECT/PROJECT: S2019-001103 S2020-001103 S2022-001103 S2026-001103 Change Order No. 3 to the Contract with Garcia Juarez Construction Inc. for the Calavo Gardens Sewer Rehabilitation Project Date Updated: 4/30/2013 Budget 600,000 Planning Consultant Contracts 2,185 2,185 - 2,185 LEE & RO INC Standard Salaries 5,352 5,352 - 5,352 Total Planning 7,537 7,537 - 7,537 Design 001102 Consultant Contracts 21,588 21,588 - 21,588 LEE & RO INC 4,430 4,430 - 4,430 MTGL INC 8,000 8,000 - 8,000 DARNELL & ASSOCIATES INC OTHER AGENCY FEES 3,460 3,460 - 3,460 COUNTY OF SAN DIEGO Standard Salaries 24,152 24,152 - 24,152 Supplier Contracts 333 333 - 333 US BANK CORPORATE PAYMENT Total Design 61,963 61,963 - 61,963 Construction Construction Contracts 433,271 427,608 5,662 433,271 GARCIA JUAREZ CONSTRUCTION INC 22,804 22,506 298 22,804 COMMUNITY BANK Consultant Contracts 1,250 1,250 - 1,250 ALTA LAND SURVEYING INC 18,240 18,240 - 18,240 VALLEY CONSTRUCTION MANAGEMENT 400 400 - 400 LEE & RO INC Service Contracts 4,257 4,257 - 4,257 HELIX WATER DISTRICT 735 735 - 735 AFFORDABLE DRAIN SERVICE INC 32 32 - 32 US BANK CORPORATE PAYMENT 967 967 - 967 MAYER REPROGRAPHICS INC Standard Salaries 39,535 39,535 - 39,535 Total Construction 521,491 515,531 5,961 521,491 Grand Total 590,991 585,031 5,961 590,991 Vendor/Comments Otay Water District s2020-Calavo Drive 8-inch Sewer Main Replaceme Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost ATTACHMENT B-3 – Budget Detail SUBJECT/PROJECT: S2019-001103 S2020-001103 S2022-001103 S2026-001103 Change Order No. 3 to the Contract with Garcia Juarez Construction Inc. for the Calavo Gardens Sewer Rehabilitation Project Date Updated: 4/30/2013 Budget 180,000 Planning Standard Salaries 1,321 1,321 - 1,321 Total Planning 1,321 1,321 - 1,321 Design 001102 Consultant Contracts 4,989 4,989 - 4,989 LEE & RO INC 6,000 6,000 - 6,000 DARNELL & ASSOCIATES INC OTHER AGENCY FEES 3,460 3,460 - 3,460 COUNTY OF SAN DIEGO Standard Salaries 22,630 22,630 - 22,630 Total Design 37,080 37,080 - 37,080 Construction Construction Contracts 104,522 104,522 - 104,522 GARCIA JUAREZ CONSTRUCTION INC 5,501 5,501 - 5,501 COMMUNITY BANK Consultant Contracts 403 403 - 403 LEE & RO INC 400 400 - 400 ALTA LAND SURVEYING INC Service Contracts 1,000 1,000 - 1,000 MAYER REPROGRAPHICS INC 32 32 - 32 US BANK CORPORATE PAYMENT Standard Salaries 29,737 29,737 - 29,737 Total Construction 141,595 141,595 - 141,595 Grand Total 179,996 179,996 - 179,996 Vendor/Comments Otay Water District S2022-Hidden Mesa Drive 8-inch Sewer Main Reha Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost ATTACHMENT B-4 – Budget Detail SUBJECT/PROJECT: S2019-001103 S2020-001103 S2022-001103 S2026-001103 Change Order No. 3 to the Contract with Garcia Juarez Construction Inc. for the Calavo Gardens Sewer Rehabilitation Project Date Updated: 4/30/2013 Budget 280,000 Planning Standard Salaries 1,371 1,371 - 1,371 Total Planning 1,371 1,371 - 1,371 Design 001102 Consultant Contracts 4,800 4,800 - 4,800 DARNELL & ASSOCIATES INC 9,581 9,581 - 9,581 LEE & RO INC 4,000 4,000 - 4,000 MTGL INC OTHER AGENCY FEES 3,460 3,460 - 3,460 COUNTY OF SAN DIEGO Standard Salaries 7,730 7,730 - 7,730 Total Design 29,571 29,571 - 29,571 Construction Construction Contracts 209,044 209,044 - 209,044 GARCIA JUAREZ CONSTRUCTION INC 11,002 