HomeMy WebLinkAbout11-15-06 E&O Committee PacketOTAY WATER DISTRICT
ENGINEERING AND OPERATIONS COMMITTEE MEETING
and
SPECIAL MEETING OF THE BOARD OF DIRECTORS
2554 SWEETWATER SPRINGS BOULEVARD
SPRING VALLEY,CALIFORNIA
Board Room
Wednesday
November 15,2006
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 JURISDICTION BUT NOT AN ITEM ON TODAY'S AGENDA
INFORMATION /ACTION ITEMS
3.UPDATE REPORT ON THE STATUS OF THE CAPITAL IMPROVEMENT PRO-
JECTS FOR THE FIRST QUARTER OF FISCAL YEAR 2007 (POSADA)[10
minutes]
4.AWARD A PROFESSIONAL SERVICES CONTRACT FOR AS-NEEDED GEO-
TECHNICAL SERVICES TO SOUTHERN CALIFORNIA SOIL AND TESTING,
INC.FOR AN AMOUNT NOT TO EXCEED $150,000 DURING FISCAL YEARS
2007 AND 2008 (PADILLA)[5 minutes]
5.APPROVE A BUDGET INCREASE FOR THE 640-1 AND 640-2 RESERVOIRS
PROJECT FROM $27 MILLION TO $29.5 MILLION AND AWARD A CON-
STRUCTION CONTRACT TO PACIFIC HYDROTECH CORPORATION,INC.IN
THE AMOUNT OF $24,894,000 FOR THE CONSTRUCTION OF THE 640-1
AND 640-2 RESERVOIRS (RIPPERGER)[10 minutes]
6.ADJOURNMENT
1
BOARD MEMBERS ATTENDING:
Gary Croucher
Jose Lopez
All items appearing on this agenda,whether or not expressly listed for action,may be
deliberated and may be subject to action by the Board.
If you have any disability that would require accommodation in order to enable you to
participate 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 November 13,2006,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 (Gov-
ernment Code Section §54954.2).
Executed at Spring Valley,California on November 13,2006.
2
AGENDA ITEM 3
STAFF REPORT
TYPE MEETING:Regular Board
SUBMITTED BY:Hossein Juybari %"0
MEETING DATE:
PROJECT:
December 6,2006
P2210 DIV.NO.ALL
APPROVED BY:
(ChieD
APPROVED BY:
(Asst GM)
SUBJECT:
Rod Posada \1.';;)~o~
Chief,Engineering
Manny Maga~~
Assistant General ·M~ger,Engineering and Operations
Informational Item -FY 2007 First Quarter
Capital Improvement Program (CIP)Report
GENERAL MANAGER'S RECOMMENDATION:
That the Board accept the FY 2007 First Quarter CIP Report for
review and receive a summary via PowerPoint presentation.
COMMITTEE ACTION:
Please see Attachment A.
PURPOSE:
To update the Board about the status of all CIP project
expenditure highlights,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 Otay WD staff prepares a six-year CIP
Plan that identifies the Otay WD infrastructure needs.The CIP
is comprised of four categories consisting of backbone capital
facilities,maintenance projects,developer's reimbursement
projects,and capital purchases.
The quarterly update is intended to provide a detailed analysis
of progress in completing these projects within the allotted
time and budget.Staff continues to strive to achieve the
targeted goal of at least 18-20%of the fiscal year budget
amount in the first quarter.
Expenditures in this First Quarter of Fiscal Year 2007 totaled
approximately $9.2 Million.This equates to 25%of the Fiscal
Year 2007 expenditure budget and exeeds our targeted goal.
FISCAL IMPACT:
In the budget process staff sets a cash flow target level for
the elP projects.With the very large eIPs and the achievement
of the construction schedules we are exceeding those targets and
expect to accomplish nearly 100%of the budget over the next two
years.With this level of achievement,greater than the
historical levels,staff has re-evaluated the cash flow
requirements and is recommending that the upcoming debt issuance
be increased by $14.5 million to $42 million in order to
accommodate the elP construction needs.The expected impact on
the projected rates is a shift from 3.9%to 5.1%in years 2010,
2011,and 2012.At this level,the District is expected to
maintain all the reserve target levels in all years,remaining
within the parameters of the Reserve Policy.The added debt
will temporarily drop the debt ratio below the target level of
150%;however,the District always remains above the 120%
covenant level even without using growth funds in the
calculation.The District's financial strength allows the
District to use this flexibility to meet changes in cash flow
needs and still meet all its Reserve Policy targets by the end
of the six-year rate model period.
STRATEGIC GOAL:
The elP supports the mission of providing the best quality of
water and wastewater service to the customers of the Otay Water
District in a professional,effective,efficient,and sensitive
manner,in all aspects of operation,so that public health,
environment,and quality of life are enhanced.
LEGAL IMPACT:
None.
HJ/RR/RP:jf
P:\ENGRSEC\REPORTS\CIP Qtrly Report\2007\BD 12-06-06,FY 2007 First Quarter eIP Report.doc
ATTACHMENT A
.".0;Informational Item
(Project P2210)
FY 2007 First Quarter CIP Report
COMMITTEE ACTION:
Engineering &Operations Committee met to consider this item on
November 15,2006.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.
STAFF REPORT
AGENDA ITEM 4
TYPE MEETING:Regular Board MEETING DATE:December 6,2006
SUBMITTED BY:
APPROVED BY:
(Chief)
APPROVED BY:
(Assl.GM):
SUBJECT:
Ron Ripperger/v--./G.I.F.F.lG.F.No.N/A DIV.NO.ALL
David Padilla ~
Rod Posada ~~~~
Chief,Engineering
Manny Magafi~~
Assistant Generalcranager,Engineering and Operations
Award of As-Needed Geotechnical Services Contract,FY 07-08
GENERAL MANAGER'S RECOMMENDATION:
That the Board authorize the General Manager to enter into an
Agreement for Professional Services for As-Needed Geotechnical
Services with Southern California Soil and Testing,Inc.for an
amount not to exceed $150,000 during Fiscal Years 2007 and 2008.
COMMITTEE ACTION:
Please see Attachment A.
PURPOSE:
To obtain Board authorization for the award of a professional
services contract to obtain geotechnical services on an as-
needed basis in support of the District's Capital Improvement
Program (CIP).The contract amount is not to exceed $150,000
for a two-year period commencing upon Board approval (see
Attachment B).
