HomeMy WebLinkAbout05-23-17 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 23, 2017
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. AWARD TWO (2) PROFESSIONAL AS-NEEDED CORROSION ENGINEERING
SERVICES CONTRACTS WITH RFYEAGER ENGINEERING, LLC AND CORRPRO
COMPANIES, INC., AN AGEGION COMPANY, EACH IN AN AMOUNT NOT-TO-
EXCEED $577,276 FOR FISCAL YEARS 2018 AND 2019 [ENDING JUNE 30, 2019]
(MARCHIORO) [5 minutes]
4. AWARD TWO (2) PROFESSIONAL AS-NEEDED HYDRAULIC MODELING SER-
VICES CONTRACTS WITH WATER SYSTEMS CONSULTING, INC. AND HAZEN
AND SAWYER, EACH IN AN AMOUNT NOT-TO-EXCEED $175,000 FOR FISCAL
YEARS 2018 AND 2019 [ENDING JUNE 30, 2019] (BEPPLER) [5 min]
5. THIRD QUARTER UPDATE ON THE FISCAL YEAR 2017 CAPITAL IMPROVEMENT
PROGRAM (MARTIN) [5 min]
6. ADJOURNMENT
2
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 19, 2017 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 19, 2017.
/s/ Susan Cruz, District Secretary
STAFF REPORT
TYPE MEETING: Regular Board
MEETING DATE: June 7, 2017
SUBMITTED BY:
Jeff Marchioro
Senior Civil Engineer
Bob Kennedy
Engineering Manager
PROJECT: P1043 &
Various
CIPs
DIV. NO. ALL
APPROVED BY:
Rod Posada, Chief, Engineering
German Alvarez, Assistant General Manager
Mark Watton, General Manager
SUBJECT: Award of As-Needed Corrosion Engineering Services Contracts
for Fiscal Years 2018 and 2019
GENERAL MANAGER’S RECOMMENDATION:
That the Otay Water District (District) Board of Directors (Board)
award two (2) professional As-Needed Corrosion Engineering Services
contracts and to authorize the General Manager to execute two (2)
agreements with RFYeager Engineering, LLC (RFYeager) and Corrpro
Companies, Inc., an Aegion Company (Corrpro), each in an amount not-
to-exceed $577,276 for Fiscal Years 2018 and 2019 (ending June 30,
2019).
COMMITTEE ACTION:
Please see Attachment A.
PURPOSE:
To obtain Board authorization for the General Manager to enter into
two (2) professional As-Needed Corrosion Engineering Services
contracts with RFYeager and Corrpro, each in an amount not-to-exceed
$577,276 for Fiscal Years 2018 and 2019 (ending June 30, 2019).
2
ANALYSIS:
The District’s Cathodic Protection Program (Program) was implemented
over a decade ago to provide the long-term benefit of preserving the
life expectancy of metallic pipeline and reservoir facilities by
preventing corrosion and reducing the risk of costly failures. The
Program includes the selection of appropriate corrosion resistant
materials, the use of coatings and linings to prevent corrosion, and
cathodic protection. The Program also ensures that all facilities
are consistently designed, specified, constructed, and tested in
accordance with the District’s corrosion control standards.
The District has regularly awarded professional services contracts in
support of the District’s Program. HDR Engineering, Inc. (HDR) has
held the current agreement since November 20, 2013. To supplement
HDR’s agreement, a smaller, separate agreement was executed with
RFYeager for As-Needed Corrosion Engineering Services on February 9,
2015. Both HDR’s and RFYeager’s existing agreements will expire on
December 31, 2017.
The general scope of work for the new contract includes the following
items:
Annual Maintenance and improvements to the District’s Corrosion
Control Program Corrosion Protection Report
Testing and survey of 105 existing steel pipeline cathodic
protection systems with various subsystems
Testing and inspection of 29 existing steel reservoir cathodic
protection systems
As-Needed Corrosion Engineering Services
The As-Needed Corrosion Engineering Services portion of the scope of
work will provide the District with the ability to obtain consulting
services in a timely and efficient manner and on an as-needed basis.
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.
3
The anticipated CIP and developer projects that are estimated to
require corrosion engineering services for the duration of this
contract are listed below:
CIP DESCRIPTION
ESTIMATED
COST
P2508 Pipeline Cathodic Protection Replacement
Program $250,000
P2040 1655-1 Reservoir – 0.5MG $15,000
P2083 870-2 Pump Station Replacement and Expansion $10,000
P2174 1090-1 Pump Station Replacement and Expansion $10,000
P2400 Otay Lakes Rd 20-Inch Pipeline Replacement $10,000
P2405 624/340 PRS at Heritage Road and Main Street $5,000
P2553 Heritage Road Bridge 16-Inch Pipeline
Relocation $10,000
P2559 Pressure Vessel Repair and Replacement
Program $10,000
R2116 14-Inch, 927 Zone, Force Main Improvements $5,000
varies Miscellaneous developer projects $50,000
TOTAL: $375,000
Staff believes that a $400,000 cap on each of the As-Needed Corrosion
Engineering Services portion of the contracts is adequate, while
still providing a buffer.
The As-Needed Corrosion Engineering Services portion of the contracts
does not commit the District to any expenditure until a task order is
approved to perform the work. The District does not guarantee as-
needed work to the consultants, nor does the District guarantee to
the consultants that it will expend all of the funds authorized by
the contract on professional services.
The District solicited corrosion engineering services by placing an
advertisement on the Otay Water District’s website and with various
other publications including the Daily Transcript and www.bidsync.com
on January 30, 2017. The advertisements attracted Letters of
Interest and Statements of Qualifications from the following eight
(8) consulting firms. Twelve (12) people representing seven (7)
consulting firms attended the Pre-Proposal Meeting held February 22,
2017. The Request for Proposal (RFP) for As-Needed Corrosion
Engineering Services was sent to all eight (8) firms resulting in six
(6) proposals received by March 2, 2016.
4
1. Cathodic Dynamics (Mira Loma, CA)
2. Corrpro (San Diego, CA)
3. HDR (Claremont, CA)
4. JDH Corrosion Consultants, Inc. (Concord, CA)
5. Penspen (Houston, TX)
6. RFYeager Engineering (Lakeside, CA)
7. UCORR (Rancho Cucamonga, CA)
8. V&A (San Diego, CA)
Firms that submitted Letters of Interest, but did not propose, were
Cathodic Dynamics and V&A.
In accordance with the District’s Policy 21, staff evaluated and
scored all written proposals and interviewed the top five (5) firms
on April 20, 2017. RFYeager and Corrpro received the highest scores
based on their experience, understanding of the scope of work,
proposed method to accomplish the work, and their composite rates.