11,002 - 11,002 COMMUNITY BANK Consultant Contracts 270 270 - 270 ALTA LAND SURVEYING INC Service Contracts 32 32 - 32 US BANK CORPORATE PAYMENT 1,000 1,000 - 1,000 MAYER REPROGRAPHICS INC Standard Salaries 24,917 24,917 - 24,917 Total Construction 246,266 246,266 - 246,266 Grand Total 277,208 277,208 - 277,208 Vendor/Comments Otay Water District S2026-Challenge Blvd 8-Inch Sewer Main Repl Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost EXHIBIT B OTAY WATER DISTRICT 2554 SWEETWATER SPRINGS BLVD.,SPRING VALLEY,CA.91978,(619)670-2222 CONTRACT/P.O.CHANGE ORDER No.3 project/item:Avocado Boulevard,Calavo Drive,Louisa Drive,Hidden Mesa Drive Sanitary Sewer Replacement (Calavo Gardens Sewer Rehabilitation) CONTRACTOR/VENDOR:Garcia Juarez Construction APPROVED BY:REF.P.O.No:715769 REF.CIP No.:S2019, S2020, S2022,S2026 DATE:5/3/13 Board DESCRIPTION: There are thirteen (13)items as part of this change order resulting in a net increase to the contract in the amount of $7,142.00 Item 1:Repair concrete manhole collars.$3,250.00 Item 2:Additional utilities not shown on plans.$31,500.00 ($28,500.00 Net,$3,000.00 Allowance) Item 3:Rock removal not Shown on plans.$19,934.00 Item 4:Additional Sewer Lateral Connection at Sta.23+01 Avocado.$500.00 ($0.00 Net,$500.00 Allowance) Item 5:Revised Manhole at Sta.1+27 (Line D).$2,958.00 Item 6:Restore driveway at 3707 Calavo Drive due to relocation of Line C.$6,000.00 Item 7:Credit for deletion of landscaping replacement at Calavo Lift Station ($1,000.00) Item 8:Credit for reduction of private road paving to protect existing fence.($1,500.00) Item 9:Reduce Allowance Bid Item #16 by ($23,500.00) Item 10:Reduce Allowance Bid Item #17 by ($8,000.00) Item 11:Reduce Allowance Bid Item #18 by ($2,000.00) Item 12:Reduce Allowance Bid Item #19 by ($5,000.00) Item 13:Reduce Allowance Bid Item #20 by ($12,500.00) REASON: Item 1:The existing manhole collars around 5 existing manholes were deteriorated and required replacement at a cost of $650.00each.These were located on Hidden Mesa Drive at Sta.10+00,Louisa Drive at Sta. 22+00,25+04 and Challenge Blvd at Sta.1+00 and Sta.3+53.This item results in a cost of $3,250.00. Item 2:There were 21 utilities (i.e.electrical,gas,water,etc.)that were marked out by USA Dig Alert but not shown on the plans.The District agreed to unit price of $1,500.00 each that includes potholing these utilities and any delays working around these utilities installing the new sewer main.This item results in a cost of $31,500.00.The District will exercise Bid Item No.18 -Utility Crossing Not Identified Greater than 4-lnches for $3,000.00 for the 18"and 24"Storm Drain Utilities and authorizes the contractor to bill against the bid item for this work,resulting in a net change for this item of $28,500.00. AT&T at Sta.1 +22 (Line A)Electric at Sta.1+94 (Line A)Cathodic Wires at Sta.2+00 (Line A) AT&T at Sta.0+98 (Line A)18"SD at Sta.10+11 (Line C)Electric at Sta.2+85 (Line A) 4"Gas at Sa.1+50 (Line B)4"Gas at Sta.3+54 (Line A)Electric at Sta.2+98 (Line B) Street Light at Sta.1+06 (Line E)Cox Cable at Sta.1+14 (Line E)Street Light at Sta.1+10 (Line D) Street Light at Sta.1+18 (Line D)Street Light at Sta.10+10 (Sht.C-6)Electric at Sta.10+15 (Sht.C-6) AT&T at Sta.10+67 (Sheet C-6)Electric at Sta.1+28 (Line D)4"Gas at Sta.11+50 (Line C) 24"SD at Sta.11+46 (Line C) 2"Cox Cable at Sta.12+06 (Line C)Traffic Signal at Sta.1+10 (Line D) Item 3:During the construction of the sewer main in a various locations,rock excavation was required which was not shown on plans.The costs were tracked on a time and material basis and verified by the Construction Manager.See attached summary.This item results in a cost of 19,934.00. EXHIBIT B Item 4:During the installation of the new 15"sewer on Avocado,an unmarked 4"lateral was encountered and reconnected to the new main.This item results in a cost of $500.00.The District will exercise Bid Item No.20 -Reconnection of unknown sewer laterals for $500.00 and authorizes the contractor to bill against his bid item for this work. Item 5:During the excavation for the manhole at Sta.1+27 (Line D),an unknown encasement was encountered that delayed the contractor required the reduction of the manhole size from 60"to 48 diameter. This item results in a cost of $2,958. Item 6:The relocation of Line C resulted in a trench line in the existing driveway for 3707 Calavo Drive.A 2" thick asphalt overlay was placed to restore the driveway to original pre-construction condition.This item results in a cost of $6,000.00. Item 7:The replacement of the existing landscaping at the Calavo Lift Station was determined after bid to not be required.This item results in a credit of $1,000.00. Item 8:The replacement of the private road by the Calavo Lift Station presented the risk of damage to the existing concrete fencing and mature landscaping that is immediately adjacent.To minimize this risk,the contractor will stop the edge of the new road section 12"from the northerly edge of the road and seal this section at the completion of the paving.This item results in a credit of $1,500.00. Item 9:The work related to Allowance Bid Item No.16-Relocate/Reconstruct Water Laterals Not Shown On Drawings is complete and the remaining amount of the bid item will not be used.This item results in a credit of $23,500.00. Item 10:The work related to Allowance Bid Item No.17-Relocate/Reconstruct Sewer Laterals Not Shown On Drawings is complete and the remaining amount of the bid item will not be used.This item results in a credit of 8,000.00. Item 11:The work related to Allowance Bid Item No.18-Utility Crossings Not Identified Greater than 4"In Diameter is complete and the remaining amount of the bid item will not be used.This item results in a credit of $5,000.00. Item 12:The work related to Allowance Bid Item No.19-Barrier Rail Assembly and Mounting Inserts is complete and the remaining amount of the bid item will not be used.This item results in a credit of $5,000.00. Item 13:The work related to Allowance Bid Item No.20-Misc.Electrical Relocations Not Shown On Drawings is complete and the remaining amount of the bid item will not be used.This item results in a credit of $12,500.00. EXHIBIT B Summary:This change order reflects thirteen (13)items which result in a net increase to the contract in the amount of $7,142.00.The costs included in this change order include all mobilization,demobilization, supervision,overhead,profit,tax,bonding,insurance,and additional costs for down time or lost opportunities. CHANGE P.O.TO READ: There are two (2)Purchase Orders for this contract.One for Garcia Juarez (PO#715769)and retention account for Community Bank (PO#715942).Revise the Purchase Orders as follows: PO#715769:Revise Contract to add $7,041.40 for a total Contract amount of $2,207,645.15 PO#715942:Revise Contract to add $370.60 for a total Contract amount of $116,191.85 ORIGINAL CONTRACT/P.O.AMOUNT: ADJUSTED AMOUNT FROM PREVIOUS CHANGE: TOTAL COST OF THIS CHANGE ORDER: NEW CONTRACT/P.O.AMOUNT IS: CONTRACT/P.O.TIME AFFECTED BY THIS CHANGE: ORIGINAL CONTRACT COMPLETION DATE: REVISED CONTRACT COMPLETION DATE IT IS UNDERSTOOD WITH THE FOLLOWING APPROVALS,THAT THE CONTRACTOR/VENDOR IS AUTHORIZED AND DIRECTED TO MAKE THE HEREIN DESCRIBED CHANGES IT IS ALSO AGREE&TRAT THE TOTAL COST FOR THIS CHANGE ORDER CONSTITUTES FULL AND COMPLETE COMPENSATION FOR OBLIGATIONS REQUIRED BY THE CONTRACT/P.O.ALL OTHER PROVISIONS AND REQUIREMENTS OF THE CONTRACT/P.O.REMAIN IN FULL FORCE AND EFFECT. $ $ $ $ 2,316,275.00 420.00 $7,142.00 2,323,837.00 0 Days 5/20/13 5/20/13 CONTRAC SIGNATURE: PRINTED NAME: TITLE:DATE: STAFF APPROVALS: PROJ.MGR. DIV.MGR: CHIEF: ADDRESS:ASST.GEN.MANAGER: .DATE:_ DATE:_ DATE:_ DATE: C4 DISTRICT APPROVAL: GEN.MANAGER:DATE: COPIES-D FILE (Orig.)P CONTRACTOR/VENDOR P Cl IILT CNOR P Cl IICF-FINANCE O AOM/CHG OPSPINSPECTIONDPROJMORPCNQR.3ECRCTARY P PilRrrHflSIMO P AOCTO PAY*Bt£ EXHIBIT B CHANGE ORDER 3 -ITEM 3 SUMMARY OF ROCK EXCAVATION AND ENCASEMENT EXTRA WORK DATE 1/22/2013 1/31/2013 2/6/2013 2/7/2013 2/12/2013 2/13/2013 2/14/2013 2/25/2013 2/26/2013 2/27/2013 3/1/2013 3/5/2013 3/15/2013 3/18/2013 4/16/2013 LOCATION Rock in Casinq (Pipe Aliqnment)Area-Line B Sta.1+16 to 1+28 Rock in Casing (Pipe Alignment) Area-Line B Sta.0+94 to Sta.1+09 Rock in Casinq (Pipe Aliqnment)Area-Line E Sta.1+00 to 1+04,Sta.1+09 to 1+14 Rock in Casing (Pipe Aliqnment) Area-Line E Sta.1 +04 to 1 +09 Verify unknown concrete encasement conflict with MH Line D Sta.1 +27 Rock Sta.10+00 to 10+25 (C-6) Rock Sta.10+25 to 10+43 (C-6) Rock Sta.10+82 to 11+04 (C-6) Rock Sta.11 +04 to 11+11+24 (C-6) Rock Sta.11+24 to 11+34 (C-6) Concrete Encasement/Rock Sta.1+02 to 1+06 Line D Rock/Encasement Sta.1+27 to 1+34 Line D Rock Sta.2+05 to 2+13 Line D Dispose of Rock Unknown Encasement at Sta.3+35 to 3+41 (Line B) TOTAL COST $570 $1,668 $580 $569 $2,707 $1,884 $1,621 $790 $1,095 $410 $960 $1,352 $860 $4,181 $687 $19,934 CHANGE ORDER LOG CIP Title -Calavo Gardens Sewer Rehabilitation Consultant/Contractor:Garcia Juarez Construction Project:S2019/S2020/S2022/S2026 Subproject:001103 c o 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 28 29 30 31 32 33 34 35 AMOUNT ($22,040.00) $22,460.00 $7,142.00 APPROVED BY Board Board Board DATE 11/7/2012 1/15/2013 DESCRIPTION Eight Items:Open Cut in lieu ofjack &bore,delete MH efurbishment,modify MH replacements,T&M settlement, evised alignment,street light relocation,additional paving, and unknown utilities Nine Items:8-inch siphon,30LF of additional 8-inch sewer, delete 164LF of 8-inch sewer,delete 33LF of steel casing, add an additional manhole,additional potholing,casing credit back to contractor,and additional cost for new 8-inch sewer alignment. Thirteen Items:Repair 5 concrete collars,Pothole and work around 21 utilities not shown on contract plans,rock removal,sewer lateral connection,revise manhole (Line D), restore driveway,credit landscaping,credit portion of private road reconstruction,Close out allowance Bid Items 16,17, 18,19,20. TYPE CO. Owner Owner Owner Total C.O.'s To Date: Original Contract Amount: $7,562.00 $2,316,275.00 0.3% Current Contract Amount: Month Net C.O.