ANALYSIS:
The District will require the professional services of a
geotechnical consultant to perform studies in support of the
District's CIP projects for a period of two years.The As-Needed
Geotechnical Services contract will provide the District with
the ability to obtain consulting services in a timely and
efficient manner and on an as-needed basis.
The District will require the expertise of a geotechnical
consultant to conduct investigations for CIP projects.The cost
for these geotechnical investigations typically range between
$15,000 and $40,000,depending on the scope of the
investigation.The District incurs expenses in requesting,
reviewing and ranking proposals;checking references;and
preparing staff reports for Committee and Board approval.The
investigations,individually,are small enough that preparation
of formal proposals by consultants becomes expensive and these
costs are passed on to the District.For these reasons,the
District began using similar contracts for as-needed
environmental consulting services in Fiscal Year 2006.The
concept is now being pursued by staff for geotechnical services
in this request.
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 cost
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 ClP projects that are estimated to require geotechnical
investigations for Fiscal Years 2007 and 2008,at this time,are
listed below:
ESTIMATED
eIP DESCRIPTION COST
P2143 1296-3 Reservoir,2.0 MG $15,000
R2034 860-1 Recycled Water Reservoir,$40,0004.0 MG
R2077 24-lnch Recycled Water Pipeline,
860 Zone,Alta Road -Alta $15,000
Gate/Airway
R2087 20-lnch Recycled Water Pipeline,
944 Zone,Wueste Road-Olympic $15,000
Pkwy/Otay Treatment Plant
R2088 20-lnch Recycled Water Pipeline,
860 Zone,County-Roll $15,000
Reservoir/860-1 Reservoir
P2033 PL -16-lnch,1296 Zone,Hillside
Drive-Campo/Presilla $15,000
TOTAL:$115,000
The geotechnical scopes for the above projects are estimated
from preliminary information and planning studies.The
geotechnical scopes of the projects may change during the design
phase,potentially increasing geotechnical study costs.
2
Similarly,industry-wide increases in the cost of performing
geotechnical investigations,such as fees for drilling and
excavation subcontractors,insurance,and regulatory compliance,
may also increase the cost of performing geotechnical studies.
Therefore,staff believes that a $150,000 cap on the As-Needed
Geotechnical Services contract is appropriate.
The As-Needed Geotechnical Services contract would have a one-
year base period commencing upon Board approval,and a one-year
extension based on the District's crp schedule and the
consultant's successful perfomance.The contract is not to
exceed $150,000 for all task orders.Fees for professional
services will be charged to the crp Projects for which the
investigations are performed.
This As-Needed Geotechnical Services contract does not commit
the District to any expenditures until a task order is approved
to perform work on a crp Project.The District does not
guarantee work to the consultant,nor does the District
guarantee to the consultant that it will expend all of the funds
authorized by the contract on professional services.
Staff reviewed and ranked the proposals received in response to
the District's request for proposals (see Attachment C).Staff
recommends award of the As-Needed Geotechnical Services contract
to Southern California Soil and Testing,rnc.for a two-year
period commencing upon Board approval for an amount not-to-
exceed $150,000.
FISCAL IMPACT:
The funds for this contract will be expended from the crp
projects noted previously.The fees for professional services
requested herein are available in the authorized crp project
budgets.This contract is for 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 professional services on a specific crp project.
STRATEGIC GOAL:
This project supports the District's strategic goal to meet
current and future potable water demands and the strategy to
become a recyled water leader.
3
LEGAL IMPACT:
Consulting services would be subject to the terms of the
District's standard Agreement for Professional Services
(Attachment B).
General Manager
Attachments
DP!RR!RP:jf
P;\WORKING\AS Needed Svcs Design\Geotechnical\BD 12-06-06,As-Needed Geotechnical Services.doc
4
ATTACHMENT A
..........•-.••....-··················T············••......•.••..•••.•.•....•.........................................--............•••.......................--...................•-...•....,
SUBJECT/PROJECT:Award of As-Needed Geotechnical Services Contract,FY 07-08
COMMITTEE ACTION:
Engineering and Operations Committee met to consider this item
on November 15,2006.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:Award of As-Needed Geotechnical Services Contract,FY 07-08
AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN
OTAY WATER DISTRICT
AND
CONSULTANT
FOR
AS-NEEDED GEOTECHNICAL SERVICES
This Agreement (Agreement)is made and entered into this __day ofDecember,2006
by and between the OTAY WATER DISTRICT,a municipal water district,formed and existing
pursuant to California Municipal Water District Act of 1911,as amended,hereinafter referred to
as "DISTRICT,"and [CONSULTANT],hereinafter referred to as "CONSULTANT."
WITNESSETH
WHEREAS,the DISTRICT requires the services of a geotechnical consultant to render
certain technical and professional services described below;and
WHEREAS,the CONSULTANT has available,and offers to provide,personnel and
facilities necessary to accomplish the work within the required time.
NOW,THEREFORE,DISTRICT AND CONSULTANT agree as follows:
I.Scope of Services
The CONSULTANT agrees to perform those services described in the scope ofwork set
forth in Exhibit'A'attached hereto and incorporated herein by this reference.The scope of
consulting services shall include meetings with District staff and review ofprevious technical
documentation.
II.Authorization
General authorization to proceed with the work described in Exhibit'A'is hereby granted
upon full execution ofthe Agreement.However,CONSULTANT shall not proceed with any
work described in Exhibit'A'until the receipt ofa request for specific services or "task order"
from the District's Designated Agent.Upon receipt of such a request for specific services,
CONSULTANT shall provide the the District's Designated Agent with an estimated budget for
the requested services and an estimated time for completion.The District's Designated Agent
shall then provide the CONSULTANT with authorization to proceed.No work shall be
commenced until the CONSULTANT receives the authorization to proceed.
III.Compensation
In return for providing the services described in Exhibit'A',which are to be performed
by the CONSULTANT,the DISTRICT agrees to pay,and the CONSULTANT agrees to accept,
- 1 -
compensation for all executed service requests up to an amount not-to-exceed ONE HUNDRED
FIFTY THOUSAND DOLLARS ($150,000.00),payable as agreed to by the parties per service
request.Total compensation for all Professional Services provided under this agreement shall
not exceed ONE HUNDRED FIFTY THOUSAND DOLLARS ($150,000.00)during the term of
this agreement without prior written authorization from the DISTRICT.
