Loading...
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