HomeMy WebLinkAbout10-13-14 EO&WR Committee Packet
OTAY WATER DISTRICT
ATTENDANCE RECORD
MEETING: Engineering, Operations & Water Resources Committee DATE: October 13, 2014
NAME ADDRESS PHONE
COMPLETION OF THIS DOCUMENT IS VOLUNTARY AND NOT A PRECONDITION FOR ATTENDANCE
H:\DistSec\WINWORD\BOARD\ATENDNC.DOC
OTAY 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
MONDAY
October 13, 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. APPROVE A CONSTRUCTION CONTRACT WITH ARRIETA CONSTRUCTION, INC.
FOR THE CALAVO BASIN SEWER REHABILITATION – PHASE 1 PROJECT IN AN
AMOUNT NOT-TO-EXCEED $529,490 (BEPPLER) [5 minutes]
4. APPROVE A PROFESSIONAL SERVICES CONTRACT WITH CAROLLO ENGI-
NEERS, INC. FOR THE 2015 INTEGRATED WATER RESOURCES PLAN UPDATE
IN AN AMOUNT NOT-TO-EXCEED $99,993 (BEPPLER) [5 minutes]
5. APPROVE A PROFESSIONAL ENVIRONMENTAL SERVICES CONTRACT WITH
HELIX ENVIRONMENTAL FOR THE MAINTENANCE AND MONITORING OF THE
SAN MIGUEL HABITAT MANAGEMENT AREA AND CIP-ASSOCIATED MITIGATION
PROJECTS FOR CALENDAR YEARS 2015, 2016, AND 2017 IN AN AMOUNT NOT-
TO-EXCEED $476,173 (COBURN-BOYD) [5 minutes]
6. SAN DIEGO COUNTY WATER AUTHORITY UPDATE (WATTON) [10 minutes]
7. ADJOURNMENT
2
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 October 10, 2014 I posted a copy of the foregoing agenda near the
regular meeting place of the Board of Directors of Otay Water District, said time being at least
24 hours in advance of the meeting of the Board of Directors (Government Code Section
§54954.2).
Executed at Spring Valley, California on October 10, 2014.
/s/ Susan Cruz, District Secretary
STAFF REPORT
TYPE MEETING: Regular Board
MEETING DATE: November 5, 2014
SUBMITTED BY:
Stephen Beppler
Senior Civil Engineer
Bob Kennedy
Engineering Manager
PROJECT: S2033-001103
DIV. NO.: 5
APPROVED BY:
Rod Posada, Chief, Engineering
German Alvarez, Assistant General Manager
Mark Watton, General Manager
SUBJECT: Award of a Construction Contract to Arrieta Construction, Inc.
for the Calavo Basin Sewer Rehabilitation - Phase 1 Project
GENERAL MANAGER’S RECOMMENDATION:
That the Otay Water District (District) Board of Directors (Board)
award a construction contract to Arrieta Construction, Inc. (Arrieta)
and to authorize the General Manager to execute an agreement with
Arrieta for the Calavo Basin Sewer Rehabilitation - Phase 1 Project
in an amount-not-to exceed $529,490 (see Exhibit A for Project
location).
COMMITTEE ACTION:
Please see Attachment A.
PURPOSE:
To obtain Board authorization for the General Manager to enter into a
construction contract with Arrieta for the Calavo Basin Sewer
Rehabilitation - Phase 1 Project in an amount-not-to exceed $529,490.
2
ANALYSIS:
The District provides sanitary sewer collection service in the
Jamacha drainage basin located in the northern area of the District
in Division 5. Deficiencies throughout the sewer service area have
been observed and documented by closed-circuit television inspection
and condition assessment. This first phase of sewer improvements
consists of sewer system repairs at 14 locations within the Calavo
Basin (see Exhibit A for Project location). This project is the
first of several that will address the noted deficiencies to maintain
the sewer collection system.
The sewer improvements involve the replacement of approximately 1,200
linear feet of 8-inch gravity sewer, installation of about 220 linear
feet of new 8-inch gravity sewer, 4 new sewer manholes, reconnection
of sewer lines and laterals, maintaining sewer service, restoration
of pavement and landscaping, removal of trees, traffic control,
erosion control, protection of existing utilities, and all testing
and inspection as required by the Contract Documents.