The CONSULTANT shall invoice the DISTRICT on a monthly schedule in the format
shown in Exhibits 'B'and 'C'.The CONSULTANT shall not invoice the DISTRICT for work
that has not been completed at the time the invoice is prepared.The DISTRICT shall have forty-
five (45)days from the date ofreceipt oferror-free invoices prepared in accordance with Exhibits
'B'and 'C'to make payment without incurring interest and/or penalty charges.
IV.Standard ofCare
The CONSULTANT is employed to render geotechnical consulting services only,and
any payment made to the CONSULTANT is compensation solely for such services as the
CONSULTANT may render and recommendations the CONSULTANT may make.The
CONSULTANT'S services shall be furnished in accordance with generally accepted
geotechnical consulting principles and practices.
V.Documents
All original drawings,spreadsheets and documents,including digital photographs and
files developed for the project,shall,upon payment in full for the services described in this
Agreement,be furnished to and become the property ofthe DISTRICT,except as otherwise
provided in Section VIII:Termination or Abandonment.
The CONSULTANT shall provide final documents on high-density media such as ZIP®
disk 100/250 MB or compact disk (CD).Final drawings and details shall be in AutoCAD®2000
format or more recent.Final Contract Specifications,reports,and spreadsheets shall be in
Microsoft®Office 2000 format or more recent.Any other electronic format documents provided
to the DISTRICT must be formatted to the same software version or release as that ofthe
DISTRICT.
VI.Performance and Schedule
The CONSULTANT agrees to coordinate project work to ensure its timely completion
and shall promptly notify the DISTRICT ofany anticipated delays,which may affect the work
schedule.In the event the time for completing the scope ofwork is exceeded due to
circumstances beyond the control ofthe CONSULTANT,the CONSULTANT shall have an
additional amount oftime to be agreed upon in writing between the parties in which to complete
the work.
VII.Change in Scope of Work
Work under this agreement is to be performed on a task order basis and shall be pre"
approved by the DISTRICT.Each task order shall specify the services requested,the time for
performance and an estimated cost for such services.Ifthe services requested require a change,
addition or modification,such change,addition or modification shall require prior approval of
-2-
the DISTRICT.In the event that the services requested are outside ofthe Scope ofServices
specified in Exhibit 'A',CONSULTANT shall bring it to the attention ofthe DISTRICT
immediately,and no such work shall be done prior to obtaining written approval from the
DISTRICT.
Ifthe DISTRICT changes the Scope ofWork,or ifchanges in regulations after execution
ofthis Agreement necessitate changes in the Scope ofWork,or ifthe CONSULTANT is
requested to perform services not detailed in the Scope of Work,the parties shall execute an
amendment to Exhibit 'A',Scope ofWork.
All work performed without proper authorization shall be considered part ofthis
Agreement for no additional compensation.
VIII.Termination orAbandonment
Ten (10)calendar days from the date ofa written notice to terminate,the DISTRICT has
the right to terminate or abandon all or any portion ofa work order.The District is under no
obligation to require all the services described under the Scope ofWork and shall be able to
select only those services needed from time to time,as provided in each work order.In the event
that the District abandons or terminates any services requested as provided hereunder,the
DISTRICT will have the right to take possession and shall own immediately all original
specifications,drawings,and other documents developed for that portion ofthe work completed
and/or being abandoned.The DISTRICT will pay the CONSULTANT for services for any
portion ofthe work being terminated which were rendered prior to termination.If said
termination occurs prior to completion ofany task ofthe project for which a payment request has
not been received,the fee for service performed during such task shall be based on an amount
mutually agreed to by the DISTRICT and the CONSULTANT for the portion of such task
completed but not paid prior to said termination.The DISTRICT will not be liable for any costs
other than the fees or portions thereof,which are specified herein.Ifall work is abandoned as
herein provided,this Agreement shall automatically terminate on the 10th day from the date of
notice.
IX.Indemnification
A.CONSULTANT agrees to the following:
1.Indemnification for Professional Services.CONSULTANT will save harmless
and indemnify and,at DISTRICT's request,defend DISTRICT and all its
officers,volunteers,employees,and representatives from and against suits,
actions,or claims brought for,or on account of,injuries or damages sustained
by any person or property directly resulting from a negligent or wrongful act,
error or omission by CONSULTANT or any ofCONSULTANT's officers,
agents,employees,or representatives,in the performance ofthis Agreement.
2.Indemnificationfor other Damages.CONSULTANT indemnifies and holds
DISTRICT harmless from and against a claim,action,damages,costs
(including reasonable attorney's fees),injuries,or liability,directly resulting
from this Agreement,for its negligent performance.Should DISTRICT be
named in a suit,or should a claim be brought against it by suit or otherwise,
- 3 -
directly resulting out ofthis Agreement,for the CONSULTANT's negligent
performance,CONSULTANT will defend DISTRICT (at DISTRICT's request
and with counsel satisfactory to DISTRICT)and will indemnify DISTRICT
for any judgment rendered against it or any sums paid out in settlement or
otherwise.
B.For purpose ofthis section "DISTRICT"includes DISTRICT's officers,officials,
employees,agents,representatives,and certified volunteers.
C.It is expressly understood and agreed that the foregoing provisions will survive
termination ofthis Agreement.
D.The requirements as to the types and limits ofinsurance coverage to be
maintained by CONSULTANT as required by this Agreement and any approval of
said insurance by DISTRICT,are not intended to and will not in any manner limit
or qualify the liabilities and obligations otherwise assumed by CONSULTANT
pursuant to this Agreement,including,without limitation,to the provisions
concerning indemnification.
X.Insurance Requirements
A.Before commencing performance under this Agreement,and at all other times this
Agreement is effective,CONSULTANT will procure and maintain the following
types ofinsurance with coverage limits complying,at a minimum,with the limits set
forth below:
Type oflnsurance
Commercial general liability
Professional liability
Business automobile liability
Workers compensation
Limits (combined single)
$1,000,000
$1,000,000
$1,000,000
Statutory requirement
B.Commercial general liability insurance will meet or exceed the requirements ofISO-
CGL Form No.CG 12 10 11 97.The amount ofinsurance set forth above will be a
combined single limit per occurrence for bodily injury,personal injury,and property
damage for the policy coverage.Liability policies will be endorsed to name
DISTRICT,its officials,and employees as "additional insureds"under said
insurance coverage and to state that such insurance will be deemed "primary"such
that any other insurance that may be carried by DISTRICT will be excess thereto.
