Loading...
HomeMy WebLinkAbout06-17-14 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 June 17, 2014 12:00 P.M. This is a District Committee meeting. This meeting is being posted as a special meeting in order to comply with the Brown Act (Government Code Section §54954.2) in the event that a quorum of the Board is present. Items will be deliberated, however, no formal board actions will be taken at this meeting. The committee makes recommendations to the full board for its consideration and formal action. AGENDA 1. ROLL CALL 2. PUBLIC PARTICIPATION – OPPORTUNITY FOR MEMBERS OF THE PUBLIC TO SPEAK TO THE BOARD ON ANY SUBJECT MATTER WITHIN THE BOARD'S JU-RISDICTION BUT NOT AN ITEM ON TODAY'S AGENDA DISCUSSION ITEMS 3. AWARD A PROFESSIONAL AS-NEEDED ENVIRONMENTAL CONSULTING SER-VICES AGREEMENT TO ICF INTERNATIONAL IN AN AMOUNT NOT-TO-EXCEED $375,000 DURING FISCAL YEARS 2015, 2016, AND 2017 (ENDING JUNE 30, 2017) (BOYD) [5 minutes] 4. AWARD A PROFESSIONAL AS-NEEDED HYDRAULIC MODELING SERVICES AGREEMENT TO WATER SYSTEMS CONSULTING, INC. IN AN AMOUNT NOT-TO- EXCEED $175,000 FOR FISCAL YEARS 2015 AND 2016 (ENDING JUNE 30, 2016) (BEPPLER) [5 minutes] 5. AWARD A PROFESSIONAL SERVICES AGREEMENT TO RBF CONSULTING FOR CONSTRUCTION MANAGER AND INSPECTION SUPPORT OF THE 870-2 PUMP STATION PROJECT IN AN AMOUNT NOT-TO-EXCEED $853,485 6. REJECT ALL BIDS FOR THE CONSTRUCTION OF THE 624 PRESSURE ZONE PRESSURE REDUCING STATIONS PROJECT (MARCHIORO) [5 minutes] 2 7. FISCAL YEAR 2014 THIRD QUARTER CAPITAL IMPROVEMENT PROGRAM RE-PORT (MARTIN) [5 minutes] 8. SAN DIEGO COUNTY WATER AUTHORITY UPDATE (WATTON) [10 minutes] 9. ADJOURNMENT BOARD MEMBERS ATTENDING: David Gonzalez, 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 June 13, 2014 I posted a copy of the foregoing agenda near the regu- lar 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 June 13, 2014. /s/ Susan Cruz, District Secretary STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: July 2, 2014 SUBMITTED BY: Lisa Coburn-Boyd Environmental Compliance Specialist 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 a Professional As-Needed Environmental Consulting Services Contract for Fiscal Years 2015 through 2017 GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) authorize the General Manager to enter into an agreement for Professional Services for As-Needed Environmental Consulting Services with ICF International for an amount not to exceed $375,000 during Fiscal Years 2015, 2016, and 2017 (ending June 30, 2017). COMMITTEE ACTION: Please see Attachment A. PURPOSE: To obtain Board authorization for the General Manager to enter into a Professional As-Needed Environmental Consulting Services Agreement with ICF International in an amount not-to-exceed $375,000 for Fiscal Years 2015, 2016, and 2017 (ending June 30, 2017). 2 ANALYSIS: The District often requires the expertise of environmental consultants for small tasks on its Capital Improvement and Operations projects. These tasks typically are valued between $1,000 and $40,000 and, as such, they are small enough that formal proposals from consultants are not cost-effective to process. Because of this, the District began using an As-Needed Environmental Consultant during Fiscal Year 2006 to perform such tasks. This has proven to be a very effective and efficient way to address the environmental issues that come up as projects develop. The District will issue task orders to the As-Needed Environmental Consultant for specific projects during the contract period. The Consultant will then prepare a detailed scope of work, schedule, and cost estimate for each task order assigned under the contract. Upon written task order authorization from the District, the Consultant shall then proceed with the project as described in the Scope of Work. The District has used an As-Needed Environmental Consultant for the past eight Fiscal Years and during this period, the costs for all projects during any given fiscal year have averaged between $100,000 and $125,000. For example, a partial list of tasks that were authorized under the as-needed contract during Fiscal Year 2014 are listed below: CIP DESCRIPTION AUTHORIZED AMOUNT P2083 MND for 870-2 Pump Station $34,770 P2515 Technical Studies to support 870-1 Res. Paving Project $11,993 P2519 832-2 Reservoir Drainage Bio. Assessment & Monitoring $7,815 P1253 Hwy 94 Pipeline Break Bio. Assessment & Monitoring $9,497 P1253 Cuyamaca College Dr. Pipeline Break Bio. Assessment, Monitoring & Mitigation $15,625 P1253 Caltrans Encroachment Permit WPCP preparation $5,630 The current As-Needed Environmental Consultant Services contract will be complete and the entire budget expended at the end of FY 2014. The District solicited as-needed environmental services by placing an advertisement on the Otay Water District’s website on March 12, 2014 and with various other publications including the San Diego Daily Transcript. Twenty-two (22) consulting firms expressed 3 interest and received the RFP. On April 3, 2014, twelve (12) proposals were received from the following firms:  AMEC  BRG  Chambers Group  Dudek  Enviro Applications  ECORP Consulting  ESA  HDR  Helix Environmental  ICF International  Lilburn  RECON Ten (10) firms (Adanta, ADV-SOC, Bloom Biological, Cardno-Tec, Phoenix Consulting, RBF, Stantec, Tierra Data, Ultra Systems, and URS) chose not to propose. In accordance with the District’s Policy 21, Staff evaluated and scored all written proposals