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