Such insurance will be on an "occurrence"basis,except professional liability shall
be on a "claims made"basis,and will not be cancelable or subject to reduction
except upon a thirty-(30)day prior written notice to DISTRICT.
C.Automobile coverage will be written on ISO Business Auto Coverage Form
CA 00 01 1001,including symbol 1 (Any Auto).
-4-
D.CONSULTANT will furnish to DISTRICT duly authenticated Certificates of
Insurance and Endorsements evidencing maintenance ofthe insurance required
under this Agreement and such other evidence ofinsurance as may be reasonably
required by DISTRICT from time to time.Insurance must be placed with insurers
with a current A.M.Best Company Rating equivalent to at least a Rating of
"A:VII."Originals ofthe duly authenticated Certificates ofInsurance and
Endorsements shall be included with this Agreement as Exhibit D.
XI.Successors and Assigns
This Agreement and all ofthe terms,conditions,and provisions hereofshall inure to the
benefit ofand be binding upon the parties hereto,and their respective successors and assigns;
provided,however,that no assignment ofthis Agreement shall be made without written consent
of the parties to this Agreement.Any attempt by the CONSULTANT to assign or otherwise
transfer any interest in this Agreement without the prior written consent ofthe DISTRICT shall
be void.Since the primary consideration ofthe DISTRICT in entering this agreement is the
qualifications ofthe CONSULTANT,as opposed to a low bid,the DISTRICT will refuse to
consent to assignments if it considers the assignee to have lesser qualifications.Any notice or
instrument required to be given or delivered by this Agreement may be given or delivered by
depositing the same in any United States Post Office,registered or certified,postage prepaid,
addressed to:
DISTRICT:
Otay Water District
2554 Sweetwater Springs Boulevard
Spring Valley,California 91978-2004
Attention:Mark Watton
and shall be effective upon date ofmailing.
CONSULTANT:
Firm Name
Address
Attention:
XII.Project Organization
The CONSULTANT proposes to assign [name]as the Project Manager.The Project
Manager shall not be removed from the project or reassigned without prior approval ofthe
DISTRICT,which approval shall not be unreasonably withheld.No subcontracting ofsignificant
portions ofthe contracted services shall be made without prior approval ofthe DISTRICT.
XII/.Integration
This Agreement and the attached Exhibits represent the entire understanding by and
between the DISTRICT and the CONSULTANT as to those matters contained herein.No prior
oral or written understanding shall be ofany force or effect with respect to those matters covered
hereunder.This Agreement may not be modified or altered except in writing signed by both
parties hereto.
- 5 -
XIV.Execution
OTAY WATER DISTRICT
Mark Watton,General Manager
APPROVED AS TO FORM
District Counsel
CONSULTANT
Name,Title
COPIEs:0 FILE (Orig.),0 CONSULTANT,0 PROJECT MANAGER.,0 ACCOUNTS PAYABLE
P:\WORKING\As Needed Svcs Design\Geotechnical\As~NeededGeotechnical Services Agreement.doc
- 6 -
EXHIBIT A
SCOPE OF SERVICES
SCOPE OF REQUIRED SERVICES
The Scope of Services shall be consistent with the following as may be revised by the District to
include additions or deletions recommended by the Consultant for specific task orders.
The contract period will be two (2)years commencing upon the date noted in the Agreement with a
not to exceed amount of $150,000.The District does not guarantee any minimum amount of
services to be performed for the duration ofthe contract.
The District will review the contract at the end of the first year and,based on need and performance,
may desire to continue the agreement for one (l)additional year.The District reserves the right to
request proposals from other firms for any project,including other work which the District may
deem outside of the specialty or scope of this contract.The District reserves the right to appoint a
different District Proj ect Manager at any time to provide direction and coordination of the
professional services to be provided by the Consultant.
CONSULTANT-PROVIDED SERVICES
SCOPE OF REQUIRED SERVICES
Task orders under this contract may not require the full level ofwork outlined herein,or may require
additional work.Further,the number of projects to be evaluated over the term of the agreement is
not known in certainty;therefore,work mayor may not be available for the Consultant.
The scope ofservices listed below is intended to describe the typical services that may be requested
of the Consultant.The services listed are not all-inclusive,but rather represent those normally
expected during the performance ofthe contract.Specifically,the Consultant shall have experience
and ability to perform the following:
Geotechnical Investigations:
The Consultant shall conduct subsurface geotechnical investigations for the design ofnew water
storage reservoirs,pump stations and pipelines and their appurtenances,or for the modification,
improvement or repair ofexisting District facilities.
1.Review available background data including geotechnical reports,geologic maps,pertinent
literature and aerial photographs.
2.Perform geologic mapping ofthe site by an Engineering Geologist.
3.Mark-out subsurface exploration locations and Contact Underground Services Alert at least
two working days prior to explorations.Obtain mark-out from all utility companies having
utilities in the exploration area prior to conducting the explorations.
4.Provide brush clearing as may be required for site access and to perform tests.
5.Obtain any required drilling permits from the County of San Diego.Obtain any required
encroachment permits for explorations within public right-of-way from the appropriate
jurisdictional agency.
6.Perform subsurface explorations to evaluate the soil and groundwater conditions using
conventional drilling or excavation equipment best suited for the site conditions and scope
ofthe investigation.The types of equipment and the locations and depths ofexplorations
shall be proposed by the Consultant for each specific project during the duration ofthe
contract.The soil and groundwater conditions encountered in the explorations shall be
logged by an engineer or geologist.Relatively undisturbed and bulk soil samples shall be
collected for laboratory testing from borings at a minimum 5-foot depth interval.Borings
and excavations shall be backfilled in accordance with County of San Diego requirements.
7.Perform laboratory testing ofselected samples to characterize the in-place dry density,
moisture content,grain-size distribution,shear strength,settlement potential,expansion
potential,R-value,maximum density,optimum moisture content and soil corrosivity.
8.Perform seismic refraction surveys to evaluate bedrock rippability to design depths.The
method and number of traverses which are anticipated shall be proposed by the Consultant
for each specific project during the duration of the contract.A 12-channel,digital
seismograph with a IO-pound hammer shall be used as the energy source for the seismic
refraction surveys.Ifthe Consultant proposes other methods,these alternative methods shall
be discussed in the proposal.