and interviewed the five top-rated firms (AMEC, HDR, Helix Environmental, ICF International, and RECON). After holding the interviews, the panel completed the consultant ranking process and concluded that ICF International was the most qualified consultant. A summary of the complete evaluation is shown in Attachment B. ICF International submitted the Company Background Questionnaire as required by the RFP and staff did not find any significant issues. In addition, staff checked their references and performed an internet search on the company. Staff found the references to be excellent and did not find any outstanding issues with the internet search. This Professional As-Needed Environmental Consulting Services contract will be a three-year contract. The District will evaluate the performance of the As-Needed Consultant at the end of each fiscal year and has the option to terminate the agreement if it concludes that the As-Needed Consultant has not performed effectively. If the District is satisfied with the performance of the As-Needed Consultant, the contract will continue through to the next fiscal year. This As-Needed Environmental Services contract does not commit the District to any expenditure until a task order is approved to perform work. The District does not guarantee work to the As-needed Consultant, nor does the District guarantee that it will utilize the entire $375,000 budgeted for this contract. 4 FISCAL IMPACT: Joe Beachem, Chief Financial Officer The funds for this contract will be expended from a variety of projects, as previously noted above. The fees for professional services requested herein are available in the authorized CIP project budgets. This contract is for as-needed professional services based on the District's need and schedule, and expenditures will not be made until a task order is approved by the District for the consultant's services on a specific CIP project. Based on a review of the financial budget, the Project Manager anticipates that the budgets will be sufficient to support the professional as-needed consulting services required for the CIP projects noted above. The Finance Department has determined that the funds to cover this contract are available as budgeted for these projects. STRATEGIC GOAL: This Project supports the District’s Mission statement, “To provide high value water and wastewater services to the customers of the Otay Water District in a professional, effective, and efficient manner” and the District’s Vision, “A District that is innovative in providing water services at affordable rates, with a reputation for outstanding customer service.” LEGAL IMPACT: None. LCB/BK:jf P:\WORKING\As Needed Services\Environmental\FY 2015-2017\Staff Report\BD_07-02-14_Staff Report_Award of As-Needed Environmental Services (LCB-BK).docx Attachments: Attachment A – Committee Action Attachment B – Summary of Proposal Rankings ATTACHMENT A SUBJECT/PROJECT: Various Award of a Professional As-Needed Environmental Consulting Services Contract for Fiscal Years 2015 through 2017 COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on June 17, 2014. 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 a Professional As-Needed Environmental Consulting Services Contract for Fiscal Years 2015 through 2017 Qualifications of Team Responsiveness, Project Understanding Technical and Management Approach INDIVIDUAL SUBTOTAL - WRITTEN AVERAGE SUBTOTAL - WRITTEN Proposed Fee* Consultant's Commitment to DBE AVERAGE TOTAL WRITTEN Additional Creativity and Insight Strength of Project Manager Presentation, Communication Skills Quality of Response to Questions INDIVIDUAL TOTAL - ORAL AVERAGE TOTAL ORAL 30 25 30 85 85 15 Y/N 100 15 15 10 10 50 50 150 Steve Beppler 26 21 25 72 13 14 8 9 44 Kevin Cameron 27 24 27 78 13 14 9 9 45 Bob Kennedy 26 22 25 73 12 13 8 8 41 Dan Martin 25 22 25 72 13 14 9 8 44 Gary Stalker 25 22 25 72 14 13 9 9 45 Steve Beppler 21 16 22 59 Kevin Cameron 26 19 25 70 Bob Kennedy 25 22 25 72 Dan Martin 25 22 25 72 Gary Stalker 22 19 20 61 Steve Beppler 20 16 21 57 Kevin Cameron 23 16 18 57 Bob Kennedy 25 22 25 72 Dan Martin 25 20 24 69 Gary Stalker 23 20 24 67 Steve Beppler 23 18 23 64 Kevin Cameron 26 21 25 72 Bob Kennedy 25 21 26 72 Dan Martin 25 20 24 69 Gary Stalker 23 21 21 65 Steve Beppler 18 14 18 50 Kevin Cameron 21 15 15 51 Bob Kennedy 24 21 23 68 Dan Martin 21 18 21 60 Gary Stalker 20 18 20 58 Steve Beppler 20 16 20 56 Kevin Cameron 22 16 17 55 Bob Kennedy 24 21 23 68 Dan Martin 24 20 24 68 Gary Stalker 22 20 22 64 Steve Beppler 24 19 24 67 Kevin Cameron 24 20 20 64 Bob Kennedy 26 22 26 74 Dan Martin 26 20 23 69 Gary Stalker 21 18 20 59 Steve Beppler 26 23 28 77 12 12 8 7 39 Kevin Cameron 27 23 26 76 12 12 8 7 39 Bob Kennedy 26 23 26 75 11 11 7 6 35 Dan Martin 28 24 28 80 13 12 8 7 40 Gary Stalker 24 22 25 71 12 13 8 7 40 Steve Beppler 27 23 28 78 13 14 7 8 42 Kevin Cameron 29 25 28 82 14 15 9 9 47 Bob Kennedy 27 23 27 77 12 13 8 7 40 Dan Martin 28 24 28 80 13 14 8 8 43 Gary Stalker 25 23 26 74 12 14 8 7 41 Steve Beppler 28 24 28 80 14 14 9 9 46 Kevin Cameron 28 25 29 82 14 15 10 8 47 Bob Kennedy 26 23 27 76 12 12 8 7 39 Dan Martin 29 24 28 81 14 14 9 8 45 Gary Stalker 27 23 27 77 13 13 9 8 43 Steve Beppler 19 15 19 53 Kevin Cameron 22 15 16 53 Bob Kennedy 24 21 23 68 Dan Martin 22 20 23 65 Gary Stalker 19 17 20 56 Steve Beppler 27 23 27 77 13 13 8 8 42 Kevin Cameron 28 24 28 80 14 14 10 9 47 Bob Kennedy 27 23 27 77 13 13 8 8 42 Dan