HomeMy WebLinkAbout10-24-12 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
WEDNESDAY
October 24, 2012
12:00 P.M.
This is a District Committee meeting. This meeting is being posted as a special meeting
in order to comply with the Brown Act (Government Code Section §54954.2) in the event that
a quorum of the Board is present. Items will be deliberated, however, no formal board actions
will be taken at this meeting. The committee makes recommendations
to the full board for its consideration and formal action.
AGENDA
1. ROLL CALL
2. PUBLIC PARTICIPATION – OPPORTUNITY FOR MEMBERS OF THE PUBLIC TO
SPEAK TO THE BOARD ON ANY SUBJECT MATTER WITHIN THE BOARD'S JU-
RISDICTION BUT NOT AN ITEM ON TODAY'S AGENDA
DISCUSSION ITEMS
3. APPROVE A PROFESSIONAL AS-NEEDED GEOTECHNICAL SERVICES CON-
TRACT WITH SOUTHERN CALIFORNIA SOIL & TESTING, INC. IN AN AMOUNT
NOT-TO-EXCEED $175,000 FOR A PERIOD OF THREE (3) FISCAL YEARS (FY
2013 TO FY 2015) (MARCHIORO) [5 minutes]
4. APPROVE CREDIT CHANGE ORDER NO. 1 TO THE EXISTING CONTRACT WITH
GARCIA JUAREZ CONSTRUCTION, INC. IN THE AMOUNT OF <$22,040.00> FOR
THE CALAVO GARDENS SEWER REHABILITATION PROJECT (KAY) [5 minutes]
5. SAN DIEGO COUNTY WATER AUTHORITY UPDATE (WATTON) [10 minutes]
6. ADJOURNMENT
BOARD MEMBERS ATTENDING:
Gary Croucher, Chair
David Gonzalez
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 October 19, 2012 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 October 19, 2012.
______/s/_ Susan Cruz, District Secretary _____
STAFF REPORT
TYPE MEETING: Regular Board
MEETING DATE: November 7, 2012
SUBMITTED BY:
Jeff Marchioro
Senior Civil Engineer
Ron Ripperger
Engineering Manager
PROJECT: VARIOUS DIV. NO. ALL
APPROVED BY:
Rod Posada, Chief, Engineering
German Alvarez, Asst. General Manager
Mark Watton, General Manager
SUBJECT: Award of As-Needed Geotechnical Services Contract for Fiscal
Years 2013 through 2015
GENERAL MANAGER’S RECOMMENDATION:
That the Otay Water District (District) Board of Directors (Board)
award a professional As-Needed Geotechnical Services contract to
Southern California Soil & Testing, Inc. (SCST) and to authorize the
General Manager to execute an agreement with SCST in an amount not-
to-exceed $175,000 for a period of three (3) fiscal years (FY 2013
through FY 2015).
COMMITTEE ACTION:
Please see Attachment A.
PURPOSE:
To obtain Board authorization for the General Manager to enter into
a professional As-Needed Geotechnical Services agreement with SCST
in an amount not-to-exceed $175,000 for a period of (3) fiscal years
(FY 2013 through FY 2015).
AGENDA ITEM 3
2
ANALYSIS:
The District will require the services of a professional
geotechnical consultant in support of the District’s Capital
Improvement Program (CIP) for three (3) fiscal years. It is more
efficient and cost effective to issue an as-needed contract for
geotechnical services which will provide the District with the
ability to obtain consulting services in a timely and efficient
manner. This concept has also been used in the past for other
disciplines such as engineering design, construction management,
electrical, and environmental services.
The District will issue task orders to the consultant for specific
projects during the contract period. The consultant will then
prepare a detailed scope of work, schedule, and fee estimate for
each task order assigned under the contract. Upon written task
order authorization from the District, the consultant shall then
proceed with the project as described in the scope of work.
