Loading...
HomeMy WebLinkAbout05-22-18 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 TUESDAY May 22, 2018 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. AWARD A CONSTRUCTION CONTRACT TO M-RAE ENGINEERING, INC. FOR THE INTERCONNECT AIRVAC VALVE REPLACEMENT PROJECT IN AN AMOUNT NOT-TO-EXCEED $83,000.12 (MARTIN) [5 minutes] 4. AWARD TWO (2) PROFESSIONAL AS-NEEDED COATING INSPECTION SER- VICES CONTRACTS; ONE WITH COATING SPECIALISTS AND INSPECTION SER- VICES, INC. AND THE OTHER WITH RF YEAGER ENGINEERING, INC. EACH IN AN AMOUNT NOT-TO-EXCEED $175,000. THE TOTAL AMOUNT OF THE TWO (2) CONTRACTS WILL NOT EXCEED $175,000 DURING FISCAL YEARS 2019, 2020, AND 2021 (ENDING JUNE 30, 2021) (CAMERON) [5 minutes] 5. AWARD TWO (2) PROFESSIONAL AS-NEEDED LAND SURVEYING SERVICES CONTRACTS; ONE WITH HUNSAKER AND ASSOCIATES AND THE OTHER WITH PSOMAS, EACH IN AN AMOUNT NOT-TO-EXCEED $250,000. THE TOTAL AMOUNT OF THE TWO CONTRACTS WILL NOT EXCEED $250,000 DURING FIS- CAL YEARS 2019, 2020, 2021 (ENDING JUNE 30, 2021) (O’DONNELL) [5 minutes] 2 6. INFORMATIONAL UPDATE ON THE RALPH W. CHAPMAN WATER RECYCLING FACILITY 14-INCH FORCE MAIN CONDITION ASSESSMENT, REPAIRS, AND IM- PROVEMENTS (MARCHIORO) [5 minutes] 7. THIRD QUARTER OF FISCAL YEAR 2018 CAPITAL IMPROVEMENT PROGRAM REPORT (MARTIN) [5 minutes] 8. SAN DIEGO COUNTY WATER AUTHORITY UPDATE (SMITH) [10 minutes] 9. ADJOURNMENT BOARD MEMBERS ATTENDING: Tim Smith, Chair Gary Croucher All items appearing on this agenda, whether or not expressly listed for action, may be delib- erated and may be subject to action by the Board. The Agenda, and any attachments containing written information, are available at the Dis- trict’s website at www.otaywater.gov. Written changes to any items to be considered at the open meeting, or to any attachments, will be posted on the District’s website. Copies of the Agenda and all attachments are also available through the District Secretary by contacting her at (619) 670-2280. If you have any disability that would require accommodation in order to enable you to partici- pate in this meeting, please call the District Secretary at 670-2280 at least 24 hours prior to the meeting. Certification of Posting I certify that on May 18, 2018 I posted a copy of the foregoing agenda near the regular meeting place of the Board of Directors of Otay Water District, said time being at least 24 hours in advance of the meeting of the Board of Directors (Government Code Section §54954.2). Executed at Spring Valley, California on May 18, 2018. /s/ Susan Cruz, District Secretary STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: June 6, 2018 SUBMITTED BY: Dan Martin Engineering Manager PROJECT: P2623-001103 DIV. NO. 2 APPROVED BY: Rod Posada, Chief, Engineering Mark Watton, General Manager SUBJECT: Award of a Construction Contract to M-Rae Engineering, Inc. for the Interconnect Airvac Valve Replacement Project GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) award a construction contract to M-Rae Engineering, Inc. (M-Rae Engineering) and to authorize the General Manager to execute a construction contract with M-Rae Engineering for the Interconnect Airvac Valve Replacement Project in an amount not-to-exceed $83,000.12 (see Exhibit A for Project location). COMMITTEE ACTION: Please see Attachment A. PURPOSE: To obtain Board authorization for the General Manager to enter into a construction contract with M-Rae Engineering for the Interconnect Airvac Valve Replacement Project (Project) in an amount not-to-exceed $83,000.12. 2 ANALYSIS: In 2013, the District entered into an agreement with Carollo Engineers (Carollo) for preliminary and final design and construction support of the 870-2 Pump Station Project. In 2016, Carollo’s surge subconsultant (GEI) recommended that existing combination air-vac valves along existing 30-inch transmission mains between the 624-3 (aka Eastlake or 30 MG) Reservoir and the Upper Reservoir be replaced with slow closing surge style combination air-vac valves to minimize risk of surge. The existing combination air-vac valves are older (2000 era). A few of the valves have already been replaced. New slow closing surge style combination air-vac valves were pre- purchased because of the long lead time (20 weeks) and District staff’s desire to replace existing valves as soon as possible to coincide with the 870-2 Pump Station construction, start-up, and commissioning. New enclosures were also pre-purchased since some existing enclosures are corroded and others are too short for the taller replacement valves. The pre-purchased valves and enclosures were delivered to the District late March 2018. District staff attempted to informally bid installation of the pre- purchased valves and materials under California Uniform Public Construction Cost Accounting Act (CUPCAA); however, only one (1) bid was received on March 14, 2018. The single bid was over the General Manager’s signature authority. Staff prepared the contract documents in-house. On April 5, 2018, the Project was formally advertised for bid using BidSync, an online bid solicitation website. The Project was also advertised in the Daily Transcript. BidSync provided electronic distribution of the Bid Documents, including specifications, plans, and addendums. A Pre-Bid Meeting was held on April 11, 2018, which was attended by a single general contractor. Two (2) addenda were sent out to all bidders and plan houses to address questions and clarifications to the contract documents during the bidding period. Bids were publicly opened on April 24, 2018, with the following results: 3 CONTRACTOR TOTAL BID AMOUNT 1 M-Rae Engineering, Inc (Descanso, CA) $83,000.12 2 Fordyce Construction, Inc (Santee, CA) $86,466.00 3 Charles King Company (Signal Hill, CA) $114,725.00 4 Falcon Construction Company (San Diego, CA) $121,750.00 The Engineer’s Estimate is $80,000. A review of the bids was performed by District staff for conformance with the contract requirements and determined that M-Rae Engineering was the lowest responsive and responsible bidder. M-Rae Engineering holds a Class A, General Engineering, Contractor’s License in the State of California, which meets the contract document’s requirements, and is valid through April 30, 2020. The reference checks indicated a very good to excellent performance record on similar projects. An internet background search of the company was performed and revealed no outstanding issues with this company. Staff verified that the bid bond provided by M-Rae Engineering is valid. Staff will also verify that M-Rae Engineering’s Performance Bond and Labor and Materials Bond are valid prior to execution of the contract. FISCAL IMPACT: Joe Beachem, Chief Financial Officer The total budget for CIP P2623, as approved in the FY 2018 budget, is $270,000. Total expenditures, plus outstanding commitments and forecast including this contract, are $224,177. See Attachment B for budget detail. Based on a review of the financial budgets, the Project Manager anticipates that the budget for CIP P2623 is sufficient to support the Project. The Finance Department has determined that, under the current rate model, 100% of the funding will be available from the Replacement Fund. STRATEGIC GOAL: This Project supports the District’s Mission statement, “To provide high value water and wastewater services to the customers of the Otay Water District, in a professional, effective and efficient manner” and the General Manager’s Vision, "A District that is at the forefront in innovations to provide water services at affordable rates, with a reputation for outstanding customer service." 4 LEGAL IMPACT: None. DM/RP:mlc P:\WORKING\CIP P2623 Interconnect AirVac Valve Repl\Staff Reports\BD 06-06-18 Staff Report Interconnect AirVac Repl Award Construction Project.docx Attachments: Attachment A – Committee Action Attachment B – Budget Detail Exhibit A – Location Map ATTACHMENT A SUBJECT/PROJECT: P2623-001103 Award of a Construction Contract to M-Rae Engineering, Inc. for the Interconnect Airvac Valve Replacement Project COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on May 22, 2018. The Committee supported Staff's recommendation. NOTE: The “Committee Action” is written in anticipation of the Committee moving the item forward for Board approval. This report will be sent to the Board as a Committee approved item, or modified to reflect any discussion or changes as directed from the Committee prior to presentation to the full Board. ATTACHMENT B – Budget Detail SUBJECT/PROJECT: P2623-001103 Award of a Construction Contract to M-Rae Engineering, Inc. for the Interconnect Airvac Valve Replacement Project 4/24/2018 Budget 270,000 Planning Consultant Contracts 1,080 1,080 - 1,080 HELIX ENVIRONMNTL PLANNING INC Regulatory Agency Fees 50 50 - 50 PETTY CASH CUSTODIAN Standard Salaries 24,161 24,161 - 24,161 Total Planning 25,291 25,291 - 25,291 Design 001102 Consultant Contracts 2,412 2,412 - 2,412 HUNSAKER & ASSOCIATES Service Contracts 500 500 - 500 CHICAGO TITLE COMPANY Standard Salaries 14,944 14,944 3,000 17,944 Total Design 17,856 17,856 3,000 20,856 Construction Supplier Contracts 13,480 13,480 - 13,480 PIPELINE PRODUCTS INC 40,904 40,904 - 40,904 CRUMP & CO INC 646 646 - 646 FERGUSON ENTERPRISES INC #1083 83,000 - 83,000 83,000 M-Rae Engineering Construction Contract 10,000 10,000 Construction Manager 10,000 10,000 Inspection 10,000 10,000 Staff Time 10,000 10,000 Contingency @ 12% of Const Contract Total Construction 138,030 55,030 123,000 178,030 Grand Total 181,177 98,177 126,000 224,177 Vendor/Comments Otay Water District p2623-CArea OMesa PL Comb Air/Vac Valve Repl Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost OTAY WATER DISTRICT INTERCONNECT PIPELINE AIR VAC VALVE REPLACEMENTLOCATION MAP EXHIBIT A CIP P2623F P:\WORKING\CIP P2623 Interconnect AirVac Valve Repl\Graphics\Exhibits-Figures\B&W Exhibit A-Staff Report.mxd P K W Y O T A Y LOWEROTAY RESERVOIR INTERCONNECTIONPIPELINES !