Martin 27 23 27 77 13 13 9 7 42 Gary Stalker 24 22 26 72 13 12 8 8 41 Review Panel does not see or consider fee when scoring other categories. Fee is scored by the PM, who is not on Review Panel. Consultant Rate Position Score Consultant Rate Position Score Consultant Rate Position Score AMEC $700 10 ECORP $602 highest 15 Helix $660 12 BRG $728 9 Enviro App $598 highest 15 ICF $670 12 Chambers Group $735 9 ESA $790 6 Lilburn $770 7 Dudek $900 1 HDR $880 2 RECON $765 7 Review Panel does not see or consider fee when scoring other categories. Fee is scored by the PM, who is not on Review Panel. NOT INTERVIEWED NOT INTERVIEWED NOT INTERVIEWED NOT INTERVIEWED NOT INTERVIEWED NOT INTERVIEWED NOT INTERVIEWED RATES SCORING CHART 57EnviroApp 64Chambers Group REFERENCES 10 WRITTEN 127 67 Y TOTAL SCORE 64 83 67 68 ORAL 44 SUMMARY OF PROPOSAL RANKINGS As-needed Environmental Services FY2015-2017 BRG AMEC 68 MAXIMUM POINTS Dudek 73 ECORP 62 62 68 62 ESA 67 67 67 HDR 76 2 Y 78 39 44 117 Helix 78 12 Y 90 43 133 Lilburn 59 135 ExcellentICF7912Y 59 RECON 77 7 Y 84 43 127 59 64 67 91 5757 STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: July 2, 2014 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 Engineering Services Contract for Fiscal Years 2015 and 2016 GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) award a professional As-Needed Hydraulic Modeling Services contract to Water Systems Consulting Inc. (WSC) and authorize the General Manager to execute an agreement with WSC in an amount not-to-exceed $175,000 for Fiscal Years 2015 and 2016 (ending June 30, 2016). COMMITTEE ACTION: Please see Attachment A. PURPOSE: To obtain Board authorization for the General Manager to enter into a professional As-Needed Hydraulic Modeling Services contract with WSC in an amount not-to-exceed $175,000 for Fiscal Years 2015 and 2016. The termination date for the professional services agreement will be June 30, 2016. 2 ANALYSIS: The District will require the professional services of a hydraulic modeling consultant 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 2015 and 2016. 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 contract will provide the District with the ability to obtain consulting services in a timely and efficient manner and on an as-needed basis. The District will require the expertise of a hydraulic modeling consultant to maintain the current potable water, recycled water, and sanitary sewer hydraulic models already developed or in the process of being 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 consultant 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 a contract 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 will issue task orders to the consultant for specific projects during the contract period. The consultant will prepare a detailed scope of work, schedule, and cost estimate for each task order assigned under the contract. Upon written task order authorization from the District, the consultant shall then proceed with the project as described in the scope of work. The CIP projects that are estimated to require hydraulic modeling services for Fiscal Years 2015 and 2016, at this time, are listed below: CIP DESCRIPTION ESTIMATED COST P1210 Water Facilities Master Plan $30,000 P2083 PS 870-2 Pump Station Replacement $15,000 P2318 PL- 20-inch 657 Zone Summit Cross-Tie and 36- inch Main Connection $10,000 P2451 Otay Mesa Conveyance and Disinfection System $20,000 R2116 14-inch Recycled Water Pipeline Assessment and Repair $10,000 S2024 Campo Road Sewer Replacement $5,000 S2033 Sewer System Rehabilitation $10,000 TOTAL: $100,000 3 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 the As-Needed Hydraulic Modeling Services contract is adequate, while still providing a buffer. The contract is not-to-exceed $175,000 for all task orders. Fees for professional services will be charged to the CIP projects or to the Fiscal Year Operations budget. This As-Needed Hydraulic Modeling Engineering Services contract does not commit the District to any expenditure until a task order is approved to perform work. The District does not guarantee work to the consultant, nor does the District guarantee to the consultant that it will expend all of the funds authorized by the contract on professional services. The District solicited hydraulic modeling services by placing an advertisement on the Otay Water District’s website on March 14, 2014 and with various other publications including the San Diego Daily Transcript. Nine (9) firms submitted a letter of interest and a statement of qualifications. The Request for Proposal (RFP) for Hydraulic Modeling Services was sent to all nine (9) firms resulting in six (6) proposals received on April 23, 2014. They are as follows:  Arcadis  Dudek  HDR  Mission Consulting Services  RMC  WSC One firm, IDModeling, received the RFP, but elected not to propose. Two (2) firms that submitted letters of interest, but did not propose, were Atkins and NCS. In accordance with the District’s Policy 21, Staff evaluated and scored all written proposals. WSC received the highest score based on their experience in hydraulic modeling, understanding of the scope of work, proposed method to accomplish the work, ability to provide an independent assessment of the Water Resources Master Plan models, and their composite hourly rate. WSC was the most qualified consultant with the best overall proposal. The District has not previously worked with WSC