Loading...
HomeMy WebLinkAbout08-22-18 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 WEDNESDAY August 22, 2018 11:30 A.M. This is a District Committee meeting. This meeting is being posted as a special meeting in order to comply with the Brown Act (Government Code Section §54954.2) in the event that a quorum of the Board is present. Items will be deliberated, however, no formal board actions will be taken at this meeting. The committee makes recommendations to the full board for its consideration and formal action. AGENDA 1. ROLL CALL 2. PUBLIC PARTICIPATION – OPPORTUNITY FOR MEMBERS OF THE PUBLIC TO SPEAK TO THE BOARD ON ANY SUBJECT MATTER WITHIN THE BOARD'S JU- RISDICTION BUT NOT AN ITEM ON TODAY'S AGENDA DISCUSSION ITEMS 3. APPROVE AN INCREASE TO CIP P2573 BUDGET IN THE AMOUNT OF $130,000 AND CHANGE ORDER NO. 3 TO THE EXISTING CONTRACT WITH T.C. CON- STRUCTION COMPANY, INC. FOR THE HILLSDALE ROAD 12-INCH WATERLINE REPLACEMENT (CIP P2573) AND SEWER REPAIRS (CIP S2048) PROJECTS IN THE AMOUNT OF $151,193.08 (MARTIN) [5 minutes] 4. FOURTH QUARTER UPDATE ON THE FISCAL YEAR 2017 CAPITAL IMPROVE- MENT PROGRAM (MARTIN) [5 min] 5. ADJOURNMENT BOARD MEMBERS ATTENDING: Tim Smith, Chair Gary Croucher 2 All items appearing on this agenda, whether or not expressly listed for action, may be delib- erated and may be subject to action by the Board. The Agenda, and any attachments containing written information, are available at the Dis- trict’s website at www.otaywater.gov. Written changes to any items to be considered at the open meeting, or to any attachments, will be posted on the District’s website. Copies of the Agenda and all attachments are also available through the District Secretary by contacting her at (619) 670-2280. If you have any disability that would require accommodation in order to enable you to partici- pate in this meeting, please call the District Secretary at 670-2280 at least 24 hours prior to the meeting. Certification of Posting I certify that on August 17, 2018 I posted a copy of the foregoing agenda near the reg- ular 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 August 17, 2018. /s/ Susan Cruz, District Secretary STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: September 5, 2018 SUBMITTED BY: Dan Martin Assistant Chief of Engineering PROJECT: P2573-001103 S2048-001103 DIV. NO.: 5 APPROVED BY: Rod Posada, Chief, Engineering Mark Watton, General Manager SUBJECT: Approval to Increase the CIP P2573 Budget in an Amount of $130,000 and Approve Change Order No. 3 to the Contract with T.C. Construction Company, Inc. for the Hillsdale Road 12-Inch Waterline Replacement (CIP P2573) and Sewer Repairs (CIP S2048) Projects GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) increase the CIP P2573 budget in the amount of $130,000. Additionally, that the Board approve Change Order No. 3 to the existing contract with T.C. Construction Company, Inc. (T.C. Construction) in the amount of $151,193.08 for the Hillsdale Road 12- Inch Waterline Replacement (CIP P2573) and Sewer Repairs (CIP S2048) Projects (see Exhibit A for Project locations). COMMITTEE ACTION: Please see Attachment A. PURPOSE: To obtain Board authorization to increase the CIP P2573 budget in the amount of $130,000 from $2,450,000 to $2,580,000 and to obtain Board authorization for the General Manager to execute Change Order No. 3 in the amount of $151,193.08 to the construction contract with T.C. Construction for the Hillsdale Road 12-Inch Waterline Replacement (CIP P2573) and Sewer Repairs (CIP S2048) Projects (Project). 2 ANALYSIS: The District provides water distribution service and sanitary sewer collection service in the Jamacha drainage basin located in the northern area of the District. The existing 12-inch Cement Mortar Lined and Coated (CML&C) steel pipe that serves as the distribution main for Hillsdale Road was constructed in 1959. Staff made the determination that the pipeline has reached the end of its useful life and should be replaced. The County of San Diego has also designated Hillsdale Road for road resurfacing as soon as the District completes utility work in this area, prompting the sewer repairs to be included in the Project. Deficiencies in the existing 8-inch sewer system were observed and documented by closed-circuit television inspection and condition assessment at two (2) locations within Hillsdale Road. The Project also includes the repairs of the sewer at the two (2) locations, which are east of Jalisco Road and west of Vista Grande Road. At the September 6, 2017 Board Meeting, the Board awarded a construction contract in the amount of $2,396,060.00 to TC Construction to construct approximately 4,050 linear feet of 12-inch Polyvinyl Chloride (PVC) water line and about 760 linear feet of 8- inch PVC sewer replacement along Hillsdale Road. To date, there have been two change orders approved on the construction contract. Change Order No. 1, which totals $44,695.77, and was approved under the General Manager’s authority, compensated TC Construction for modifications required due to existing utilities and addressed traffic signal impacts for unmarked traffic loops at the Hillsdale Road/Chase Avenue intersection. Change Order No. 1 also added 5 days to the contract including time for weather impacts between September 2017 and March 2018. Change Order No. 2, which totals $149,280.00 and was approved by the Board, compensated TC Construction for the restoration of the asphalt pavement, curb, gutter, and sidewalk, which was damaged during the water main break of the existing 12-inch CML&C steel pipe during the month of October 2017. The restoration work associated with the main break was handled as an insurance claim with the Special District Risk Management Authority (SDRMA), the District’s insurance provider. Change