The Project was advertised on July 31, 2014 on the District’s website
and several other publications including the San Diego Daily
Transcript. A Pre-Bid Meeting was held on August 21, 2014, which was
attended by one (1) general contractor and one (1) subcontractor.
Due to the nature of the project and multiple project sites, no site
visit was included with the Pre-Bid Meeting, attributing to the low
turnout. Two (2) addenda were sent out to all bidders and plan
houses to distribute the County of San Diego Excavation Permit and
address questions and clarifications to the contract documents during
the bidding period. Bids were publicly opened on September 11, 2014,
with the following results:
CONTRACTOR TOTAL BID AMOUNT
1 Arrieta Construction, Inc.
El Cajon, CA
$529,490.00
2 GRFCO Inc.
Moreno Valley, CA
$570,500.00
3 Piperin Corp.
Vista, CA
$608,780.00
4 Just Construction
San Diego, CA
$622,000.00
5 Wier Construction
Escondido, CA
$710,460.00
6 Burtech Pipeline, Inc.
Encinitas, CA
$721,000.00
7 Blue Pacific Engineering & Construction
San Diego, CA
$785,700.00
3
The Engineer’s Estimate is $750,000.
Staff reviewed the bids submitted for conformance with the contract
requirements and determined that Arrieta was the lowest responsive
and responsible bidder. Arrieta holds a Class A, General
Engineering, Contractor’s License, which meets the contract
document’s requirements, and is valid through May 31, 2015. The
reference checks indicated an excellent performance record on similar
projects. An internet background search of the company was performed
and revealed no outstanding issues with this company. Arrieta
previously worked with the District’s Engineering Department on two
(2) projects, the Ralph W. Chapman Water Recycling Facility Forcemain
Air/Vac Replacement and Access Road Improvements (R2086) and the PL-
12-Inch Upsize and Replacement Pipeline Projects (P2038, P2356, and
P2387) and completed the work within budget and on schedule.
Staff verified that the bid bond provided by Arrieta is valid. Staff
will also verify that Arrieta Performance Bond and Labor and
Materials Bond are valid prior to execution of the contract.
FISCAL IMPACT: Joe Beachem, Chief Financial Officer
The total budget for CIP S2033, as approved in the FY 2015 budget, is
$6,000,000. Total expenditures, plus outstanding commitments and
forecast including this contract, are $1,196,375.11. See Attachment
B for budget detail.
Finance has determined that 100% of the funding is available from the
Replacement Fund for CIP S2033.
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.
4
SB/BK:jf
P:\WORKING\CIP S2033 Sewer System Rehabilitation\Staff Reports\BD 11-05-14, Staff Report, Calavo Basin
Sewer Rehab Phase 1 Award Construction Project To Arrieta (SB-BK-RP).Docx
Attachments: Attachment A – Committee Action
Attachment B – Budget Detail
Exhibit A – Location Map
ATTACHMENT A
SUBJECT/PROJECT:
S2033-001103 Award of a Construction Contract to Arrieta Construction,
Inc. for the Calavo Basin Sewer Rehabilitation - Phase 1
Project
COMMITTEE ACTION:
The Engineering, Operations, and Water Resources Committee (Committee)
reviewed this item at a meeting held on October 13, 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 – Budget Detail
SUBJECT/PROJECT:
S2033-001103 Award of a Construction Contract to Arrieta Construction,
Inc. for the Calavo Basin Sewer Rehabilitation - Phase 1
Project
Bud
Expenditures through September 12, 2014.