on any project, but they are a highly rated company, provide similar services to over a dozen water agencies in California, and are readily available to provide the 4 services required. A summary of the complete evaluation is shown in Attachment B. WSC submitted the Company Background Questionnaire as required by the RFP and staff did not find any significant issues. In addition, staff checked their references and performed an internet search on the company. Staff found the references to be excellent and did not find any outstanding issues with the internet search. FISCAL IMPACT: Joe Beachem, Chief Financial Officer The funds for this contract will be expended from a variety of projects, as previously noted above. The fees for professional services requested herein are available in the authorized CIP project budgets. This contract is for as-needed professional services based on the District's need and schedule, and expenditures will not be made until a task order is approved by the District for the consultant's services on a specific CIP project. Based on a review of the financial budget, the Project Manager anticipates that the budgets will be sufficient to support the professional as-needed consulting services required for the CIP projects noted above. The Finance Department has determined that the funds to cover this contract are available as budgeted for these projects. STRATEGIC GOAL: This Project supports the District’s Mission statement, “To provide high value water and wastewater services to the customers of the Otay Water District in a professional, effective, and efficient manner” and the District’s Vision, “A District that is innovative in providing water services at affordable rates, with a reputation for outstanding customer service.” LEGAL IMPACT: None. SB/BK:jf P:\WORKING\As Needed Services\Hydraulic Modeling\Fiscal Year 15-16\Staff Report\BD_07-02-14_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 Contract for Fiscal Years 2015 and 2016 COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on June 17, 2014. 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 Contract for Fiscal Years 2015 and 2016 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 Arcadis Ming Zhao 25 23 26 74 72 15 Y 87 Bob Kennedy 25 23 25 73 Dan Martin 26 23 26 75 Kevin Cameron 25 22 25 72 Jake Vaclavek 25 21 22 68 Dudek Ming Zhao 25 22 25 72 71 7 Y 78 Bob Kennedy 25 22 25 72 Dan Martin 24 22 24 70 Kevin Cameron 26 22 26 74 Jake Vaclavek 24 20 22 66 HDR Ming Zhao 25 23 26 74 73 14 Y 87 Bob Kennedy 26 23 26 75 Dan Martin 25 22 25 72 Kevin Cameron 27 23 26 76 Jake Vaclavek 25 22 22 69 MCS Ming Zhao 25 22 25 72 72 15 Y 87 Bob Kennedy 25 22 24 71 Dan Martin 25 21 25 71 Kevin Cameron 26 23 26 75 Jake Vaclavek 24 24 25 73 RMC Ming Zhao 25 20 25 70 70 1 Y 71 Bob Kennedy 25 22 25 72 Dan Martin 24 21 23 68 Kevin Cameron 25 20 24 69 Jake Vaclavek 25 23 25 73 WSC Ming Zhao 27 23 27 77 78 11 Y 89 E Bob Kennedy 28 24 28 80 Dan Martin 27 23 27 77 Kevin Cameron 27 24 28 79 Jake Vaclavek 28 22 26 76 RATES SCORING CHART Firm Arcadis Dudek HDR MCS RMC WSC Fee $650 $850 $685 $658 $994 $745 Score 15 7 14 15 1 11 *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: July 2, 2014 SUBMITTED BY: Dan Martin Engineering Manager PROJECT: P2083- 001103 DIV. NO. 2 APPROVED BY: Rod Posada, Chief, Engineering German Alvarez, Assistant General Manager Mark Watton, General Manager SUBJECT: Award of a Professional Engineering Services Contract for Construction Manager and Inspection Support of the 870-2 Pump Station Project to RBF Consulting GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) award a professional services contract to RBF Consulting (RBF) and authorize the General Manager to execute an agreement with RBF for Construction Manager and Inspection support of the 870-2 Pump Station Project in an amount not-to-exceed $853,457 (see Exhibit A for Project location). COMMITTEE ACTION: Please see Attachment A. PURPOSE: To obtain Board authorization for the General Manager to enter into a professional engineering services contract with RBF for Construction Manager and Inspection support of the 870-2 Pump Station Project in an amount not-to-exceed $853,457. 2 ANALYSIS: The 870-2 Pump Station Project (Project) includes a new pump station to replace the District’s existing Low Head Pump Station (571-1 Pump Station) and High Head Pump Station (870-1 Pump Station). Exhibit A shows the location of the Low and High Head Pump Stations relative to the Roll (570-1) Reservoir. The two existing pump stations are reaching the end of their useful lives. The District has secured Carollo Engineer’s, Inc. to provide a range of professional engineering services, including hydraulic and surge modeling, potholing, ground survey, demolition, grading & drainage, structural, mechanical, HVAC, electrical, instrumentation & control, process, Cathodic protection, coatings, and prepare plans and specifications required to move the Project to construction. The District also requires the services of a construction management and inspection firm for the Project to perform: pre-construction services including value engineering and constructability reviews; Construction Manager services; Resident Engineering services; and Inspection services. In accordance with the Board of Directors Policy Number 21, the District initiated the consultant selection process on March 13, 2014, by placing an advertisement in the San Diego Daily Transcript, and