Order 2 also added 55 days of contract time to the Project. The added time allowed the restoration work to occur after Valhalla High School’s June 2018 graduation. The construction of the new water and sewer main along Hillsdale Road involved several complex issues. These issues included maintaining access to Valhalla High School while school was in session; encountering unmarked utilities and storm drains; encountering unforeseen wet and caving soils in an area where the project’s soil 3 boring did not reflect the field conditions; completing complex water shut downs to transfer water services from the existing main to the newly constructed water main; completing jack and bore operations across Hillsdale Road; and installation of additional asphalt surfacing to address field conditions including trench wall failure and County of San Diego requests to pave areas between the trench line and gutter. Change Order No. 3, which totals $151,193.08, provides compensation and final reconciliation for eighteen separate items, as shown in Exhibit B of the staff report. Change Order 3 also adds 30 days of contract time to the Project. The project is substantially complete. FISCAL IMPACT: Joe Beachem, Chief Financial Officer The total budget for CIP P2573, as approved in the FY 2019 budget, is $2,450,000. The total budget approved by SDRMA for the Hillsdale Road water main break restoration work is $149,280. The total of these two approved budgets is $2,599,280. Total expenditures, plus outstanding commitments and forecast including this contract, are $2,729,167. See Attachment B1 for budget detail. Based on a review of the financial budget for CIP P2573, the Project Manager anticipates that with a budget increase of $130,000, the Project will be completed within the new budget amount of $2,580,000. The total budget for CIP S2048, as approved in the FY 2018 budget, is $720,000. Total expenditures, plus outstanding commitments and forecast including this contract, are $705,086. See Attachment B2 for budget detail. Based on a review of the financial budgets, the Project Manager anticipates that with the approval of this Change Order the budgets for CIP P2573 (as modified by the requested $130,000 increase), CIP S2048, and the budget amount approved by SDRMA are sufficient to support the Project. The District has received a reimbursement payment from SDRMA in the amount of $149,280 to support the subject change order work. The Finance Department has determined that, under the current rate model, 100% of the funding for CIP P2573 and CIP S2048 is available from the Replacement Fund. STRATEGIC GOAL: This Project supports the District’s Mission statement, “To provide high value water and wastewater services to the customers of the Otay Water District in a professional, effective, and efficient manner” and the General Manager’s Vision, “A District that is at the 4 forefront in innovations to provide water services at affordable rates, with a reputation for outstanding customer service.” LEGAL IMPACT: None. DM/RP:jf P:\WORKING\CIP P2573 12-Inch PL Replacement, 803 Zone, Hillsdale Road\Staff Reports\BD 09-05-18\BD 09- 05-18 Staff Report Approve CO 3 For The Hillsdale Road Waterline Replacement And Sewer Repair Project.docx Attachments: Attachment A – Committee Action Attachment B1 – P2573 Budget Detail Attachment B2 - S2048 Budget Detail Exhibit A - Project Location Map Exhibit B – Change Order No. 3 ATTACHMENT A SUBJECT/PROJECT: P2573-001103 S2048-001103 Approval to Increase the CIP P2573 Budget in an Amount of $130,000 and Approve Change Order No. 3 to the Contract with T.C. Construction Company, Inc. for the Hillsdale Road 12-Inch Waterline Replacement (CIP P2573) and Sewer Repairs (CIP S2048) Projects COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on August 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 B1 – P2573 Budget Detail SUBJECT/PROJECT: P2573-001103 S2048-001103 Approval to Increase the CIP P2573 Budget in an Amount of $130,000 and Approve Change Order No. 3 to the Contract with T.C. Construction Company, Inc. for the Hillsdale Road 12-Inch Waterline Replacement (CIP P2573) and Sewer Repairs (CIP S2048) Projects           8/3/2018 Budget $2,580,000.00 CIP P2573 $ 149,280.00 SDRMA Funding $2,729,280.00 TOTAL Planning Regulatory Fees 50 50 - 50 Petty Cash Custodian Standard Salaries 8,660 8,660 - 8,660 Total Planning 8,710 8,710 - 8,710 Design 001102 Consultant Contracts 145,063 145,063 - 145,063 PSOMAS 2,278 2,278 - 2,278 HUNSAKER & ASSOCIATES 25,658 25,658 - 25,658 NINYO & MOORE GEOTECHNICAL AND Regulatory Agency Fees 42,000 41,130 870 42,000 COUNTY OF SAN DIEGO Service Contracts 51 51 - 51 DAILY JOURNAL CORPORATION 750 750 - 750 CHICAGO TITLE COMPANY Standard Salaries 80,683 80,683 - 80,683 Total Design 296,483 295,613 870 296,483 Construction Construction Contract 1,873,791 1,781,138 92,654 1,873,791 TC CONSTRUCTION COMPANY INC. 98,621 93,744 4,877 98,621 CALIFORNIA BANK & TRUST 149,280 149,280 - 149,280 CO NO. 2 - SDRMA 124,158 - 124,158 124,158 CO NO. 3 Consultant Contracts 20,370 20,370 - 20,370 ALYSON CONSULTING 1,430 1,430 - 1,430 VALLEY CONSTRUCTION MANAGEMENT 3,600 3,587 13 3,600 CLARKSON LAB & SUPPLY INC. 6,025 6,025 - 6,025 PSOMAS Regulatory Fees 16,700 - 16,700 16,700 County of San Diego Permit Inspection - - - - Standard Salaries 130,000 126,454 3,546 130,000 - - - Total Construction 2,423,975 2,182,027 241,947 2,423,975 Grand Total 2,729,167 2,486,350 242,818 2,729,167 Vendor/Comments Otay Water District P2573 -PL-12" PL Repl 803Z Hillsdale Road Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost (Budget detail includes approved SDRMA Funds)     ATTACHMENT B2 – S2048 Budget Detail SUBJECT/PROJECT: P2573-001103 S2048-001103 Approval to Increase the CIP P2573 Budget in an Amount of $130,000 and