$ 5/13 $7,142.00 Limit $2,000 $10,000 $20,000 $25,000 $35,000 $50,000 >$50000 Authorization Insp PM/Sr.Engr. DivM Chief AGM GM Board $2,323,837.00 Absolute C.O.$ $64,142.00 CO.% 0.0% 0.0% 0.0% 0.0% 0.0% 0.0% 2.8% P:\WORKING\CIP S2019, S2020,S2022 Avocado Sewer\Construction\Avocado Sewer Project\Change Orders\Change Order #3\COLOG-No 3 1 5/3/2013 STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: June 5, 2013 SUBMITTED BY: Dan Martin Engineering Manager PROJECT: Various DIV. NO. ALL APPROVED BY: Rod Posada, Chief of Engineering German Alvarez, Asst. General Manager Mark Watton, General Manager SUBJECT: Informational Item – Third Quarter Fiscal Year 2013 Capital Improvement Program Report GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) accept the Third Quarter Fiscal Year 2013 Capital Improvement Program (CIP) Report for review and receives a summary via PowerPoint presentation (see Attachment C). 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. AGENDA ITEM 7 The Third Quarter Fiscal Year 2013 update is intended to provide a detailed analysis of progress in completing these projects within the allotted time and budget of $18 million. Expenditures through the Third Quarter totaled approximately $7.8 million. Approximately 43% of the Fiscal Year 2013 expenditure budget was spent (see Attachment B). FISCAL IMPACT: Joe Beachem, Chief Financial Officer No fiscal impact as this is an informational item only. STRATEGIC GOAL: The Capital Improvement Program supports the District’s Mission statement, “To provide high value water and wastewater services to the customers of the Otay Water District, in a professional, effective, and efficient manner” and the General Manager’s Vision, “A District that is at the forefront in innovations to provide water services at affordable rates, with a reputation for outstanding customer service.” LEGAL IMPACT: None. DM/RP:jf P:\CIP\CIP Quarterly Reports\2013\Q3\Staff Report\BD 06-05-13, Staff Report, Third Quarter FY 2013 CIP Report, (DM-RP).docx Attachments: Attachment A – Committee Action Attachment B - Fiscal Year 2013 Third Quarter CIP Expense Report Attachment C – Presentation ATTACHMENT A SUBJECT/PROJECT: Various Informational Item – Third Quarter Fiscal Year 2013 Capital Improvement Program Report COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a Committee Meeting held on May 16, 2013. 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. Otay Water District Capital Improvement Program Fiscal Year 2013 Third Quarter (through March 31, 2013) Orange Avenue/I-805 12” Potable Water Line Installation Attachment C 3/26/13 Background The approved CIP Budget for Fiscal Year 2013 consists of 70 projects that total $18 million. These projects are broken down into four categories. 1.Capital Facilities $ 7.6 million 2.Replacement/Renewal $ 9.6 million 3.Capital Purchases $ 0.8 million 4.Developer Reimbursement $ 0.0 million Overall expenditures through the Third Quarter Fiscal Year 2013 totaled $7.8 million, which is 43% of the Fiscal Year budget. 