The anticipated CIP projects that are estimated to require
geotechnical services for the duration of this contract are listed
below:
CIP DESCRIPTION
ESTIMATED
COST
P2453 SR-11 Utility Relocations $5,000
P2528 30-Inch Potable Water Pipeline Manifold at
624 Reservoirs $20,000
R2048 Otay Mesa Distribution Pipelines $50,000
S2024 Campo Road Sewer Main Replacement $15,000
S2033 Sewer System Various Locations Rehabilitation $20,000
S2040 Calavo Sewer Basin Improvements $20,000
S2041 Rancho San Diego Sewer Basin Improvements $20,000
TOTAL: $150,000
The geotechnical scopes of work for the above projects are estimated
from preliminary information and past projects. Therefore, staff
believes that a $175,000 cap on the As-Needed Geotechnical Services
contract is adequate, while still providing additional capacity for
unforeseen support needs by the District.
This As-Needed Geotechnical Services contract does not commit the
District to any expenditure until a task order is approved to
perform work on a CIP project. The District does not guarantee work
to the consultant, nor does the District guarantee that it will
expend all of the funds authorized by the contract on professional
services.
3
The District solicited geotechnical services by placing an
advertisement on the Otay Water District’s website on July 26, 2012
and with various other publications including the San Diego Daily
Transcript. Nineteen (19) firms submitted a letter of interest and
a statement of qualifications. The Request for Proposal (RFP) for
As-Needed Geotechnical Services was sent to the nineteen (19) firms
resulting in twelve (12) proposals received by September 12, 2012.
Christian Wheeler Engineering
Construction Testing & Engineering, Inc
Fugro Consultants, Inc.
GENTERRA Consultants, Inc.
Group Delta Consultants
Helenschmidt Geotechnical, Inc.
Hushmand Associates, Inc.
MTGL, Inc.
Ninyo & Moore
RMA Group, Inc.
Southern California Soil & Testing, Inc.
URS Corporation
The seven (7) firms that chose not to propose are Allied
Geotechnical Engineers, Inc.; AMEC E&I; GEI Consultants, Inc.;
Geocon Incorporated; Geo-Logic Associates; Twining, Inc.; and VO
Engineering, Inc.
In accordance with the District’s Policy 21, staff evaluated and
scored all written proposals. SCST received the highest score for
their services based on their experience, understanding of the scope
of work, proposed method to accomplish the work, and their composite
hourly rate. SCST was the most qualified consultant with the best
overall rating or ranking. A summary of the complete evaluation is
shown in Attachment B.
SCST submitted the Company Background Questionnaire as required by
the RFP and staff did not find any significant issues. In addition,
staff checked their references and performed an internet search on
the company. Staff found the references to be excellent and did not
find any outstanding issues with the internet search.
Based upon the review of all the hourly composite rates, staff did
not negotiate with SCST to lower their proposed rates because their
composite rate was below the average of the twelve (12) consultants
that submitted proposals.
4
Staff has successfully worked with SCST in the past. SCST previously
held the District’s As-Needed Geotechnical Services agreements from
January 2007 to June 2010.
FISCAL IMPACT: Joe Beachem, Chief Financial Officer
The funds for this contract will be expended for a variety of
projects, as previously noted above. This contract is for as-needed
professional services based on the District’s need and schedule, and
expenditures will not be made until a task order is approved by the
District for the consultant’s services on a specific CIP project.
Based on a review of the financial budgets, the Project Manager
anticipates that the budgets will be sufficient to support the
professional as-needed consulting services required for the CIP
projects noted above.
The Finance Department has determined that the funds to cover this
contract are available as budgeted for these projects.
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.
P:\WORKING\As Needed Services\Geotechnical\FY 2013-2014\Staff Report\BD 11-7-12, Staff Report, As-Needed Geotech Services, (JM-RR).docx
JM/RR:jf
Attachments: Attachment A – Committee Action
Attachment B – Summary of Proposal Rankings
ATTACHMENT A
SUBJECT/PROJECT:
VARIOUS
Award of As-Needed Geotechnical Services Contract for
Fiscal Years 2013 through 2015
COMMITTEE ACTION:
The Engineering, Operations, and Water Resources Committee reviewed
this item at a meeting held on October 24, 2012. 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.