Approve Change Order No. 3 to the Contract with T.C. Construction Company, Inc. for the Hillsdale Road 12-Inch Waterline Replacement (CIP P2573) and Sewer Repairs (CIP S2048) Projects            Bud    8/3/2018 Budget 720,000 Planning Total Planning - - - - Design 001102 Consultant Contracts 6,415 6,415 - 6,415 NINYO & MOORE GEOTECHNICAL 36,533 36,533 - 36,533 PSOMAS - - - - Standard Salaries 21,760 21,760 - 21,760 Total Design 64,707 64,707 - 64,707 Construction Construction Contract 444,927 423,053 21,874 444,927 TC CONSTRUCTION COMPANY INC. 23,417 22,266 1,151 23,417 CALIFORNIA BANK & TRUST 27,035 - 27,035 27,035 CO No. 3 Consultant Contracts 20,000 17,960 2,040 20,000 ALYSON CONSULTING 5,000 2,223 2,777 5,000 PSOMAS Regulatory Fees 10,000 - 10,000 10,000 County of San Diego Permit Inspection - - - - Standard Salaries 110,000 92,410 17,590 110,000 Total Construction 640,379 557,912 82,467 640,379 Grand Total 705,086 622,619 82,467 705,086 Vendor/Comments Otay Water District S2048 - Hillsdale Road Sewer Repairs Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost OTAY WATER DISTRICTHILLSDALE RD 12-INCH WATER PIPELINE REPLACEMENT & SEWER REPAIRSLOCATION MAPEXHIBIT A CIP P2573CIP S2048 F P:\WORKING\CIP P2573 12-Inch PL Replacement, 803 Zone, Hillsdale Road\Graphics\Exhibits-Figures\Exhibit A, Water Main and Sewer Main Replacement on Hillsdale Road, Location Map, Aug 2017.mxd JAMACHA RD C H A S E A V VISTA HILLSDALE RD D O N A H U E D R G R A N D E R D 12" Water PipelineReplacement Sewer Repair Sewer Repair JALISCO RD WIND RIVER RD VICINITY MAP PROJECT SITE NTS DIV 5 DIV 1 DIV 2 DIV 4 DIV 3 ?ò Aä%&s ?p ?Ë F 0 500250 Feet !\Legend 12-Inch Waterline Replacement Sewer Main Repairs (Two Sites) OTAY WATER DIST RICT 2554 SWEElWATER SPRINGS BLVD., SPRING VALLEY. CA. 91978, (619) 670-2222 CONTRACT/P.O. CHANGE ORDER No. 3 PROJECT/ITEM: Hillsdale Road 12-inch Waterline Replacement and Sewer Repairs CONTRACTOR/VENDOR: TC Construction Co. Inc. REF.CIP No.: P2573/S2048 APPROVED BY: Board REF. P.O. No: 720147 DATE : 8/8/18 DESCRIPTION: See attached page 2 of 5 for continuation. REASON: See attached page 2 of 5 for continuation. CHAN GE P.O. TO READ: Revise Contract to add $151 ,193.08 and add 30 days time for a total Contract amount of $2,741 ,228.85 with a Contract Duration of 290 Calendar Days. ORIGI NAL CONTRACT/P.O. AMOUNT: ADJUSTED AMOUNT FROM PREVIOUS CHANGE: TOTAL COST OF THIS CHANGE ORDER: NEW CONTRACT/P.O. AMOUNT IS: ORIGINAL CONTRACT COMPLETION DATE: CONTRACT/P.O. TIME AFFECTED BY TH IS CHAN GE: REVISED CONTRACT COMPLETION DATE: $ 2,396,060.00 $ 193,975.77 $ 151 ,193.08 $ 2,741,228.85 4/27/18 Yes 7/26/18 IT IS UNDERSTOOD WITH THE FOLLOWING APPROVALS, THAT THE CONTRACTOR/VENDOR IS AUTHORIZED AND DIRECTED TO MAKE THE HEREIN DESCRIBED CHANGES. IT IS ALSO AGREED THAT THE TOTAL COST FOR THIS CHANGE ORDER CONSTITUTES FULL AND COMPLETE COMPENSATION FOR OBLIGATIONS REQUIRED BY THE CONTRACT/P.O. A LL OTHER PROVISIONS AND REQUIREMENTS OF THE CONTRACT/P.O. REMAIN IN FULL FORCE AND EFFECT. CONTRACTO~ .. ~ STAFF APPROVALS: SIGNATURE: --<.~..c:....=;-='-fr'-=:__--,--------PROJ. MGR : __ h_.__-lrf-/v: _______ DATE: I ~ ' NAME : -'-'A=us;..;;..tin-'-C""-'a=mc;...:e;;_;ro"""'n ___________ DIV. MGR : DATE: ___ _ TITLE: .;_P:..:::re:::;.sid::..::e:::..:n.:..t ______ DATE :i!J/It:;jr~ COMPANY & TC Construction Company. Inc. ADDRESS: 10540 Prospect Ave CHIEF: ___________ DATE: ___ _ DISTRICT APPROVAL: ..:::S.::::.an.:..:.:le::.:::e.:...:. C::::.A..:..:9"-"2:.:::.07:.....:1:..__ _ __:_ ________ GEN. MANAGER: __________ DATE:---- COPIES: 0 FILE (Orig.), 0 CONTRACTOR/VENDOR. 0 CHIEF-ENGINEERING, 0 CHIEF-FINANCE. 0 ENGR. MGR. 0 ACCTS PAYABLE. 0 INSPECTION, 0 PROJ. MGR.. 0 ENGR. SECRETARY. 0 PURCHASING. 0 PROJECT BINDER Contract I P.O. Change Order No. 3 Description of Work Description Item No.1: This Change Order provides for modifications associated with a conflicting existing storm drain between 1 0+ 78 and 11 +36 per RFI 011 and COR 4.1. (CI P P2573) Item No.2: This Change Order provides for chemical rock breaking between Sta. 41 +70 and 42+65 per COR 05. (CIP P2573) Item No.3: This Change Order provides for modifications resulting from wet and caving soils between Sta. 33+80 and 37;37 per COR 10. (CIP P2573) Item No.4: This Change Order provides for' !llOdifications resulting from a buried light foundation and unknown utilities at Sta. 32+94 per RFis 17, 18 and COR 11. (CIP P2573) Item No.5: This Change Order provides for costs associated with switching traffic signals to flashing red during work hours per COR 12. (CI P P2573) Item No.6: This Change Order provides for modifications resulting from a conflicting storm drain between Sta. 49+49 and 50+50 per COR 13 and COR 14. (CIP P2573) Item No.7: This Change Order provides for temporary and permanent modifications to a conflicting existing sewer lateral at Sta. 43+30 per COR 15. (CIP P2573) Item No.8: This Change Order provides for installation of a new saddle and reconnection of an existing 2-inch AVAR to the new waterline within the tie-in at Sta. 2+44 per COR 19. (C IP P2573) Item No.9: This Change Order provides for overtim e costs incurred during the tie-ins at Sta. 50+60 and 50+83 resulting from existing shutdown line valve failures per COR 21. (CIP P2573) Item No. 10: This Change Order provides for repairs and reconnection to an existing unmarked 4-inch sewer lateral at Sta. 62+53 per COR 23. (CIP S2048) Item No.11: This Change Order provides for removal of additional asphalt concrete between Sta. 70+00 and 72+00 per COR 24. {CIP S2048) Item No. 12: This Change Order provides for modifications resulting from an unknown box culvert at Sta. 72+75 per COR 25. (CIP S2048) Item No. 13: This Change Order provides for installation of a concrete protection pad due to a shallow AVAR pipe per COR 