RFYeager and Corrpro were the most qualified consultants with the
best overall proposal. As discussed above, RFYeager currently holds
a similar as-needed corrosion engineering agreement with the District
and has performed well. Corrpro currently holds an as-needed coating
inspection services contract with the District. A summary of the
complete evaluation is shown in Attachment B.
RFYeager and Corrpro submitted the Company Background Questionnaire
form, 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 each company and did not find any outstanding
issues. Staff found the references to be excellent.
The annual work (annual testing and reporting) would be assigned to
RFYeager with Corrpro serving as back up for the annual work.
RFYeager received the highest scores throughout the selection
process. RFYeager’s proposed fee for the annual work ($177,276) was
lower compared to Corrpro’s proposed fee for the annual work
($220,522). The agreement amount of $577,276 was calculated based on
RFYeager’s proposed fee for the annual work ($177,276) plus $400,000
as-needed budget.
FISCAL IMPACT: Joe Beachem, Chief Financial Officer
These contracts are for professional services based on the District’s
need and schedule, and expenditures will not be made until individual
main tasks or task orders under the as-needed portion of these
contracts are authorized by District staff.
5
Approximately $177,276 will be funded by the P1043 operating budget
over FY 2018 and FY 2019. The FY 2018 operating budget is $110,000.
The remaining $400,000 as-needed budget will be funded by specific
CIP and developer budgets detailed above.
The Project Manager anticipates that the FY 2018 and FY 2019 budgets,
if approved, will be sufficient to support the future professional
As-Needed Corrosion Engineering Services required.
Finance has determined that, with approval of the future budgets,
funding will be available from the General, Expansion, Betterment,
and Replacement funds, 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.
JM/BK:mlc
P:\WORKING\CIP P1043 (Cathodic)\Sub 009000\Staff Report\BD-06-07-17, Staff Report,
Award Engineering Contract to Yeager & Corrpro, (JM-BK).docx
Attachments: Attachment A – Committee Action
Attachment B – Summary of Proposal Rankings
ATTACHMENT A
SUBJECT/PROJECT:
P1043 &
Various CIPs
Award of As-Needed Corrosion Engineering Services Contracts
for Fiscal Years 2018 and 2019
COMMITTEE ACTION:
The Engineering, Operations, and Water Resources Committee
(Committee) reviewed this item at a meeting held on May 23, 2017.
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
Bob Kennedy 24 22 25 71 13 14 8 7 42
Steve Beppler 23 19 23 65 13 13 8 8 42
Kevin Cameron 26 22 24 72 14 14 9 9 46
Brandon DiPietro 25 21 27 73 12 14 9 9 44
Mike Plasterer 26 21 26 73 11 11 9 9 40
Bob Kennedy 22 21 25 68 12 12 7 5 36
Steve Beppler 27 23 26 76 10 13 6 7 36
Kevin Cameron 27 23 26 76 11 11 7 7 36
Brandon DiPietro 27 23 26 76 10 11 7 7 35
Mike Plasterer 26 23 25 74 10 9 9 9 37
Bob Kennedy 24 21 25 70 13 14 7 6 40
Steve Beppler 27 20 27 74 12 14 8 8 42
Kevin Cameron 27 23 26 76 14 14 9 9 46
Brandon DiPietro 26 22 24 72 12 13 8 9 42
Mike Plasterer 23 22 23 68 12 10 9 9 40
Bob Kennedy 18 19 18 55
Steve Beppler 16 14 22 52
Kevin Cameron 17 17 17 51
Brandon DiPietro 21 18 20 59
Mike Plasterer 20 19 19 58
Bob Kennedy 21 21 23 65 11 11 6 5 33
Steve Beppler 23 21 23 67 11 10 7 7 35
Kevin Cameron 24 20 24 68 11 10 6 7 34
Brandon DiPietro 22 21 23 66 10 11 7 6 34
Mike Plasterer 22 21 22 65 999936
Bob Kennedy 25 22 25 72 14 14 8 8 44
Steve Beppler 26 23 26 75 13 14 9 9 45
Kevin Cameron 28 24 28 80 14 15 9 9 47
Brandon DiPietro 29 24 27 80 13 15 9 9 46
Mike Plasterer 26 23 26 75 12 13 10 9 44
Consultant Rate Score
Corrpro/ Aegion $528,522 12 *The fees were evaluated by comparing rates for seven positions. The sum of these rates are noted on the table to the left.
HDR $747,582 1 Note: Review Panel does not see or consider rates when scoring other categories. Rates are scored by the PM, who is not on Review Panel.
JDH $608,255 8
Penspen $479,393 14
UCORR $539,078 11
Yeager $459,276 15
HDR 74 1
71 126
36
JDH
ATTACHMENT B
SUMMARY OF PROPOSAL RANKINGS
As-Needed Corrosion Engineering - Fiscal Years 2018 and 2019
WRITTEN ORAL
72
111
Corrpro/ Aegion
880
MAXIMUM POINTS
12
136
83
Y
Y
Y
43
REFERENCES
75
42 122
NOT INTERVIEWED69
UCORR 66 11
Y 77
Penspen 55 14
34 111
RATES SCORING CHART
Yeager 76 15 Y 91 45
STAFF REPORT
TYPE MEETING: Regular Board
MEETING DATE: June 7, 2017
SUBMITTED BY:
Stephen Beppler
Senior Civil Engineer
Bob Kennedy
Engineering Manager
PROJECT: Various DIV. NO. All
APPROVED BY:
Rod Posada, Chief, Engineering
German Alvarez, Assistant General Manager
Mark Watton, General Manager
SUBJECT: Award of As-Needed Hydraulic Modeling Services Contracts for
Fiscal Years 2018 and 2019
GENERAL MANAGER’S RECOMMENDATION:
That the Otay Water District (District) Board of Directors (Board)
award two (2) professional As-Needed Hydraulic Modeling Services
contracts and to authorize the General Manager to execute two (2)
agreements with Water Systems Consulting Inc. (WSC) and Hazen and
Sawyer (Hazen), each in an amount not-to-exceed $175,000 for Fiscal
Years 2018 and 2019 (ending June 30, 2019).
COMMITTEE ACTION:
Please see Attachment A.
PURPOSE:
To obtain Board authorization for the General Manager to enter into
two (2) professional As-Needed Hydraulic Modeling Services contracts
with WSC and Hazen, each in an amount not-to-exceed $175,000 for
Fiscal Years 2018 and 2019 (ending June 30, 2019).
2
ANALYSIS:
The District will require the professional services of two (2)
hydraulic modeling consultants on an as-needed basis in support of
Capital Improvement Program (CIP) projects, developer funded
studies, engineering planning studies, and Information Technology
studies for Fiscal Years 2018 and 2019. These services will also be
used to integrate GIS updates into the existing model and support
Operations in the field. The As-Needed Hydraulic Modeling Services
contracts will provide the District with the ability to obtain
consulting services in a timely and efficient manner and on an as-
needed basis.