posting the Project on the District’s website for Professional Engineering Services. The advertisements attracted Letters of Interest and Statements of Qualifications from eleven (11) consulting firms. A Pre-Proposal Meeting was held on April 9, 2014. Eleven (11) people representing ten (10) prime consulting firms attended the meeting. On April 23, 2014, proposals were received from the following five (5) consulting firms: 1. DUDEK 2. Leidos Engineering 3. RBF Consulting 4. Vali Cooper & Associates, Inc. 5. Valley Construction Management Among the potential firms that submitted letters of interest, but did not propose, were Construction Management Inspection, Harris & Associates, KEH & Associates Inc., Nuera Contracting and Consulting, PMA Consultants, and Vanir Construction Management Inc. After the written proposals were evaluated and ranked by a five- member review panel consisting of District Engineering, Operations, 3 and Administration/IT staff, it was determined that the five (5) proposals ranked sufficiently to warrant being invited to make an oral presentation and respond to questions from the panel. After conducting the interviews on May 22, 2014, the panel completed the consultant ranking process and concluded that RBF had the best approach to the Project and provided the best overall value to the District. A summary of the complete evaluation is shown in Exhibit B. Scope and fee negotiations with RBF Consulting concluded on June 6, 2014 which resulted in the addition of scope to incorporate the development of a commissioning plan in the Project specifications for bidding purposes and the performance of constructability reviews using a 3D model. The negotiations resulted in no increase to the original proposed fee submitted for the Project. RBF’s proposed fee including the additional scope described above is $853,457. RBF Consulting submitted the Company Background Questionnaire as required by the RFP and staff did not find any significant issues. In addition, staff checked their references and performed an internet search on the company. Staff found the references to be excellent and did not find any outstanding issues with the internet search. The District has experience with RBF Consulting in the construction of large water facilities including but not limited to the 680-1 Recycled Water Reservoir/944-1 Recycled Water Pump Station in the City of Chula Vista. The District has found RBF Consulting’s work in support of construction to be excellent. FISCAL IMPACT: Joe Beachem, Chief Financial Officer The Fiscal Year 2015 budget for CIP P2083 is $16,500,000. Total expenditures, plus outstanding commitments and forecast, including this contract, are $2,494,755. See Attachment B for budget detail. Based on a review of the financial budget, the Project Manager anticipates that the budget for CIP P2083 is sufficient to support the Project. Finance has determined that 100% of the funding is available from the Replacement Fund for CIP P2083. 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 P2083 870-2 Pump Station Replacement\Staff Reports\BD-07-02-14\BD-07-02-14, Staff Report Award CM_Inspection Contract to RBF (DM-RP).docx Attachments: Attachment A – Committee Action Attachment B – Budget Detail Exhibit A – Location Map Exhibit B – Summary of Proposal Rankings ATTACHMENT A SUBJECT/PROJECT: P2083-001103 Award of a Professional Engineering Services Contract for Construction Manager and Inspection Support of the 870-2 Pump Station Project to RBF Consulting COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on June 17, 2014. 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 presentations to the full Board. ATTACHMENT B – Budget Detail SUBJECT/PROJECT: P2083-001103 Award of a Professional Engineering Services Contract for Construction Manager and Inspection Support of the 870-2 Pump Station Project to RBF Consulting Date Updated: 5/30/2014 Budget 16,500,000 Planning ` Conversion Cost Type 580,444 580,444 -$ 580,444 EXPENDITURES PRIOR TO 2004 Consultant Contracts 11,784 11,784 - 11,784 JONES & STOKES ASSOCIATES INC Service Contracts 164 164 - 164 SAN DIEGO DAILY TRANSCRIPT Standard Salaries 53,842 53,842 - 53,842 34,770 34,770 34,770 INTERNATIONAL ENVIRONMENTAL CORP Total Planning 681,004 646,234 34,770 681,004 Design 001102 Consultant Contracts 504,677 114,206 390,471 504,677 CAROLLO ENGINEERS INC 3,637 3,637 - 3,637 SOUTHERN CALIFORNIA SOIL Service Contracts 1,300 1,300 - 1,300 INLAND AERIAL SURVEYS INC Standard Salaries 250,000 91,030 158,970 250,000 20,000 20,000 20,000 BID DOC DISTRIBUTION Total Design 759,615 210,174 549,441 759,615 Construction Consultant Contracts 120,233 - - - CAROLLO ENGINEERS INC Consultant Contracts 853,457 853,457 853,457 RBF Service Contracts 119 119 - 119 SAN DIEGO DAILY TRANSCRIPT Standard Salaries 80,000 7,421 72,579 80,000 Total Construction 1,053,808 7,539 926,036 933,575 Grand Total 2,614,987 929,738 1,530,247 2,494,755 Vendor/Comments Otay Water District p2083-PS - 870-2 Pump Station (28,000 GPM) Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost (570-1) Firearms TrainingFacility Alta Rd PROJECT SITE ROLLRESERVOIR LOW HEADPUMP STATION HIGH HEADPUMPSTATION OWD PROPERTY LINE(APPROX) ACCESS FROMALTA RD VICINITY MAP PROJECT SITE NTS ;&s DIV 5 DIV 1 DIV 2 DIV 4 DIV 3 ?p ?ò Aä ?Ë ;&s ?p !