Qualifications of
Team
Responsiveness
and Project
Understanding
Technical and
Management
Approach
INDIVIDUAL
SUBTOTAL -
WRITTEN
AVERAGE
SUBTOTAL -
WRITTEN
Proposed Rates*
Consultant's
Commitment to
DBE
TOTAL
SCORE
30 25 30 85 85 15 Y/N 100 Poor/Good/
Excellent Consultant Rate Position Score
Ronald Ripperger 26 24 26 76 1. Christian Wheeler Engineering $1,651 14
Dan Martin 28 24 28 80 2. Construction Testing & Engineering, Inc $1,664 14
Bob Kennedy 28 24 28 80 3. Fugro Consultants, Inc.$2,735 lowest 1
Daniel Kay 26 24 28 78 4. GENTERRA Consultants, Inc.$2,012 10
Kevin Cameron 27 23 28 78 5. Group Delta Consultants $2,305 6
Ronald Ripperger 25 23 25 73 6. Helenschmidt Geotechnical, Inc.$2,285 6
Dan Martin 29 20 25 74 7. Hushmand Associates, Inc. $1,807 12
Bob Kennedy 28 23 28 79 8. MTGL, Inc.$1,574 highest 15
Daniel Kay 26 23 27 76 9. Ninyo & Moore $1,742 13
Kevin Cameron 26 23 25 74 10. RMA Group, Inc.$1,913 11
Ronald Ripperger 25 21 23 69 11. Southern California Soil & Testing, Inc.$1,657 14
Dan Martin 25 22 22 69 12. URS Corporation $2,190 8
Bob Kennedy 24 20 24 68
Daniel Kay 21 20 21 62
Kevin Cameron 23 21 22 66
Ronald Ripperger 25 21 24 70
Dan Martin 24 23 21 68
Bob Kennedy 24 20 24 68
Daniel Kay 22 21 21 64
Kevin Cameron 22 21 22 65
Ronald Ripperger 26 24 26 76
Dan Martin 25 23 25 73
Bob Kennedy 27 22 28 77
Daniel Kay 26 22 27 75
Kevin Cameron 25 22 23 70
Ronald Ripperger 25 21 23 69
Dan Martin 24 22 21 67
Bob Kennedy 23 20 23 66
Daniel Kay 24 21 23 68
Kevin Cameron 23 20 21 64
Ronald Ripperger 24 21 23 68
Dan Martin 24 23 21 68
Bob Kennedy 24 20 24 68
Daniel Kay 21 20 20 61
Kevin Cameron 24 20 20 64
Ronald Ripperger 25 21 23 69
Dan Martin 27 23 23 73
Bob Kennedy 24 21 24 69
Daniel Kay 27 21 25 73
Kevin Cameron 25 23 23 71
Ronald Ripperger 25 24 23 72
Dan Martin 27 23 23 73
Bob Kennedy 24 20 24 68
Daniel Kay 28 22 24 74
Kevin Cameron 25 23 22 70
Ronald Ripperger 25 21 23 69
Dan Martin 24 22 22 68
Bob Kennedy 24 20 24 68
Daniel Kay 25 20 23 68
Kevin Cameron 24 21 22 67
Ronald Ripperger 26 25 27 78
Dan Martin 29 24 29 82
Bob Kennedy 28 23 29 80
Daniel Kay 29 24 29 82
Kevin Cameron 27 24 26 77
Ronald Ripperger 25 24 25 74
Dan Martin 28 24 28 80
Bob Kennedy 28 22 29 79
Daniel Kay 26 23 27 76
Kevin Cameron 26 22 26 74
6. Helenschmidt
Geotechnical, Inc.67 6 Y 73
2. Construction Testing
& Engineering, Inc 75 14 89
78
68
67 10 77
REFERENCES
14
Y
Y
78
5. Group Delta
Consultants 74 6
4. GENTERRA
Consultants, Inc.