The District will require the expertise of hydraulic modeling
consultants to maintain the current potable water, recycled water,
and sanitary sewer hydraulic models already developed and updated
under the Water Resources Master Plan. This will include
integrating new facilities or GIS updates into the model and
performing planning studies for the Engineering, Operations, and
Information Technology departments. The consultants will perform
fire flow calculations in support of new or existing developments
and prepare developer funded studies.
It is more efficient and cost effective to issue contracts on an as-
needed basis. This concept has also been used in the past for other
disciplines like civil engineering design, geotechnical, electrical,
and environmental services.
The District staff will identify tasks for specific projects 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 are estimated to require hydraulic modeling
services for Fiscal Years 2018 and 2019, at this time, are listed
below:
CIP DESCRIPTION ESTIMATED COST
P2451 Otay Mesa Conveyance and Disinfection System $20,000
P2612 PL – 12-inch, 711 Zone, Pas de Luz/Telegraph
Canyon Rd $10,000
P2613 PL – 12-inch, 520 Zone, Rancho San Diego
Towne Center Loop $10,000
3
P2615 PL - 12-inch Pipeline Replacement, 803 PZ,
Vista Grande $10,000
P2616 PL - 12-inch Pipeline Replacement, 978 PZ,
Pence Dr/Vista Sierra Dr $10,000
R2110 RecPS – 944-1 Optimization and Pressure Zone
Modifications $10,000
R2123 Repurpose Otay Mesa Recycled Water Lines $20,000
S2049 Calavo Basin Sewer Rehabilitation – Phase 2 $10,000
TOTAL: $100,000
The hydraulic modeling services scopes for the above projects are
estimated from preliminary information and past projects.
Therefore, staff believes that a $175,000 cap on each of the As-
Needed Hydraulic Modeling Services contracts is adequate, while
still providing a buffer. Fees for professional services will be
charged to the CIP projects or to the Fiscal Year Operations budget.
The As-Needed Hydraulic Modeling Services contracts do not commit
the District to any expenditure until a task order is approved to
perform work. The District does not guarantee work to the
consultants, nor does the District guarantee to the consultants that
it will expend all of the funds authorized by the contract on
professional services.
The District solicited hydraulic modeling services by placing an
advertisement on Bidsync website on March 3, 2017 and with various
other publications including the Daily Transcript. Six (6) firms
submitted a letter of interest and a statement of qualifications.
The Request for Proposal (RFP) for Hydraulic Modeling Services was
sent to all six (6) firms resulting in six (6) proposals received by
April 13, 2017. They are as follows:
Akel (Fresno, CA)
Arcadis (Irvine, CA)
Hazen & Sawyer (San Diego, CA)
NCS Engineers (Phoenix, AZ)
West Yost Associates (Carlsbad, CA)
Water Consulting Company (San Diego, CA)
In accordance with the District’s Policy 21, staff evaluated and
scored all written proposals. WSC and Hazen received the highest
scores based on their experience in hydraulic modeling,
understanding of the scope of work, proposed method to accomplish
the work, and their composite weighted hourly rate. WSC and Hazen
were the most qualified consultants with the best overall proposals.
WSC currently holds the District’s as-needed hydraulic modeling
contract and has performed very well. The District has not
previously worked with Hazen on any project, but they are a highly
4
rated company that provides similar services to other water agencies
in California. Both consultants are readily available to provide
the services required. A summary of the complete evaluation is
shown in Attachment B.
WSC and Hazen 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 companies. 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 a variety of
projects, as previously noted above, and from the operating budget.
The fees for professional services requested herein will be
available in the authorized CIP project budgets and operating
budgets. The FY 2018 Hydraulic Modeling budget for P1210 includes
$35,000. The FY 2019 Hydraulic Modeling budget for P1210 has not
been determined at this time. The 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 total amount of tasks under the two contracts will not exceed
$175,000 for FY 2018 and FY 2019.
The Project Manager anticipates that the FY 2018 and FY 2019
budgets, if approved, will be sufficient to support the professional
As-Needed Hydraulic Modeling Services required for the CIP projects
noted above.
Finance has determined that, with approval of the future CIP and
operating budgets, funding will be available 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 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.”
5
LEGAL IMPACT:
None.
SB/BK:mlc
P:\WORKING\As Needed Services\Hydraulic Modeling\Fiscal Year 18-19\Staff Report\BD_06-07-17_Staff
Report_Award of As-Needed Hydraulic Modeling Services (SB-BK).docx
Attachments: Attachment A – Committee Action
Attachment B – Summary of Proposal Rankings
ATTACHMENT A
SUBJECT/PROJECT:
Various
Award of As-Needed Hydraulic Modeling Services Contracts
for Fiscal Years 2018 and 2019
COMMITTEE ACTION:
The Engineering, Operations, and Water Resources Committee (Committee)
reviewed this item at a meeting held on May 23, 2017. 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 – Summary of Proposal Rankings
SUBJECT/PROJECT:
Various Award of As-Needed Hydraulic Modeling Services Contracts
for Fiscal Years 2018 and 2019
WRITTEN
REFER-ENCES Qualifications of Team
Responsiveness
and Project
Understanding
Technical
and Management Approach
INDIVIDUAL
SUBTOTAL -
WRITTEN
AVERAGE
SUBTOTAL
- WRITTEN
Proposed Fee*
Consultant's
Commitment
to DBE
TOTAL - WRITTEN
MAXIMUM POINTS 30 25 30 85 85 15 Y/N 100 Poor/Good/
Excellent
Akel
Ming Zhao 25 20 19 64
67 8 Y 75
Bob Kennedy 25 20 24 69
Dan Martin 24 21 24 69
Kevin Cameron 23 20 21 64
Charles Mederos 23 22 25 70
Arcadis
Ming Zhao 25 18 24 67
71 9 Y 80
Bob Kennedy 26 22 25 73
Dan Martin 26 23 25 74
Kevin Cameron 25 20 24 69
Charles Mederos 25 22 24 71
Hazen
Ming Zhao 25 25 25 75
75 10 Y 85 E
Bob Kennedy 27 22 25 74
Dan Martin 27 24 27 78
Kevin Cameron 25 22 25 72
Charles Mederos 27 23 26 76
NCS
Ming Zhao 21 20 24 65
66 15 Y 81
Bob Kennedy 24 22 23 69
Dan Martin 24 21 23 68
Kevin Cameron 22 18 22 62
Charles Mederos 24 21 23 68
West
Yost
Ming Zhao 25 20 24 69
73 1 Y 74
Bob Kennedy 26 24 23 73
Dan Martin 26 24 23 73
Kevin Cameron 25 22 26 73
Charles Mederos 25 23 27 75
WSC
Ming Zhao 26 22 25 73
77 8 Y 85 E
Bob Kennedy 28 23 28 79
Dan Martin 28 24 27 79
Kevin Cameron 26 23 27 76
Charles Mederos 27 24 28 79
RATES SCORING CHART
Firm Akel Arcadis Hazen NCS West Yost WSC Wt Hr
Fee $155 $145 $142 $106 $200 $152
Score 8 9 10 15 1 8
*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.
