Loading...
HomeMy WebLinkAbout09-19-12 EO&WR Committee Packet-------:"'7-'-----­ OTAY WATER DISTRICT ATTENDANCE RECORD MEETING: Engineering, Operations & Water Resources Committee DATE: Se tember 19 2012 i I NAME ADDRESS PHONE i I I I I I I I I I I I I I I I I I I I COMPLETION OF THIS DOCUMENT IS VOLUNTARY AND NOT A PRECONDITION FOR ATTENDANCE 1-1:\DisIScclWfNWORDIBOA RDIATENDNC.DOC I 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 WEDNESDAY September 19, 2012 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 PROFESSIONAL AS-NEEDED CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES CONTRACT TO ALYSON CONSULTING IN AN AMOUNT NOT-TO-EXCEED $350,000 FOR A PERIOD OF THREE (3) FISCAL YEARS (FY 2013 TO FY 2015) (KAY) [5 minutes] 4. APPROVE A PROFESSIONAL AS-NEEDED ENGINEERING DESIGN SERVICES CONTRACT TO AEGIS ENGINEERING MANAGEMENT, INC. IN AN AMOUNT NOT- TO-EXCEED $300,000 FOR A PERIOD OF TWO (2) FISCAL YEARS (FY 2013 TO FY 2014) (MARCHIORO) [5 minutes] 5. APPROVE A CONSTRUCTION CONTRACT TO LAYFIELD ENVIRONMENTAL SYS- TEMS CORPORATION FOR THE FLOATING COVER REPLACEMENT AT THE 624- 1 RESERVOIR IN AN AMOUNT NOT-TO-EXCEED $497,050 (MARCHIORO) [5 mi-nutes] 6. ENGINEERING, OPERATIONS AND WATER RESOURCES DIVISIONS’ STRATEG- IC PLAN FISCAL YEAR-END 2012 UPDATE REPORT (STEVENS) [10 minutes] 7. SAN DIEGO COUNTY WATER AUTHORITY UPDATE (WATTON) [10 minutes] 2 8. ADJOURNMENT BOARD MEMBERS ATTENDING: Gary Croucher, Chair David Gonzalez All items appearing on this agenda, whether or not expressly listed for action, may be delibe- rated 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 September 14, 2012 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 September 14, 2012. ______/s/_ Susan Cruz, District Secretary _____ AGENDA ITEM 3 STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: October 9, 2012 SUBMITIED BY: Daniel Kay PROJECT: Associate Civil Engineer Dan Martin Engineering Manager APPROVED BY: IZ! Rod Posada, Chief, Engineering 1Z1 German Alvarez, Asst. General Manager 1Zl Mark Watton, General Manager VARIOUS DIV. NO. ALL SUBJECT: Award of As-Needed Construction Management and Inspection Services Contract for Fiscal Year 2013 through Fiscal Year 2015 GENERAL MANAGER'S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) award a professional As-Needed Construction Management and Inspection Services (CMIS) contract to Alyson Consulting (Alyson) and to authorize the General Manager to execute an agreement with Alyson in an amount not-to-exceed $350,000 for a period of three (3) fiscal years (FY 2013 -FY 2015). COMMITTEE ACTION: Please see Attachment A. PURPOSE: To obtain Board authorization for the General Manager to enter into a professional As-Needed CMIS agreement with Alyson in an amount not-to-exceed $350,000 for three (3) fiscal years (FY 2013 -FY 2015). ANALYSIS: The District will require the services of a professional CMIS consultant in support of the District's Capital Improvement Program (CIP) projects for three (3) fiscal years (FY 2013 -FY 2015). It is more efficient and cost effective to issue an as-needed contract for construction management and inspection which will provide the District with the ability to obtain consulting services in a timely and efficient manner . This concept has also been used in the past for other disciplines such as 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 then prepare a detailed scope of work, schedule, and fee 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 anticipated CIP projects that are estimated to require CMIS for the duration of this contract are listed below: ESTIMATED CIP Capital Facilities Project COST P2453 SR-11 Utility Relocations $50 ,000 P2477 624-1 Reservoir Cover Replacement $25,000 P2493 624-2 Reservoir Interior/Exterior Coating $30 ,000 P2507 East Palomar Street Utility Relocation $20 ,000 P2518 803-3 Reservoir Interior/Exterior