\ VICINITY MAP PROJECT SITE DIV 5 DIV 1 DIV 2 DIV 4 DIV 3 ÃÅ125 ÃÅ94 ÃÅ905 §¨¦805 F S A N D I EGOSAN D I EGOCOUNTYCOUNTY O TAY O T AY WA T ERWATERDISTRICTDISTRICT C I T Y OF C I T Y OF S A N D I EGOSAN D I EGO L A K E S R D O LY M PIC ALTA RD S R - 1 2 5 STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: June 6, 2018 SUBMITTED BY: Kevin Cameron Associate Civil Engineer Bob Kennedy Engineering Manager PROJECT: Various DIV. NO. All APPROVED BY: Rod Posada, Chief, Engineering Mark Watton, General Manager SUBJECT: Award of Two (2) As-Needed Coating Inspection Services Contracts for Fiscal Years 2019, 2020, and 2021 GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) award two (2) professional As-Needed Coating Inspection Services contracts and to authorize the General Manager to execute two (2) agreements with Coating Specialists and Inspection Services, Inc. (CSI) and RF Yeager Engineering, Inc. (RF Yeager), each in an amount not-to-exceed $175,000. The total amount of the two (2) contracts will not exceed $175,000 during Fiscal Years 2019, 2020, and 2021 (ending June 30, 2021). COMMITTEE ACTION: Please see Attachment A. PURPOSE: To obtain Board authorization for the General Manager to enter into two (2) professional As-Needed Coating Inspection Services contracts with CSI and RF Yeager, with each contract in an amount not-to-exceed $175,000 for Fiscal Years 2019, 2020, and 2021. The total amount of the two (2) contracts will not exceed $175,000 during Fiscal Years 2019 through 2021. 2 ANALYSIS: The District will require the services of a professional coating inspection consultant in support of the District’s Capital Improvement Program (CIP), and more specifically, the Corrosion Control Program for steel reservoirs, for the next three (3) fiscal years. Due to the strict requirements for the surface preparation and coating application on water storage tanks, the District uses a third party coating inspector to monitor, document, and verify coatings are applied per the coating manufacturer’s specifications. The District requires the coating inspector be certified by the National Association of Corrosion Engineers (NACE) as a Level III Coating Inspector. The Coating Inspector’s tasks include, but are not limited to, submitting daily reports detailing the contractors activities, periodic testing, and overall quality control for the recoating procedures. It is more efficient and cost effective to issue an as-needed contract for coating inspection 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 design engineering, construction management, geotechnical, and environmental services. The District staff will identify tasks and request cost proposals from the two (2) consultants during the contract period. Each consultant will prepare a detailed scope of work, schedule, and fee for each task order, with the District evaluating the proposals based upon qualifications and cost. The District will enter into negotiations with the consultants, selecting the proposal that has the best value for the District. Upon written task order authorization from the District, the selected consultant shall then proceed with the project as described in the scope of work. The CIP projects that will require coating inspection services for the duration of this contract are listed below: CIP DESCRIPTION ESTIMATED COST P2543 850-1 Reservoir Interior/Exterior Coating & Upgrades $25,000 P2565 803-2 Reservoir Interior/Exterior Coating & Upgrades $30,000 P2566 520-1 Reservoir Interior/Exterior Coating & Upgrades $40,000 P2533 1200-1 Reservoir Interior/Exterior Coating & Upgrades $30,000 P2534 978-1 Reservoir 2-year Warranty Inspection & Repairs $5,000 P2544 850-2 Reservoir 2-year Warranty Inspection & Repairs $10,000 P2545 980-2 Reservoir 2-year Warranty Inspection & Repairs $10,000 TOTAL: $150,000 3 The coating inspection scopes of work for the above CIP projects are estimated from preliminary information and past CIP projects. Therefore, staff believes that a $175,000 cap on the As-Needed Coating Inspection Services contract is adequate, while still providing additional capacity for unforeseen support needs by the District. This As-Needed Coating Inspection 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. The District solicited for coating inspection services by placing an advertisement on the Otay Water District’s website and using BidSync, the District’s online bid solicitation website on March 7, 2018. Eight (8) firms submitted a letter of interest and a statement of qualifications. The Request for Proposal (RFP) for As-Needed Coating Inspection Services was sent to all eight (8) firms resulting in three (3) proposals received on April 27, 2018. The firms are listed below:  Corrpro, an Aegion Corporation, Santa Fe Springs, CA  CSI, Santa Clarita, CA  RF Yeager, Lakeside, CA Five firms, HDR (Claremont, CA), MCS Inspection Group (Paso Robles, CA), Penspen (Houston, TX), Pond and Company (Peachtree Corners, GA), West Coast Coating Consultants (Berkeley, CA) elected not to submit a proposal. In accordance with the District’s Policy 21, staff evaluated and scored all written proposals. Both firms received the highest overall 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. Both firms were the most qualified consultants with the best overall rating or ranking. A summary of the complete evaluation is shown in Attachment B. Both firms 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. 4 FISCAL IMPACT: Joe Beachem, Chief Financial Officer The funds for these contracts will be expended on a variety of projects, as previously noted above. These contracts are 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. The Project Manager anticipates that the FY 2019, FY 2020, and FY 2021 budgets, if approved, will be sufficient to support the future professional As-Needed Coating Inspection Services required. Finance has determined that, with approval of the future budgets, funding will be available from the Replacement fund, as outlined in the individual CIP project budgets described above. STRATEGIC GOAL: This Project supports the District’s Mission statement, “To provide high value water and wastewater services to the customers of the Otay Water District, in a professional, effective and efficient manner” and the General Manager’s Vision, "A District that is at the forefront in innovations to provide water services at affordable rates, with a reputation for outstanding customer service." LEGAL IMPACT: None. KC/BK:jf P:\WORKING\As Needed Services\Coating Inspection\FY 2019-2021\Staff Report\BD_06-06-18_Staff Report_Award of As-Needed Coating Inspection Services (KC-BK).docx Attachments: Attachment A – Committee Action Attachment B – Summary of Proposal Rankings ATTACHMENT A SUBJECT/PROJECT: Various Award of Two (2) As-Needed Coating Inspection Services Contracts for Fiscal Years 2019, 2020, and 2021 COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on May 22, 2018. 