\ P: \ W O R K I N G \ C I P P 2 0 8 3 8 7 0 - 2 P u m p S t a t i o n R e p l a c e m e n t \ G r a p h i c s \ E x h i b i t s - F i g u r e s \ E x h i b i t A , L o c a t i o n M a p . m x d OTAY WATER DISTRICT870-2 PUMP STATIONLOCATION MAP EXHIBIT A CIP P2083 0 250125 Feet F F 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 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 Y/N 15 15 10 10 50 50 150 Poor/Good/ Excellent Steve Beppler 25 20 25 70 11 11 7 6 35 Brandon DiPietro 25 23 27 75 11 10 7 7 35 Bob Kennedy 25 21 24 70 11 11 6 6 34 Jose Martinez 26 22 27 75 13 12 8 7 40 Adolfo Sequra 27 22 25 74 10 9 8 7 34 Steve Beppler 27 21 26 74 12 13 7 7 39 Brandon DiPietro 25 20 23 68 12 13 6 7 38 Bob Kennedy 25 21 25 71 12 13 7 7 39 Jose Martinez 28 20 26 74 13 14 8 8 43 Adolfo Sequra 24 21 23 68 12 12 8 8 40 Steve Beppler 28 23 28 79 13 12 8 8 41 Brandon DiPietro 27 22 25 74 13 15 9 9 46 Bob Kennedy 28 23 27 78 14 14 9 9 46 Jose Martinez 26 23 27 76 13 14 9 9 45 Adolfo Sequra 27 24 26 77 14 14 9 9 46 Steve Beppler 24 19 23 66 10 11 6 6 33 Brandon DiPietro 24 19 22 65 11 10 6 6 33 Bob Kennedy 23 20 23 66 12 12 7 7 38 Jose Martinez 23 20 23 66 12 11 7 7 37 Adolfo Sequra 24 20 23 67 10 10 7 6 33 Steve Beppler 25 22 24 71 12 12 7 7 38 Brandon DiPietro 24 21 23 68 14 13 8 8 43 Bob Kennedy 23 20 23 66 12 12 7 7 38 Jose Martinez 24 23 24 71 13 13 8 7 41 Adolfo Sequra 23 20 23 66 12 11 8 8 39 Firm DUDEK LEIDOS RBF VALI COOPER VALLEY CM *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 Review Panel. Fee $1,075,100 $755,559 $853,485 $995,745 $759,840 Score 1 15 11 4 15 73 Y 36 MAXIMUM POINTS DUDEK 40 74 Y7115LEIDOS Y 77 11 VALI COOPER EXHIBIT B SUMMARY OF PROPOSAL RANKINGS 870-2 Pump Station Replacement Project WRITTEN ORAL 4 1 86 126 RATES SCORING CHART VALLEY CM 68 15 Y 133 35Y 1238340 RBF 70 REFERENCES Excellent45 110 66 105 88 Y:\Board\CurBdPkg\ENGRPLAN\2015\BD 07-02-14\Award a Construction Management and Inspection Services Contract (DM-RP)\Exhibit B - 140522_Summary of Proposal Rankings_VE-CM-Inspection.xls STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: July 2, 2014 SUBMITTED BY: Jeff Marchioro Senior Civil Engineer Bob Kennedy Engineering Manager PROJECT: P2541- 001102 DIV. NO. 2 APPROVED BY: Rod Posada, Chief, Engineering German Alvarez, Assistant General Manager Mark Watton, General Manager SUBJECT: Reject all Construction Bids for the 624 Pressure Zone Pressure Reducing Stations Project GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) reject all bids for the construction of the 624 Pressure Zone Pressure Reducing Stations (PRS) Project (see Exhibit A for Project location). COMMITTEE ACTION: Please see Attachment A. PURPOSE: To obtain Board authorization for the General Manager to reject all bids for the construction of the 624 Pressure Zone PRS Project and to rebid the Project. ANALYSIS: The 624 Pressure Zone PRS project (CIP P2541) will provide two PRSs feeding the 485 Pressure Zone and 458 Pressure Zones from the 624 Pressure Zone (Terra Nova Drive 624/485 PRS and Sequoia Street 2 624/458 PRS, respectively) to improve fire flow and enhance system reliability. Since both PRSs are intended to be used during emergencies, or to facilitate shut down of watermains, neither PRS will be fitted with SCADA for remote operation or remote monitoring. Both PRSs will be manually operated. The Terra Nova Drive 624/485 PRS will be needed in the event that an 18-inch watermain in H Street will be shut down. The Sequoia Street 624/458 PRS will be needed in the event that a 12-inch watermain in Brandywine Avenue between Sequoia Street and the Olympic Parkway will be shut down. The Terra Nova Drive 624/485 PRS was originally designed by Rick Engineering Company in 1990 as part of Chula Vista Tract No. 89-5, Ranch del Rey SPA II, Phase 2, Unit 3, and associated record drawings were filed by the District in 1995; however, the pressure reducing station was never built. Rick Engineering’s design included two (2) pressure reducing valves in an underground vault. However, only the isolation valves and 12-inch stubouts to the PRS site were installed as part of the development. District staff prepared the bid documents in-house. Mayer Reprographics (Mayer) distributed the bid documents electronically through Mayer’s online planroom. The Project was advertised for bid on April 28, 2014. Even though staff notified several contractors during the bid process to encourage them to submit a bid, no contractors attended the Pre-bid Meeting that was held on Thursday, May 8, 2014. One addenda was sent out to all bidders and plan houses on May 12, 2014 to address a single question asked during the bidding period. Five (5) bids were received on May 22, 2014. The table below provides the bid results. CONTRACTOR TOTAL BID AMOUNT 1. Blue Pacific Engineering & Construction (Blue Pacific) $379,054 2. Piperin Corporation $385,715 3. Transtar Pipeline, Inc. $399,220 4. Cora Constructors, Inc. $498,870 5. Wier Construction Corporation $529,401 The Engineer's Estimate is $300,000. 