Coating $15,000 P2519 832-2 Reservoir Interior/Exterior Coating $15,000 S2033 Sewer System Various Locations Rehabilitation $75,000 S2040 Calavo Sewer Basin Improvements $60,000 S2041 Rancho San Diego Sewer Basin Improvements $40,000 TOTAL: $330 ,000 The CMIS scopes of work for the above projects are estimated from preliminary information and past projects . Therefore , staff believes that a $350,000 cap on the As-Needed CMIS contract is adequate , while still providing additional capacity for unforeseen support needs by the District. This As-Needed CMIS contract does not commit the District to any expenditure until a task order is approved to perform work on a CIP project. The District does not guarantee work to the consultant, nor does the District guarantee that it will expend all of the funds authorized by the contract on professional services . 2 The District solicited CMIS by placing an advertisement on the Otay Water District's website on July 5 , 2012 with various other publications including the San Diego Daily Transcript . Twenty-two (22) firms submitted a letter of interest and a statement of qualifications . The Request for Proposal (RFP) for As-Needed CMIS was sent to the twenty two (22) firms resulting in eight (8) proposals received by August 14 , 2012. • Alyson Consulting • Dudek & Associates , Inc . • G&A, Inc . • Harris & Associates • KCM Group • Nolte Vertical Five • Psomas • Valley Construction Management The thirteen (13) firms that chose not to propose are Arcadis-US, Inc ., CPM Partners , Inc ., EPC Consultants, Jacobs Engineering Group, Inc ., Lee & Ro , Inc ., Marrs Services , Inc ., Nuera Contracting & Consulting, RBF Consulting, SA Associates , Vali Cooper & Associates, Vanir Construction Management , Inc ., Willdan Engineering, and Zero Energy Institute LLC. In accordance with the District's Policy 21, staff evaluated and scored all written proposals and interviewed the top three (3) firms on August 29, 2012. Alyson received the highest score for their services based on their experience, understanding of the scope of work, proposed method to accomplish the work, and their composite hourly rate. Alyson was the most qualified consultant with the best overall rating or ranking score . A summary of the complete evaluation is shown in Attachment B. Based upon the review of all the hourly composite rates , staff did not negotiate with Alyson to lower their proposed rates because their rate was below the average submitted by all nine (9) consultants . Alyson submitted the Company Background Questionnaire as required by the RFP and staff did not find any outstanding 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 . Staff found that Alyson is a relatively new company, however, the individuals proposed on this project have worked with the District in the past with previous firms and they performed at a high level . 3 FISCAL IMPACT: ~ Joe Beachem, Chief Financial Officer The funds for this contract will be expended for a variety of projects , as previously noted above. 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 budgets, 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 . P:\WORKING\As Needed Services\Engineering Design\FY 2013-2014\Staff Report\BD 10-9-12, Staff Report, As-Needed Engineering Design Services, (JM-RR) .docx DK/DM:jf Attachments: Attachment A -Committee Action Attachment B Summary of Proposal Rankings 4 ATTACHMENT A "-----I SUBJECT/PROJECT: Award of As-Needed Construction Management and Inspection i I VARIOUS ;~~~ices Contract for Fiscal Year 2013 through Fiscal Year I COMMITTEE ACTION : The Engineering, Operations , and Water Resources Committee reviewed this item at a meeting held on September 19 , 2012. 