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 Dan Martin 27 23 26 76 Jeff Marchioro 27 23 26 76 Kevin Cameron 27 23 25 75 Jon Chambers 27 23 25 75 Jake Vaclavek 25 18 25 68 Dan Martin 24 20 26 70 Jeff Marchioro 25 20 25 70 Kevin Cameron 25 21 25 71 Jon Chambers 22 20 23 65 Jake Vaclavek 26 21 25 72 Dan Martin 29 23 28 80 Jeff Marchioro 29 24 29 82 Kevin Cameron 29 25 29 83 Jon Chambers 28 23 26 77 Jake Vaclavek 27 23 26 76 Firm Corrpro CSI Yeager Fee $41,480 $30,864 $40,000 Score 1 15 3 *Note: Review Panel does not see or consider proposed fee when scoring other categories. The proposed fee is scored by the PM, who is not on the Review Panel. R F Yeager 80 3 83 CSI Services Corrpro 74 1 75 MAXIMUM POINTS RATES SCORING CHART ATTACHMENT BSUMMARY OF PROPOSAL RANKINGS As-Needed Coating Inspection Services FY 2019-2021 WRITTEN REFERENCES 70 15 85 Y:\Board\CurBdPkg\ENGRPLAN\2018\BD 06-06-2018\Award of Two As-Needed Coating Inspection Services Contracts\Attachment B-Summary of Proposal Rankings.xls STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: June 6, 2018 SUBMITTED BY: Michael O’Donnell Supervising Land Surveyor Brandon DiPietro Field Services Manager Dan Marting Engineering Manager PROJECT: Various DIV. NO. All APPROVED BY: Rod Posada, Chief, Engineering Mark Watton, General Manager SUBJECT: Award of Two (2) As-Needed Land Surveying Services Contracts for Fiscal Years 2019, 2020, and 2021 GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) award two (2) professional As-Needed Land Surveying Services contracts and to authorize the General Manager to execute two agreements with Hunsaker & Associates (Hunsaker) and Psomas, each in an amount not-to-exceed $250,000. The total amount of the two contracts will not exceed $250,000 during Fiscal Years 2019, 2020, and 2021 (ending June 30, 2021). COMMITTEE ACTION: Please see Attachment A. PURPOSE: To obtain Board authorization for the General Manager to enter into two (2) professional As-Needed Land Surveying Services contracts with Hunsaker and Psomas, with each contract in an amount not-to-exceed $250,000 for Fiscal Years 2019, 2020, and 2021. The total amount of the two contracts will not exceed $250,000 during Fiscal Years 2019, 2020, and 2021. 2 ANALYSIS: The District will require the services of two professional land surveying consultants on an as-needed basis for Fiscal Years 2019, 2020, and 2021 to support the following:  District’s Capital Improvement Program (CIP)  Cadastral Base Mapping Program  Right-of-Way Management Program  USA Mark-Out Program The District staff will identify tasks and request cost proposals from the two consultants during the contract period. Each consultant will prepare a detailed scope of work, schedule, and fee for each task order, with the District evaluating the proposals based upon qualifications and cost. The District will enter into negotiations with the consultants, selecting the proposal that has the best value for the District. Upon written task order authorization from the District, the selected consultant shall then proceed with the project as described in the scope of work. The District has used an as-needed contract for land surveying services over the previous four (4) fiscal years to augment existing staff and for tasks that require specialty services. The annual effort of the As-Needed Land Surveying Services, used to support the District’s CIP, Cadastral Base Mapping, Right-of-Way Management, and USA Mark-Out programs from October 2013 through October 2017, averaged hours that equated to less than a full-time employee (FTE) at a rate of 0.15 FTE per year. An analysis of land surveying workload for FY 2019 through FY 2021 indicates an increasing level of effort from prior years will be needed with averaged hours that equate at a rate of 0.40 FTE per year. The District’s experience has demonstrated that it is efficient and cost effective to issue an as-needed contract for land surveying services, which will provide the District with the ability to obtain consulting services in a timely and cost efficient manner. In addition to land surveying services, this concept has also been used in the past for other disciplines, such as engineering design, construction management, electrical, and environmental services. The As-Needed Land Surveying Services contracts do not commit the District to any expenditure until a task order is approved to perform work on a project. The District does not guarantee work to the consultants, nor does the District guarantee that it will expend all of the funds authorized by the contract on professional services. 3 The District solicited for land surveying services by placing an advertisement on the District’s website on February 15, 2018 and with various other publications including the San Diego Daily Transcript. Eight (8) firms submitted a Letter of Interest and a Statement of Qualifications. The Request for Proposal (RFP) for As-Needed Land Surveying Services was sent to the eight (8) firms resulting in seven (7) proposals received by March 20, 2018. They are as follows:  BWE,Inc. (San Diego, CA)  Dokken Engineering (San Diego, CA)  Hunsaker & Associates San Diego, Inc. (San Diego, CA)  NV5 (San Diego, CA)  Psomas (San Diego, CA)  SDE (San Diego, CA)  Towill (San Diego, CA) The one (1) firm that chose not to propose was Rick Engineering (San Diego, CA). In accordance with the District’s Policy 21, staff evaluated and scored all written proposals and interviewed the top four (4) firms on April 27, 2018. Hunsaker and Psomas received the highest scores based on their experience, understanding of the scope of work, proposed method to accomplish the work, and their composite hourly rate. Hunsaker and Psomas were the most qualified consultants with the best overall proposal. Both consultants provide similar services to other local agencies and are readily available to provide the services required. A summary of the complete evaluation is shown in Attachment B. Hunsaker and Psomas 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. FISCAL IMPACT: Joe Beachem, Chief Financial Officer The funds for these contracts will be expended from the Fiscal Years 2019, 2020, and 2021 budgets for various projects or programs. These contracts are for professional As-Needed Land Surveying Consulting 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 project or program. Based on a review of the financial budgets, the Project Manager anticipates that the budgets will be sufficient to support the professional as-needed land surveying consulting services required for various projects and the programs noted above. 4 The Finance Department has determined that under the current rate model, the funds to cover these contracts will be available as budgeted for these projects or programs. 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 at the forefront in innovations to provide water services at affordable rates, with a reputation for outstanding customer service.” LEGAL IMPACT: None. MO/BD/DM:mlc P:\WORKING\As Needed Services\Land Surveying\FY 2019-2021\Staff Report\BD_06-06-18_Staff Report_Award of As-Needed Land Surveying Services (MO-BD).Docx Attachments: Attachment A – Committee Action Attachment B – Summary of Proposal Rankings ATTACHMENT A SUBJECT/PROJECT: Various Award of Two (2) As-Needed Land Surveying Services Contracts for Fiscal Years 2019, 2020, and 2021 COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee reviewed this item at a meeting held on May 22, 2018. 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 - WRITTEN Additional Creativity and Insight Strength of Project Manager Presentation and Communication Skills Responses to Questions INDIVIDUAL TOTAL - ORAL AVERAGE TOTAL ORAL TOTAL SCORE 30 25 30 85 85 15 Y/N 100 15 15 10 10 50 50 150 Poor/Good/ Excellent Juan Tamayo 25 24 25 74 Kevin Cameron 24 21 24 69 Lisa Coburn-Boyd 25 22 24 71 Michael O'Donnell 27 23 24 74 Mike Plaster 27 23 26 76 Juan Tamayo 27 23 26 76 Kevin Cameron 27 21 24 72 Lisa Coburn-Boyd 27 21 23 71 Michael O'Donnell 28 21 24 73 Mike Plaster 27 22 26 75 Juan Tamayo 29 24 27 80 12 12 8 8 40 Kevin Cameron 28 23 28 79 14 13 8 9 44 Lisa Coburn-Boyd 28 24 27 79 13 13 8 8 42 Michael O'Donnell 29 24 27 80 12 13 9 8 42 Mike Plaster 29 24 28 81 13 12 8 8 41 Juan Tamayo 28 24 26 78 10 10 5 5 30 Kevin Cameron 28 23 27 78 10 10 5 7 32 Lisa Coburn-Boyd 28 23 26 77 10 10 6 7 33 Michael O'Donnell 29 23 28 80 10 10 5 7 32 Mike Plaster 27 25 27 79 9 7 7 6 29 Juan Tamayo 29 24 26 79 11 11 8 8 38 Kevin Cameron 27 23 27 77 12 12 7 8 39 Lisa Coburn-Boyd 27 23 27 77 13 12 7 7 39 Michael O'Donnell 29 24 28 81 11 13 8 8 40 Mike Plaster 29 24 28 81 11 12 8 8 39 Juan Tamayo 25 20 24 69 Kevin Cameron 24 20 24 68 Lisa Coburn-Boyd 24 20 24 68 Michael O'Donnell 26 23 24 73 Mike Plaster 24 21 24 69 Juan Tamayo 29 23 25 77 13 12 9 9 43 Kevin Cameron 27 23 28 78 13 14 8 8 43 Lisa Coburn-Boyd 28 24 27 79 13 14 8 8 43 Michael O'Donnell 28 23 28 79 14 14 7 8 43 Mike Plaster 28 23 26 77 13 13 9 8 43 Consultant Fee Score *The fees were evaluated by comparing rates for seven positions. The sum of these rates are noted on the table to the left. BWE $1,520 5 Note: Review Panel does not see or consider rates when scoring other categories. Dokken $1,577 3 Hunsaker $1,206 15 NV5 $1,345 11 Psomas $1,388 9 SDE $1,640 1 Towill $1,576 3 73 69 Psomas RATES SCORING CHART 1 Y 3 15 Y3 ATTACHMENT B SUMMARY OF PROPOSAL RANKINGS As-Needed Land Surveying - Fiscal Years 2019 to 2021 WRITTEN ORAL Hunsaker & Associates Dokken Engineering Y 73 Y 78 MAXIMUM POINTS 5BWE, Inc.78 Towill 81 43 REFERENCES 80 Y 95 76 76 NV5 78 Y 78 11 Y 137 SDE 124 79 9 Excellent 120 127 70 Excellent39 FIRM NOT INTERVIEWED FIRM NOT INTERVIEWED