9.Prepare geotechnical investigation reports to include tables,figures and appendices together
with discussions of geotechnical findings,recommendations and conclusions.Reports shall
provide the following information:
•
•
•
A summary of the field and laboratory test procedures and results including penetration
resistance,soil classification ofthe materials encountered and depth to groundwater.
A summary of geologic conditions and evaluation of pertinent geologic hazards
including seismicity,liquefaction potential,dynamic settlement potential,and slope
stability.
The results of engineering analyses and recommendations for temporary excavations;
shoring design parameters;dewatering;site preparation;removal of unsuitable soils;fill
and backfill placement and compaction;permanent slope inclinations;shallow or deep
foundations including vertical and horizontal load capacities and anticipated settlement;
A-2
•
•
allowable bearing for pipeline thrust blocks;modulus of soil reaction (E ')for pipeline
design;Portland cement concrete slabs-on-grade or structurally-supported slabs;
retaining wall design parameters;seismic design parameters in accordance with UBC
criteria;asphalt and Portland cement concrete pavements;corrosion potential of the on-
site soils to below-grade ferrous metals and concrete foundations;suitability of on-site
materials for use as pipe bedding and backfill;and imported fill requirements.
Provide draft reports for the District's review.
Incorporate pertinent review comments and provide final reports to the District.
Design Review
I.Attend meetings during the design phase.
2.Perform foundation and/or grading plan review for conformance with geotechnical
recommendations.
3.Coordinate with the District's structural engineer and provide clarifications as necessary
during design.
DELIVERABLES
I.All electronic digital drawings/design files shall be delivered in AutoCAD 2000 format or
more recent.
2.All electronic text document deliverables shall be in the Microsoft Office platform (Word,
Excel,PowerPoint,Project,etc.)version 2000 or more recent.
3.All Geographical Information System (GIS)files shall be delivered in ArcView Shapefile
format (.shp).
4.All horizontal data (X,Y coordinates)shall be delivered using the California Coordinate
System (NAD 83,Zone VI,feet).All vertical data (Z coordinates)shall be delivered using
the North American Vertical Datum of 1988 (NAVD 88).
5.Specifications shall be in Construction Specification Institute (CSI)format and III
conformance with District's Standard Specifications.
A-3
DISTRICT-PROVIDED SERVICES
The District will:
I.Provide existing reports,record drawings,and other related materials to the
Consultant that are in the District's possession.All such materials will be provided
in the format available (digital or non-digital).
2.Pay all required fees to California Department ofFish and Game,U.S.Army Corps
ofEngineers and other agencies as required,excluding fees for drilling permits,
right-of-way encroachment permits or the cost oftraffic control required for
subsurface explorations which shall be paid for by Consultant.
3.Coordinate with the Consultant's Project Manager during all phases ofthe work for
each project.
A-4
EXHIBIT B
Sample Invoice Fonnat (Summary)
Finn Name
Address
INVOICE SUBMITTED TO:
Accounts Payable
Otay Water District
2554 Sweetwater Springs Boulevard
Spring Valley,CA 91978-2004
JOB DESCRIPTION:
PROJECT NAME:As-Needed Geotechnical
Services Contract
Otay Project Manager:David Padilla
Capital Improvement Project No:Pxxxx-OOxxxx
DATE OF INVOICE:
INVOICE NO.
AUTHORIZATION:
Purchase Order Number:
Work Order Number:
Consultant Project Number:
DESCRIPTION OF SERVICES RELATED TO INVOICE:7/1107 to 811107
Perform geotechnical investigation and attend meetings.
AUTHORIZED AND INVOICED FEE:
Original Fee Amount Authorized
Change Order No.I Amount Authorized
Change Order No.2 Amount Authorized
Total Fee Amount Authorized
Amount ofThis Invoice
Amount Previously Invoiced
Total Amount Invoiced to Date
Amount Previously Paid
Authorized Fee Amount Remaining
Percent Complete
$40,000.00
$250.00
$1,350.00
$41,600.00
$5,433.00
$32,456.00
$37,889.00
$32,456.00
$3,711.00
91%
CONTRACTED DATE OF PROJECT COMPLETION:November 7,2007
Invoice has been reviewed and found correct.
[Name],Project Manager
EXHIBIT C
Sample Invoice Format (task detail)
Otay Water District As-Needed Geotechnical Services
MM/DDIYY WO XXXX I erp PXXXX-OOXXXX
DESCRIPTION THIS INVOICE INVOICED CONTRACT TOTAL %
HRS/$'s RATE AMOUNT I TO DATE AMOUNT I BILLED COMPLETEI
PROJECT TOTAL $5,763.35 $20,884.30 $46,500.00 45%37%
TASK 1-Project Management and Administration $3,955.25 $15,420.90 $20,600.00 75%88%
Sub-Task 1.1 Data Acquisition $951.00 $2,944.00 $3,000.00 98%100%
Project Manager Smith 16.0 hr 41.00 $/hr $656.00
Drafter Williams 5.0 hr 35.00 $/hr $175.00
Secretary Allred 6.0 hr 20.00 $/hr $120.00
Sub-Task 1.2 Report Preparation $931.50 $8,865.00 $13,000.00 68%75%
Principle James 2.5 hr 95.00 $/hr $237.50
Project Manager Smith 4.0 hr 41.00 $/hr $164.00
Drafter Williams 14.0 hr 35.00 $/hr $490.00
Secretary Allred 2.0 hr 20.00 $/hr $40.00
Direct Expenses $1,884.50 $2,431.00 $3,000.00 81%81%
Reproduction $17.50 10%$19.25
Subconsultant #1 B&K $610.00 5%$640.50
Subconsultant #2 CEW $1000.00 5%$1,050.00
TASK 2-Review Existing Documentation &Related Proj.Info.$1,808.10 $5,463.40 $15,700.00 35%22%
Sub-Task 2.1 $951.00 $2,944.00 $12,000.00 25% 22%
Project Manager Smith 16.0 hr 41.00 $/hr $656.00
Drafter Williams 5.0 hr 35.00 $/hr $175.00
Secretary Allred 6.0 hr _20.00 $/hr $120.00
Direct Expenses
Reproduction
Subconsultant #2 CEW
$120.00
$600.00
10%
5%
$762.00 $2,225.00 $2,500.00
$132.00
$630.00
89% 89%
Note:1)Consultant to edit,update,and add lines as necessary.