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 Staff Understanding of Scope, Schedule and Resources Soundness and Viability of Proposed Project Plan INDIVIDUAL SUBTOTAL - WRITTEN AVERAGE SUBTOTAL - WRITTEN Proposed Rates* 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 #REF!Poor/Good/ Excellent Dan Martin 26 23 26 75 13 13 8 8 42 Brandon DiPietro 26 22 24 72 13 12 8 9 42 Ron Ripperger 25 23 25 73 13 13 7 7 40 Bob Kennedy 27 23 27 77 12 13 9 8 42 Jake Vaclavek 26 21 25 72 11 13 8 7 39 Dan Martin 22 20 23 65 Brandon DiPietro 25 21 23 69 Ron Ripperger 24 23 25 72 Bob Kennedy 24 20 24 68 Jake Vaclavek 27 21 26 74 Dan Martin 28 24 29 81 14 14 9 9 46 Brandon DiPietro 29 23 28 80 14 14 8 9 45 Ron Ripperger 26 24 27 77 14 14 9 9 46 Bob Kennedy 27 23 27 77 14 14 9 9 46 Jake Vaclavek 29 21 26 76 13 14 7 9 43 Dan Martin 25 22 24 71 13 14 9 8 44 Brandon DiPietro 26 23 26 75 14 12 8 8 42 Ron Ripperger 25 23 24 72 14 13 8 8 43 Bob Kennedy 24 20 24 68 12 13 9 8 42 Jake Vaclavek 23 20 23 66 13 13 7 7 40 Dan Martin 22 20 22 64 Brandon DiPietro 24 21 22 67 Ron Ripperger 24 21 22 67 Bob Kennedy 20 17 20 57 Jake Vaclavek 20 17 17 54 Dan Martin 26 22 26 74 Brandon DiPietro 26 22 25 73 Ron Ripperger 26 24 25 75 Bob Kennedy 24 20 24 68 Jake Vaclavek 25 20 25 70 Dan Martin 22 20 22 64 Brandon DiPietro 24 23 21 68 Ron Ripperger 24 23 23 70 Bob Kennedy 20 17 20 57 Jake Vaclavek 21 19 17 57 Dan Martin 26 23 26 75 Brandon DiPietro 27 23 27 77 Ron Ripperger 24 23 23 70 Bob Kennedy 24 20 24 68 Jake Vaclavek 22 23 22 67 Dan Martin 24 22 24 70 Brandon DiPietro 27 24 25 76 Ron Ripperger 26 23 24 73 Bob Kennedy 24 20 24 68 Jake Vaclavek 25 20 25 70 *The fees were evaluated by comparing rates for five positions. The sum of these five rates are noted on the table to the left. Consultant Rate Position Score Note: The Review Panel does not see or consider rates when scoring other categories. Rates are scored by the PM, who is not on the Review Panel. Valley CM $430 lowest 15 G&A Inc.$465 13 Atkins $540 10 Nolte Vertical Five $552 9 Alyson Consulting $565 9 Psomas $610 7 Dudek $618 6 KCM Group $630 6 Harris & Associates $735 highest 1 SUMMARY OF PROPOSAL RANKINGS As-Needed Construction Management and Inspection Services 77 78 73 76 127 68 79 45 132 Excellent TOTAL SCORE REFERENCES 41 125 Psomas 71 7 Y 78 ORAL 42 74 70 WRITTEN 87 84 Dudek 71 6 Y 77 ATTACHMENT B MAXIMUM POINTS Alyson Consulting 70 15 Y9 10 78 79 RATES SCORING CHART Nolte Vertical Five Y 68 Atkins Y Y 85 KCM Group 62 6 9 Y Valley CM Harris & Associates 72 1 Y 73 13 76G&A Inc.63 Y NOT INTERVIEWED NOT INTERVIEWED NOT INTERVIEWED NOT INTERVIEWED NOT INTERVIEWED NOT INTERVIEWED P:\WORKING\As Needed Services\Construction Management\As Needed CM & Inspection Svcs FY13, FY15\Selection Process\Summary of Proposal Rankings - Final.xls AGENDA ITEM 4 STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: October 9, 2012 SUBMITTED BY: Jeff Marchioro Senior Civil Engineer Ron Ripperger Engineering Manager PROJECT: APPROVED BY: {gl Rod Posada, Chief, Engineering [gl German Alvarez, Asst. General Manager [gl Mark Watton, General Manager VARIOUS DIV. NO. ALL SUBJECT: Award of As-Needed Engineering Design Services Contract for Fiscal Years 2013 and 2014 GENERAL MANAGER'S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) awards a professional As-Needed Engineering Design Services contract to Aegis Engineering Management, Inc. (AegisEM) and to authorize the General Manager to execute an agreement with AegisEM in an amount not-to-exceed $300,000 for a period of two (2) fiscal years (FY 2013, FY 2014). COMMITTEE ACTION: Please see Attachment A. PURPOSE: To obtain Board authorization for the General Manager to enter into a professional As-Needed Engineering Design Services agreement with AegisEM in an amount not-to-exceed $300,000 for a period of two (2) fiscal years (FY 2013, FY 2014). ANALYSIS: The District will require the services of a professional engineering design consultant in support of the District's Capital Improvement Program (CIP) for two (2) fiscal years. It is more efficient and cost effective to issue an as-needed contract for engineering design which will provide the District with the ability to obtain consulting services in a timely and efficient manner. This concept has also been used in the past for other disciplines such as construction management, geotechnical, electrical, and environmental services . The District will issue task orders to the consultant for specific projects during the contract period. The consultant will then prepare a detailed scope of work , schedule, and fee 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 anticipated CIP projects that are estimated to require engineering design services for the duration of this contract are listed below : ESTIMATED CIP DESCRIPTION COST P2453 SR-11 Utility Relocations $65,000 P2528 30-Inch Potable Water Pipeline Manifold at $20,000 624 Reservoirs R2048 Otay Mesa Distribution Pipelines $15,000 S2024 Campo Road Sewer Main Replacement $15,000 S2033 Sewer System Various Locations Rehabilitation $50 ,000 S2040 Calavo Sewer Basin Improvements $90 ,000 S2041 Rancho San Diego Sewer Basin Improvements $20 ,000 TOTAL: $275,000 The engineering design scopes of work for the above projects are estimated from preliminary information and past projects . Therefore , staff believes that a $300 ,000 cap on the As-Needed Engineering Design Services contract is adequate , while still providing additional capacity for unforeseen support needs by the District . This As-Needed Engineering Design Services contract does not commit the District to any expenditure until a task order is approved to perform work on a CIP project . The District does not guarantee work to the consultant, nor does the District guarantee that it will 2 expend all of the funds authorized by the contract on professional services. The District solicited engineering design services by placing an advertisement on the Otay Water District's website on June 18, 2012 and with various other publications including the San Diego Daily Transcript. Seventeen (17) firms submitted a letter of interest and a statement of qualifications. The Request for Proposal (RFP) for As-Needed Design Services was sent to fifteen (15) of the firms resulting in ten (10) proposals received by July 20 , 2012 . • Aegis Engineering Management • AMN Management, Inc . • Atkins North America , Inc. • Harris & Associates • Lee & Ro, Inc. • O'Brien & Wall • PSOMAS • RBF Consulting • Stantec • Tran Consulting Engineers The five (5) firms that chose not to propose are Alyson Consulting, Dudek & Associates, Inc., Hilts Consulting Group, Inc ., SA Associates , and Stetson Engineers , Inc. In accordance with the District's Policy 21, Staff evaluated and scored all written proposals and interviewed the top four (4) firms on August 28, 2012. AegisEM received the highest score for their services based on their experience, understanding of the scope of work, proposed method to accomplish the work, and their composite hourly rate. AegisEM was the most qualified consultant with the best overall rating or ranking. A summary of the complete evaluation is shown in Attachment B. AegisEM 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 . Staff, based on review of all hourly composite rates and in accordance to District Policy 21, negotiated with AegisEM to lower their proposed composite rate. AegisEM lowered their originally proposed composite hourly rate from $893 to $810 , which was $13 3 lower compared to the average of the other consultants ' composite rates . AegisEM has held the District's Professional Services Contract for recycled water plan checking, retrofit , and inspection services for developer projects since January 2010 . FISCAL IMPACT : ~ Joe Beachem, Chief Financial Officer The funds for this contract will be expended for a variety of projects , as previously noted above . 