FIRM NOT INTERVIEWED 88 42 89 31 70 STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: June 6, 2018 SUBMITTED BY: Jeff Marchioro Senior Civil Engineer Bob Kennedy Engineering Manager PROJECT: R2116-001101 DIV. NO. 3 APPROVED BY: Rod Posada, Chief, Engineering Mark Watton, General Manager SUBJECT: Informational Update on the Ralph W. Chapman Water Recycling Facility 14-Inch Force Main Condition Assessment, Repairs, and Improvements GENERAL MANAGER’S RECOMMENDATION: No recommendation. This is an informational item only. COMMITTEE ACTION: Please see Attachment A. PURPOSE: To update the Otay Water District (District) Board of Directors (Board) on the progress of the recent project associated with the Ralph W. Chapman Water Recycling Facility (RWCWRF) 14-Inch Force Main. 2 ANALYSIS: The District owns and operates the RWCWRF 14-inch cement mortar lined, coal-tar epoxy coated steel force main. The 1980 era, 3.1- mile long steel force main, which has pressures up to 400 psi, conveys reclaimed water from the RWCWRF to a hydraulic structure (Junction Box) north of the former Salt Creek Golf Course. At the Junction Box, the force main transitions to a gravity main and the pipe material transitions from steel to asbestos-cement pipe. The entire force main traverses an environmentally sensitive area designated as an environmental preserve. The preserve contains an active river (Sweetwater River), which drains to the Sweetwater Reservoir through very rough/steep terrain. In October 2014, the District entered into a professional services agreement with Pipeline Inspection & Condition Analysis Corporation (PICA) to perform inspection and condition assessment of the force main using PICA’s SeeSnake tool, which employs "Remote Field Technology" (RFT, also known as "Remote Field Eddy Current"). The technology was selected to pinpoint the location and size of existing defects to facilitate development of effective action plans for repairs. PICA, teamed with Charles King, as PICA’s subcontractor, inspected the force main in two phases completed in January 2015 and December 2016. PICA identified approximately forty (40) localized defects in their report. Based on severity, District staff, PICA, and PICA’s civil engineering sub consultant (Brown & Caldwell) selected nine (9) of the forty (40) spots for verification (excavation and dissection) of the pipe. The verifications and corresponding spot repairs were completed by District staff and Charles King over a two year period. In each of the nine (9) verifications, PICA’s predictions were found accurate based on an analysis of the steel removed from the force main. In all locations, the steel immediately adjacent to the localized defects visually appeared in perfectly good condition. The spots were localized defects rather than global degradation of the force main. Brown & Caldwell concluded that there is no evidence that the pipeline cannot provide the desired level of service through at least 2055, at which time the pipe will be 75 years old. 3 In addition to spot repairs, Charles King replaced fifteen (15) blow offs, constructed a new flow metering vault, and completed cathodic protection improvements to preserve the remaining useful life of the facility and avoid total replacement. District staff also replaced a high pressure in-line isolation valve at the treatment plant. CIP expenditures to date were $2,111,363. Total replacement of the 3-mile long pipeline is estimated at roughly $10 million, but total replacement may not be feasible given the sensitivity of its location in a federal wildlife preserve. FISCAL IMPACT: Joe Beachem, Chief Financial Officer No fiscal impact as this is an informational item only. STRATEGIC GOAL: This Project supports the District’s Mission statement, “To provide high value water and wastewater services to the customers of the Otay Water District, in a professional, effective and efficient manner” and the General Manager’s Vision, "A District that is at the forefront in innovations to provide water services at affordable rates, with a reputation for outstanding customer service." LEGAL IMPACT: None. JM/BK:jf P:\WORKING\CIP R2116 - 14-Inch FM Assessment and Repair\Staff Reports\2018 06 06 Informational Update\BD 06-06-16 Staff Report - Informational Update.docx Attachments: Attachment A – Committee Action Attachment B – Budget Detail Exhibit A – Location Map Exhibit B – Fact Sheet Exhibit C – PowerPoint Presentation ATTACHMENT A SUBJECT/PROJECT: R2116-01101 Informational Update on the Ralph W. Chapman Water Recycling Facility 14-Inch Force Main Condition Assessment, Repairs, and Improvements COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on May 22, 2018. The Committee supported Staff's recommendation. NOTE: The “Committee Action” is written in anticipation of the Committee moving the item forward for Board approval. This report will be sent to the Board as a Committee approved item, or modified to reflect any discussion or changes as directed from the Committee prior to presentation to the full Board. ATTACHMENT B – Budget Detail SUBJECT/PROJECT: R2116-01101 Informational Update on the Ralph W. Chapman Water Recycling Facility 14-Inch Force Main Condition Assessment, Repairs, and Improvements 5/2/2018 Budget 2,500,000 Planning Consultant Contracts 134,820 134,820 - 134,820 ICF JONES & STOKES INC 280,927 280,927 - 280,927 PICA PIPELINE INSPECTION AND For Ops Only - Contracted Services 1,956 1,956 - 1,956 RICK POST WELD & WET TAPPING Professional Legal Fees 680 680 - 680 STUTZ ARTIANO SHINOFF Regulatory Agency Fees 200 200 - 200 CALIFORNIA REGIONAL WATER 50 50 - 50 PETTY CASH CUSTODIAN Service Contracts 525 525 - 525 DECISIVE TESTING Standard Salaries 151,650 146,650 5,000 151,650 Total Planning 570,807 565,807 5,000 570,807 Design 001102 Consultant Contracts 3,768 3,768 - 3,768 HDR ENGINEERING INC 7,968 7,968 - 7,968 AIRX UTILITY SURVEYORS INC 2,040 2,040 - 2,040 ATKINS NORTH AMERICA INC 3,570 3,570 - 3,570 BSE ENGINEERING INC Service Contracts 377 377 - 377 THE SAN DIEGO UNION-TRIBUNE 9,200 9,200 - 9,200 INLAND AERIAL SURVEYS INC 152 152 - 152 SAN DIEGO DAILY TRANSCRIPT 2,689 2,689 - 2,689 MAYER REPROGRAPHICS INC Standard Salaries 169,592 169,592 - 169,592 Supplier Contracts 16,558 16,558 - 16,558 SOUTHWEST VALVE & EQUIPMENT Total Design 215,914 215,914 - 215,914 Construction Construction Contracts 924,175 924,175 - 924,175 CHARLES KING COMPANY Consultant Contracts 54,430 54,430 - 54,430 ALYSON CONSULTING 2,770 2,770 - 2,770 RFYEAGER ENGINEERING LLC Equipment Rental 90 90 - 90 TREBOR SHORING RENTALS For Ops Only - Contracted Services 235 235 - 235 PENHALL COMPANY 300 300 - 300 RW LITTLE CO INC 680 680 - 680 TC WELDING & ENGINEERIN INFRASTRUCTURE EQUIPMENT & MATERIALS 395 395 - 395 IN *AMERICAN HYDRAULIC CO 99 99 - 99 FERGUSON ENTERPRISES INC #1083 743 743 - 743 FERGUSON ENTERPRISES INC #1086 11,205 11,205 - 11,205 FERGUSON WATERWORKS # 1083 141 141 - 141 HARBOR FREIGHT TOOLS 1,686 1,686 - 1,686 PACIFIC PIPELINE SUPPLY 32 32 - 32 PB/DIXIELINE #12 65 65 - 65 PB/DIXIELINE #15 2,575 2,575 - 2,575 RICK POST WELD & WET TAPPING 219 219 - 219 THE TANK SOURCE 570 570 - 570 SUPERIOR READY MIX LP Standard Salaries 309,832 304,832 5,000 309,832 Supplier Contracts 10,898 10,898 - 10,898 SOUTHLAND PIPE CORP 13,500 13,500 - 13,500 J&R CONCRETE PRODUCTS INC 30,000 - 30,000 30,000 Additional Spot Repair at RWCWRF Total Construction 1,364,641 1,329,641 35,000 1,364,641 Grand Total 2,151,363 2,111,363 40,000 2,151,363 Vendor/Comments Otay Water District r2116-RecPL - 14-Inch, 927 Zone, Forcemain Imp Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost OTAY WATER DISTRICTINSPECTION AND CONDITION ASSESSMENTOF THE RWCWRF 14-INCH FORCE MAIN EXHIBIT A CIP R2116F P:\WORKING\CIP R2116 - 14-Inch FM Assessment and Repair\Graphics\Exhibits-Figures\Exhibit A, Location Map.mxd C A M P O R D JAMACHA SALTCREEKGOLFCOURSE JUNCTION BOX 14-INCH FORCE MAIN 12-INCH GRAVITY MAIN RALPH W. CHAPMANWATERRECYCLINGFACILITY " BLVD !\ ?Ë ?Ë J A M A C H A R D JAMACHA BLVD SWEETWATERRESERVOIR SWEETWATER RI V E R OTAY WATERDISTRICT SWEETWATERAUTHORITY VICINITY MAP PROJECT SITE NTSDIV 5 DIV 1 DIV 2 DIV 4 DIV 3 ?ò Aä%&s ?p ?Ë!