STAFF REPORT
TYPE MEETING: Regular Board
MEETING DATE: June 7, 2017
SUBMITTED BY:
Dan Martin
Engineering Manager
PROJECT: VARIOUS DIV. NO. ALL
APPROVED BY:
Rod Posada, Chief of Engineering
German Alvarez, Assistant General Manager
Mark Watton, General Manager
SUBJECT: Informational Item – Third Quarter Fiscal Year 2017 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 2017 update is intended to provide a
detailed analysis of progress in completing these projects within the
allotted time and budget of $11.9 million. Expenditures through the
Third Quarter totaled approximately $7.3 million. Approximately 62%
of the Fiscal Year 2017 expenditure budget was spent (see Attachment
B).
As of the Third Quarter, total expenditures for the end of Fiscal
Year 2017 are estimated to be approximately 105% of the Fiscal Year
budget. This expenditure rate is largely due to an invoice received
on April 14, 2017 from the County of San Diego for work completed on
the Rancho San Diego Pump Station Rehabilitation project (S2027).
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 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.
DM/RP:jf
P:\Forms\D-Construction\CIP Quarterly Reports\CIP Qtr Reports\FY 2017\Q3\Staff Report\BD 06-07-17 Staff
Report Third Quarter FY 2017 CIP Report (DM-RP).docx
Attachments: Attachment A – Committee Action
Attachment B - Fiscal Year 2017 Third Quarter CIP
Expenditure Report
Attachment C – Presentation
ATTACHMENT A
SUBJECT/PROJECT:
VARIOUS
Informational Item – Third Quarter Fiscal Year 2017 Capital
Improvement Program Report
COMMITTEE ACTION:
The Engineering, Operations, and Water Resources Committee (Committee)
reviewed this item at a Committee Meeting held on May 23, 2017. 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 2017
3rd QUARTER REPORT
(Expenditures through 03/31/2017)
($000)
ATTACHMENT B
2017 03/31/17 FILL IN THIS COLUMN
CIP No. Description
Project
Manager
FY 2017
Budget Expenses Balance
Expense to
Budget % Budget Expenses Balance
Expense to
Budget % Q3 Comments
CAPITAL FACILITY PROJECTS -
P2040 Res - 1655-1 Reservoir 0.5 MG Cameron 20$ 3$ 17$ 15% 3,400$ 487$ 2,913$ 14%
Currently reviewing the previous environmental
documents and design performed in 1999.
P2267 36-Inch Main Pumpouts and Air/Vacuum Ventilation Installations Marchioro 220 100 120 45% 735 560 175 76%
Construction began in FY 2017 Q3. On track to
complete in FY 2017 Q4.
P2382 Safety and Security Improvements Payne 250 203 47 81% 2,811 2,777 34 99% To be completed FY 2017 Q4.
P2405 PL - 624/340 PRS, Paseo Ranchero and Otay Valley Road Cameron 5 - 5 0% 570 - 570 0%Tied to CIP P2553.
P2451 Otay Mesa Desalination Conveyance and Disinfection System Kennedy 50 159 (109) 318% 3,875 3,729 146 96%
EIR/EIS complete. Work on Bio-monitoring
agreement and presidential permit with DOS,
meetings with DDW and AdR, and source water
testing ongoing.
P2453 SR-11 Utility Relocations Marchioro 250 8 242 3% 4,000 1,606 2,394 40%
Sequence/Segment 1 construction accepted FY
2016 Q4. In one year warranty period. Pace
slowed since design for Segment 2 (Enrico Fermi
to border crossing); not anticipated to begin until
FY 2018.
P2460 I.D. 7 Trestle and Pipeline Demolition Beppler 50 1 49 2% 600 5 595 1%
Environmental work was postponed until FY 2019,
a year prior to potential trestle demolition. No
action expected for remainder of FY 2017.
P2466 Regional Training Facility Coburn-Boyd 6 - 6 0% 300 288 12 96%
CIP will be closed at the end of the current FY
2017.
P2485 SCADA Communication System and Software Replacement Kerr 185 51 134 28% 2,314 1,718 596 74%Project on schedule.
P2486 Asset Management - Info Master Water Implementation Zhao 25 - 25 0% 957 879 78 92%
CIP will be closed at the end of the current FY
2017.
P2494 Multiple Species Conservation Plan Coburn-Boyd 48 24 24 50% 950 878 72 92%Expect to use most of the budget this year.
P2496 Otay Lakes Road Utility Relocations Martin 5 - 5 0% 325 283 42 87%
Project accepted FY 2016 Q4. Project to be
closed out.
P2504 Regulatory Site Access Road and Pipeline Relocation Cameron 20 1 19 5% 900 331 569 37%Project is driven by County Fire.
P2516 PL - 12-Inch, 640 Zone, Jamacha Road - Darby/Osage Marchioro - - - 0% 800 - 800 0%On hold for FY 2017.
P2520 Motorola Mobile Radio Upgrade Martinez 30 3 27 10% 120 81 39 68%
We are continuing with the purchases of radios in
QTR 3 and 4, however, we changed out supplier
due to slow performance. Therefore, expenses
may be delayed to FY 2018.
P2521 Large Meter Vault Upgrade Program Carey 100 3 97 3% 400 222 178 56%Upgrade work to begin in FY 2017 Q4.
P2537 Operations Yard Property Acquisition Improvements Beppler 10 3 7 30% 775 731 44 94%
Construction project accepted FY 2016 Q4. In one
year warranty period.
P2541 624 Pressure Zone PRSs Marchioro 10 (1) 11 -10% 760 741 19 98%
Construction project accepted FY 2016 Q4. In one
year warranty period.
P2547 District Administration Vehicle Charging Stations Cameron 85 11 74 13% 125 31 94 25%
Contract advertised in FY 2017 Q3. Construction
to begin in FY 2017 Q4.
P2550 Fuel Island Upgrade Payne 112 107 5 96% 112 107 5 96% Complete pending final billing.
P2551 Blossom Lane Helix WD and Otay WD Interconnection Beppler 20 7 13 35% 210 175 35 83%
A PLC replacement, performed under warranty,
occurred in Q3. In one year warranty period.