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 budgets, 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. P:\WORKING\As Needed Services\Engineering Design\FY 2013-2014\Staff Report\BD 10-9-12, Staff Report, As-Needed Engineering Design Services, (JM-RR)-l.docx JM/RR:jf Attachments : Attachment A Attachment B Committee Action Summary of Proposal Rankings 4 I SUBJECT/PROJECT: I VARIOUS ATTACHMENT A !Award of As-Needed Engineering Design Services Contract for I Fiscal Years 2013 and 2014 I COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee reviewed this item at a meeting held on September 19, 2012 . The Committee supported Staff's recommendation. NOTE: The "Committee Action" is written in anticipation of the Committee moving the item forward for Board approval. This report will be sent to the Board as a Committee approved item, or modified to reflect any discussion or changes as directed from the Committee prior to presentation to the full Board. Qualifications of Team Responsiveness and Project Understanding Technical and Management Approach INDIVIDUAL SUBTOTAL - WRITTEN AVERAGE SUBTOTAL - WRITTEN Proposed Rates* Consultant's Commitment to DBE TOTAL - WRITTEN Additional Creativity and Insight Strength of Project Manager Presentation and Communication Skills Responses to Questions INDIVIDUAL TOTAL - ORAL AVERAGE TOTAL ORAL TOTAL SCORE 30 25 30 85 85 15 Y/N Y/N 15 15 10 10 50 50 150 Poor/Good/ Excellent Ronald Ripperger 28 24 27 79 14 14 9 9 46 Dan Martin 25 22 25 72 13 14 8 9 44 Bob Kennedy 25 23 26 74 14 14 9 9 46 Daniel Kay 27 23 26 76 14 14 9 9 46 Kevin Cameron 27 22 27 76 14 14 9 9 46 Ronald Ripperger 23 20 22 65 Dan Martin 23 19 20 62 Bob Kennedy 23 20 19 62 Daniel Kay 24 19 24 67 Kevin Cameron 25 18 23 66 Ronald Ripperger 28 23 27 78 12 12 7 7 38 Dan Martin 29 24 28 81 13 13 8 8 42 Bob Kennedy 27 22 25 74 11 11 7 8 37 Daniel Kay 28 24 28 80 12 11 7 7 37 Kevin Cameron 24 24 29 77 12 12 7 7 38 Ronald Ripperger 24 22 25 71 Dan Martin 26 23 27 76 Bob Kennedy 24 20 24 68 Daniel Kay 25 22 26 73 Kevin Cameron 28 22 26 76 Ronald Ripperger 24 22 24 70 Dan Martin 26 21 23 70 Bob Kennedy 25 22 25 72 Daniel Kay 27 22 26 75 Kevin Cameron 24 22 24 70 Ronald Ripperger 22 19 19 60 Dan Martin 21 18 18 57 Bob Kennedy 20 19 19 58 Daniel Kay 15 13 15 43 Kevin Cameron 18 18 18 54 Ronald Ripperger 27 23 27 77 13 13 8 8 42 Dan Martin 28 24 28 80 13 13 8 9 43 Bob Kennedy 26 23 26 75 12 12 8 8 40 Daniel Kay 26 22 27 75 13 13 9 9 44 Kevin Cameron 27 22 27 76 13 14 9 9 45 Ronald Ripperger 26 22 25 73 Dan Martin 27 22 24 73 Bob Kennedy 24 21 23 68 Daniel Kay 28 22 26 76 Kevin Cameron 26 21 25 72 Ronald Ripperger 25 22 24 71 Dan Martin 24 20 21 65 Bob Kennedy 23 20 21 64 Daniel Kay 26 21 25 72 Kevin Cameron 25 20 23 68 Ronald Ripperger 26 22 23 71 12 12 6 6 36 Dan Martin 28 23 28 79 12 12 7 7 38 Bob Kennedy 24 22 25 71 11 11 7 7 36 Daniel Kay 28 23 28 79 11 11 6 6 34 Kevin Cameron 28 23 28 79 12 13 6 6 37 Consultant Rate Position Score Consultant Rate Position Score 1. AEGIS Engineering Management $893 4 6. O'Brien & Wall $415 highest 15 *The fees were evaluated by comparing rates for seven positions. The sum of these rates are noted on the table to the left. 2. AMN Management, Inc.$707 8 7. PSOMAS $960 3 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. 3. ATKINS $745 7 8. RBF $1,028 1 4. Harris & Associates $1,025 1 9. Stetson Engineers, Inc.$904 4 5. LEE & RO, Inc.$903 4 10. Tran Consulting Engineers$650 10 ATTACHMENT B SUMMARY OF PROPOSAL RANKINGS As-Needed Engineering Design WRITTEN ORAL Y 46 MAXIMUM POINTS 41. AEGIS Engineering Management NOT INTERVIEWED 79 ? Y Y Y 75 38 NOT INTERVIEWED 76 10 86 NOT INTERVIEWED 122 ? 