2 Fiscal Year 2013 Third Quarter Update ($1,000) CIP CAT Description FY 2013 Budget FY 2013 Expenditures % FY 2013 Budget Spent Total Life-to- Date Budget Total Life-to-Date Expenditures % Life-to- Date Budget Spent 1 Capital Facilities $7,588 $3,554 47% $111,138 $42,612 38% 2 Replacement/ Renewal $9,559 $3,855 40% $59,506 $29,165 49% 3 Capital Purchases $794 $407 51% $14,222 $8,966 63% 4 Developer Reimbursement $53 $0 0% $6,513 $1 0% Total: $17,994 $7,816 43% $191,379 $80,744 42% 3 Fiscal Year 2013 Third Quarter CIP Budget Forecast vs. Expenditures 4 $17,994,000 $- $2,000,000 $4,000,000 $6,000,000 $8,000,000 $10,000,000 $12,000,000 $14,000,000 $16,000,000 $18,000,000 $20,000,000 Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun FISCAL YEAR PERIOD IN MONTHS Budget Forecast Total Expenditures District Map of Major CIP Projects 5 CIP Projects in Construction Calavo Gardens Sewer Rehabilitation (S2019, S2020, S2022, S2026) Replacement of 4,500 Linear Feet of Sewer Manhole Rehabilitation/Replacement Capacity Upgrades New Flow Control and Diversion Vault for Calavo Lift Station $3.35M Budget Start: February 2012 Estimated Completion: May 2013 Above: Excavation for sewer at Rancho San Diego Shopping Center Left: Construction of Sewer Diversion Vault Structure along Avocado Boulevard 6 3/4/13 3/20/13 CIP Projects in Construction Reservoir 624-1 Floating Cover Replacement (P2477) Install New Reinforced Polypropylene Geomembrane Floating Reservoir Cover $1.0M Budget Start: November 2012 Estimated Completion: June 2013 624-1 Reservoir Construction Contractor Temporarily Demobilized during March 7 CIP Projects in Construction 8 Hunte Parkway 30-Inch Potable Pipeline (P2514) Installation of 2,250 LF of Polyurethane Coated Steel Pipe $1.69M Budget Start: April 2012 Substantial Completion: March 2013 Above: North End Tie-In (Golf Course) Left: South End Tie-In (Proctor Valley Road) CIP Projects in Construction Orange Avenue/I-805 12” Potable Water Installation (P2513) Installation of New 12” Water Line To Replace The Palomar Avenue Line During Palomar Bridge Replacement By Caltrans $1.30M Budget Start: January 2013 Estimated Completion: August 2013 12” PVC Pipe Installation Along Orange Avenue East of I-805 9 3/7/13 CIP Projects in Construction 803-3 & 832-2 Reservoir Interior/Exterior Coating & Upgrades(P2518/P2519) Remove and Replace Deteriorating Reservoir Coatings Structural Modifications Including Level Indicator Replacement and Anode Replacement $1.53M Budget Start: March 2013 Estimated Completion: August 2013 803-3 Reservoir Blast Track Unit on Roof of Reservoir 10 11 Construction Contract Status CIP NO. PROJECT TITLE CONTRACTOR BASE BID AMOUNT CONTRACT AMOUNT W/ ALLOWANCES NET CHANGE ORDERS LTD* % CHANGE ORDERS W/ ALLOWANCE CREDIT** PROJECT TOTAL % R2091 944-1R Recycled Pump Station Upgrade & System Enhancements Sepulveda $1,099,423 $1,162,423 $0 0.0% -1.1% R2096 RWCWRF Upgrades Newest $3,349,000 $3,499,000 $72,807 2.2% 0.5% P2370 La Presa System Improvements TC Construction $938,995 $978,995 $82,548 8.8% 6.4% S2019/S2020/ S2022/S2026 Calavo Gardens Sewer Rehabilitation Garcia Juarez Construction $2,232,275 $2,316,275 $62,960 2.8% 0.4% P2491 850-3 Reservoir Coating Advanced Industrial Services $273,300 $293,300 $400 0.1% 0.1% P2514 30-Inch Potable Pipeline in Hunte Parkway Sepulveda $1,172,257 $1,212,257 $109,223 9.3% 7.4% P2477 Reservoir 624-1 Cover Replacement Layfield $457,050 $497,050 $183,026 40.0% 28.8% P2513 Orange Avenue/I- 805 12" Potable Water Installation Basile $767,000 $872,000 $0 0.0% -10.9% P2518/P2519 803-3 & 832-2 Reservoir Coating Advanced Industrial Services $876,900 $946,900 $0 0.0% -7.4% TOTALS: $11,166,200 $11,778,200 $510,964 4.6% 1.2% *NET CHANGE ORDERS DO NOT INCLUDE ALLOWANCE ITEM CREDITS. IT'S A TRUE CHANGE ORDER PERCENTAGE FOR THE PROJECT **THIS CHANGE ORDER RATE INCLUDES THE CREDIT FOR UNUSED ALLOWANCES 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 PLANNING ARCADIS U.S., INC. Varies WASTEWATER MANAGEMENT PLAN FY12-13 $ 349,979.36 $ - $ 349,979.36 $ 339,972.94 0.0% 97.1% 8/3/2011 6/30/2013 NARASIMHAN CONSULTING Varies HYDRAULIC MODELING SERVICES $ 175,000.00 $ - $ 175,000.00 $ 58,099.50 0.0% 33.2% 5/2/2011 6/30/2013 TRAN CONSULTING ENGINEERS S1201 SANITARY SEWER CCTV INSPECTION AND CONDITION ASSESSMENT $ 560,025.00 $ - $ 560,025.00 $ 549,013.25 0.0% 98.0% 1/20/2010 6/30/2013 DESIGN AECOM P2451 OTAY MESA CONVEYANCE AND DISINFECTION SYSTEM (DESIGN ENGINEER) $ 3,910,297.00 $ - $ 3,910,297.00 $ 103,648.33 0.0% 2.7% 1/3/2011 6/30/2016 AEGIS ENGINEERING MGMT INC VARIES AS-NEEDED DESIGN SERVICES FY13-14 $ 300,000.00 $ - $ 300,000.00 $ - 0.0% 0.0% 11/1/2012 6/30/2014 ARCADIS U.S., INC. P2434, P2511 VALUE ENGINEERING AND CONSTRUCTIBILITY REVIEW $ 153,628.00 $ - $ 153,628.00 $ 63,328.73 0.0% 41.2% 1/18/2012 6/30/2014 ATKINS Varies AS-NEEDED ENGINEERING DESIGN SERVICES FY12-13 $ 175,000.00 $ - $ 175,000.00 $ 143,499.90 0.0% 82.0% 10/25/2011 6/30/2013 BSE ENGINEERING INC Varies AS-NEEDED ELECTRICAL SERVICES $ 100,000.00 $ - $ 100,000.00 $ - 0.0% 0.0% 6/1/2012 6/30/2014 DARNELL & ASSOCIATES Varies AS-NEEDED TRAFFIC ENGINEERING SERVICES $ 175,000.00 $ 49,330.00 $ 224,330.00 $ 224,117.50 28.2% 99.9% 1/20/2010 12/31/2012 COMPLETE DARNELL & ASSOCIATES Varies AS-NEEDED TRAFFIC ENGINEERING SERVICES $ 125,000.00 $ - $ 125,000.00 $ - 0.0% 0.0% 6/12/2012 6/30/2014 ENGINEERING PARTNERS INC, THE Varies AS-NEEDED ELECTRICAL DESIGN SERVICES $ 100,000.00 $ - $ 100,000.00 $ 93,580.00 0.0% 93.6% 10/7/2009 4/30/2013 HECTOR MARES-COSSIO P2451 OTAY MESA CONVEYANCE AND DISINFECTION SYSTEM (BINATIONAL WATER AND RELATED ISSUES) $ 45,000.00 $ - $ 45,000.00 $ 43,200.00 0.0% 96.0% 2/9/2011 12/31/2012 COMPLETE HECTOR MARES-COSSIO P2451 OTAY MESA CONVEYANCE AND DISINFECTION SYSTEM (BINATIONAL WATER AND RELATED ISSUES) $ 11,250.00 $ - $ 11,250.00 $ 7,200.00 0.0% 64.0% 1/1/2013 3/31/2013 LEE & RO INC Varies AS-NEEDED ENGINEERING DESIGN SERVICES $ 175,000.00 $ 23,660.00 $ 198,660.00 $ 198,535.07 13.5% 99.9% 6/30/2010 6/30/2013 Consultant Contract Status 13 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 LEE & RO INC P2511 OTAY INTERCONNECT PIPELINE $ 2,769,119.00 $ - $ 2,769,119.00 $ 922,260.89 0.0% 33.3% 11/4/2010 12/31/2015 MICHAEL D.KEAGY REAL ESTATE VARIES AS-NEEDED APPRAISAL SERVICES FY13-14 $ 45,000.00 $ - $ 45,000.00 $ - 0.0% 0.0% 9/5/2012 6/30/2014 MTGL INC. Varies AS-NEEDED GEOTECHNICAL CONSULTING SERVICES $ 175,000.00 $ - $ 175,000.00 $ 150,784.80 0.0% 86.2% 6/23/2010 6/30/2013 MWH AMERICAS INC. R2096 RWCWRF UPGRADE PROJECT (DESIGN ENGINEER) $ 458,813.00 $ 143,548.00 $ 602,361.00 $ 590,028.65 31.3% 98.0% 10/14/2009 6/30/2013 SILVA SILVA CONSULTING