Level Title1 Committed Expenditures Outstanding
Commitment
Projected Final
Cost
Vendor
Regulatory
Agency Fees
$50.00 $50.00 $0.00 $50.00 PETTY CASH
CUSTODIAN
Standard
Salaries
$193,082.15 $193,082.15 $0.00 $193,082.15
Total $193,132.15 $193,132.15 $0.00 $193,132.15
$21,445.89 $21,445.89 $0.00 $21,445.89 SOUTHERN
CALIFORNIA SOIL
$152,957.78 $152,957.78 $0.00 $152,957.78 AEGIS
ENGINEERING
MGMT INC
$20,720.00 $20,720.00 $0.00 $20,720.00 DARNELL &
ASSOCIATES INC
Professional
Legal Fees
$79.52 $79.52 $0.00 $79.52 STUTZ ARTIANO
SHINOFF
$384.90 $384.90 $0.00 $384.90 SAN DIEGO DAILY
TRANSCRIPT
$750.00 $750.00 $0.00 $750.00 CHICAGO TITLE
COMPANY
$1,653.87 $1,414.38 $239.49 $1,653.87 MAYER
REPROGRAPHICS
Standard
Salaries
$257,565.41 $257,565.41 $0.00 $257,565.41
Total $455,557.37 $455,317.88 $239.49 $455,557.37
$5,850.00 $5,850.00 $0.00 $5,850.00 ALYSON
CONSULTING
$2,400.00 $2,400.00 $0.00 $2,400.00 RBF CONSULTING
Regulatory
Agency Fees
$6,904.79 $6,904.79 $0.00 $6,904.79 COUNTY OF SAN
DIEGO
Construction
Contract
$529,490.00 $0.00 $529,490.00 $529,490.00 ARRIETA
CONSTRUCTION
Standard
Salaries
$3,040.80 $3,040.80 $0.00 $3,040.80
Total $547,685.59 $18,195.59 $529,490.00 $547,685.59
Budget $6,000,000.00
Total to Date $1,196,375.11 $666,645.62 $529,729.49 $1,196,375.11
Planning
Design Consultant
Contracts
Service
Contracts
Construction Consultant
Contracts
!(
!(!(
!(!(
!(
!(
!(
!(
!(
!(!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(!(!(
!(
!(
!(
!(
!(
!(!(
!(
!(!(
!(!(!(
!(
!(!(!(
!(
!(!(!(!(!(
!(
!(
!(
!(
!(
!(!(!(
!(
!(!(!(!(!(!(!(!(
!(
!(
!(
!(
!(
!(
!(!(
!(
!(
!(
!(!(
!(
!(
!(
!(!(!(!(
!(
!(!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(!(
!(
!(
!(!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(!(
!(!(!(
!(
!(!(
!(
!(
!(!(
!(
!(
!(
!(!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(!(
!(!(
!(
!(!(
!(
!(
!(
!(
!(!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(!(!(
!(
!(
!(
!(
!(
!(
!(
!(
!(!(!(!(!(
!(
!(
!(!(
!(
!(
!(!(
!(
!(
!(
!(
!(
!(!(
!(!(!(
!(
!(
!(
!(!(
!(!(
!(!(!(
!(
!(!(
!(!(
!(
!(
!(
!(!(!(
!(
!(
!(
!(
!(
!(
!(!(!(!(
!(!(!(!(
!(!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(!(
!(
!(
!(
!(
!(
!(!(
!(
!(
!(
!(
!(!(!(!(
!(
!(
!(
!(
!(
!(
!(
!(!(
!(
!(!(
!(!(
!(
!(!(
!(
!(
!(!(!(
!(
!(
!(
!(
!(
!(!(!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(!(!(!(
!(
!(!(
!(!(!(
!(
!(
!(
!(!(!(
!(
!(
!(
!(!(!(!(!(!(!(!(
NABAL
^_
^_^_
^_
^_
^_
^_
^_
^_
^_
^_
^_
^_
^_
154
81
160
42
140
60
145219
100
28
122
27123
8AVOCADO
FURY LN
BLVD
CALLE VERDE
FUERTE DR
EXPLORER RD
C
ALA
V
O
NABAL
CHALLENGE
QUEEN
MARS
PUEB LA
R
A
N
C
H
O
ANAHEIM
LOUISA
ITZAMNA
DUTTON
TAFT
ALTA RICA
LALANI
CRESTLAND
SUNDOWN
C
ENTINELLA
CAMINO ALEGRE
VIA PIC
A
N
TE
VIA ESCUDA
VIA PALMA
VERNETTE
L U PIN
DICKEY
MORNING STAR
BOBBIE
NEW MORNINGRAPATEE
CARPENTER
LA RUEDA
CARMEN
BUTTERFLY
ALTA MIRA
SUNRISE VALLEY
OLVERA
MEADOW VIEW
SUNRAY
LYONS
TOPA TOPA
VI
A M
ER
C
AD
O
AVNDA JOHANNA
LORRAINE
ANN
NOLAN
MIG
U
E
L VIE
W
AVOCADO SCHOOL
CALLE VERDE
AVNDATHOMAS
AVOCADO VILLAGE
VELASCO
DESOTO
JULIE
SHINING LIGHT
PRIVATE
P
R
I
V
AT
E
MARS
PRIVATE
PRIVATE
PASEO
ZUNIGA
PRIVATE
VICINITY MAP
PROJECT SITE
NTS DIV 5
DIV 1
DIV 2
DIV 4
DIV 3
?ò
Aä;&s
?p
?Ë
!\F
0 1,000500
Feet
LEGEND
^_
OWD BOUNDARY
EXISTING SEWER MAIN
SEWER MAIN REPAIR LOCATION
123 SITE NUMBER
EXISTING SEWER MANHOLE!(
STAFF REPORT
TYPE MEETING: Regular Board
MEETING DATE: November 5, 2014