36Y 9. Stetson Engineers, Inc.68 4 72 72 10. Tran Consulting Engineers Y 8. RBF 72 1 73 73 43Y NOT INTERVIEWED 7. PSOMAS 77 3 80 123 5. LEE & RO, Inc.71 4 75 4. Harris & Associates 3. ATKINS 78 7 85 123 73 1 74 74 NOT INTERVIEWED 125 Excellent REFERENCES 2. AMN Management, Inc.64 8 72 72 75 RATES SCORING CHART NOT INTERVIEWED6. O'Brien & Wall 54 15 Y 69 69 P:\WORKING\As Needed Services\Engineering Design\FY 2013-2014\Selection Process\Summary of Proposal Rankings - written fee interview.xls AGENDA ITEM 5 STAFF REPORT TYPE MEETING: Regular Board MEETINGDATE: October 9, 2012 SUBMITIED BY: Jeff Marchioro Senior Civil Engineer Ron Ripperger Engineering Manager PROJECT: APPROVED BY: ~ Rod Posada, Chief, Engineering ~ German Alvarez, Asst. General Manager ~ Mark Watton, General Manager P2477- 001103 DIV. NO. 1 SUBJECT: Award of a Construction Contract to Layfield Environmental Systems Corporation for the Floating Cover Replacement at the 624-1 Reservoir GENERAL MANAGER'S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) award a construction contract to Layfield Environmental Systems Corporation (Layfield) for the floating cover replacement at the 624-1 Reservoir in an amount not-to-exceed $497,050 (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 Layfield in an amount not-to-exceed $497,050 for the floating cover replacement at the 624-1 Reservoir. ANALYSIS: The 12 .4 million gallon 624-1 Reservoir was originally constructed in the early 1980s . The reservoir was improved and fitted with its existing polypropylene liner and floating cover in 1999 . In the last few years, the floating cover has been repeatedly repaired to maintain the integrity of the cover material . Dive videos taken recently show leaks and sunlight penetrating the floating cover in many places. Based on this new information, it will become cost prohibitive to continue to repair the existing cover with only two (2) years remaining of its expected useful life . The existing cover material normally has a life expectancy of 15-20 years . The dive videos also revealed that the reservoir liner appeared to be in good condition. In March 2012 , the District's As-Needed Engineering Design consultant, Atkins North America , Inc . (Atkins), completed a Technical Memorandum which evaluated the cover replacement alternatives assuming that the liner would not be replaced at this time. The memorandum included life cycle cost comparisons of different reservoir cover materials and corresponding life expectancies . Atkins recommended using the same material as the existing cover (polypropylene) for replacement of the cover because, compared to materials with longer life expectancy (chlorosulfonated polyethylene), the life expectancy of a new polypropylene cover better matches the life expectancy of the existing liner . Atkins also recommended replacement of the existing spring tensioners with weight tensioners that can be reused when the new polypropylene cover/existing polypropylene liner will be replaced 15-20 years from now . Atkins prepared the bid documents . Mayer Reprographics (Mayer) distributed the bid documents electronically through Mayer's online planroom. Staff contacted several contractors prior to and during the bid process to encourage them to submit a bid for the Project. Floating cover installation work is very specialized and there are only six (6) commonly recognized installers in the continental United States including Colorado Lining, Erosion Control Applications , Inc., Layfield, Lange Containment Systems , MPC Containment International LLC, and RTD Enterprises . Only Erosion Control Applications , Inc ., Layfield, and MPC Containment International LLC are commonly known to install the "mechanically tensioned" style cover that is currently in use at the 624-1 Reservoir . 