3 Several contractors that have successfully completed similar work for the District in the past (e.g., Arietta, Basile, Cass, CCL, LH Woods, NEWest, TC) mentioned they were too busy to submit a bid. Since there was little interest during the bidding process, and the project budget would need to be increased to award the higher than anticipated contract amount, staff recommends rebidding the Project to provide an opportunity to solicit additional interest and receive lower bids. FISCAL IMPACT: Joe Beachem, Chief Financial Officer None. STRATEGIC GOAL: This Project supports the District’s Mission statement, “To provide high value water and wastewater services to the customers of the Otay Water District in a professional, effective, and efficient manner” and the General Manager’s Vision, “A District that is at the forefront in innovations to provide water services at affordable rates, with a reputation for outstanding customer service.” LEGAL IMPACT: None. JM/BK:jf P:\WORKING\CIP P2541 - 624 Pressure Zone PRSs\Staff Reports\BD-07-02-14, Staff Report, 624 Pressure Zone PRSs Const Reject Bids, (JM-BK) - ver2.docx Attachments: Attachment A – Committee Action Exhibit A – Location Map ATTACHMENT A SUBJECT/PROJECT: P2541-001102 Reject all Construction Bids for the 624 Pressure Zone Pressure Reducing Stations Project COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on June 17, 2014. The Committee supported Staff's recommendation. NOTE: The “Committee Action” is written in anticipation of the Committee moving the item forward for Board approval. This report will be sent to the Board as a Committee approved item, or modified to reflect any discussion or changes as directed from the Committee prior to presentation to the full Board. STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: July 2, 2014 SUBMITTED BY: Dan Martin Engineering Manager PROJECT: Various DIV. NO. ALL APPROVED BY: Rod Posada, Chief, Engineering German Alvarez, Assistant General Manager Mark Watton, General Manager SUBJECT: Informational Item – Third Quarter Fiscal Year 2014 Capital Improvement Program Report GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) accept the Third Quarter Fiscal Year 2014 Capital Improvement Program (CIP) Report for review and receives a summary via PowerPoint presentation (see Attachment C). 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 2014 update is intended to provide a detailed analysis of progress in completing these projects within the allotted time and budget of $13.9 million. Expenditures through the Third Quarter totaled approximately $5.9 million. Approximately 43% of the Fiscal Year 2014 expenditure budget was spent (see Attachment B). This update also provides additional information regarding the annual CIP Budget Forecast versus Expenditures in recent years, as requested by the Board at the March 11, 2014 Board meeting. Annual expenditures over the five year period from FY 2009 to FY 2013 ranged from 57% to 78% of the fiscal year budgeted amount. A review of these fiscal years indicated factors that influenced the CIP expenditures during the fiscal year. Changes in the economy, external agency driven projects, as well as budgeting flexibility for “Just in time” delivery for District projects was found to influence the rate of expenditure during a fiscal year. Additionally, a majority of the projects contained in the annual CIP budget are multi-year projects that require the project manager to forecast how expenditures will occur over several future fiscal years. The project managers consider these factors when development of a fiscal year’s CIP budget begins. Development of the fiscal year budget occurs on average sixteen months in advance of that fiscal year’s completion. Changes in the Economy The FY 2014 CIP budget contains Developer reimbursement projects and District transmission projects that are programmed into the budget based on the Developer timelines for project delivery. Changes in the economy influence Developer decisions on when to implement projects. Staff works with the Developers to incorporate the best project delivery information into the budgeting process, however, as the economic climate changes during a fiscal year, Developers revise their project delivery schedules. External Agency Driven Projects In FY 2014, fifteen (15) percent of the CIP budget consists of projects that are driven by external agencies including the County of San Diego, the City of Chula Vista, Caltrans, and the San Diego Association of Governments. This category of the District’s projects are typically a component of larger external agency projects and the District’s expenditures are directly tied to the delivery of those external agency projects. As external agency projects experience delays in construction or reimbursement requests, those external agency delays impact the planned expenditure rate of the District’s projects. A specific example contained in the FY 2014 budget is the San Diego County Sanitation District Outfall and RSD Outfall project which has a value of $450,000 where expenditures are dependent on the County’s request for reimbursement. As of May 1, 2014, the District 3 has not received a reimbursement request from the County for this project. Just in Time Delivery The CIP also contains a number of projects that experience reprioritization during the course of a fiscal year. The primary reason is to respond to external factors and additional project information to assure that the project is delivered when it is needed. This concept of “Just in Time Delivery” assists in assuring that project delivery of design or construction does not get ahead of the need and results in avoiding wasted expenditures. In FY 2014 the Otay Mesa Desalination Conveyance and Disinfection System project is an example of this concept as the District works with Mexico’s Federal Agencies, California State agencies, and the United States Federal agencies on moving the project forward. As staff is developing the FY 2015 budget, staff is focused on improving the accuracy of fiscal year budgeting for multi-year projects to meet established expenditure targets by taking the following actions:  Working closer with outside agencies and Developers on changes to their delivery schedules to better predict when expenditures related to these projects will occur.  