12. URS Corporation 77 8 85
Y
8. MTGL, Inc.71 15 86
Y
Y
11. Southern California
Soil & Testing, Inc.80 14
Y7. Hushmand
Associates, Inc. 66
Y 84
Y
Y
94 Excellent
3. Fugro Consultants,
Inc.67 1
9. Ninyo & Moore 71 13
12
RATES SCORING CHART
ATTACHMENT B
SUMMARY OF PROPOSAL RANKINGS
As-Needed Geotechnical Services
WRITTEN
Y
MAXIMUM POINTS
1. Christian Wheeler
Engineering 92
*The fees were evaluated by comparing rates for seven positions and the
cost for twelve soil laboratory tests. The sum of these rates are noted in the
above table.
Note: Review Panel does not see or consider rates when scoring other
categories. Rates are scored by the PM, who is not on Review Panel.
10. RMA Group, Inc.68 11 Y 79
80
P:\WORKING\As Needed Services\Geotechnical\FY 2013-2014\Selection Process\Summary of Proposal Rankings.xls
STAFF REPORT
TYPE MEETING: Regular Board
MEETING DATE: November 7, 2012
SUBMITTED BY:
Daniel Kay
Associate Civil Engineer
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. 1 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 credit Change Order No. 1 to the existing contract with
Garcia Juarez Construction, Inc. (GJC) in the amount of <$22,040.00>
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
credit Change Order No. 1 in the amount of <$22,040.00> 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 to GJC for the
Calavo Gardens Sewer Rehabilitation Project.
AGENDA ITEM 4
2
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 in the streets of Calavo
Drive, Louisa Drive, Challenge Boulevard, Hidden Mesa Drive, and most
of Avocado Boulevard. GJC is approximately 50% complete overall with
the Project. Change Order No. 1 (Exhibit B) includes a variety of
items including time and material for differing site conditions,
additional paving, unknown utilities and various credits for
modifications to the contract.
The following is a table summarizing the items in Change Order No. 1.
The Location column depicts the general location for each item as
shown in Exhibit A:
Item Description Location
(Exhibit A) Amount
1 Open Cut in Lieu of Jack & Bore
Across Avocado Boulevard Site 1 <$20,000.00>
2 Delete Bid Item #5 Manhole
Refurbishments
Sites
1,2,3,4 <$85,000.00>
3 Modify Manhole Replacements in
Avocado Boulevard Site 1 <$56,000.00>
4 Time and Materials Settlement
through 7/31/12 Sites 1,2,4 $125,000.00
5 Revised 15-Inch Alignment in Avocado
Boulevard Site 1 <$10,000.00>
6 Relocate Street Light at Diversion
Vault. Allowance Used to Cover Cost Site 1 0.00
7 Additional Paving in Various Areas Site 1,2,4 $15,960.00
8 Unknown Utilities. Allowance Used
to Cover Portion of Cost
Sites
1,2,3,4 $8,000.00
TOTAL <$22,040.00>
In summary, the net decrease to the Project for Change Order No. 1 is
<$22,040.00>.
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 $2,182,891. See Attachment B-1 for budget detail.
3
The total budget for CIP S2020, as approved in the FY 2013 budget, is
$600,000. Total expenditures, plus outstanding commitments and
forecast, is $596,047. 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 $175,259. 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 $274,243. 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 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.