\ F 0 0.50.25 Miles Putting public resources to work. 14-INCH FORCE MAIN IMPROVEMENTS PROJECT Using Innovative Technology and Minimizing Costs for Ratepayers 14-Inch Force Main Improvements Project includes condition assessment, replacement blow offs, cathodic protection improvements, and several spot repairs to preserve the remaining useful life of the existing three-mile long pipeline facility. PROJECT BACKGROUND The Otay Water District provides recycled water service primarily to the eastern portion of the City of Chula Vista, in the District’s central service area. The District regularly invests in Capital Improvement Projects to assure efficient operations, comply with regulations, and replace aging infrastructure. The District’s Capital Improvement Projects are funded through customer rates and capacity charges. PROJECT OVERVIEW The District’s 14-Inch Force Main Improvements Project is located in the San Diego National Wildlife Refuge, just north of the former Salt Creek Golf Course property, in the County of San Diego. After the force main’s 37 years of service and a recent leak, District staff was concerned that the high chlorine residual of the recycled water may have taken a toll on the pipe’s life expectancy. However, using advanced technologies and sophisticated analysis software, the District discovered that the pipeline is still in excellent condition and could provide reliable service for decades to come with proactive maintenance and repair measures. The District performed a condition assessment using Pipeline Inspection Condition Analysis (PICA) Corporation’s Remote Field Eddy Current See Snake tool to look for corrosion losses in the force main. During the assessment, PICA identified a very small, slow leak that the District repaired before it could cause damage to the environmental preserve, Sweetwater watershed, and/or the District’s facilities. Subsequently, District contractors installed 15 blow offs, conducted cathodic protection improvements, and performed several spot repairs to preserve the remaining useful life of the facility and avoid total replacement. The District estimated that total replacement of the three-mile long pipeline would be roughly $10 million. Because of the sensitivity of the main’s location in a federal life preserve, District staff realized that total replacement may not be feasible. PROJECT COST AND SAVINGS The District’s expenditures for the 14-Inch Force Main Improvements Project cost approximately $2.1 million. The District saved ratepayers potentially nearly $8 million by performing proactive maintenance and maximizing the service life of the force main. otaywater.gov • 619-670-2222 otaywater.gov • 619-670-2222 94 94 125 54 Ralph W. Chapman Water Recycling Facility 14-Inch Force Main Junction Box 12-Inch Gravity Main Jamach a R o a d Jamach a B l v d . Jamacha Blvd. SWEETWATER AUTHORITY OTAY WATER DISTRICT OTAY WATER DISTRICT SWEETWATER RESERVOIR Map is not to scale. Sw e e t w a t e r R i v e r CORONADO IMPERIAL BEACH TIJUANA, MEXICO MISSIONBAY TIJUANAESTUARY S A N D I E G O B A Y CHULA VISTA LOWER OTAYRESERVOIR SWEETWATERRESERVOIR LA MESA PACIFIC OCEAN DIV. 5 DIV. 4 DIV. 1 DIV. 2 DIV. 3 52163 125 125 125 905 94 54 6752 94 155 5 805 805 The Otay Water District is a public agency distributing water to a population of approximately 224,000 within roughly 125 square miles of southeastern San Diego County, including the communities of Otay Mesa, Chula Vista, Jamul, Spring Valley, Rancho San Diego, and unincorporated areas of El Cajon and La Mesa. The District also provides sewer collection for 15,000 customers in the Jamacha Basin, and treats and recycles wastewater for use in irrigation and industrial applications. To learn more about the District, visit otaywater.gov. ENVIRONMENT To avoid impact to sensitive environmental resources around the pipeline, the District used biological, cultural, and tribal monitors during construction. Additionally, the majority of construction was limited to October 1 through January 15, a period when sensitive species were less likely to be in the vicinity of any construction taking place. PROJECT SCHEDULE The project is complete. PICA completed the first and second phases of the condition assessment in January 2015 and December 2016, respectively. Charles King, the District’s contractor, replaced 15 blow offs in December 2016 and improved the cathodic protection system in December 2017. The District and its contractor completed nine spot repairs in three phases in February 2015, December 2016, and November 2017. 14-Inch Force Main Condition Assessment, Repair & Improvements June 6, 2018 Informational Update for: EXHIBIT C Facility: •1980 era, 16,000 feet long, 14-inch diameter steel force main •Recycled water with high chlorine residuals •Pressure up to 400 psi •San Diego National Wildlife Refuge, Sweetwater Authority watershed Facility: •2008 –In-line valves and air/vac valves replaced •2013/2014 –Two Spot Repairs •2015 –PICA Assessment Phase A •2015 –Spot Repairs •2016 –Blow offs replaced, new flow meter, spot repair •2016 –PICA Assessment Phase B •2017 –Cathodic Protection Improvements •2017 –Spot Repairs PICA SeeSnake: •Remote field eddy current •Relative pipe wall thickness and stress @ 1/4” intervals •Size of existing defects with rough accuracy of 2 inches along the length of the pipeline and ½ hour clock position •Propulsion: ~“tethered” ~“free swimming” PICA SeeSnake: ~Tethered method PICA SeeSnake: ~Tethered method Excavation: Verification Station 139+47 (PICA predicted 90-100% wall loss; possible through-hole): Verification Station 146+06 (PICA predicted 85-95% wall loss): Verification/Spot Repairs: 51+43 39+93 39+13 23+60 153+73 146+06 140+23 139+47 124+42 Questions ? STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: June 6, 2018 SUBMITTED BY: Dan Martin Engineering Manager PROJECT: VARIOUS DIV. NO. ALL APPROVED BY: Rod Posada, Chief, Engineering Mark Watton, General Manager SUBJECT: Informational Item – Third Quarter Fiscal Year 2018 Capital Improvement Program Report GENERAL MANAGER’S RECOMMENDATION: No recommendation. This is an informational item only. COMMITTEE ACTION: Please see Attachment A. PURPOSE: To update the Board about the status of all CIP project expenditures and to highlight significant issues, progress, and milestones on major projects. ANALYSIS: To keep up with growth and to meet our ratepayers' expectations to adequately deliver safe, reliable, cost-effective, and quality water, each year the District staff prepares a Six-Year CIP Plan that identifies the District’s infrastructure needs. The CIP is comprised of four categories consisting of backbone capital facilities, replacement/renewal projects, capital purchases, and developer's reimbursement projects. The Third Quarter Fiscal Year 2018 update is intended to provide a detailed analysis of progress in completing these projects within the allotted time and budget of $20.3 million. Expenditures through the Third Quarter totaled approximately $13.9 million. Approximately 68% of the Fiscal Year 2018 expenditure budget was spent (see Attachment B). FISCAL IMPACT: Joe Beachem, Chief Financial Officer No fiscal impact as this is an informational item only. STRATEGIC GOAL: The Capital Improvement Program supports the District’s Mission statement, “To provide high value water and wastewater services to the customers of the Otay Water District in a professional, effective, and efficient manner” and the District’s Vision, “A District that is at the forefront in innovations to provide water services at affordable rates, with a reputation for outstanding customer service.” LEGAL IMPACT: None. DM/RP:jf P:\Forms\D-Construction\CIP Quarterly Reports\CIP Qtr Reports\FY 2018\Q3\Staff Report\BD 06-06-18 Staff Report Third Quarter FY 2018 CIP Report (DM-RP).docx Attachments: Attachment A – Committee Action Attachment B - Fiscal Year 2018 Third Quarter CIP Expenditure Report Attachment C – Presentation ATTACHMENT A SUBJECT/PROJECT: VARIOUS Informational Item – Third Quarter Fiscal Year 2018 Capital Improvement Program Report COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a Committee Meeting held on May 22, 2018. The Committee supported Staff’s recommendation. NOTE: The “Committee Action” is written in anticipation of the Committee moving the item forward for Board approval. This report will be sent to the Board as a Committee approved item, or modified to reflect any discussion or changes as directed from the Committee prior to presentation to the full Board. FISCAL YEAR 2018 3RD QUARTER REPORT (Expenditures through 3/31/2018) ($000) ATTACHMENT B 2018 03/31/18 CIP No.Description Project Manager FY 2018 Budget Expenses Balance Expense to Budget %Budget Expenses Balance Expense to Budget %Comments CAPITAL FACILITY PROJECTS - P2040 Res - 1655-1 Reservoir 0.5 MG Cameron 20$ 20$ -$ 100%3,400$ 521$ 2,879$ 15% Project is in the early Planning stage. Construction is scheduled for FY 2022. P2267 36-Inch Main Pumpouts and Air/Vacuum Ventilation Installations Marchioro 10 5 5 50%700 697 3 100% Construction completed in FY 2017 Q4. Project one year warranty scheduled to complete in FY 2018 Q4. P2382 Safety and Security Improvements Payne 200 187 13 94%3,251 2,994 257 92%To be completed and closed in FY 2019. P2405 PL - 624/340 PRS, Paseo Ranchero and Otay Valley Road Cameron 5 - 5 0%650 - 650 0% This project is tied to P2553 and is driven by the City of Chula Vista. Construction is scheduled for FY 2022. P2451 Otay Mesa Desalination Conveyance and Disinfection System Kennedy 50 