SUBMITTED BY:
Stephen Beppler
Senior Civil Engineer
Bob Kennedy
Engineering Manager
PROJECT: P1210-
001101
DIV. NO. ALL
APPROVED BY:
Rod Posada, Chief, Engineering
German Alvarez, Assistant General Manager
Mark Watton, General Manager
SUBJECT: Award of a Professional Engineering Services Contract for the
2015 Integrated Water Resources Plan Update to Carollo
Engineers, Inc.
GENERAL MANAGER’S RECOMMENDATION:
That the Otay Water District (District) Board of Directors (Board)
award a professional services contract to Carollo Engineers, Inc.
(Carollo) and to authorize the General Manager to execute an
agreement with Carollo for the 2015 Integrated Water Resources Plan
Update in an amount not-to-exceed $99,993.
COMMITTEE ACTION:
Please see Attachment A.
PURPOSE:
To obtain Board authorization for the General Manager to enter into a
professional engineering services contract with Carollo for the 2015
Integrated Water Resources Plan Update (2015 IRP Update) in an amount
not-to-exceed $99,993.
2
ANALYSIS:
The District requires the services of an engineering planning firm
(Consultant) to provide professional engineering services as part of
the District’s Integrated Water Resources Plan (IRP) Update for 2015
(Capital Improvement Plan Number P1210). The original IRP was
completed on March 2, 2007 and approved by the District’s Board of
Directors. The plan identifies potential potable water and recycled
water supply sources required to serve our customers at build-out
conditions.
The purpose of the 2015 IRP Update is to incorporate the significant
changes the District has experienced to water demands and reflect the
investigations and implementations made into many of the short-term
and long-term water supply recommendations identified in the plan.
The 2015 IRP Update must develop a phased approach to outline the
water supply Capital Improvement Program (CIP) projects necessary to
meet the projected customer demands through the year 2050.
In accordance with the Board of Directors Policy Number 21, the
District initiated the consultant selection process on June 24, 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 six (6) consulting
firms. A Pre-Proposal Meeting was held on July 17, 2014. Six (6)
people representing five (5) prime consulting firms attended the
meeting.
On October 14, 2013, proposals were received from the following three
(3) consulting firms:
1. RMC
2. Carollo Engineers, Inc.
3. Gillingham Water Planning and Engineering, Inc.
The Gillingham team included two of the prime engineering firms that
submitted letters of interest, Atkins and DLM Engineering, Inc.
After the proposals were evaluated and ranked by a five-member review
panel consisting of District Engineering, Finance, and Operations
staff, it was determined that the panel had numerous questions on all
three (3) proposals and that their rank was sufficiently close to
warrant all being invited to make an oral presentation and respond to
questions from the panel. After conducting the interviews on
September 11, 2014, the panel completed the consultant ranking
process and concluded that Carollo had the best approach to the
3
Project at the best overall value to the District. Carollo is
currently providing engineering services to the District for the
design of the 870-2 Pump Station Replacement. A summary of the
complete evaluation is shown in Attachment B.