2)Rates shown above are to remain in effect throughout the life of the contract
EXHIBIT D
(Consultant's Insurance Certificate)
ATTACHMENT C
SUBJECTfPROJECT:Award of As-Needed Geotechnical Services Contract,FY 07·08
PROPOSAL RANKING
Knowledge of
Qualifications,Experience jurisdictional Completeness,Consultant's
experience of relevant to Proposed agencies,local area addressed Ability to complete commitment TOTAL
Consultant's type ofproject method to environmental Proposed Fee requested projects on schedule to EBE,DBE,SCORE AVERAGE
assigned personnel being considered accomplish work concerns,and information MBE,SSE SCORE RANK
regulatory
requirements
FIRM REVIEWER 15 15 10 10 20 15 10 5 100
ElmerAlex 15 14 3 4 20.0 14 10 5 85.0
Geo-Environmental,David Padilla 15 15 4 5 20.0 12 10 5 86.0
Inc.Jim Peasley 9 9 8 6 20.0 11 8 5 76.0 83.0 4.0
Marta Riendeau 15 15 5 7 20.0 8 7 5 82.0
Richard Shacklev 15 15 6 6 20.0 11 8 5 86.0
ElmerAlex 15 15 3 4 19.0 15 8 5 84.0
David Padilla 15 15 8 9 19.0 14 10 5 95.0
Geotechnics Inc.Jim Peasley 10 12 8 8 19.0 12 8 5 82.0 87.6 2.0
Marta Riendeau 12 14 8 10 19.0 10 7 5 85.0
Richard Shacklev 14 15 8 9 19.0 13 9 5 92.0
ElmerAlex 15 14 10 10 14.6 15 10 0 88.6
David Padilla 15 14 10 9 14.6 13 10 0 85.6
Geotek,Inc.Jim Peasley 8 12 8 7 14.6 12 8 0 69.6 79.4 7.0
Marta Riendeau 11 12 8 9 14.6 11 7 0 72.6
Richard Shacklev 14 13 8 9 14.6 13 9 0 80.6
ElmerAlex 15 14 9 6 15.8 15 6 0 80.8
Leighton David Padilla 15 14 8 7 15.8 14 6 0 79.8
Consulting,Inc.Jim Peasley 12 12 8 8 15.8 12 8 0 75.8 80.4 6.0
Marta Riendeau 12 13 8 10 15.8 14 8 0 80.8
Richard Shacklev 15 14 10 9 15.8 13 8 0 84.8
ElmerAlex 15 15 10 10 13.6 14 10 5 92.6
David Padilla 15 15 10 10 13.6 14 6 5 88.6
Ninyo &Moore Jim Peasley 13 12 8 9 13.6 12 8 5 80.6 87.4 3.0
Marta Riendeau 14 15 8 10 13.6 11 7 5 83.6
Richard Shacklev 15 15 10 10 13.6 14 9 5 91.6
ElmerAlex 13 13 8 4 10.0 15 8 0 71.0
Petra David Padilla 12 13 8 6 10.0 14 10 0 73.0
Geotechnical,Inc.Jim Peasley 9 11 9 6 10.0 12 8 0 65.0 70.0 10.0
Marta Riendeau 13 13 8 7 10.0 10 10 0 71.0
Richard Shacklev 12 13 8 6 10.0 12 9 0 70.0
P:IWORKINGlAs Needed Svcs DesignlGeotechnicallForm-RFP Rating Geotech.xls Page 1 of2
ATTACHMENT C
SUBJECT/PROJECT:Award of As-Needed Geotechnical Services Contract,FY 07-08
PROPOSAL RANKING
Knowledge of
Qualifications,Experience jurisdictional Completeness,Consultant's
experience of relevant to Proposed agencies,local area addressed Ability to complete commitment TOTAL
Consultant's type of project method to environmental Proposed Fee requested projects on schedule to EBE,DBE,SCORE AVERAGE
assigned personnel being considered accomplish work concerns,and information MBE,SBE SCORE RANK
regulatory
requirements
FIRM REVIEWER 15 15 10 10 20 15 10 5 100
Elmer Alex 13 13 3 4 18.5 15 g 0 75.5
David Padilla 13 13 5 5 18.5 13 10 0 77.5
PSI,lnc.Jim Peasley 8 8 8 5 18.5 12 8 0 67.5 73.3 9.0
Marta Riendeau 12 11 6 7 18.5 8 9 0 71.5
Richard Shacklev 12 12 5 6 18.5 12 9 0 74.5
ElmerAlex 10 8 3 4 14.2 7 4 0 50.2
Siadden David Padilla 13 13 5 5 14.2 8 6 0 64.2
Jim Peasley 8 7 8 4 14.2 11 8 0 60.2 63.2 11.0EngineeringMartaRiendeau15128814.2 12 8 0 77.2
Richard Shacklev 13 10 6 6 14.2 10 5 0 64.2
ElmerAlex 14 13 5 4 17.5 15 0 5 73.5
Solid Rock David Padilla 13 13 5 5 17.5 12 5 5 75.5
Jim Peasley 10 11 8 8 17.5 12 8 5 79.5 77.1 8.0Engineering,Inc.Marta Riendeau 12 14 5 10 17.5 10 7 5 80.5
Richard Shacklev 12 13 7 6 17.5 10 6 5 76.5
ElmerAlex 14 13 9 10 16.8 13 9 5 89.8
Southern California David Padilla 14 14 9 9 16.8 12 10 5 89.8
Jim Peasley 11 13 9 9 16.8 13 8 5 84.8 87.8 1.0Soil&Testing,Inc.Marta Riendeau 11 13 9 10 16.8 11 7 5 82.8
Richard Shacklev 15 14 9 10 16.8 13 9 5 91.8
ElmerAlex 15 15 8 6 18.8 14 10 0 86.8TestingEngineers-David Padilla 14 14 8 8 18.8 12 10 0 84.8
San Diego,Jim Peasley 11 11 8 7 18.8 11 8 0 74.8 82.2 5.0
Inc.lBureau Veritas Marta Riendeau 13 13 8 9 18.8 12 9 0 82.8
Richard Shacklev 13 13 8 8 18.8 13 8 0 81.8
P:IWORKINGlAs Needed Svcs DesignlGeotechnicallForm-RFP Rating Geotech.xls Page 2 of2
AGENDA ITEM 5
STAFF REPORT
5
December 6,
2006
P2l85 DIV.
NO.
MEETING
DATE:
C.I.P.I
G.F.NO:
Ron Ripperger ~
Rod Posada 'C\~~~
Chief,Engineering
---.,~~t··"l<Il·,,¥~:;'"Manny Magana 'V\.