53 (3) 106%4,300 3,818 482 89% EIR/EIS complete and Presidential Permit issued. Continue meetings with DDW and AdR. P2453 SR-11 Utility Relocations Marchioro 50 116 (66) 232%4,000 1,737 2,263 43% Project accelerated to meet Caltrans' current schedule. Completion of Design phase scheduled June 2018. Completion of construction dependent on Caltrans' contractor and anticipated for FY 2021. P2460 I.D. 7 Trestle and Pipeline Demolition Beppler 5 - 5 0%600 5 595 1% Demolition scheduled for FY 2020; environmental work to be performed in FY 2019. P2485 SCADA - Infrastructure and Communications Replacement Kerr 181 181 - 100%2,328 1,955 373 84%Expenses on target for remainder of fiscal year. P2494 Multiple Species Conservation Plan Coburn-Boyd 30 2 28 7%950 910 40 96% Project on schedule, but no additional expenses this fiscal year. P2500 Padre Dam - Otay Interconnection Dehesa Valley Marchioro 60 - 60 0%140 - 140 0% Project is driven by Padre Dam pipeline extension to District boundary. P2504 Regulatory Site Access Road and Pipeline Relocation Cameron 20 - 20 0%462 331 131 72%Project is driven by County Fire. P2516 PL - 12-Inch, 640 Zone, Jamacha Road - Darby/Osage Marchioro - - - 0%900 - 900 0% No project expenditures anticipated in FY 2018. Construction scheduled for FY 2021. P2520 Motorola Mobile Radio Upgrade Martinez 30 - 30 0%120 82 38 68% Project complete. A charge of $10,181 should be coming through in Q4 FY 2018. P2521 Large Meter Vault Upgrade Program Carey 25 38 (13) 152%620 300 320 48% 2nd meter raise from Crossroads carried over from FY 2017 to FY 2018. No other work planned for FY 2018. Expenditures within overall project budget. P2547 District Administration Vehicle Charging Stations Cameron 20 39 (19) 195%125 72 53 58% Construction completed in FY 2018 Q2. Project one year warranty scheduled to complete in FY 2019 Q2. Expenditures originally anticipated for FY 2017 Q4 occurred in FY 2018. Expenditures within overall project budget. P2553 Heritage Road Bridge Replacement and Utility Relocation Cameron 50 5 45 10%1,430 20 1,410 1% Project is in the Planning stage. Project is driven by the City of Chula Vista's schedule for replacement. P2568 Technology Business Processes Improvement - Enterprise Content Management System Kerr 36 64 (28) 178%245 210 35 86% Purchases from FY 2017 were expensed in Q1 FY 2018. Budget of $36K on target to be expensed in FY 2018. Expenditures within overall project budget. This CIP will be closed at the end of FY 2018. P2571 Datacenter Network- Data, Storage, and Infrastructure Enhancements Kerr - - - 0%200 - 200 0%Project on schedule for FY 2019. P2572 Enterprise Resource Planning (ERP) Replacement Kerr - - - 0%500 - 500 0%Project on schedule for FY 2021. P2584 Res - 657-1 and 657-2 Reservoir Demolitions Marchioro - - - 0%35 - 35 0% No expenditures anticipated in FY 2018. These reservoirs are scheduled to be removed at the end of their useful life. P2608 PL - 8-inch, 850 Zone, Coronado Ave, Chestnut/Apple Cameron 10 - 10 0%350 - 350 0% Project is in the early Planning stage. Considering grouping this with other pipeline replacement projects. P2611 Quarry Road Bridge Replacement and Utility Relocation Cameron 5 1 4 20%1,000 1 999 0% Project is in the early Planning stage. Project is driven by County's schedule for replacement. P2612 PL - 12-inch, 711 Zone, Pas de Luz/Telegraph Canyon Rd Cameron 5 1 4 20%500 1 499 0% Project is in the early Planning stage and on schedule. P2613 PL - 12-inch, 520 Zone, Rancho San Diego Towne Center Loop Cameron 10 2 8 20%150 2 148 1%This project is not needed and will be closed. P2614 485-1 Reservoir Interior/Exterior Coating Cameron - - - 0%895 - 895 0%No project expenditures in FY 2018. P2617 Lobby Security Enhancements Payne 75 1 74 1%75 1 74 1%Security barriers to be installed in FY 2019. P2619 PS - Temporary Lower Otay Pump Station Redundancy Marchioro 20 14 6 70%635 14 621 2% Project on track. District engineering staff commenced concept development/alternatives analysis in-house. Completion of construction anticipated FY 2020. P2620 Radio and Emergency Communication System Kerr 20 - 20 0%20 1 19 5%Expenses on target for remainder of fiscal year. FISCAL YEAR-TO-DATE, 03/31/18 LIFE-TO-DATE, 03/31/18 Y:\Board\CurBdPkg\ENGRPLAN\2018\BD 06-06-2018\Q3 FY 2018 Update\FY18 3rd qtr expFinal.xlsx Page 1 of 5 5/3/2018 FISCAL YEAR 2018 3RD QUARTER REPORT (Expenditures through 3/31/2018) ($000) ATTACHMENT B 2018 03/31/18 CIP No.Description Project Manager FY 2018 Budget Expenses Balance Expense to Budget %Budget Expenses Balance Expense to Budget %Comments FISCAL YEAR-TO-DATE, 03/31/18 LIFE-TO-DATE, 03/31/18 P2623 Central Area to Otay Mesa Interconnection Pipelines Combination Air/Vacuum Valve Replacements Marchioro 20 52 (32) 260%270 53 217 20% Project accelerated. Design phase completed April 2018. Construction contract award scheduled for June 2018. R2077 RecPL - 24-Inch, 860 Zone, Alta Road - Alta Gate/Airway Beppler 20 - 20 0%2,920 2,920 - 100% Construction and reimbursement completed in FY 2017 Q4. Project complete. R2079 RecPL - 6-Inch, 450 Zone, Otay Valley Road - Otay Valley/Entertainment Beppler 10 - 10 0%150 - 150 0% Project is driven by City of Chula Vista's schedule for replacement of the Heritage Road Bridge. Project cost/benefit to be reviewed prior to proceeding with design. R2110 RecPS - 944-1 Optimization and Pressure Zone Modifications Marchioro 20 6 14 30%200 136 64 68% Project on track. Pressure reducing station work will be completed FY 2018. R2116 RecPL - 14-Inch, 927 Zone, Force Main Improvements Marchioro 200 241 (41) 121%2,500 2,111 389 84% Construction completed Q3 FY 2018. Project one year warranty scheduled to complete in Q3 FY 2019. R2118 Steele Canyon Sewer PS Large Solids Handling Improvements Beppler 50 11 39 22%75 34 41 45% Project will be packaged with RWCWRF Headworks Improvement project (S2051) and be bid FY 2019 Q1. Budget increased for FY 2019 to reflect current bidding environment. R2120 RWCWRF Filtered Water Storage Tank Improvements Beppler 25 - 25 0%500 29 471 6%Construction is scheduled for FY 2020. R2123 Repurpose Otay Mesa Recycled Water Lines Beppler 5 - 5 0%350 - 350 0% Initiate study this fiscal year with potential construction scheduled for FY 2021. R2125 RecPRS - 927/680 PRS Improvements, Otay Lakes Road Marchioro 50 3 47 6%200 3 197 2%Construction scheduled for FY 2020. S2012 San Diego County Sanitation District Outfall and RSD Outfall Replacement Beppler 20 - 20 0%2,540 1,111 1,429 44% This CIP reimburses the County for work on transportation pipeline rehabilitation. On track. S2027 Rancho San Diego Pump Station Rehabilitation Beppler 5 4 1 80%3,500 3,046 454 87% County invoiced in FY 2017. Construction to be completed in FY 2019 Q1. Final budget adjustment with County to be done in FY 2019. S2033 Sewer System Rehabilitation Beppler 10 3 7 30%3,000 2,993 7 100% Construction complete in FY 2017 Q4. Project one year warranty to complete in FY 2018 Q4. S2043 RWCWRF Sludge Handling System Beppler 30 - 30 0%76 40 36 53% Budget was set for outside consultant to reassess the project feasibility based on updated Metro costs. Adequate long-term Metro costs are now not anticipated to be available this fiscal year, so this report will be delayed. S2047 Asset Management - Info Master Sewer Implementation Zhao 30 - 30 0%58 - 58 0% Item purchased and will be expensed in Q4 FY 2018 (approx. $45K). Expenditures within overall project budget. S2061 RWCWRF Aeration Controls Consolidation & Optimization Upgrades (S)Beppler 30 - 30 0%190 - 190 0% Construction is scheduled for FY 2020, after replacement aeration process is confirmed. Total Capital Facility Projects Total:1,462 1,049 413 72%45,110 26,148 18,962 58% REPLACEMENT/RENEWAL PROJECTS P2083 PS - 870-2 Pump Station Replacement Marchioro 4,000 2,344 1,656 59%18,750 4,688 14,062 25% Construction on track for completion in Q2 FY 2020. P2174 PS - 1090-1 Pump Station Replacement (400 gpm)Marchioro 1 - 1 0%2,500 4 2,496 0%Planning phase scheduled for FY 2019. P2400 PL - 20-Inch Pipeline Replacement, 711 Zone, Otay Lakes Road - at Santa Paula Marchioro - - - 0%2,280 - 2,280 0%Planning phase scheduled for FY 2020. P2493 624-2 Reservoir Interior/Exterior Coating Cameron 35 37 (2) 106%1,610 1,605 5 100% Warranty work complete. Project has been completed. Expenditures within overall project budget. P2507 East Palomar Street Utility Relocation Cameron 5 2 3 40%735 725 10 99% Waiting for reimbursement and As-Builts from Caltrans. P2508 Pipeline Cathodic Protection Replacement Program Marchioro 100 255 (155) 255%725 708 17 98% First phase construction project completed Q3 FY 2018. P2508 budget increased to account for second phase construction project that is scheduled to be awarded in July 2018. This blanket CIP has been split into five (5) CIPs for FY 2019. P2518 803-3 Reservoir Interior/Exterior Coating