P2552 South Barcelona Helix WD and Otay WD Interconnection Beppler 20 7 13 35% 210 172 38 82%In one year warranty period.
P2553 Heritage Road Bridge Replacement and Utility Relocation Cameron 100 7 93 7% 1,430 12 1,418 1%
City of Chula Vista driven project. The City is
finalizing their environmental documents. Design
to begin Summer/Fall 2017.
P2564 Administration Carpet Replacement Program Payne 5 - 5 0% 215 - 215 0%
On schedule to complete by June 30, 2017,
pending May 3 Board action.
P2568 Technology Business Processes Improvement Kerr 180 121 59 67% 215 146 69 68%
Anticipate consumption of allocated budget by end
of FY 2017.
FISCAL YEAR-TO-DATE, 03/31/17 LIFE-TO-DATE, 03/31/17
Y:\Board\CurBdPkg\ENGRPLAN\2017\BD 06-07-17\Q3 FY 2017 CIP Update\FY17 3rd qtr exp-FINAL.xlsx Page 1 of 5 5/16/2017
FISCAL YEAR 2017
3rd QUARTER REPORT
(Expenditures through 03/31/2017)
($000)
ATTACHMENT B
2017 03/31/17 FILL IN THIS COLUMN
CIP No. Description
Project
Manager
FY 2017
Budget Expenses Balance
Expense to
Budget % Budget Expenses Balance
Expense to
Budget % Q3 Comments
FISCAL YEAR-TO-DATE, 03/31/17 LIFE-TO-DATE, 03/31/17
P2569 Metro Ethernet Implementation/ District Facilities - Pilot Kerr 45 51 (6) 113% 145 157 (12) 108%
No expenditures for Q3. Unanticipated
expenditures were assigned during Q2. Request
for additional funding to complete project targeted
for Q1 FY 2018.
P2570 SCADA Equipment & Infrastructure Enhancement Kerr - - - 0% - - - 0%No expenditures anticipated in FY 2017.
P2571 Datacenter Network Enhancement & Replacement of Infrastructure Componets Kerr - - - 0% 200 - 200 0%No expenditures for FY2017.
P2572 Enterprise Resource Planning (ERP) Replacement Kerr - - - 0% 500 - 500 0%No expenditures for FY2017.
P2584 Res - 657-1 and 657-2 Reservoir Demolitions Marchioro - - - 0% 720 - 720 0%On hold for FY 2017.
R2077 RecPL - 24-Inch, 860 Zone, Alta Road - Alta Gate/Airway Beppler 20 3 17 15% 2,852 2,814 38 99%
Under construction. Completion anticipated in FY
2017 Q4.
R2079 RecPL - 6-Inch, 450 Zone, Otay Valley Road - Otay Valley/Entertainment Beppler 10 - 10 0% 150 - 150 0%No activity to date.
R2109
Sweetwater River Wooden Trestle Improvement for the Recycled Water
Forcemain Beppler 10 1 9 10% 375 354 21 94%
Construction project accepted FY 2016 Q2. One
year warranty period complete.
R2110 RecPS - 944-1 Optimization and Pressure Zone Modifications Marchioro 5 - 5 0% 200 130 70 65%
Construction project accepted FY 2016 Q4. In one
year warranty period.
R2116 RecPL - 14-Inch, 927 Zone, Force Main Improvements Marchioro 1,000 1,090 (90) 109% 2,500 1,746 754 70%
Completion of work impacted by heavy rains in FY
2017 Q3. Remaining work scheduled for FY 2018
Q2 per environmental window.
R2117 RWCWRF Disinfection System Improvements Beppler 10 - 10 0% 1,520 111 1,409 7%
Under construction. Completion anticipated in FY
2017 Q4.
R2118 Steele Canyon Sewer PS Large Solids Handling Improvements Beppler 68 17 51 25% 75 22 53 29%
Design is complete. Will need to coordinate
construction with a shutdown of RWCWRF. No
activity in FY 2017 Q3.
R2119 RWCWRF Automation & Security Upgrades Beppler 95 60 35 63% 300 93 207 31%
Construction project accepted FY 2016 Q2. One
year warranty period complete.
R2120 RWCWRF Filtered Water Storage Tank Improvements Beppler 250 17 233 7% 500 17 483 3%
During budget process, decision to delay tank
improvements until FY2020 was made. Current
design effort will be phased over the next two
fiscal years.
R2122 Emergency Recycled Water Fire Hydrant Installations Cameron 15 1 14 7% 75 34 41 45%
CIP will be closed at the end of the current FY
2017.
R2123 Repurpose Otay Mesa Recycled Water Lines Beppler 35 - 35 0% 350 - 350 0%No activity on this project to date.
R2124 RecPS - 927-1 Pump 5 Replacement Anderson 55 39 16 71% 55 39 16 71%
CIP will be closed at the end of the current FY
2017.
S2012 San Diego County Sanitation District Outfall and RSD Outfall Replacement Beppler 150 - 150 0% 2,420 1,020 1,400 42%$91,185 invoice received 4/17/2017.
S2027 Rancho San Diego Pump Station Rehabilitation Beppler 50 2 48 4% 3,500 302 3,198 9%$2.7 M invoice received on 4/17/2017.
S2033 Sewer System Rehabilitation Beppler 200 977 (777) 489% 3,000 2,977 23 99%
Rancho San Diego Sewer Rehab Phase 1
substantially completed in FY 2017 Q2.
Acceptance pending completion of County of San
Diego punch list work. Project within overall
budget.
S2043 RWCWRF Sludge Handling System Beppler 1 - 1 0% 47 40 7 85%
No expenses this fiscal year. Water Reclamation
Design As-Needed consultant will review and
update report in FY 2018.
S2047 Asset Management - Info Master Sewer Implementation Zhao - - - 0% 58 - 58 0%No expenditures for FY 2017.
Total Capital Facility Projects Total: 3,825 3,076 749 80%46,651 25,815 20,836 55%
REPLACEMENT/RENEWAL PROJECTS
P2083 PS - 870-2 Pump Station Replacement Marchioro 390$ 395 (5) 101% 17,000$ 2,059 14,941 12%
Design completed and project advertised for
construction in FY 2017 Q3. Bids to be opened in
FY 2017 Q4. Project on track.
P2174 PS - 1090-1 Pump Station Replacement (400 gpm) Marchioro 1 - 1 0% 1,500 4 1,496 0%On hold for FY 2017.