26. (CIP P2573) Item No. 14: This Change Order increases the amount allocated for Bid Item 6, 12-inch PVC Waterline by $12,324.00 to a new authorized amount of $644,124.00. (Add 79 LF at $156/LF) page 2 of 5 Increase Decrease $12,185.67 5 $25,770.60 5 $113,882.00 7 $7,843.33 5 $5,951.00 0 $8,262.24 $27,652.90 5 $1,513.66 0 $7,093.40 0 $956.28 0 $2,620.00 0 $3,442.00 $2,782.00 $12,324.00 0 Contract I P.O. Change Order No.3 Item No. 15: This Change Order decreases the amount allocated for Bid Item 11, 2-lnch BO Assembly by $7,100.00 to a new authorized amount of $14,200.00. (Delete 1 EA at $7,100.00/EA) Item No. 16: This Change Order increases the amount allocated for Bid Item 23, Asphalt Concrete Pavement Restoration by $43,194.00 to a new authorized amount of $446,154.00. (Add 313 SYat $138/SY) Item No. 17: page 3 of 5 $7,100.00 0 $43,194.00 0 This Change Order decreases the amount allocated for Bid Item 24, Rock $123,580.00 0 Removal by $123,580.00 to a new authorized amount of $6,420.00. (Delete 617.9 CY at $200/CY) Item No. 18: This Change Order decreases the amount allocated for Bid Item 25, $6,000.00 0 Unsuitable Soils by $6,000.00 to a new authorized amount of $0.00. (Delete 100 CY.at $60/CY) Item No. 19: This Change Order increases the· amount allocated for Bid Item 26, Additional $9,600.00 0 Potholes -Utilities not shown on the Drawings by $9,600.00 to a new authorized amount of $17,600.00. (Add 12 EA at $800/EA) Item No. 20: This Change Order increases the amount allocated for Bid Item 27, Utility $2,800.00 0 Undercrossings not Identified on the Plans Greater than 4-lnches in Diameter by $2,800.00 to a new authorized amount of $9,800.00. (Add 2 EA at $1 ,400/EA) Sub Total Amount $287,873.08 $136,680.00 30 Total Net Change Order Amount $151,193.08 Revisions to: BID SCHEDULE Item # Description Quantity Unit Unit Price Amount 6 12-lnch PVC Waterline 4,129 LF $156.00 $644,124.00 11 2-lnch BO Assembly 2 EA $7,100.00 $14,200.00 20 Asphalt Concrete Pavement Restoration 3,233 SY $138.00 $446,154.00 24 Rock Removal 32.1 CY $200.00 $6,420.00 25 Unsuitable Soils 0 CY $60.00 $0.00 26 Additional Potholes -Utilities not shown on the Drawings 22 EA $800.00 $17,600.00 27 Utility Undercrossings not Identified on the Plans Greater than 4-7 EA $1,400.00 $9,800.00 Inches in Diameter Reason: Item No.1: Subsequent to potholing, an existing storm drain not identified on the plans was discovered. An investigation could not confirm the storm drain as abandoned resulting in additional work including investigation, coordination, excavation and pipe changes to install the new waterline between Sta. 1 0+ 78 and 11 +36. This Change Order is necessary to resolve all costs and time associated with implementation of this work scope. Contract I P.O. Change Order No. 3 page 4 of 5 Item No.2: Subsequent to excavation between Sta. 41+ 70 and 42+65 hard rock was encountered. The proximity of existing waterlines to this rock precluded safe removal by traditional breaking methods resulting in the determination to proceed with rock drilling and chemical fracturing of the interfering rock in this area. This Change Order is necessary to resolve all costs and time associated with implementation of this work scope. Item No.3: Resulting from excavation between Sta. 33+80 and 37+37 wet and caving soils were encountered. The Contract included a soils boring in the area which did not indicate these conditions. The encountered conditions required additional excavation depth with drainage rock wrapped with filter fabric and detwatering to mitigate deficient saturated soils and provide sound pipe bedding. Additionally, caving soils increased the quantity of excavation and backfill materials required. This Change Order is necessary to resolve all costs and time associated with implementation of this work scope. Item No.4: Resulting from excavation at Sta. 32+94 a buried and abandoned streetlight foundation and unknown utilities were encountered. The encountered conditions required additional exploratory excavation work to determine a suitable profile and alignment in addition to incorporation of restrained joints. This Change Order is necessary to resolve all costs and time associated with implementation of this work scope. Item No.5: During the course of construction, County of San Diego electricians directed the contractor to place affected traffic signals to flashing red during work hours. This direction required the Contractor's street light subcontractor to perform unidentified work scope. This Change Order is necessary to resolve all costs and time associated with implementation of this work scope. Item No.6: Subsequent to excavation between Sta. 49+90 and 50+50 a buried storm drain impacted the alignment of the new waterline. The encountered condition required installation of two additional 45-degree bends and thrust restraints to adjust the alignment (COR 13). Additionally, resulting from the proximity of the storm drain unstable soils were encountered causing trench sidewall failures resulting in additional excavation and backfill (COR 14). This Change Order is necessary to resolve all costs and time associated with implementation of this work scope. Item No.7: Subsequent to excavation at Sta. 43+30 a 4-inch sewer lateral was encountered in the profile of the new waterline. The sewer lateral was temporarily relocated during waterline installation. Subsequent to waterline installation the sewer lateral was reinstated in a new trench. The revised profile of the sewer lateral required tunneling beneath existing utilities in hard rock resulting in a combination of traditional breaking and drilling of the rock to mitigate utility damage. This Change Order is necessary to resolve all costs and time associated with implem entation of this work scope. Item No.8: Subsequent to excavation for the tie-in at Sta. 2+44 it was discovered that an existing 2-inch AVAR connected to the waterline at this location. As the existing saddle would be removed as part of the tie-in work it was determined to incorporate a new saddle and fitting to reconnect the existing AVAR piping to the new waterline. This Change Order is necessary to resolve all costs and time associated with implementation of this work scope. Item No.9: Subsequent to commencing work on scheduled tie-ins at Sta. 50+60 and 50+83 it was discovered that the existing and required isolation valves did not adequately seal. District operations was able to secure the valves such that the contractor could continue tie-in work however the delay resulted in extended contractor operations. This Change Order is necessary to resolve all costs and time associated with implementation of this work scope. Item No. 10: Subsequent to excavation at Sta. 62+53 an unidentified 4-inch sewer lateral was encountered. The existing lateral was damaged requiring repair and connection to the new sewer main. This Change Order is necessary to resolve all costs and time associated with implementation of this work scope. Item No. 11: Subsequent to excavation between Sta. 70+00 and 72+00 a significantly thickened section of existing asphalt concrete pavement was encountered. The unanticipated asphalt concrete thickness required removal prior to replacement of the sewer main resulting in slowed excavation and additional disposal costs and could not have been anticipated during the bid phase. This Change Order is necessary to resolve all costs and time associated with implementation of this work scope. Item No. 12: Subsequent to excavation at Sta. 72+ 75 an unidentified box culvert was encountered adjacent to the trenchline resulting in excavation and backfill modifications to partially undermine the culvert, install the sewer main and slurry backfill to facilitate adherence to the required sewer profile. This Change Order is necessary to resolve all costs and time associated with implementation of this work scope. Contract I P.O. Change Order No.3 page 5 of 5 Item No. 13: Subsequent to excavation at Sta. 10+02 existing field conditions required a shallow installation of the 2-inch AVAR lateral pipe. This field condition required installation of a concrete protection pad to ensure street loads do not detrimentally influence the pipe. This Change Order is necessary to resolve all costs and time associated with implementation of this work scope. Item No. 14: The Contract Bid Item No 6, 12-inch PVC Waterline, required a quantity adjustment resulting from field conditions. Item No. 15: The Contract Bid Item No 11, 2-inch Blow-Off Assembly, required a quantity adjustment resulting from field conditions. Item No. 16: The Contract Bid Item No 23, Asphalt Concrete Pavement Restoration, required a quantity adjustment resulting from field conditions including trench wall failure and County of San Diego requests to pave areas between the trenchline and gutter. Item No. 17: The Contract Bid Item No 24, Rock Removal, required a quantity adjustment resulting from field conditions. Item No. 18: The Contract Bid Item No 24, Unsuitable Soils, required a quantity adjustment resulting from field conditions. Item No. 19: The Contract Bid Item No 24, Additional Potholes-Utilities not shown on the Drawings, required a quantity adjustment resulting from field conditions. Item No. 20: The Contract Bid Item No 24, Utility Undercrossings not Identified on the Plans Greater than 4-lnches in Diameter, required a quantity adjustment resulting from field conditions. Hillsdale Road 12-Inch Waterline Replacement and Sewer Repairs Project: P2573/S2048 Consultant/Contractor: TC Construction Co. Inc.Subproject: 001103 APPROVED C.O.AMOUNT BY DATE DESCRIPTION TYPE C.O. 1 $44,695.77 GM 4/12/2018 Change order modifies water main profile due to existing utilites; addresses unmarked traffic loops at Hillsdale/Chase intersection; addition of thrust blocks at two locations; repairs unmarked water service; and addresses contract time for weather. Contractor 2 $149,280.00 Board 5/8/2018 Change order adds roadway, crub, gutter, and sidewalk repair scope to the project resulting from an existing water line failure on Hillsdale Road fronting Valhalla High School. This change order is funded by SDRMA Insurance. OWD 3 $151,193.08 Board Change Order provides compensation to the contractor for utility conflicts, caving soils, and additional paving work as required by the County of San Diego's permit inspection. Contractor 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 Total C.O.'s To Date: $345,168.85 14.4% Original Contract Amount:$2,396,060.00 Current Contract Amount:$2,741,228.85 Month Net C.O.$ Limit Authorization Absolute C.O.$ C.O. % 8/18 $151,193.08 $2,000 Insp 0.0% $5,000 PM/Sr. Engr. 0.0% $10,000 DivM 0.0% $20,000 Chief 0.0% $75,000 GM 0.0% >$75000 Board 0.0% CHANGE ORDER LOG P:\WORKING\CIP P2573 12-Inch PL Replacement, 803 Zone, Hillsdale Road\Construction\Change Orders\180814_COLOG 1 8/14/2018 STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: September 5, 2018 SUBMITTED BY: Dan Martin Assistant Chief of Engineering PROJECT: Various DIV. NO. ALL APPROVED BY: Rod Posada, Chief, Engineering Mark Watton, General Manager SUBJECT: Informational Item – Fourth 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. 