Cameron 5 - 5 0%685 661 24 96%Expenditures anticipated in Q4 FY 2018. P2529 711-2 Reservoir Interior & Exterior Coating Cameron 5 - 5 0%820 803 17 98% Construction completed FY 2017 Q2. Project is in the 2 year warranty period. P2530 711-1 Reservoir Interior & Exterior Coating Cameron 5 - 5 0%980 954 26 97% Construction completed FY 2017 Q2. Project is in the 2 year warranty period. P2531 944-1 Reservoir Interior & Exterior Coating Cameron 5 - 5 0%345 319 26 92% Construction contract completed FY 2016 Q4. Currently in two year warranty period. P2532 944-2 Reservoir Interior & Exterior Coating Cameron 5 - 5 0%960 937 23 98% Construction contract completed FY 2016 Q4. Currently in two year warranty period. P2533 1200-1 Reservoir Interior & Exterior Coating Cameron 10 - 10 0%810 7 803 1%Project is in the Planning stage. Y:\Board\CurBdPkg\ENGRPLAN\2018\BD 06-06-2018\Q3 FY 2018 Update\FY18 3rd qtr expFinal.xlsx Page 2 of 5 5/3/2018 FISCAL YEAR 2018 3RD QUARTER REPORT (Expenditures through 3/31/2018) ($000) ATTACHMENT B 2018 03/31/18 CIP No.Description Project Manager FY 2018 Budget Expenses Balance Expense to Budget %Budget Expenses Balance Expense to Budget %Comments FISCAL YEAR-TO-DATE, 03/31/18 LIFE-TO-DATE, 03/31/18 P2534 978-1 Reservoir Interior & Exterior Coating Cameron 10 94 (84) 940%650 591 59 91% Project associated with P2544. Reservoir was returned to service in Q1 FY 2018. Expenditures originally anticipated for Q4 FY 2017 occurred in FY 2018 due to contractor delays and punch list items. Expenditures within overall project budget. P2535 458-2 Reservoir Interior & Exterior Coating & Upgrades Cameron 5 - 5 0%810 778 32 96% Construction contract completed FY 2016 Q4. Currently in two year warranty period. P2539 South Bay Bus Rapid Transit (BRT) Utility Relocations Cameron 5 12 (7) 240%1,090 900 190 83% Project is driven by SANDAG. More construction work was completed than anticipated. Expenditures within overall project budget. P2542 850-3 Reservoir Interior Coating Cameron 5 1 4 20%540 528 12 98% Construction contract completed FY 2016 Q2. Warranty assessment complete. P2543 850-1 Reservoir Interior/Exterior Coating Cameron 5 - 5 0%875 5 870 1%No expenditures until Q4 FY 2018. P2544 850-2 Reservoir Interior/Exterior Coating Cameron 700 706 (6) 101%980 793 187 81% Project associated with P2534. Reservoir was returned to service in Q3 FY 2018. Expenditures originally anticipated for Q4 FY 2017 occurred in FY 2018 due to contractor delays and punch list items. Expenditures within overall project budget. P2545 980-1 Reservoir Interior Exterior Coating Cameron 5 - 5 0%1,190 1,188 2 100% Construction completed FY 2017 Q2. Project is in the two year warranty period. P2546 980-2 Reservoir Interior/Exterior Coating Cameron 1,100 307 793 28%1,450 307 1,143 21% Construction began in Q2 FY 2018. Project budget was increased from $1,450,000 to $1,690,000 for structural repairs at the April 2018 Board Meeting. Expenditures are within the new overall budget. P2555 Administration and Operations Parking Lot Improvements Cameron 265 427 (162) 161%775 547 228 71% Construction of Phase 1 improvements complete in FY 2018 Q2. Expenditures originally anticipated for FY 2017 Q4 occurred in FY 2018. Expenditures within overall project budget. Some Phase II expenditures may occur at the end of Q4 FY 2018. P2557 520 Res Recirculation Pipeline Chemical Supply and Analyzer Feed Replacement Project Beppler 35 11 24 31%100 44 56 44% Project is being completed by District staff. Materials were ordered in Q3 and construction will begin in Q4. Work will be completed as schedules allow; could extend into FY 2019. P2559 Pressure Vessel Repair and Replacement Program Marchioro 30 66 (36) 220%650 316 334 49% RWCWRF surge tank and piping completed in FY 2017 Q3. CIP P2559 will be closed and split into several new site specific CIP projects for FY 2019. Expenditures within overall project budget. P2561 Res - 711-3 Reservoir Cover/Liner Replacement Marchioro 1 9 (8) 900%1,800 17 1,783 1% Project accelerated. Design phase completed May 2018. Construction contract award scheduled for July 2018. P2562 Res - 571-1 Reservoir Cover/Liner Replacement Marchioro 2,700 2,375 325 88%2,900 2,421 479 83% On track. Construction began in Q2 FY 2018. Reservoir scheduled to be placed back into service April 2018. P2563 Res - 870-1 Reservoir Cover/Liner Replacement Marchioro 1 - 1 0%1,000 3 997 0% Replacement scheduled for FY 2022 to coincide with completion of new 870-2 Pump Station. Existing cover/liner materials analyzed by laboratory in FY 2017 suggested sufficient remaining life. P2565 803-2 Reservoir Interior/Exterior Coating & Upgrades Cameron - - - 0%940 - 940 0%No expenditures for FY 2018. P2566 520-2 Reservoir Interior/Exterior Coating & Upgrades Cameron - - - 0%1,500 - 1,500 0%No expenditures for FY 2018. P2567 1004-2 Reservoir Interior/Exterior Coating & Upgrades Cameron - - - 0%905 - 905 0%No expenditures for FY 2018. P2573 PL - 12-Inch Pipeline Replacement, 803 Zone, Hillsdale Road Beppler 1,600 1,551 49 97%2,450 1,789 661 73% Majority of construction completed in Q3. Water main tie-ins to be completed in Q4. P2574 PL - 12-Inch Pipeline Replacement, 978 Zone, Vista Vereda Beppler 450 163 287 36%2,500 242 2,258 10% Project design at 60% submitted and reviewed during Q3. Potholing of existing utilities also performed in Q3 as well as community outreach including a meeting with residents. The 90% design is in progress and will be completed and reviewed in Q4. P2578 PS - 711-2 (PS 711-1 Replacement and Expansion) - 14,000 gpm Marchioro - - - 0%10,000 - 10,000 0% Replacement scheduled for FY 2023-2024 to coincide with development of Villages 4, 8, 9, & 3. P2593 458-1 Reservoir Interior/Exterior Coating & Upgrades Cameron - - - 0%840 - 840 0%No expenditures for FY 2018. P2594 Large Meter Replacement Carey 150 14 136 9%485 266 219 55%Work scheduled for Q4 FY 2018. P2604 AMR Change Out Carey 1,510 925 585 61%9,605 2,191 7,414 23% Put a hold on change outs pending financial data from Master Meter regarding warranty liabilities. Planning to resume in Q4 FY 2018. Y:\Board\CurBdPkg\ENGRPLAN\2018\BD 06-06-2018\Q3 FY 2018 Update\FY18 3rd qtr expFinal.xlsx Page 3 of 5 5/3/2018 FISCAL YEAR 2018 3RD QUARTER REPORT (Expenditures through 3/31/2018) ($000) ATTACHMENT B 2018 03/31/18 CIP No.Description Project Manager FY 2018 Budget Expenses Balance Expense to Budget %Budget Expenses Balance Expense to Budget %Comments FISCAL YEAR-TO-DATE, 03/31/18 LIFE-TO-DATE, 03/31/18 P2605 458/340 PRS Replacement, 1571 Melrose Ave Marchioro 1 3 (2) 300%250 3 247 1% Design scheduled for FY 2019. Advanced planning work performed in FY 2018. Expenditures within overall project budget. P2606 803-2 Reservoir Repair/Replacement of Caulking and Tree Removal Marchioro 1 - 1 0%75 - 75 0%Design scheduled for FY 2019. P2607 Douglas Ave SWA and OWD Interconnection Upgrade Beppler 10 - 10 0%50 - 50 0% Project is driven by Sweetwater Authority, no activity in Q3. P2609 PL - 8-inch, 1004 Zone, Eucalyptus St, Coronado/Date/La Mesa Cameron - - - 0%400 - 400 0% No expenditures for FY 2018. Construction scheduled for FY 2021. P2610 Valve Replacement Program - Phase 1 Cameron 30 4 26 13%150 4 146 3% Phase I design to be completed in Q4 FY 2018. Construction to begin in FY 2019. P2615 PL - 12-Inch Pipeline Replacement, 803 PZ, Vista Grande Beppler - - - 0%1,200 - 1,200 0% No expenditures for FY 2018. Planning will be performed with P2516 in Q4 for combining into one design package. Construction is currently scheduled for FY 2021. P2616 PL - 12-Inch Pipeline Replacement, 978 Zone, Pence Dr/Vista Sierra Dr Marchioro 20 5 15 25%2,500 5 2,495 0% On track. District engineering staff commenced concept development/alternatives analysis in- house. Construction scheduled for 2020. P2625 PL - 12-inch, 978 Zone, Hidden Mesa Road Beppler 90 9 81 10%1,500 10 1,490 1% Project design at 60% submitted and reviewed during Q3. Potholing of existing utilities also performed in Q3 as well as community outreach to residents. The 90% design is in progress and will be completed and reviewed in Q4. R2121 Res - 944-1 Reservoir Cover/Liner Replacement Marchioro 1 - 1 0%1,400 19 1,381 1% Replacement scheduled for FY 2021 since dive inspection completed FY 2016 suggested five years remaining life. R2139 RWCWRF - Filter Troughs Replacement Beppler 30 - 30 0%30 - 30 0%Replacement to be performed in Q4 FY 2018. R2143 AMR Change Out Carey 350 62 288 18%525 105 420 20% Put a hold on change outs pending financial data from Master Meter regarding warranty liabilities. Planning to resume in Q4 FY 2018. S2024 Campo Road Sewer Main Replacement Beppler 4,250 2,939 1,311 69%10,100 4,506 5,594 45%Construction on track to complete in FY 2019 Q4. S2044 Trenchless Sewer Rehabilitation Beppler 75 372 (297) 496%550 476 74 87% Construction contract completed in FY 2018 Q1. In one