Assistant General anager,Engineering and Operations
Regular Board
APPROVED BY:
(Chien
SUBMITTED BY:
APPROVED BY:
(Assl.GM):
TYPE MEETING:
SUBJECT:Award of a Construction Contract for the 640-1 and 640-2
Reservoirs Project
GENERAL MANAGER'S RECOMMENDATION:
That the Board:
1)increase the project budget from $27,000,000 to $29,500,000,and
2)award a construction contract to Pacific Hydrotech Corporation,
Inc.(Pacific Hyrdotech)in the amount of $24,894,000 for the
construction of the 640-1 and 640-2 Reservoirs Project (See
Exhibits A and B for the project location).
COMMITTEE ACTION:
Please see Attachment A.
PURPOSE:
To obtain Board authorization to award a construction contract to
Pacific Hydrotech for the construction of the 640-1 and 640-2
Reservoirs Project.
ANALYSIS:
This construction project consists of four main elements of work.
The first portion includes earthwork to prepare the site for the
installation of two ten million gallon prestressed concrete,circular
reservoirs.The second includes installing nearly 12,000 lineal feet
of CML&C steel pipe ranging in diameter from l2-inch to 42-inch.The
third element is the construction of the two reservoirs.Finally,
the existing 520-1 Reservoir that was constructed in 1962 will be
demolished due to its age and problems with its hydraulic
compatibility within the Regulatory Site.
Infrastructure Engineering Corporation,the District's consultant,
designed the reservoir project and developed the bid contract
documents.Staff utilized the services of WRA &Associates and RBF
Consulting to conduct a final construction risk assessment review
prior to bid.This review resulted in an increase of $1.1 Million in
allowances to the project for a variety of critical items such as
providing a cost loaded schedule,installing soundwall barriers,
regulated material identification and removal,locating unknown or
unidentified utilities,suspension of blasting operations and
additional potholing.These bid allowances will be used only if
required.
The project was advertised for bid on September 18,2006;
subsequently five addenda were sent out to all bidders and plan
houses to address contractors'questions and clarifications to the
contract documents during the bidding period.Bids were publicly
opened on November 9,2006,with the following results:
ENGINEER'S ESTIMATE
CONTRACTOR
1 Pacific Hydrotech Corp.(Perris,CAl
2 SEMA Construction,Inc.(Lake Forrest,CAl
3 Gateway Pacific Contractors,Inc.(Sacramento,CAl
4 T.C.Construction Company,Inc.(Santee,CAl
5 SSC Construction Inc.(Corona,CAl
6 CDM Constructors Inc.(Rancho Cucamonga,CA)
$25,810,000
TOTAL BID
~OWT
$24,894,000
$26,765,000
$27,479,960
$29,818,500
$30,705,000
$35,552,000
Staff estimated the total CIP project budget was $27,000,000 during
the budget preparation process for Fiscal Year 2007.At that time,
the engineer's estimate without allowances was $24,710,000.Staff
felt it was too conservative and reduced the estimate to $24,100,000
for budgeting purposes.However,this number did not include any
contingencies for change orders or allowances for unknown issues
encountered during construction.After adding a 3%change order
contingency,$1.1 Million in allowances,increased dollars for staff
time during construction and additional funding for a greater effort
for construction management,the budget needs to be increased by
$2,500,000 to $29,500,000.Please see Attachment B for a comparison
between the original budget and the revised budget.
The evaluation process included reviewing all bids submitted for
conformance to the contract documents.The lowest bidder,Pacific
Hydrotech,submitted a responsible bid and holds a Class A
Contractor's License as required by the contract documents and has a
Hazardous Substances Removal certification.
2
The District has no past experience with Pacific Hydrotech.
References were checked and Pacific Hydrotech found to be a highly
rated company.Staff also verified that it can comply with the
bonding requirements for this project.Per the public competitive
bidding process,staff is recommending the award of a construction
contract to Pacific Hydrotech in the amount of $24,894,000.
FISCAL IMPACT:/~.>
The total budget for CIP P2l85 is $27,000,000,as approved in the
2007 budget process.The actual costs paid on this project as of
November 7,2006,are $1,735,917.Total expenditures plus
outstanding commitment and forecast to date,including this contract,
are approximately $29,500,000.Based on the cost analysis performed,
staff has determined that a budget increase is necessary.Attachment
C is a table listing commitments,expenditures,and projected final
costs.
With the revisions to the planned cash flows and debt financing,as
outlined in the "FY 2007 First Quarter Capital Improvement Program
(CIP)Report",the funds will be available from the expansion and
betterment funds.
STRATEGIC GOAL:
This project supports the District's Mission statement,"To provide
the best quality of water and wastewater services to the customers of
Otay Water District,in a professional,effective,efficient,and
sensitive manner ...".This project fulfills the District's Strategic
Goals No.1 -Community and Governance,and No.5 -Potable Water,by
maintaining proactive and productive relationships with the project
stakeholders and by guaranteeing that the District will provide for
current and future water needs.
LEGAL IMPACT:
None
HJ/RR/MA:jf
Attachments
P;\WORKJNG\CIP OOlB5\Staff Repon:s\BD 12-06-06,640-1,2 Contract AwardV2.doc
3
1"=800'
I LJ
I
i iiii
\\,!
Ii!i!L-~~M-----I-I---------:.C"'A'MPO
1=·····1
"I
FURY LANE
REGULATORY
SITE
~
Mission
Bay \p-:=.I,-t-e-/\
Q
~
~
~
"
".}-'~0w
(>'1-J1-H-1 rTT'--'".,
~J:(~:::'"/~
~C3,Q>
"-,
~-I':i>S'xW/~US'(L
dCCJ/~ooOJ
o:>/iZ .......-....+-...._'-_-'''-.L....
;;;~OTA Y WATER DISTRICT
GPROPOSED
Q 640-1 AND 640-2 RESERVOIRS
(>'o~........W_,0.."..;3;.;0;;,;;0;.;,1,;,8_""",!!!~~L~0~C~A~T.;,;1O~N,;"",;,;M~A,;;.P-----....;C;,;;I P....;2;;,;1,;8,;,5...