2 The Fourth 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 $20.5 million. Expenditures through the Fourth Quarter totaled approximately $20.0 million. Approximately 97% 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\Q4\Staff Report\BD 09-05-18 Staff Report Fourth Quarter FY 2018 CIP Report (DM-RP).docx Attachments: Attachment A – Committee Action Attachment B - Fiscal Year 2018 Fourth Quarter CIP Expenditure Report Attachment C – Presentation ATTACHMENT A SUBJECT/PROJECT: VARIOUS Informational Item – Fourth 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 August 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 4TH QUARTER REPORT (Expenditures through 6/30/2018)($000) 2018 06/30/18 CIP No.Description Project Manager FY 2018 Budget Expenses Balance Expense to Budget %Budget Expenses Balance Expense to Budget %Comments CAPITAL FACILITY PROJECTS - P2040 Res - 1655-1 Reservoir 0.5 MG Cameron 20$ 31$ (11)$ 155%3,400$ 532$ 2,868$ 16% 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 ended FY 2018 Q4. Project closed for FY2019. P2382 Safety and Security Improvements Payne 200 265 (65) 133%3,251 3,072 179 94%Project 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 55 (5) 110%4,300 3,821 479 89% EIR/EIS complete and Presidential permit issued. Continue meetings with AdR. P2453 SR-11 Utility Relocations Marchioro 50 233 (183) 466%4,000 1,853 2,147 46% Project accelerated to meet Caltrans' current schedule. Completion of Design phase scheduled August 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 181 253 (72) 140%2,328 2,026 302 87% Additional labor for ongoing hardware deployment was not initially planned for this Fiscal Year. Expenses on target for overall project. P2494 Multiple Species Conservation Plan Coburn-Boyd 30 3 27 10%950 911 39 96%Project on schedule. 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. Planning phase scheduled for FY 2022. P2520 Motorola Mobile Radio Upgrade Martinez 30 11 19 37%120 93 27 78%Completed in Q4 FY 2018. P2521 Large Meter Vault Upgrade Program Carey 25 45 (20) 180%620 307 313 50%Expenditures within overall project budget. P2547 District Administration Vehicle Charging Stations Cameron 20 40 (20) 200%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 10 40 20%1,430 26 1,404 2% 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 79 (43) 219%245 225 20 92% 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 12 (7) 240%1,000 12 988 1% 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% Design and installation to be completed in FY 2019. P2619 PS - Temporary Lower Otay Pump Station Redundancy Marchioro 20 98 (78) 490%635 98 537 15% Project on track. District engineering staff commenced concept development/alternatives analysis and design in-house. Completion of construction anticipated FY 2020. P2620 Radio and Emergency Communication System Kerr 20 - 20 0%20 1 19 5%Project is delayed. P2623 Central Area to Otay Mesa Interconnection Pipelines Combination Air/Vacuum Valve Replacements Marchioro 20 100 (80) 500%270 101 169 37% Projet accelerated. Design phase completed April 2018. Construction contract awarded 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. FISCAL YEAR-TO-DATE, 06/30/18 LIFE-TO-DATE, 06/30/18 P:\Forms\D-Construction\CIP Quarterly Reports\CIP Qtr Reports\FY 2018\Q4\Expenditures\Copy of FY18 4th qtr exp-FINAL.xlsx Page 1 of 4 8/8/2018 FISCAL YEAR 2018 4TH QUARTER REPORT (Expenditures through 6/30/2018)($000) 2018 06/30/18 CIP No.Description Project Manager FY 2018 Budget Expenses Balance Expense to Budget %Budget Expenses Balance Expense to Budget %Comments FISCAL YEAR-TO-DATE, 06/30/18 LIFE-TO-DATE, 06/30/18 R2110 RecPS - 944-1 Optimization and Pressure Zone Modifications Marchioro 20 8 12 40%200 138 62 69% Project on track. Pressure reducing station work will be completed FY 2019, Q1. R2116 RecPL - 14-Inch, 927 Zone, Force Main Improvements Marchioro 200 254 (54) 127%2,500 2,124 376 85% 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 12 38 24%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 FY 2019 with potential construction scheduled for FY 2021. Modeling of water quality will be required. 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, dependent upon County scheduling. S2027 Rancho San Diego Pump Station Rehabilitation Beppler 5 6 (1) 120%3,500 3,049 451 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 completed in FY 2018 Q4. S2043 RWCWRF Sludge Handling System Beppler 30 - 30 0%76 40 36 53% Budget was set for outside consultant to re-assess the project feasibility based on updated Metro costs. Adequate long-term Metro costs are not anticipated to be available this fiscal year, so this report will be delayed. S2047 Asset Management - Info Master Sewer Implementation Zhao 30 38 (8) 127%58 38 20 66% Item purchased and expensed in Q4 FY 2018 (approx. $38K; $7K will be for maintenance and charged to Operating budget). 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 1,568 (106) 107%45,110 26,666 18,444 59% REPLACEMENT/RENEWAL PROJECTS P2083 PS - 870-2 Pump Station Replacement Marchioro 4,000 4,015 (15) 100%18,750 6,358 12,392 34% Construction on track for completioin 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 100 270 (170) 270%725 723 2 100% First phase construction project completed Q3 FY 2018. P2508 budget increased to account for second phase construction project which was 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%Project to be closed 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 3 2 60%345 321 24 93% Construction contract completed FY 2016 Q4. Two year warranty period now complete. P2532 944-2 Reservoir Interior & Exterior Coating Cameron 5 3 2 60%960 940 20 98% Construction contract completed FY 2016 Q4. Two year warranty period now complete. P2533 1200-1 Reservoir Interior & Exterior Coating Cameron 10 - 10 0%810 7 803 1%Project is in the Planning stage. P2534 978-1 Reservoir Interior & Exterior Coating Cameron 10 97 (87) 970%650 593 57 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 3 2 60%810 780 30 96% Construction contract completed FY 2016 Q4. Two year warranty period now complete. P2539 South Bay Bus Rapid Transit (BRT) Utility Relocations