Y:\Board\CurBdPkg\ENGRPLAN\2017\BD 06-07-17\Q3 FY 2017 CIP Update\FY17 3rd qtr exp-FINAL.xlsx Page 2 of 5 5/16/2017
FISCAL YEAR 2017
3rd QUARTER REPORT
(Expenditures through 03/31/2017)
($000)
ATTACHMENT B
2017 03/31/17 FILL IN THIS COLUMN
CIP No. Description
Project
Manager
FY 2017
Budget Expenses Balance
Expense to
Budget % Budget Expenses Balance
Expense to
Budget % Q3 Comments
FISCAL YEAR-TO-DATE, 03/31/17 LIFE-TO-DATE, 03/31/17
P2400
PL - 20-Inch Pipeline Replacement, 711 Zone, Otay Lakes Road - at Santa
Paula Marchioro - - - 0% 2,000 - 2,000 0%On hold for FY 2017.
P2493 624-2 Reservoir Interior/Exterior Coating Cameron 60 10 50 17% 1,675 1,553 122 93%Warranty work to begin on 4/2017 (Q4).
P2507 East Palomar Street Utility Relocation Cameron 70 3 67 4% 890 721 169 81%Invoice to be issued to Caltrans in Q4 FY 2017.
P2508 Pipeline Cathodic Protection Replacement Program Marchioro 300 133 167 44% 725 382 343 53%
Completion of work impacted by heavy rains in FY
2017 Q3. Remaining work scheduled for FY 2018
Q2 per environmental window.
P2518 803-3 Reservoir Interior/Exterior Coating Cameron 40 15 25 38% 700 660 40 94%2 year warranty repairs completed in Q4.
P2519 832-2 Reservoir Interior/Exterior Coating Cameron 65 17 48 26% 750 687 63 92%2 year warranty repairs completed in Q4.
P2529 711-2 Reservoir Interior & Exterior Coating Cameron 360 441 (81) 123% 840 801 39 95%
Construction completed FY 2017 Q2. Project is in
the 2 year warranty period.
P2530 711-1 Reservoir Interior & Exterior Coating Cameron 90 46 44 51% 1,040 951 89 91%
Construction completed FY 2017 Q2. Project is in
the 2 year warranty period.
P2531 944-1 Reservoir Interior & Exterior Coating Cameron 20 7 13 35% 380 318 62 84%
Construction contract completed FY 2016 Q4.
Currently in two year warranty period.
P2532 944-2 Reservoir Interior & Exterior Coating Cameron 20 - 20 0% 1,020 937 83 92%
Construction contract completed FY 2016 Q4.
Currently in two year warranty period.
P2533 1200-1 Reservoir Interior & Exterior Coating Cameron 10 4 6 40% 810 4 806 0%
Expenditures for planning expected to be received
in Q4.
P2534 978-1 Reservoir Interior & Exterior Coating Cameron 615 86 529 14% 715 86 629 12%
Construction began in FY 2017 Q2. Project
behind schedule due to unsatisfactory progress by
contractor.
P2535 458-2 Reservoir Interior & Exterior Coating & Upgrades Cameron 20 3 17 15% 855 776 79 91%
Construction contract completed FY 2016 Q4.
Currently in two year warranty period.
P2538 Administration and Operations Building Fire Sprinkler Replacement Program Cameron 10 1 9 10% 110 90 20 82%
Project was completed in late FY 2016. No
expenditures are anticipated, unless for warranty
work at one year.
P2539 South Bay Bus Rapid Transit (BRT) Utility Relocations Cameron 100 8 92 8% 1,090 886 204 81%
SANDAG driven project. SANDAG has delayed
the schedule for this project.
P2542 850-3 Reservoir Interior Coating Cameron 50 - 50 0% 630 527 103 84%
Construction contract completed FY 2016 Q2.
Currently in two year warranty period.
P2543 850-1 Reservoir Interior/Exterior Coating Cameron 10 3 7 30% 875 3 872 0%
Expenditures for planning expected to be received
in Q4.
P2544 850-2 Reservoir Interior/Exterior Coating Cameron 835 41 794 5% 1,070 41 1,029 4%
Contractor behind schedule. Construction to begin
in FY 2017 Q4.
P2545 980-1 Reservoir Interior Exterior Coating Cameron 290 183 107 63% 1,455 1,180 275 81%
Construction completed FY 2017 Q2. Project is in
the 2 year warranty period.
P2546 980-2 Reservoir Interior/Exterior Coating Cameron - - - 0% 1,450 - 1,450 0%No expenditures for FY 2017.
P2555 Administration and Operations Parking Lot Improvements Cameron 275 38 237 14% 500 86 414 17%
Contract advertised in FY 2017 Q3. Construction
to begin in FY 2017 Q4.
P2557
520 Res Recirculation Pipeline Chemical Supply and Analyzer Feed
Replacement Project Beppler 50 20 30 40% 100 30 70 30%
Design at 90%, construction expected to occur in
FY 2018 Q2.
P2559 Pressure Vessel Repair and Replacement Program Marchioro 65 123 (58) 189% 650 170 480 26%
RWCWRF surge tank and piping completed in FY
2017 Q3.
P2561 Res - 711-3 Reservoir Cover/Liner Replacement Marchioro 1 4 (3) 400% 1,800 5 1,795 0%
Existing cover/liner materials analyzed by
laboratory FY 2017 Q1. On track.
P2562 Res - 571-1 Reservoir Cover/Liner Replacement Marchioro 90 40 50 44% 2,600 40 2,560 2%
Design completed and project advertised for
construction in FY 2017 Q3. Bids to be opened in
FY 2017 Q4. Project on track.
P2563 Res - 870-1 Reservoir Cover/Liner Replacement Marchioro 1 3 (2) 300% 1,000 3 997 0%
Existing cover/liner materials analyzed by
laboratory FY 2017 Q1. On track.
P2565 803-2 Reservoir Interior/Exterior Coating & Upgrades Cameron - - - 0% 940 - 940 0%No expenditures for FY 2017.
P2566 520-2 Reservoir Interior/Exterior Coating & Upgrades Cameron - - - 0% 1,500 - 1,500 0%No expenditures for FY 2017.
P2567 1004-2 Reservoir Interior/Exterior Coating & Upgrades Cameron - - - 0% 905 - 905 0%No expenditures for FY 2017.
Y:\Board\CurBdPkg\ENGRPLAN\2017\BD 06-07-17\Q3 FY 2017 CIP Update\FY17 3rd qtr exp-FINAL.xlsx Page 3 of 5 5/16/2017
FISCAL YEAR 2017
3rd QUARTER REPORT
(Expenditures through 03/31/2017)
($000)
ATTACHMENT B
2017 03/31/17 FILL IN THIS COLUMN
CIP No. Description
Project
Manager
FY 2017
Budget Expenses Balance
Expense to
Budget % Budget Expenses Balance
Expense to
Budget % Q3 Comments
FISCAL YEAR-TO-DATE, 03/31/17 LIFE-TO-DATE, 03/31/17
P2573 PL - 12-Inch Pipeline Replacement, 803 Zone, Hillsdale Road Beppler 160 189 (29) 118% 1,750 189 1,561 11%
Project at 100% design level, advertisement of
project expected in Q4 and award construction
contract in FY 2018 Q1.