DK/DM:jf
P:\WORKING\CIP S2019, S2020, S2022 Avocado Sewer\Staff Reports\Change Order No. 1 to GJC\BD 11-07-2012, Change Order No 1 to Garcia Juarez
Construction, (DK-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. 1
ATTACHMENT A
SUBJECT/PROJECT:
S2019-001103
S2020-001103
S2022-001103
S2026-001103
Change Order No. 1 to the Contract with Garcia Juarez
Construction Inc. for the Calavo Gardens Sewer
Rehabilitation Project
COMMITTEE ACTION:
The Engineering, Operations, and Water Resources Committee reviewed
this item at a meeting held on October 24, 2012 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-1
SUBJECT/PROJECT:
S2019-001103
S2020-001103
S2022-001103
S2026-001103
Change Order No. 1 to the Contract with Garcia Juarez
Construction Inc. for the Calavo Gardens Sewer
Rehabilitation Project
Date Updated: September 25, 2012
Budget
2,275,000
Planning 001101
Labor 24,205 24,205 - 24,205
Settlements 2,100 2,100 - 2,100 GARY THOMAS JALATY
Office Supplies 14 14 - 14 PETTY CASH CUSTODIAN
Consultant Contracts 11,287 11,287 - 11,287 LEE & RO INC
Total Planning 37,606 37,606 - 37,606
Design 001102
Labor 155,564 155,564 155,564
Settlements 5,500 5,500 - 5,500 JUAN NAVARRO
Settlements 5,900 5,900 - 5,900 LN REAL ESTATE LLC
Professional Legal Fees 2,632 2,632 - 2,632 STUTZ ARTIANO SHINOFF
Other Agency Fees 27 27 - 27 PETTY CASH CUSTODIAN
Other Agency Fees 3,460 3,460 - 3,460 COUNTY OF SAN DIEGO
Consultant Contracts 4,900 4,900 - 4,900 SAN-LO AERIAL SURVEYS
Consultant Contracts 1,550 1,550 - 1,550 AFFORDABLE DRAIN SERVICE INC
Consultant Contracts 1,947 1,947 - 1,947 CPM PARTNERS INC
Consultant Contracts 60,264 60,264 - 60,264 LEE & RO INC
Consultant Contracts 13,000 13,000 - 13,000 MICHAEL D KEAGY REAL ESTATE
Consultant Contracts 8,830 8,830 - 8,830 DARNELL & ASSOCIATES INC
Consultant Contracts 8,204 8,204 - 8,204 SOUTHERN CALIFORNIA SOIL
Consultant Contracts 525 525 - 525 MWH CONSTRUCTORS INC
Construction Contracts 17,933 17,933 - 17,933 LEE & RO INC
Service Contracts 672 672 - 672 UNION TRIBUNE PUBLISHING CO
Total Design 290,909 290,909 - 290,909
Construction 001103
Labor 200,000 77,990 122,010 200,000
Settlements 5,000 5,000 - 5,000 KIM-THOA THI HOANG
Other Agency Fees 248 248 - 248 COUNTY OF SAN DIEGO - DPW
Consultant Contracts 120,000 99,813 20,188 120,000 VALLEY CONSTRUCTION MANAGEMENT
Consultant Contracts 6,030 6,030 - 6,030 MTGL INC
Consultant Contracts 5,806 5,806 - 5,806 LEE & RO INC
Consultant Contracts 4,000 4,000 - 4,000 RBF CONSULTING
Consultant Contracts 2,685 2,685 - 2,685 DARNELL & ASSOCIATES INC
Consultant Contracts 2,000 2,000 - 2,000 ALTA LAND SURVEYING INC
Consultant Contracts 926 926 - 926 CPM PARTNERS INC
Consultant Contracts 157 157 - 157 SOUTHERN CALIFORNIA SOIL
Construction Contracts 1,438,537 707,587 730,950 1,438,537 GARCIA JUAREZ CONSTRUCTION INC
(11,020) (11,020) - (11,020) Change Order No. 1
Construction Contracts 2,979 2,979 - 2,979 CLARKSON LAB & SUPPLY INC