Cameron 5 39 (34) 780%1,090 927 163 85% Project is driven by SANDAG. More construction work was completed than anticipated. Expenditures within overall project budget. P:\Forms\D-Construction\CIP Quarterly Reports\CIP Qtr Reports\FY 2018\Q4\Expenditures\Copy of FY18 4th qtr exp-FINAL.xlsx Page 2 of 4 8/8/2018 FISCAL YEAR 2018 4TH QUARTER REPORT (Expenditures through 6/30/2018)($000) 2018 06/30/18 CIP No.Description Project Manager FY 2018 Budget Expenses Balance Expense to Budget %Budget Expenses Balance Expense to Budget %Comments FISCAL YEAR-TO-DATE, 06/30/18 LIFE-TO-DATE, 06/30/18 P2542 850-3 Reservoir Interior Coating Cameron 5 4 1 80%540 531 9 98% Construction contract completed FY 2016 Q2. Warranty assessment complete. P2543 850-1 Reservoir Interior/Exterior Coating Cameron 5 2 3 40%875 7 868 1%Project is in the Planning stage. P2544 850-2 Reservoir Interior/Exterior Coating Cameron 700 733 (33) 105%980 820 160 84% 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 1,340 1,346 (6) 100%1,690 1,346 344 80% 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. Project on schedule to complete in Q1 of FY 2019. P2555 Administration and Operations Parking Lot Improvements Cameron 265 463 (198) 175%775 583 192 75% Construction of Phase 1 improvements complete in FY 2018 A2. Expenditures originally anticipated for FY 2017 Q4 occurred in FY 2018. Expenditures within overall project budget. Some Phase II expenditures occurred at the end of Q4 FY 2018. P2557 520 Res Recirculation Pipeline Chemical Supply and Analyzer Feed Replacement Project Beppler 35 27 8 77%100 60 40 60% Project is being completed by District staff. Materials were ordered in Q3 and construction began in Q4. Work will be completed as schedules allow into FY 2019 Q3. P2559 Pressure Vessel Repair and Replacement Program Marchioro 30 73 (43) 243%650 323 327 50% RWCWRF surge tank and piping completed in FY 2017 Q3. RWCWRF surge tank controls completed FY2018 Q4. CIP P2559 was 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 45 (44) 4500%1,800 53 1,747 3% Project accelerated. Design phase completed May 2018. Construction contract awarded July 2018. P2562 Res - 571-1 Reservoir Cover/Liner Replacement Marchioro 2,700 2,616 84 97%2,900 2,662 238 92% On track. Construction began in Q2 FY 2018. Reservoir was 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 2,092 (492) 131%2,450 2,330 120 95% Project substantially complete in Q4. Punch list items and paving to be performed in FY 2019 Q1. P2574 PL - 12-Inch Pipeline Replacement, 978 Zone, Vista Vereda Beppler 450 247 203 55%2,500 325 2,175 13% Community outreach via letter reflecting the 60% design performed and 90% design submitted and reviewed during Q4. 100% design and bidding planned for FY 2019 Q1 with project award and start of construction in Q2. 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 89 61 59%485 342 143 71% All high users changed out. Additional change outs will carry over to FY 2019. P2604 AMR Change Out Carey 1,510 929 581 62%9,605 2,194 7,411 23% Work delayed due to financial analysis of Master Meter. Work carried over to FY 2019. P2605 458/340 PRS Replacement, 1571 Melrose Ave Marchioro 1 4 (3) 400%250 4 246 2% 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. CIP P2606 was closed and combined with CIP P2565 for FY2019 P2607 Douglas Ave SWA and OWD Interconnection Upgrade Beppler 10 - 10 0%50 - 50 0% Project is driven by Sweetwater Authority, no activity in Q4. 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 20 10 67%150 20 130 13% Phase I design to be completed in Q4 FY 2018. All bids received were rejected, and the project will be done by Operations. P:\Forms\D-Construction\CIP Quarterly Reports\CIP Qtr Reports\FY 2018\Q4\Expenditures\Copy of FY18 4th qtr exp-FINAL.xlsx Page 3 of 4 8/8/2018 FISCAL YEAR 2018 4TH QUARTER REPORT (Expenditures through 6/30/2018)($000) 2018 06/30/18 CIP No.Description Project Manager FY 2018 Budget Expenses Balance Expense to Budget %Budget Expenses Balance Expense to Budget %Comments FISCAL YEAR-TO-DATE, 06/30/18 LIFE-TO-DATE, 06/30/18 P2615 PL - 12-Inch Pipeline Replacement, 803 PZ, Vista Grande Beppler - - - 0%1,200 - 1,200 0% No expenditures for FY 2018. Planning including modeling 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 Beppler 20 16 4 80%2,500 16 2,484 1% 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 90 135 (45) 150%1,500 136 1,364 9% 90% Design submitted and reviewed during Q4. 100% Design and Bidding planned for FY 2019 Q1 with project award and start of construction in Q2. 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% Materials ordered in Q4 FY 2018. Installation to be performed in Q1 FY 2019. R2143 AMR Change Out Carey 350 62 288 18%525 105 420 20% Work delayed due to financial analysis of Master Meter. Work carried over to FY 2019. S2024 Campo Road Sewer Main Replacement Beppler 4,250 3,476 774 82%10,100 5,044 5,056 50%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 160 200 (40) 125%310 259 51 84% Project substantially completed in FY 2018 Q4 after delay in starting 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 14 36 28%450 93 357 21% Negotiations for the panel replacements with Parkson completed in Q4 FY 2018. Submittal review planned for Q1 FY 2019 with panels delivery in Q2. Installation will be scheduled with other projects that require a plant shutdown in Q3. S2048 Hillsdale Road Sewer Repairs Beppler 400 558 (158) 140%720 615 105 85% Project substantially complete in Q4. Punch list items and paving to be performed in FY 2019 Q1. 