P2574
PL - 12-Inch and 14-inch Pipeline Replacement, 803 and 978 Zone, Vista
Grande, Pence Drive Beppler 50 9 41 18% 2,750 9 2,741 0%
Scope of work defined in Q3, selection of
consultant and start of design planned for FY 2017
Q4.
P2578 PS - 711-2 (PS 711-1 Replacement and Expansion) - 14,000 gpm Marchioro - - - 0% 6,600 - 6,600 0%On hold for FY 2017.
P2579 Temporary Lower Otay Pump Station Improvements Beppler 140 1 139 1% 140 1 139 1%
CIP will be closed at the end of the current FY
2017.
P2592 East H Street Bike Lane Utility Coordination Beppler 50 - 50 0% 50 - 50 0%
CIP will be closed at the end of the current FY
2017.
P2593 458-1 Reservoir Interior/Exterior Coating & Upgrades Cameron - - - 0% 840 - 840 0%No expenditures for FY 2017.
P2594 Large Meter Replacement Carey 240 186 54 78% 485 186 299 38%On track.
P2604 AMR Change Out Carey 1,300 1,111 189 85% 1,300 - 1,300 0%On track.
R2111 RWCWRF - RAS Pump Replacement Beppler 10 - 10 0% 570 555 15 97%
Construction project accepted FY 2016 Q3.
Project one year warranty period complete.
R2112 450-1 Disinfection Facility Rehabilitation Cameron 25 - 25 0% 265 214 51 81%One year warranty completed FY 2017 Q1.
R2121 Res - 944-1 Reservoir Cover/Liner Replacement Marchioro 1 - 1 0% 1,400 19 1,381 1%On hold for FY 2017.
R2143 AMR Change Out Carey 50 - 50 0% 50 - 50 0%
Project for recycled meters to begin in FY 2017
Q4.
S2024 Campo Road Sewer Main Replacement Beppler 50 220 (170) 440% 8,500 1,335 7,165 16%
Construction bids opened in Q3, project to be
awarded in Q4. FY 2017 budget exceeded largely
due to easement acquisition costs.
S2044 Trenchless Sewer Rehabilitation Beppler 500 84 416 17% 550 84 466 15%
Construction bids opened in Q3, award of project
and start of construction to be in Q4. Construction
to carry over into FY2018, expect only half of
budget to be spent this fiscal year.
S2045 Fuerte Drive Sewer Relocation Beppler 190 7 183 4% 200 7 193 4%
Scope of work defined in Q3 with County
coordination obtained. Potholing and design to
proceed in Q4. Construction moved to FY 2018.
Expenditures in current fiscal year expected to be
under $50K.
S2046 RWCWRF - Aeration Panels Replacement Beppler 250 77 173 31% 450 77 373 17%
Consultant selection for PDR to be made in Q4
with report to be issued in FY 2018. Limited
further expenses expected for remainder of current
fiscal year.
S2048 Hillsdale Road Sewer Repairs Beppler 100 47 53 47% 500 47 453 9%
Project at 100% design level, advertisement of
project expected in Q4 and award construction
contract in FY 2018 Q1.
S2049 Calavo Basin Sewer Rehabilitation - Phase 2 Beppler 20 - 20 0% 1,000 - 1,000 0%No activity expected this fiscal year.
S2050 Rancho San Diego Basin Sewer Rehabilitation - Phase 2 Beppler - - - 0% 300 - 300 0%No expenditures for FY 2017.
S2051 RWCWRF - Headworks Improvements Beppler - - - 0% 750 - 750 0%No expenditures for FY 2017.
S2052 RWCWRF - Access Roads Repaving Cameron - - - 0% 750 - 750 0%No expenditures for FY 2017.
S2053 RWCWRF - Sedimentation Basins Refurbishment Beppler - - - 0% 600 - 600 0%No expenditures for FY 2017.
S2054 Calavo Basin Sewer Rehabilitation - Phase 3 Beppler - - - 0% 300 - 300 0%No expenditures for FY 2017.
Total Replacement/Renewal Projects Total: 6,974 3,555 3,419 51%77,675 15,723 61,952 20%
CAPITAL PURCHASE PROJECTS
Y:\Board\CurBdPkg\ENGRPLAN\2017\BD 06-07-17\Q3 FY 2017 CIP Update\FY17 3rd qtr exp-FINAL.xlsx Page 4 of 5 5/16/2017
FISCAL YEAR 2017
3rd QUARTER REPORT
(Expenditures through 03/31/2017)
($000)
ATTACHMENT B
2017 03/31/17 FILL IN THIS COLUMN
CIP No. Description
Project
Manager
FY 2017
Budget Expenses Balance
Expense to
Budget % Budget Expenses Balance
Expense to
Budget % Q3 Comments
FISCAL YEAR-TO-DATE, 03/31/17 LIFE-TO-DATE, 03/31/17
P2282 Vehicle Capital Purchases Rahders 197$ - 197 0% 5,049$ 3,636 1,413 72%
$193.9K encumbered against this account.
Vehicles to be received May and June of FY 2017.
Additional $33.8K encumbered for an advanced
purchase - amount advanced from FY 2018 to FY
2017. Vehicle to be received June FY 2018.
P2285 Office Equipment and Furniture Capital Purchases Payne 15 2 13 13% 589 554 35 94% Purchases to be completed by June 30, 2017.
P2286 Field Equipment Capital Purchases Rahders 38 45 (7) 118% 1,634 1,403 231 86%
$23K encumbered against this account.
Equipment to be received June FY 2017. $14.1K
was for unanticipated expense at the treatment
plant. A pump failed which was purchased from
this account.
P2366 APCD Engine Replacements and Retrofits Rahders 820 659 161 80% 3,371 3,210 161 95%
$30K to be expensed to this account June FY
2017 during field testing.
-
Total Capital Purchase Projects Total: 1,070 706 364 66%10,643 8,803 1,840 83%
DEVELOPER REIMBURSEMENT PROJECTS
P2325 PL-10" to 12" Oversize, 1296 Zone, PB Road-Rolling Hills Hydro PS/PB Bndy Beppler 3$ - 3 0% 22$ 19 3 86%
Reimbursement completed FY 2016 Q3. Project
to close out in FY 2017.
P2403 PL - 12-inch, 624 Zone, Heritage Road - Olympic/Otay Valley Beppler - - - 0% 550 - 550 0%
CIP updated to reflect changes in Village 3 SAMP
and Water Facilities Master Plan.