Carollo 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 professional services contract to Carollo for the 2015 IRP Update
in an amount not-to-exceed $99,993 will be spent over Fiscal Years
(FY) 2015 and 2016. $40,000 is projected to be spent in FY 2015 for
the 2015 IRP Update and this expenditure is included in the FY 2015
operating budget for planning outside services.
Approximately $60,000 is projected to be included with the FY 2016
budget development process to complete the 2015 IRP Update. The
Project Manager anticipates that the FY 2016 budget, if approved,
will be sufficient to complete the 2015 IRP Update.
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.
S B/BK:jf
P:\WORKING\CIP 00210 WMP & PEIR\Integrated Water Resources Plan\2015 IRP Update\Staff Report\BD 11-05-14
Staff Report - Award 2015 IRP Update Contract to Carollo (SB-BK).docx
Attachments: Attachment A – Committee Action
Attachment B – Summary of Proposal Rankings
ATTACHMENT A
SUBJECT/PROJECT:
P1210-001101
Award of a Professional Engineering Services Contract for
Production of the 2015 Integrated Water Resources Plan
Update to Carollo Engineers, Inc.
COMMITTEE ACTION:
The Engineering, Operations, and Water Resources Committee (Committee)
reviewed this item at a meeting held on October 13, 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.
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 100 15 15 10 10 50 50 150
Poor/Good/
Excellent
Pedro Porras 23 21 23 67 11 12 10 7 40
Kevin Cameron 27 24 28 79 11 13 7 7 38
Jeff Marchioro 27 22 26 75 12 13 8 7 40
Dan Martin 26 24 26 76 13 13 8 8 42
Kevin Koeppen 26 24 29 79 10 11 7 7 35
Pedro Porras 26 24 25 75 13 13 9 8 43
Kevin Cameron 28 20 24 72 13 14 9 8 44
Jeff Marchioro 26 21 25 72 14 12 9 9 44
Dan Martin 27 23 25 75 14 14 9 9 46
Kevin Koeppen 23 24 29 76 12 13 9 8 42
Pedro Porras 27 24 25 76 13 14 10 9 46
Kevin Cameron 26 22 26 74 12 12 7 7 38
Jeff Marchioro 29 24 28 81 13 13 7 6 39
Dan Martin 27 24 27 78 12 12 7 7 38
Kevin Koeppen 29 20 29 78 13 13 9 9 44
Note: Review Panel does not see or consider rates when scoring other categories. Rates are scored by the PM, who is not on Review Panel.
Consultant Rate Position Score
Carollo $99,993 lowest 15
Gillingham $193,330 second 5
RMC $230,802 highest 1
123
75 12939
44
RATES SCORING CHART
41RMC77 1 Y 78 119
ATTACHMENT B
SUMMARY OF PROPOSAL RANKINGS
2015 Integrated Water Resources Plan Update
WRITTEN ORAL
Excellent
REFERENCES
Gillingham Water
MAXIMUM POINTS
15Carollo 90
Y
Y
74 5 79
0 20406080100120140
Carollo
Gillingham
RMC
Written
Rates
Oral
P:\WORKING\CIP 00210 WMP & PEIR\Integrated Water Resources Plan\2015 IRP Update\Selection Process\Summary of Proposal Rankings - written fee interview
STAFF REPORT
TYPE MEETING: Regular Board
MEETING DATE: November 5, 2014
SUBMITTED BY:
Lisa Coburn-Boyd
Environmental Compliance
Specialist
Bob Kennedy
Engineering Manager
PROJECTS: P2495-001101
P1253-001101
DIV. NO. 4
APPROVED BY:
Rod Posada, Chief, Engineering
German Alvarez, Assistant General Manager
Mark Watton, General Manager
SUBJECT: Award of a Professional Environmental Services Contract for
the San Miguel Habitat Management Area and
CIP-Associated Mitigation Projects for Calendar Years 2015
through 2017
GENERAL MANAGER’S RECOMMENDATION:
That the Otay Water District (District) Board of Directors (Board)
award a Professional Environmental Services Contract to Helix
Environmental for the maintenance and monitoring of the San Miguel
Habitat Management Area and CIP-Associated Mitigation Projects for
calendar years 2015, 2016, and 2017 and authorizes the General
Manager to execute an agreement in an amount not-to-exceed $476,173
(see Exhibit A for location map.)