Construction Contracts 76,507 37,241 39,265 76,507 COMMUNITY BANK
Service Contracts 522 522 - 522 FAVELA PRINTING INC
Total Construction 1,854,377 941,964 912,413 1,854,377
Grand Total 2,182,891 1,270,478 912,413 2,182,891
Vendor/Comments
Otay Water District
S2019 - Avocado Boulevard 8-inch Sewer Main Impr
Committed Expenditures
Outstanding
Commitment &
Forecast
Projected Final
Cost
ATTACHMENT B-2
SUBJECT/PROJECT:
S2019-001103
S2020-001103
S2022-001103
S2026-001103
Change Order No. 1 to the Contract with Garcia Juarez
Construction Inc. for the Calavo Gardens Sewer
Rehabilitation Project
Date Updated: September 25, 2012
Budget
600,000
Planning 001101
Labor 2,185 5,352 (3,167) 2,185
Consultant Contracts 2,185 2,185 - 2,185 LEE & RO INC
Total Planning 24,035 7,537 16,498 24,035
Design 001102
Labor 24,152 24,152
Other Agency Fees 3,460 3,460 - 3,460 COUNTY OF SAN DIEGO
Consultant Contracts 8,000 8,000 - 8,000 DARNELL & ASSOCIATES INC
Consultant Contracts 4,430 4,430 - 4,430 MTGL INC
Consultant Contracts 21,588 21,588 - 21,588 LEE & RO INC
Supplier Contracts 188 188 - 188 US BANK CORPORATE PAYMENT
Service Contracts 145 145 - 145 US BANK CORPORATE PAYMENT
Total Design 37,811 61,963 - 61,963
Construction 001103
Labor 40,000 23,743 16,257 40,000
Consultant Contracts 18,240 18,240 - 18,240 VALLEY CONSTRUCTION MANAGEMENT
Consultant Contracts 1,250 1,250 - 1,250 ALTA LAND SURVEYING INC
Consultant Contracts 400 400 - 400 LEE & RO INC
Construction Contracts 433,271 170,172 263,099 433,271 GARCIA JUAREZ CONSTRUCTION INC
(11,020) (11,020) - (11,020) Change Order No. 1
Construction Contracts 22,804 8,956 13,847 22,804 COMMUNITY BANK
Construction Contracts 1,865 1,865 - 1,865 HELIX WATER DISTRICT
Service Contracts 967 967 - 967 MAYER REPROGRAPHICS INC
Service Contracts 735 735 - 735 AFFORDABLE DRAIN SERVICE INC
Service Contracts 1,505 1,505 - 1,505 HELIX WATER DISTRICT
Service Contracts 32 32 - 32 US BANK CORPORATE PAYMENT
Service Contracts - - - - MAIL MANAGEMENT GROUP INC
Total Construction 510,049 216,846 293,203 510,049
Grand Total 571,895 286,346 309,701 596,047
Vendor/Comments
Otay Water District
S2020 - Calavo Drive 8-inch Sewer Main Replacement
Committed Expenditures
Outstanding
Commitment &
Forecast
Projected Final
Cost
ATTACHMENT B-3
SUBJECT/PROJECT:
S2019-001103
S2020-001103
S2022-001103
S2026-001103
Change Order No. 1 to the Contract with Garcia Juarez
Construction Inc. for the Calavo Gardens Sewer
Rehabilitation Project
Date Updated: September 25, 2012
Budget
180,000
Planning 001101
Labor 1,321 1,321 - 1,321
Total Planning 1,321 1,321 - 1,321
Design 001102
Labor 22,630 22,630 - 22,630
Other Agency Fees 3,460 3,460 - 3,460 COUNTY OF SAN DIEGO
Consultant Contracts 4,989 4,989 - 4,989 LEE & RO INC
Consultant Contracts 6,000 6,000 - 6,000 DARNELL & ASSOCIATES INC
Total Design 37,080 37,080 - 37,080
Construction 001103
Labor 25,000 20,052 4,948 25,000