P2556 HWY 94 Upsized Utility Relocations at Melody Lane Beppler 1 - 1 0% 100 - 100 0%
No work is anticipated on the project for FY 2017.
Project to be removed in FY 2018.
R2084 RecPL - 20-Inch, 680 Zone, Village 2 - Heritage/La Media Beppler 10 - 10 0% 365 1 364 0%
Under construction in FY 2017 Q2. Request for
reimbursement anticipated in FY 2018.
Total Developer Reimbursement Projects Total: 14 - 14 0%1,037 20 1,017 2%
109 11,883$ 7,337$ 4,546$ 62%136,006$ 50,361$ 85,645$ 37%
Y:\Board\CurBdPkg\ENGRPLAN\2017\BD 06-07-17\Q3 FY 2017 CIP Update\FY17 3rd qtr exp-FINAL.xlsx Page 5 of 5 5/16/2017
Otay Water District
Capital Improvement Program
Fiscal Year 2017
Third Quarter
(through March 31, 2017)
Attachment C
14-Inch Force Main Rehabilitation (R2116) – Blow Off No. 11 Cathodic Protection
Tape Application to New Pipe
01/07/2017
Background
The approved CIP Budget for Fiscal Year 2017 consists of 90 projects that total $11.8 million. These projects are broken down into four categories.
1.Capital Facilities $ 3.8 million
2.Replacement/Renewal $ 6.9 million
3.Capital Purchases $ 1.1 million
4.Developer Reimbursement $ 14.0 thousand
Overall expenditures through the Third Quarter of Fiscal Year 2017 totaled $7.3 million, which is approximately 62% of the Fiscal Year budget.
Total CIP Budget Expenditures for FY 2017 are projected to be approximately 105%.
2
Fiscal Year 2017
Third Quarter Update
($000)
CIP
CAT Description FY 2017
Budget
FY 2017
Expenditures
%
FY 2017
Budget
Spent
Total Life-to-
Date Budget
Total
Life-to-Date
Expenditures
%
Life-to-
Date
Budget
Spent
1 Capital
Facilities $3,825 $3,076 80% $46,651 $25,815 55%
2 Replacement/
Renewal $6,974 $3,555 51% $77,675 $15,723 20%
3 Capital
Purchases $1,070 $706 66% $10,643 $8,803 83%
4 Developer
Reimbursement $14 $0 0% $1,037 $20 2%
Total:
$11,883 $7,337 62% $136,006 $50,361 37%
3
Fiscal Year 2017
Third Quarter
CIP Budget Forecast vs. Expenditures
4
$11,883,000
$-
$2,000,000
$4,000,000
$6,000,000
$8,000,000
$10,000,000
$12,000,000
$14,000,000
Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun
FISCAL YEAR PERIOD IN MONTHS
Budget Forecast
Total Expenditures
$7,337,000
5
CIP Projects in Construction
14-Inch Force Main
Rehabilitation
(R2116/P2508)
Replace force main
blow-offs, valves, and
piping at 15 locations.
Rehabilitate force main’s
cathodic protection
system.
Increase Service Life.
$2.50M Budget
Start: August 2016
Estimated Completion:
December 2018
6
14-Inch Force Main Blow Off No. 2 –Access
Road Repairs
Location: From
RWCWRF,
Spring Valley to
area North of
Salt Creek Golf
Course, Chula
Vista
Division No. 3
02/05/2017
CIP Projects in Construction
36-Inch La Presa Air-
Vac Valve Relocations
(P2267)
Relocation of 6
existing potable water
air-vacuum/air-release
(AVAR) valves to
above ground locations
outside the road
surface.
$0.70M Budget
Start: November 2016
Completion: May 2017
7
AVAR No. 2 – Excavation Progress
Division Nos. 3 and 5
Locations:
2 locations along
Jamacha Blvd.
north of Trace
Road.
4 locations along
SR 94/Campo Road
east of Jamacha
Blvd.
CIP Projects in Construction
978-1 & 850-2
Reservoirs
Interior/Exterior
Coating & Upgrades
Project (P2534/P2544)
Remove and replace
existing interior and
exterior coatings.
Construct structural
upgrades to increase
the service life.
$1.79M Budget
Start: November 2016
Completion: October
2017 8
978-1 (0.5 MG) – Installation of New Rafters
Division Nos. 3 and 5
Locations:
978-1 is located on
Pence Drive.
850-2 is located on
Ledgeside Street.
02/02/2017
Construction Contract Status
9
PROJECT TOTAL %
P2529 P2530
711-1 &711-2 Reservoir Interior/Exterior Coating & Upgrades
Advanced Industrial Services, Inc.$1,103,715 $1,195,695 $14,271 1.3% $1,209,966 $1,209,966 1.2% 100.0%
Completed September 2016
P2545 980-1 Reservoir Interior/Exterior Coating & Upgrades
Advanced Industrial Services, Inc.$769,000 $876,500 $8,115 1.1% $884,615 $884,615 0.9% 100.0%
Completed August 2016
S2033
Rancho San Diego Basin Sewer Rehabilitation - Phase 1
Transtar $951,470 $970,970 $143,211 15.1% $1,114,181 $1,104,181 14.7% 99.1%
Completed November 2016
P2267 36-Inch La Presa Air-Vac Valve Relocations
Underground Pipeline Solutions Inc.$148,815 $157,315 $74 0.0% $152,089 $101,199 -3.3% 66.5%May 2017
P2534 P2544
978-1 & 850-2 Reservoir Interior/Exterior Coating & Upgrades
Blastco Inc. $963,280 $1,106,200 $0 0.0% $963,280 $12,550 -12.9% 1.3%
October 2017
P2559 RWCWRF Replacement Surge Tank Foundation
Fordyce Construction Inc.$22,591 $32,591 $0 0.0% $22,591 $22,591 -30.7% 100.0%
Completed January 2017
S2044 Trenchless Sewer Rehabilitation Insituform Technologies, LLC $353,954 $373,954 $0 0.0% $353,954 $0 -5.3% 0.0%
August 2017
P2508 R2116
14-Inch Force Main Rehabilitation Project
Charles King Company Inc.$1,045,100 $1,101,250 $0 0.0% $1,049,100 $841,150 -4.7% 80.2%
December 2018
TOTALS: $5,357,925 $5,814,475 $165,670 3.1%$5,749,775 $4,176,251 -1.1%
FY 2017 CIP CONSTRUCTION PROJECTS
CURRENT CONTRACT AMOUNT
TOTAL EARNED TO DATE
**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*
Consultant Contract Status
Consultant Contract Status
11
QUESTIONS?QUESTIONS?
12