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 74 (24) 148%150 74 76 49% 90% Design submitted in Q4. Design to be completed in Q1 FY 2019 with construction to be completed in Q3 FY 2019. Budget adjusted to $250K to reflect revised scope of work. S2053 RWCWRF - Sedimentation Basins Weirs Replacement Beppler 60 2 58 3%60 2 58 3% Materials ordered in Q4 FY 2018. Installation to be performed in Q1 FY 2019. S2054 Calavo Basin Sewer Rehabilitation - Phase 3 Beppler - - - 0%1,290 - 1,290 0% Planning to start in FY 2021; construction anticipated in FY 2023. Total Replacement/Renewal Projects Total:18,590 18,074 516 97%99,435 35,038 64,397 35% CAPITAL PURCHASE PROJECTS P2282 Vehicle Capital Purchases Rahders 363 282 81 78%5,175 4,145 1,030 80% Seven vehicles purchased and received. Outfitting completed and expensed. P2286 Field Equipment Capital Purchases Rahders 72 66 6 92%1,746 1,470 276 84% All equipment purchases received and outfitting completed and expensed. Total Capital Purchase Projects Total:435 348 87 80%6,921 5,615 1,306 81% DEVELOPER REIMBURSEMENT PROJECTS p2430 PL - 20-inch, 980 Zone, Proctor Valley Road – Village 14 Phase 1 Cameron 5 - 5 0%35 - 35 0%Developer driven project. P2595 PL - 16-inch, 624 Zone, Village 3N - Heritage Road, Main St/Energy Way Beppler - - - 0%150 - 150 0%Under construction in FY 2018. R2084 RecPL - 20-Inch, 680 Zone, Village 2 - Heritage/La Media Beppler 40 - 40 0%365 1 364 0%Under construction in FY 2018. Total Developer Reimbursement Projects Total:45 - 45 0%550 1 549 0% 104 20,532$ 19,990$ 542$ 97%152,016$ 67,320$ 84,696$ 44% GRAND TOTAL 20,532$ 19,990$ 542$ 97%152,016$ 67,320$ 84,696$ 44% P:\Forms\D-Construction\CIP Quarterly Reports\CIP Qtr Reports\FY 2018\Q4\Expenditures\Copy of FY18 4th qtr exp-FINAL.xlsx Page 4 of 4 8/8/2018 Otay Water District Capital Improvement Program Fiscal Year 2018 Fourth Quarter (through June 30, 2018) ATTACHMENT C 870-2 Pump Station – Pump Station Galley Wall Construction 6/07/2018 Background The approved CIP Budget for Fiscal Year 2018 consists of 87 projects that total $20.5 million. These projects are broken down into four categories. 1.Capital Facilities $ 1.5 million 2.Replacement/Renewal $18.6 million 3.Capital Purchases $ 0.4 million 4.Developer Reimbursement $ 45.0 thousand Overall expenditures through the Fourth Quarter of Fiscal Year 2018 totaled $20 million, which is approximately 97% of the Fiscal Year budget. 2 Fiscal Year 2018 Fourth 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 $1,568 107% $45,110 $26,666 59% 2 Replacement/ Renewal $18,590 $18,074 97% $99,435 $35,038 35% 3 Capital Purchases $435 $348 80% $6,921 $5,615 81% 4 Developer Reimbursement $45 $0 0% $550 $1 0% Total: $20,532 $19,990 97% $152,016 $67,320 44% 3 Fiscal Year 2018 Fourth Quarter CIP Budget Forecast vs. Expenditures $19,990,000 $- $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 $20,532,000 4 Annual CIP Expenditures vs. Budget 76  61  78  64 61  92 90  109  97   ‐  20  40  60  80  100  120 2010 2011 2012 2013 2014 2015 2016 2017 2018 Pe r c e n t  Co m p l e t e Fiscal Year 5 6 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 571-1 Reservoir – Cover and Liner replaced. Reservoir In Service. Division No. 2 Location: North East corner of Otay Mesa. Existing 571-1 Reservoir and High Head/Low Head Pump Station site. 6/01/2018 7 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 980-2 (5.0 MG) – Interior Coating Progress Division No. 5 Location: 980-2 is located at the north end of Hunte Parkway. 6/29/2018 8 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 Shoring Installation - Rancho San Diego Village Shopping Center Division No. 5 Location: Campo Road (SR 94) between Rancho San Diego Village Shopping Center and Rancho San Diego Towne Center. 6/20/2018 9 CIP Projects in Construction Fuerte Drive Sewer Replacement Project (S2045) Relocate 255 linear feet of 8-inch sewer. Relocation is part of the County of San Diego’s Fuerte Drive roadway realignment project. $0.37M Budget Start: May 2018 Completed: June 2018 Fuerte Drive – Installation of Sewer Division No. 5 Location: Fuerte Drive between Alzeda Drive and Calavo Drive. 6/18/2018 10 CIP Projects in Construction Hillsdale Road Waterline Replacement and Sewer Repairs (P2573/S2048) Replacement of 4,129 linear feet of 12-inch waterline. Replacement of 760 liner feet of 8-inch sewer. $3.17M Budget Start: October 2017 Estimated Completion: July 2018 Hillsdale Road Sewer Manhole Installation Division No. 5 Location: Hillsdale Road between Jamacha Road and Vista Grande Road. 6/4/2018 11 Construction Contract Status 12 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 ($250,990) -26.1% $838,960 $838,960 -24.2% 100.0% 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 $169,490 -12.5% 100.0%June 2018 FY 2018 CIP CONSTRUCTION PROJECTS CURRENT CONTRACT AMOUNT TOTAL EARNED TO DATE 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* Construction Contract Status 13 PROJECT TOTAL % FY 2018 CIP CONSTRUCTION PROJECTS CURRENT CONTRACT AMOUNT TOTAL EARNED TO DATE 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* P2573 S2048 Hillsdale Road 12- inch Waterline Replacement and Sewer Repairs TC Construction Company, Inc.$2,245,060 $2,396,060 $193,976 8.6% $2,469,481 $2,469,481 3.1% 100.0%July 2018 P2555 OWD Administration & Operations Parking Lot Improvements Ph. II - Pavement Restoration Frank and Son Paving, Inc.$152,646 $165,046 $0 0.0% $152,646 $0 -7.5% 0.0% September 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 $1,156,672 20.0% 84.1% August 2018 S2024 Campo Road Sewer Replacement Project Wier Construction Corporation $7,623,281 $7,816,781 $74,266 1.0% $7,739,547 $2,988,129 -1.0% 38.6%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 $26,270 0.2% $16,527,170 $5,600,393 -2.4% 33.9% October 2019 TOTALS: $30,396,708 $31,594,753 $395,189 1.3%$31,151,668 $15,101,970 -1.4% **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 Consultant Contract Status 14 Consultant Contract Status 15 Consultant Contract Status 16 QUESTIONS?QUESTIONS? 17