COMMITTEE ACTION:
Please see Attachment A.
PURPOSE:
That the Board authorizes the General Manager to execute a
professional environmental services agreement with Helix
Environmental in an amount not-to-exceed $476,173 for the maintenance
2
and monitoring of the San Miguel Habitat Management Area and CIP-
Associated Mitigation Projects for calendar years 2015, 2016, and
2017.
ANALYSIS:
The District’s Habitat Management Area (HMA) is a 230-acre,
designated biological reserve located within the District’s 509-acre
Use Area property within the City of Chula Vista. The HMA serves as
a mitigation bank with credits that can be utilized to offset habitat
impacts associated with District projects and facilities. It also
serves as a habitat restoration area for vegetation impacts
associated with the construction of District CIP projects. The
District is required to conduct biological monitoring, provide
continuous maintenance, and submit annual reports to the U.S. Fish
and Wildlife Service and the California Department of Fish & Wildlife
for the HMA. The HMA has been in existence since 1997 and is
required to be monitored and maintained in perpetuity. Individual
restoration areas associated with CIP projects at the HMA generally
have a 3 to 5 year maintenance, monitoring, and reporting period.
Currently, Merkel & Associates is the firm that has the contract for
the HMA maintenance and monitoring. Their contract will conclude on
December 31, 2014. In order to have a new consultant on board
immediately following the end of the current contract so that
maintenance services are not neglected, the District solicited
Professional Environmental Consulting Services from consulting firms
by placing an advertisement on the District’s website and in various
other publications including the San Diego Daily Transcript. Twelve
(12) firms submitted a Letter of Interest and Statement of
Qualifications. The Request for Proposal (RFP) was sent to all
twelve (12) firms resulting in eight (8) proposals received on
August 28, 2014 from the following consulting firms:
AMEC
ECORP
Hanan & Associates
Helix Environmental
Merkel & Associates
RECON Environmental
Rincon
Tierra Data
In accordance with the District’s Policy 21, Staff evaluated and
scored all written proposals and interviewed four (4) firms on
August 23, 2014. Helix Environmental received the highest score for
3
their services based on their extensive experience in the management
of habitat areas, comprehensive understanding of the scope of work,
proposed method to accomplish the work, and overall strength of their
project team. A summary of the complete evaluation is shown in
Attachment B.
Staff worked with Helix Environmental in negotiating the fee for
services, which resulted in a fee decrease of $98,074 from their
original proposal fee of $574,247, yielding the revised proposed fee
of $476,173. The reduction of fee was based on a reduction in the
maintenance hours for the overall HMA and the cactus wren project.
Based on District staff’s past 7 years of experience managing the HMA
contract, Helix had over-estimated the hours for these two (2) tasks
and the new hours are more appropriate without compromising the
effort that will be required. Staff reviewed the new level of effort
and the revised fee and concluded that the modifications were
appropriate.
Helix Environmental 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 committed funds for this contract totaling $476,173 will be
expended from Calendar Year 2015 through Calendar Year 2017
encompassing Fiscal Years 2015-2018 and are budgeted for in the
Operating Budget (approximately 30%)and the CIP Budget (approximately
70%). The costs for the remainder of Fiscal Year 2015 are covered by
the existing CIP and operating budget. The contract amount also
includes the work being done for the Cactus Wren project grant
through the SANDAG TransNet program and the costs for this work will
be reimbursed to the District by SANDAG between January 2015 through
August 2016 (end of the project), a total of approximately $40,000.
Costs falling within the future fiscal years will be budgeted for in
the normal budget process accordingly.
Based on a review of the financial budgets, the Project Manager
anticipates that both the Operating Budget and the budget for CIP
P2495 will be sufficient to support the Project.
4
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.