year warranty period. Expenditures originally anticipated for FY 2017 Q4 occurred in FY 2018. Expenditures within overall project budget. S2045 Fuerte Drive Sewer Relocation Beppler 160 14 146 9%310 74 236 24% Project start date delayed to FY 2018 Q4 by County of San Diego. Original construction contractor requested termination of contract due to delayed start. Second low bidder was awarded contract in Q3. Budget revised to $370K to reflect these changes. S2046 RWCWRF - Aeration Panels Replacement Beppler 50 10 40 20%450 88 362 20% Discussions with the existing aeration panels manufacturer occurred in Q3. New panels and placement of the order is expected in Q4. Construction is expected in Q2 FY 2019. S2048 Hillsdale Road Sewer Repairs Beppler 400 14 386 4%720 71 649 10% Construction on track for completion in FY 2018 Q4. S2049 Calavo Basin Sewer Rehabilitation - Phase 2 Beppler 19 6 13 32%1,000 7 993 1% Planning began in FY 2018 Q3 and will continue into FY 2019 with easement issues to be vetted before starting Design. S2050 Rancho San Diego Basin Sewer Rehabilitation - Phase 2 Beppler - - - 0%1,250 - 1,250 0% Planning to start in FY 2020; construction anticipated in FY 2022. S2051 RWCWRF - Headworks Improvements Beppler 50 28 22 56%150 28 122 19% Design began in Q3 with 90% Design to be submitted in Q4. Design to be completed in Q1 FY 2019 with construction to be completed in FY 2019. Budget adjusted to $250K to reflect revised scope of work. S2053 RWCWRF - Sedimentation Basins Weirs Replacement Beppler 60 - 60 0%60 - 60 0%Replacement to be performed FY 2018 Q4. S2054 Calavo Basin Sewer Rehabilitation - Phase 3 Beppler - - - 0%1,290 - 1,290 0% Planning to start in FY 2021; construction anticipated in FY 2023. Total Replacement/Renewal Projects Total:18,350 12,765 5,585 70%99,195 29,733 69,462 30% CAPITAL PURCHASE PROJECTS P2282 Vehicle Capital Purchases Rahders 363 29 334 8%5,175 3,893 1,282 75% Seven vehicles on order expected to be received by the end of April totaling $251,137. There will be additional outfitting expenses once the vehicles are received, but should not exceed $20,000. Total $271,137. Y:\Board\CurBdPkg\ENGRPLAN\2018\BD 06-06-2018\Q3 FY 2018 Update\FY18 3rd qtr expFinal.xlsx Page 4 of 5 5/3/2018 FISCAL YEAR 2018 3RD QUARTER REPORT (Expenditures through 3/31/2018) ($000) ATTACHMENT B 2018 03/31/18 CIP No.Description Project Manager FY 2018 Budget Expenses Balance Expense to Budget %Budget Expenses Balance Expense to Budget %Comments FISCAL YEAR-TO-DATE, 03/31/18 LIFE-TO-DATE, 03/31/18 P2286 Field Equipment Capital Purchases Rahders 72 29 43 40%1,746 1,433 313 82% P2286, CP#10 to ship May 5, $14,650. CP11 came in under budget, about an additional $1,000 expense at the most. CP #12 in progress, anticipate an additional $12,000 at end of May FY 2018. Total $27,650. Total Capital Purchase Projects Total:435 58 377 13%6,921 5,326 1,595 77% DEVELOPER REIMBURSEMENT PROJECTS p2430 PL - 20-inch, 980 Zone, Proctor Valley Road – Village 14 Phase 1 Cameron 5 - 5 0%35 - 35 0%Developer driven project. P2595 PL - 16-inch, 624 Zone, Village 3N - Heritage Road, Main St/Energy Way Beppler - - - 0%150 - 150 0%Construction anticipated to begin in FY 2018 Q4. R2084 RecPL - 20-Inch, 680 Zone, Village 2 - Heritage/La Media Beppler 40 - 40 0%365 1 364 0%Under construction in FY 2018. Total Developer Reimbursement Projects Total:45 - 45 0%550 1 549 0% GRAND TOTAL 20,292$ 13,872$ 6,420$ 68%151,776$ 61,208$ 90,568$ 40% Y:\Board\CurBdPkg\ENGRPLAN\2018\BD 06-06-2018\Q3 FY 2018 Update\FY18 3rd qtr expFinal.xlsx Page 5 of 5 5/3/2018 Otay Water District Capital Improvement Program Fiscal Year 2018 Third Quarter (through March 31, 2018) ATTACHMENT C 571-1 Reservoir –Installation of Reservoir Floating Cover and Liner 3/26/2018 Background The approved CIP Budget for Fiscal Year 2018 consists of 87 projects that total $20.3 million. These projects are broken down into four categories. 1.Capital Facilities $ 1.5 million 2.Replacement/Renewal $18.4 million 3.Capital Purchases $ 0.4 million 4.Developer Reimbursement $ 45.0 thousand Overall expenditures through the Third Quarter of Fiscal Year 2018 totaled $13.9 million, which is approximately 68% of the Fiscal Year budget. 2 Fiscal Year 2018 Third Quarter Update ($000) CIP CAT Description FY 2018 Budget FY 2018 Expenditures % FY 2018 Budget Spent Total Life-to-Date Budget Total Life-to-Date Expenditures % Life-to-Date Budget Spent 1 Capital Facilities $1,462 $1,049 72%$45,110 $26,148 58% 2 Replacement/ Renewal $18,350 $12,765 70%$99,195 $29,733 30% 3 Capital Purchases $435 $58 13%$6,921 $5,326 77% 4 Developer Reimbursement $45 $0 0%$550 $1 0% Total: $20,292 $13,872 68%$151,776 $61,208 40% 3 Fiscal Year 2018 Third Quarter CIP Budget Forecast vs. Expenditures 4 $20,292,000 $- $5,000,000 $10,000,000 $15,000,000 $20,000,000 $25,000,000 Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun FISCAL YEAR PERIOD IN MONTHS Budget Forecast Total Expenditures $13,872,000 5 CIP Projects in Construction 870-2 Pump Station Replacement Project (P2083/P2562) Replacement of existing 870 High Head and Low Head Pump Stations. Remove and Replace the existing 571-1 Reservoir liner and cover. $21.65M Budget Start: July 2017 Completion: October 2019 6 870-2 Pump Station –Installation of Pump Station Yard Piping Division No. 2 Location: North East corner of Otay Mesa. Existing 571-1 Reservoir and High Head/Low Head Pump Station site. 3/26/18 870-2 Pump Station and 571-1 Reservoir Project (3/26/2018) CIP Projects in Construction 980-2 Reservoir Interior/Exterior Coating & Upgrades Project (P2546) Remove and replace existing interior and exterior coatings. Construct structural upgrades to increase the service life. $1.45M Budget Start: November 2017 Estimated Completion: August 2018 8 980-2 (5.0 MG) –Structural Work in Progress Division No. 5 Location: 980-2 is located at the north end of Hunte Parkway. 3/06/2018 CIP Projects in Construction Campo Road Sewer Replacement Project (S2024) Replace existing 10- inch sewer with 7,420 linear feet of new 15- inch sewer. Reconnection of sewer laterals. Night Work. $10.10M Budget Start: July 2017 Estimated Completion: May 2019 9 Installation of West Bore Receiving Pit along EB SR 94 Division No. 5 Location: Campo Road (SR 94) between Rancho San Diego Village Shopping Center and Rancho Towne Center. 3/06/2018 CIP Projects in Construction Hillsdale Road Waterline Replacement and Sewer Repairs (P2573/S2048) Replacement of 4,050 linear feet of 12-inch waterline. Replacement of 760 liner feet of 8-inch sewer. $3.17M Budget Start: October 2017 Estimated Completion: June 2018 10 Hillsdale Road Service Lateral Installation Division No. 5 Location: Hillsdale Road between Jamacha Road and Vista Grande Road. 3/20/2018 Construction Contract Status 11 PROJECT TOTAL % S2044 Trenchless Sewer Rehabilitation Insituform Technologies, LLC $353,954 $373,954 ($24,120)-6.8%$333,467 $333,467 -10.8%100.0%August 2017 P2555 P2547 OWD Administration & Operations Parking Lot Improvements Ph. 1 - Lighting and Vehicle Charging Station Ace Electric, Inc.$344,495 $369,495 $34,408 10.0%$378,903 $378,903 2.5%100.0%October 2017 P2534 P2544 978-1 & 850-2 Reservoir Interior/Exterior Coating & Upgrades Blastco Inc.$963,280 $1,106,200 $16,208 1.7%$1,106,158 $722,125 0.0%65.3%January 2018 P2508 R2116 14-Inch Force Main Rehabilitation Project Charles King Company Inc.$1,045,100 $1,101,250 $112,228 10.7%$1,166,476 $1,166,475 5.9%100.0%January 2018 S2045 Fuerte Drive Sewer Relocation Burtech Pipeline, Inc.$169,490 $193,690 $0 0.0%$169,490 $0 -12.5%0.0%July 2018 P2573 S2048 Hillsdale Road 12- inch Waterline Replacement and Sewer Repairs TC Construction Company, Inc.$2,245,060 $2,396,060 $44,696 2.0%$2,289,756 $1,365,986 -4.4%59.7%June 2018 P2546 980-2 Reservoir Interior/Exterior Coating & Upgrades Simpson Sandblasting & Special Coating, Inc. $998,502 $1,146,377 $229,152 22.9%$1,375,529 $216,168 20.0%15.7%August 2018 S2024 Campo Road Sewer Replacement Project Wier Construction Corporation $7,623,281 $7,816,781 $74,266 1.0%$7,739,547 $2,571,284 -1.0%33.2%May 2019 P2083 P2562 870-2 Pump Station Replacement/ 571-1 Reservoir Liner and Cover Replacement Pacific Hydrotech Corporation $16,500,900 $16,925,900 $0 0.0%$16,500,900 $4,181,961 -2.5%25.3%October 2019 TOTALS:$30,244,062 $31,429,707 $486,837 1.6%$31,060,225 $10,936,369 -1.2% **THIS CHANGE ORDER RATE INCLUDES THE CREDIT FOR UNUSED ALLOWANCES *NET CHANGE ORDERS DO NOT INCLUDE ALLOWANCE ITEM CREDITS. IT'S A TRUE CHANGE ORDER PERCENTAGE FOR THE PROJECT CIP NO.PROJECT TITLE CONTRACTOR BASE BID AMOUNT CONTRACT AMOUNT W/ ALLOWANCES % CHANGE ORDERS W/ ALLOWANCE CREDIT** % COMPLETE EST. COMP. DATE NET CHANGE ORDERS LTD* FY 2018 CIP CONSTRUCTION PROJECTS CURRENT CONTRACT AMOUNT TOTAL EARNED TO DATE Consultant Contract Status 12 Consultant Contract Status 13 Consultant Contract Status 14 QUESTIONS? 15