Closer coordination between the District’s departments to better determine the anticipated schedule of expenditures where cross- functional teams are required for project delivery.  Refinement of the project budget numbers while still providing flexibility for Just in Time Delivery. 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 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. 4 DM/RP:jf P:\Forms\D-Construction\CIP Quarterly Reports\CIP Qtr Reports\FY 2014\Q3\Staff Report\BD 07-02-14, Staff Report, Third Quarter FY 2014 CIP Report, (DM-RP)_rev1(3).docx Attachments: Attachment A – Committee Action Attachment B - Fiscal Year 2014 Third Quarter CIP Expenditure Report Attachment C – Presentation ATTACHMENT A SUBJECT/PROJECT: Various Informational Item – Third Quarter Fiscal Year 2014 Capital Improvement Program Report COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a Committee Meeting held on June 17, 2014. 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. Otay Water District Capital Improvement Program Fiscal Year 2014 Third Quarter (through March 31, 2014) Attachment C 927-1 Recycled Water Reservoir 03/24/2014 Background The approved CIP Budget for Fiscal Year 2014 consists of 63 projects that total $13.9 million. These projects are broken down into four categories. 1.Capital Facilities $ 4.4 million 2.Replacement/Renewal $ 7.7 million 3.Capital Purchases $ 1.6 million 4.Developer Reimbursement $ 0.2 million Overall expenditures through the Third Quarter of Fiscal Year 2014 totaled $5.9 million, which is approximately 43% of the Fiscal Year budget. 2 Fiscal Year 2014 Third Quarter Update ($000) CIP CAT Description FY 2014 Budget FY 2014 Expenditures % FY 2014 Budget Spent Total Life-to- Date Budget Total Life-to-Date Expenditures % Life-to- Date Budget Spent 1 Capital Facilities $4,362 $2,551 58%$127,321 $20,663 16% 2 Replacement/ Renewal $7,730 $2,526 33%$47,008 $16,299 35% 3 Capital Purchases $1,617 $835 52%$13,266 $8,381 63% 4 Developer Reimbursement $154 $22 14%$6,973 $1,588 23% Total: $13,863 $5,934 43%$194,568 $46,931 24% 3 Fiscal Year 2014 Third Quarter CIP Budget Forecast vs. Expenditures 4 Annual CIP Expenditures vs. Budget 5 FY 2014 Projection as of 5/1/2014 Factors that Influence CIP Expenditures Causes Changes in the economy External Agency driven projects (15% in FY 2014) Effects Developer timelines, Agency Schedules Reprioritization of CIP project expenditures to respond to external factors Budgeting flexibility for Just in Time Delivery 6 District Map of Major CIP Projects 7 CIP Projects in Construction 624-2 Reservoir Interior/Exterior Coating & Upgrades (P2493) Remove and Replace Deteriorating Reservoir Coating Structural Modifications Including Level Indicator Replacement and Anode Replacement $1.95M Budget Start: January 2014 Estimated Completion: June 2014 8 Above: Reservoir Interior Coating Below: Reservoir Roof Coating 12/03/2013 3/29/2014 3/14/2014 CIP Projects in Construction 927-1 Recycled Water Reservoir Cover and Liner Replacement (R2108) Removal and Replacement of the reservoir liner and cover $1.40M Budget Start: November 2013 Estimated Completion: June 2014 Above: Removing Existing Liner Below: Recoating Existing Vault 9 2/11/2014 3/10/2014 CIP Projects in Construction SR-11 Utility Relocations Sequence I (P2453) Relocate Existing Water Facilities to support SR-11 Construction $2.25M Budget Start: February 2014 Estimated Completion: July 2016 Aerial View of Project Location Future SR-11/Sanyo Avenue 10 11 Construction Contract Status CIP NO.PROJECT TITLE CONTRACTOR BASE BID AMOUNT CONTRACT AMOUNT W/ ALLOWANCES NET CHANGE ORDERS LTD* CURRENT CONTRACT AMOUNT TOTAL EARNED TO DATE % CHANGE ORDERS W/ ALLOWANCE CREDIT** % COMPLETE EST. COMP. DATEPROJECT TOTAL % R2091 944-1R Recycled Pump Station Upgrade & System Enhancements Sepulveda $1,099,423 $1,162,423 $90,505 8.2%$1,252,928 $1,252,928 7.8%100.0% Complete February 2014 R2108 927-1 Recycled Water Reservoir Cover and Liner Replacement Layfield $833,400 $873,400 $3,760 0.5%$877,160 $614,830 0.4%70.1%June 2014 P2453 SR-11 Potable Water Utility Relocations - Sequence 1 Coffman Specialties, Inc.$947,380 $992,380 $0 0.0%$947,380 $0 -4.5%0.0%July 2016 P2493 624-2 Reservoir Coating Advanced Industrial Services $1,169,000 $1,199,000 $0 0.0%$1,169,000 $457,761 -2.5%39.2%June 2014 P2514 Hunte Parkway 30" Potable Water Installation Sepulveda $1,172,257 $1,212,257 $126,233 10.8%$1,312,508 $1,312,508 8.3%100.0%Complete June 2013 P2513 Orange Avenue/ I-805 12" Potable Water Installation Basile $767,000 $872,000 $19,290 2.5%$891,290 $891,290 2.2%100.0%Complete August 2013 P2518/P2519 803-3 & 832-2 Reservoir Coating Advanced Industrial Services $876,900 $946,900 ($3,339)-0.4%$873,561 $873,561 -7.7%100.0% Complete December 2013 TOTALS:$6,865,360 $7,258,360 $236,449 3.4%$7,323,827 $5,402,878 0.9% *NET CHANGE ORDERS DO NOT INCLUDE ALLOWANCE ITEM CREDITS. IT'S A TRUE CHANGE ORDER PERCENTAGE FOR THE PROJECT **THIS CHANGE ORDER RATE INCLUDES THE CREDIT FOR UNUSED ALLOWANCES Consultant Contract Status 12 Consultant Contract Status 13 Consultant Contract Status 14 QUESTIONS? 15