LCB/BK:jf
P:\WORKING\CIP P2495 - San Miguel HMA and Assoc. Mitigation Projects\Staff Reports\2015-2017 Contract\BD
11-05-2014_HMA Services Contract 2015-2017.doc
Attachments: Exhibit A – Location Map
Attachment A – Committee Action
Attachment B – Summary of Proposal Rankings
ATTACHMENT A
SUBJECT/PROJECTS:
P2495-001101 &
P1253-001101
Award of a Professional Environmental Services Contract for
the San Miguel Habitat Management Area and CIP-Associated
Mitigation Projects for Calendar Years 2015 through 2017
COMMITTEE ACTION:
The Engineering, Operations, and Water Resources Committee (Committee)
reviewed this item at a meeting held on October 13, 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:
Award of a Professional Environmental Services Contract for the San Miguel Habitat
Management Area and CIP-Associated Mitigation Projects for Calendar 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 Poor/Good/
Excellent
Steve Beppler 27 22 27 76
Kevin Cameron 28 24 28 80
Dan Martin 28 24 28 80
Kent Payne 25 21 24 70
Chad Thompson 27 23 26 76
Steve Beppler 24 23 24 71
Kevin Cameron 25 23 26 74
Dan Martin 25 20 25 70
Kent Payne 25 22 25 72
Chad Thompson 25 22 25 72
Steve Beppler 21 23 26 70 10 13 7 6 36
Kevin Cameron 25 21 23 69 11 12 7 7 37
Dan Martin 25 20 25 70 12 11 7 7 37
Kent Payne 20 21 22 63 10 13 7 9 39
Chad Thompson 23 20 24 67 12 14 9 7 42
Steve Beppler 27 23 25 75 13 11 8 7 39
Kevin Cameron 28 24 27 79 14 14 9 9 46
Dan Martin 29 23 28 80 14 14 9 9 46
Kent Payne 29 25 28 82 12 12 9 7 40
Chad Thompson 27 22 27 76 14 14 9 9 46
Steve Beppler 25 20 26 71
Kevin Cameron 24 19 24 67
Dan Martin 23 18 23 64
Kent Payne 25 20 19 64
Chad Thompson 25 19 26 70
Steve Beppler 29 24 26 79 11 10 7 6 34
Kevin Cameron 29 24 29 82 12 12 8 7 39
Dan Martin 29 24 29 82 12 12 8 8 40
Kent Payne 28 25 26 79 11 11 7 7 36
Chad Thompson 28 24 28 80 11 13 8 8 40
Steve Beppler 26 18 21 65
Kevin Cameron 26 21 21 68
Dan Martin 23 18 21 62
Kent Payne 23 18 20 61
Chad Thompson 25 20 22 67
Steve Beppler 27 22 28 77 13 9 8 7 37
Kevin Cameron 28 24 28 80 14 13 8 8 43
Dan Martin 25 23 25 73 13 12 8 8 41
Kent Payne 28 24 28 80 12 10 8 8 38
Chad Thompson 25 23 25 73 13 13 9 8 43
Consultant Proposed Fee Position Score
Hanan $277,998 lowest 15
Rincon $346,153 13
Merkel $360,499 12
ECORP $569,337 5
Helix $574,247 5
Tierra Data $581,105 5
RECON $605,990 4
AMEC $697,193 highest 1
121
76
72
68
E
Y 79 79
Y
77
126
Merkel 12
43
REFERENCES
83
1
5
15
5
WRITTEN
77
TOTAL SCORE
78
67
Y 83
77
Y 77
MAXIMUM POINTS
Helix Y
38
ORAL
Hanan
ECORP
AMEC
RECON 80 4 Y 84 38 122
Rincon 65 4 Y 69 69
San Miguel HMA & CIP-Associated Mitigation Projects Services Contract
FEE SCORING CHART
122Tierra Data 77 5 Y 82 40
P:\Working\P2495-San Miguel HMA and Assoc. Mitigation Projects\Staff Reports\Exhibit A
EXHIBIT A
!
VICINITY MAP
NTS
?ò
Aä
?Ë
;&s
DIV 5
DIV 1
DIV 2
DIV 4
DIV 3
?p
SITE
HMA SITE
OTAY WATER DISTRICTEnvironmental Setting MapSan Miguel Habitat Management Area F
CIP P2495
F