EXHIBIT A
IMPERIAL
BEACH
Tijuana Estuary
f-li'n"""'~"""""~~~,-,:-~~m
"(L
"<l:
(\Joa;r----'o;:::
fl·'}.1.'.;':\\
Otay Water District
640,1 and 2 R..~serv:oirs Proj.ect
EXHIBIT B
~~~L--..:....-=:--:-:-::-:-=:-:-=:--:::--_----.,----'----J
ATTACHMENT A
r·siiaJEcfipRoJECT'·j"A;,;;ai=2l··;i·-a-·co;:,;·sti=u:ctIon-··contract.ior-the--640=i.and--640::-2-....-i
I I Reservoirs Project (P2185)I
l.___1..___•.......__...............__..__.___..___.._._______.._1
COMMITTEE ACTION:
The Engineering and Water Operations
a meeting held on November 15,2006.
recommendation.
NOTE:
Committee reviewed this item at
The Committee supported Staff's
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
l-sUBJEcTipR6JEc-T:-rA~a-;;:dof-a-Co;;:struct;:o;;:---C-o;:;t-;;:-actfo;;:---th-e640=i-an2C--64-0=2-I
I I Reservoirs Project -Budget Comparison
I _____L______.1
Otay Water District
P2185 -Res -640-1 Reservoir 20.0 MG
Date Updated:November 7,2006
Phase OriginalBudget Revised Budeget Variance
Planning -
Studies $500,000.00 $118,929.39 $(381,070.61 )
Miscellaneous $-$439,828.84 $439,828.84
Environment $100,000.00 $-$(100,000.00)
Preliminary Desi9n $100,000.00 $-$(100,000.00)
Total Planning $700,000.00 $558,758.23 $(141,241.77)
Design
Subcontract/Consultant $800,000.00 $863,258.64 $63,258.64
In House/Labor $200,000.00 $284,757.61 $84,757.61-._---
Total Design $1,000,000.00 $1,148,016.25 $148,016.25
Construction -In HouseiLabor $300,000.00 $921,803.56 $621,803.56--
Miscellaneous $30,601.96 $30,601.96---Construction Contracts $24,100,000.00 $24,894,000.00 $794,000.00
3%Contingency $746,820.00 $746,820.00
Consuitant Contract (CM)$900,000.00 $1,200,000.00 $300,000.00
Total Construction $25,300,000.00 $27,793,225.52 $2,493,225.52
Grand Total $27,000,000.00 $29,500,000.00 $2,500,000.00
7
ATTACHMENT C
r-SUBj"ECfiPR6JECf:-r-~::~~;~c:~-~:~-~-~~-c~i~~:~~~t~:~~~for -ij;e---640::i-a-nd---640::2------,
L____.1..___________________________________________________.J
Otay Water District
P2185 -Res -640-1 ReservoIr 20 0 MG
Date Updated:November 7,2006
Outstanding Vend<rlBudge/CorrrriIted Expenditures Cotmilment&ProjectedFiflBiCos!
$27,000,000 Ccn>nenlsForecast
Planning ---Studies $118,929_39 $118,929_39 $118,929_39 Boyle Engineering
In House/Labor $102,592_36 $102,592_36
Printing $223_58 $223_58 --T-223_58 TIger Reprographics
Office Supplies $25_05 $25_05 $25_05 Petty Cash Custodian
Gas &Elelctric -$750_00 $750_00 $750_00 San Diego Gas &Electric
Subcontract --$175,783_84 $175,783_84 $175,783_84 FMS (No Detail)---$153,831.91 $153,831_91
-_...
$153,831_91 FMS (No Detail)
Miscellaneous $362.25 $362_25 $362_25 Bob Turner's CraneServices Inc.
Chemical Feed Systems $6,169.48 $6,169_48 $6,169_48 Core-rosion Products
----~---$$$
._--~Postage 26_57 26_57 26_57 Fed-Ex
Service Contracts $63_80 $53_80 if 63_80 Sedona Staffing
Land/Easement Acquisition $-
Total Planning $458,165_87 $658,758_23 $$558,758_23
Design -Subcontract $8,499_72 $8.499_72 $8,499_72 E&J Weed Abatement Co_..--.--Consultant Contracts $822,000_00 $740,215_00 $81,785_00 $822,000_00 lnfrasturclure Engineering Corp._.._-
$$$682_01 682-01 682_01 Environmine------$$$7,800_00 7,800.00 7,800.00 Fire'Prevention Services Inc.
$600.00 $600.00 $600.00 Pacific Sourhwest Biological
$4,720.00 $4,720.00 $4,720_00 WRA &Associates--$$$9,711.41 9,711.41 9,711.41 John Powell &Associates
Regulatory Ag~n~Fee $1,250.00 $1,250_00 $1,250_00 State of Califomia
In House/Labor $284,757_61 $284,757_61
Materials --$$$537.10 537.10 537.10 Traffic Control Services Inc--$$$152_00 152.00 152_00 Allied Trendl Shoring Services
Advertise and Award $7,306.40 $26.94 $7,279.48 $7,306.40 OCB Reprographics
Total Design $863,258.84 $1,054,231.79 $93,784.46 $1,148,016_25
Construdlon
In House/Labor -$$$92,324_55 809,479.01 901,803.58
Materials ._--~--_._-
$122.40 $$Office Depot122.40 122.40
$5,466.34 $5,466_34 $5,466.34 National Walel'Vl/Orks Inc.-----_.Temporary Labor $382_80 $382_80 Sedona Staffing
Shipping -----$20_62 $20_62 $20_62 Fed-Ex --Construction Conlra~---$----23,377.00 $23,377.00 --$23,377.00 San DiegoGas &Electric
$24,894,000_00 $$...-24,894,000.00 Pacific Hydrotech Corp24,894,000_00-_.__.
$$$
_._--_.
Cootingency@3%746,820.00 746,820.00 746,820.00
Consultant Conlract(CM)$1,200,000.00 $1,200,000.00 $1,200,000.00 Construction Manager
~rofe~onal &'L~~~~ees $96.00 $--96.00 $96_00 Burke Wiliams &Sorensen LLP
$487.20 $487.20 $487.20 Garcia,Calderon &Ruiz
Service COntraCiS--,.._..,,----
$$$-----649_60 649.60 649_60 San Diego Daily Script~.___.___-_.._----AccpVdose-oul $20,000_00 $20,000_00 In HouseStaff
Total Construction $26,871,039_16 $122,926.51 $27,670,299_01 $27,793,225.52
GrandTotal $28,190,463.67 $1,735,916_53 $27,764,083_47 $29,500,000.00