Consultant Contracts 403 403 - 403 LEE & RO INC
Consultant Contracts 400 400 - 400 ALTA LAND SURVEYING INC
Construction Contracts 104,522 103,571 951 104,522 GARCIA JUAREZ CONSTRUCTION INC
Construction Contracts 5,501 5,451 50 5,501 COMMUNITY BANK
Service Contracts 1,000 1,000 - 1,000 MAYER REPROGRAPHICS INC
Service Contracts 32 32 - 32 US BANK CORPORATE PAYMENT
Total Construction 136,858 130,909 5,949 136,858
Grand Total 175,259 169,310 5,949 175,259
Vendor/Comments
Otay Water District
S2022 - Hidden Mesa Drive 8-inch Sewer Main Rehabiliation
Committed Expenditures
Outstanding
Commitment &
Forecast
Projected Final
Cost
ATTACHMENT B-4
SUBJECT/PROJECT:
S2019-001103
S2020-001103
S2022-001103
S2026-001103
Change Order No. 1 to the Contract with Garcia Juarez
Construction Inc. for the Calavo Gardens Sewer
Rehabilitation Project
Date Updated: September 25, 2012
Budget
280,000
Planning 001101
Labor 1,371 1,371 - 1,371
Total Planning 1,371 1,371 - 1,371
Design 001102
Labor 7,730 7,730 - 7,730
Other Agency Fees 3,460 3,460 - 3,460 COUNTY OF SAN DIEGO
Consultant Contracts 9,581 9,581 - 9,581 LEE & RO INC
Consultant Contracts 4,800 4,800 - 4,800 DARNELL & ASSOCIATES INC
Consultant Contracts 4,000 4,000 - 4,000 MTGL INC
Total Design 29,571 29,571 - 29,571
Construction 001103
Labor 21,952 21,952 - 21,952
Consultant Contracts 270 270 - 270 ALTA LAND SURVEYING INC
Construction Contracts 209,044 198,592 10,452 209,044 GARCIA JUAREZ CONSTRUCTION INC
Construction Contracts 11,002 10,452 550 11,002 COMMUNITY BANK
Service Contracts 1,000 1,000 - 1,000 MAYER REPROGRAPHICS INC
Service Contracts 32 32 - 32 US BANK CORPORATE PAYMENT
Total Construction 243,300 232,298 11,002 243,300
Grand Total 274,243 263,240 11,002 274,243
Vendor/Comments
Otay Water District
S2026 - Challenge Blvd 8-Inch Sewer Main Repl
Committed Expenditures
Outstanding
Commitment &
Forecast
Projected Final
Cost
VICINITY MAP
IMPERIAL
CORONADO
CHULA
VISTA
EL CAJON
BEACH
LA MESA
PROJECT
SITES
CIP Title - Calavo Gardens Sewer Rehabilitation Project: S2019/S2020/S2022/S2026
Consultant/Contractor:Garcia Juarez Construction Subproject: 001103
APPROVED
C.O.AMOUNT BY DATE DESCRIPTION TYPE C.O.
1 ($22,040.00)Board
Eight Items: Open Cut in lieu of jack & bore, delete MH
refurbishment, modify MH replacements, T&M settlement,
revised alignment, street light relocation, additional paving,
and unknown utilities
Owner
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
3435
Total C.O.'s To Date: ($22,040.00)-1.0%
Original Contract Amount:$2,316,275.00
Current Contract Amount:$2,294,235.00
Month Net C.O.$Limit Authorization Absolute C.O.$ C.O. %
10/12 ($22,040.00)$2,000 Insp 0.0%
$10,000 PM/Sr. Engr.0.0%
$20,000 DivM 0.0%
$25,000 Chief 0.0%
$35,000 AGM 0.0%
$50,000 GM 0.0%
>$50000 Board ($22,040.00)-1.0%
CHANGE ORDER LOG
P:\WORKING\CIP S2019, S2020, S2022 Avocado Sewer\Construction\Avocado Sewer Project\Change
Orders\COLOG.XLS 1 10/4/2012