P2451 OTAY MESA CONVEYANCE AND DISINFECTION SYSTEM (BINATIONAL WATER AND RELATED ISSUES) $ 104,000.00 $ - $ 104,000.00 $ 40,000.00 0.0% 38.5% 5/1/2012 6/30/2014 SOUTHERN CALIFORNIA SOIL VARIES GEOTECHNICAL SERVICES FY13-15 $ 175,000.00 $ - $ 175,000.00 $ - 0.0% 0.0% 12/10/2012 6/30/2015 TETRA TECH, INC P2434 RANCHO DEL REY WELL - PHASE 2 $ 724,493.50 $ 23,749.00 $ 748,242.50 $ 404,445.17 3.3% 54.1% 4/21/2011 12/31/2014 UTILITY SERVICE COMPANY INC Varies AS-NEEDED SURVEYING SERVICES $ 11,700.00 $ - $ 11,700.00 $ 11,700.00 0.0% 100.0% 4/16/2012 8/31/2012 COMPLETE V & A CONSULTING Varies PROFESSIONAL CORROSION SERVICES FY12-13 $ 392,729.00 $ - $ 392,729.00 $ 170,312.40 0.0% 43.4% 6/23/2011 6/30/2013 CONSTRUCTION SERVICES ALTA LAND SURVEYING, INC. Varies AS-NEEDED SURVEYING SERVICES $ 175,000.00 $ - $ 175,000.00 $ 117,288.75 0.0% 67.0% 8/15/2011 6/30/2013 ALYSON CONSULTING VARIES CONSTRUCTION MGMT/INSPECTION FY13-15 $ 350,000.00 $ - $ 350,000.00 $ 37,950.00 0.0% 10.8% 10/24/2012 6/30/2015 RBF CONSULTING R2058, R2077, R2087 OTAY MESA RECYCLED WATER SUPPLY LINK (CONSTRUCTION MANAGEMENT) $ 708,560.00 $ 708,560.00 $ 13,960.00 0.0% 2.0% 3/24/2010 12/31/2012 COMPLETE SAIC ENERGY, ENVIRONMENT & INFRASTRUCTURES, LLC R2096 RWCWRF UPGRADE PROJECT (CONSTRUCTION MANAGEMENT) $ 359,013.32 $ 34,551.52 $ 393,564.84 $ 393,564.84 9.6% 100.0% 8/15/2011 9/30/2012 COMPLETE VALLEY CONSTRUCTION MANAGEMENT Varies AS-NEEDED CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FY12-13 $ 175,000.00 $ - $ 175,000.00 $ 103,870.00 0.0% 59.4% 10/25/2011 6/30/2013 ENVIRONMENTAL A.D. HINSHAW Varies CONSULTING SERVICES FOR JWA's CEQA $ 34,625.25 $ - $ 34,625.25 $ 8,500.51 0.0% 24.6% 3/25/2010 6/30/2014 ICF INTERNATIONAL (aka JONES & STOKES ASSOCIATES) Varies AS-NEEDED ENVIRONMENTAL CONSULTING SERVICES $ 375,000.00 $ - $ 375,000.00 $ 225,648.44 0.0% 60.2% 9/9/2010 6/30/2013 Consultant Contract Status 14 Consultant CIP No. Project Title Original Contract Amount Total Change Orders Revised Contract Amount Approved Payment To Date % Change Orders % Project Complete Date of Signed Contract End Date of Contract MERKEL & ASSOCIATES Varies SAN MIGUEL HABITAT MANAGEMENT AREA AND CIP-ASSOCIATED MITIGATION PROJECTS $ 359,079.00 $ - $ 359,079.00 $ 125,572.99 0.0% 35.0% 12/14/2011 12/31/2014 RECON P2494 PREPARATION OF THE SUBAREA PLAN $ 270,853.00 $ - $ 270,853.00 $ 190,221.86 0.0% 70.2% 3/28/2008 6/30/2015 TECHNOLOGY ASSOCIATES P2494 CONSULTING SERVICES FOR JWA's NCCP $ 34,625.25 $ 41,825.26 $ 76,450.51 $ 42,422.49 120.8% 55.5% 4/5/2010 6/30/2013 THE RICK ALEXANDAR COMPANY (TRAC) P2494 CONSULTING SERVICES FOR JWA's NCCP $ 20,201.75 $ - $ 20,201.75 $ 14,450.22 0.0% 71.5% 3/17/2010 6/30/2013 WATER RESOURCES MICHAEL R. WELCH P2481 ENGINEERING PLANNING SVCS. $ 40,000.00 $ - $ 40,000.00 $ 29,295.00 0.0% 73.2% 3/25/2009 6/30/2013 PUBLIC SERVICES AEGIS ENGINEERING MANAGEMENT Varies RECYCLED WATER PLAN CHECKING, RETROFIT, AND INSPECTION SERVICES FOR DEVELOPER PROJECTS $ 300,000.00 $ - $ 300,000.00 $ 262,428.34 0.0% 87.5% 1/20/2010 6/30/2013 AEGIS ENGINEERING MANAGEMENT Varies RECYCLED WATER PLAN CHECKING, RETROFIT, AND INSPECTION SERVICES FOR DEVELOPER PROJECTS $ 300,000.00 $ - $ 300,000.00 $ 225,177.05 0.0% 75.1% 11/24/2010 6/30/2013 TOTALS: $ 14,712,991.43 $ 316,663.78 $ 15,029,655.21 $ 5,904,077.62 2.2% QUESTIONS? 15