2 The Project was advertised for bid on July 24, 2012. A Pre-bid Meeting and site visit were held on August 7, 2012, which was attended by four (4) contractors. To maintain bidders' interest in the Project, Staff responded to questions and clarification as quickly as possible. This process resulted in a total of six (6) addenda that were sent out to all bidders and plan houses which resulted in the following three (3) conforming bids received on August 23, 2012. CONTRACTOR TOTAL BID AMOUNT 1. Layfield Environmental Systems $497,050 Corporation 2. MPC Containment International LLC $541,655 3. Erosion Control Applications, Inc. $683,600 The Engineer's Estimate is $580,000. The evaluation process included reviewing all bids submitted for conformance to the contract documents. The lowest bidder, Layfield, submitted a responsible bid and holds a Class A Contractor's license which expires on May 31, 2014. Staff checked the references provided with Layfield's bid. The references indicated that Layfield is a well-established and well recognized company as well as a recognized leader for development of the "mechanically tensioned" style cover that is currently in use at the 624-1 Reservoir. Layfield acquired the business assets of CW Neal Corporation (CW Neal) in April 2004. CW Neal installed the existing 624-1 Reservoir floating cover in 1999. The District has previously worked with Layfield to install, repair, and maintain floating covers at the 624-1 Reservoir and other reservoirs in the District. Layfield recently moved their fabrication and warehousing facility from El Cajon to Spring Valley. Layfield's new location is just up the street from the District offices at 2500 Sweetwater Springs Boulevard. The proposed Project Manager has experience throughout southern California on similar projects and received good references. A background search of the company was performed on the internet and revealed no outstanding issues with this company. Layfield submitted the Company Background and Company Safety Questionnaires as required by the Contract Documents. Staff has verified that the bid bond provided by Hartford Fire Insurance Company is valid. Once Layfield signs the contract, they will furnish the performance bond and labor and materials bond. Staff will verify both bonds prior to executing the contract. 3 FISCAL IMPACT: ~ Joe Beachem, Chief Financial Officer The total $800,000. forecast, budget for CIP P2477, as approved in the FY 2013 budget, Total expenditures, plus outstanding commitments and are $754,575. Based on a review of the financial budget, the Project Manager anticipates that the budget is sufficient to support the Project. See Attachment B for budget detail. is Finance has determined that 100 % of the funding is available from the Replacement Fund for CIP P2477. 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. JM/RR: j f P:\WORKING\CIP P2477 Reservoir Cover Rep1acement\Staff Reports\BD 10-9-12, Staff Report, 624-1 Res F1oatinq Cvr Rep1 .docx Attachments: Attachment A -Committee Action Attachment B -Budget Detail Exhibit A -Location Map 4 SUBJECT/PROJECT: P24 77-001103 ATTACHMENT A Award of a Construction Contract to Layfield Environmental Systems Corporation for the Floating Cover Replacement at the 624-1 Reservoir COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee reviewed this item at a meeting held on September 19, 2012. 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. SUBJECT/PROJECT: P24 77-001103 ATTACHMENT B Award of a Construction Contract to Layfield Environmental Systems Corporation for the Floating Cover Replacement at the 624-1 Reservoir Otay Water District Date Updated: September 05, 2012 P2477 -Res -624-1 Reservoir Cover Replacement Outstanding Projected Final Budget Committed Expenditures Commitment & Vendor/Comments 800,000 Forecast Cost Planning Addl subprojects Labor 17,880 17,880 -17,880 Total Planning 17,880 17,880 -17,880 Design Labor 24,179 24,179 5,000 29,179 Consu~ant Contracts 1,810 1,810 -1,810 ALTA LAND SURVEYING INC 59,020 49,924 9,096 59,020 ATKINS Service Contracts 1,062 1,062 -1,062 LAYFIELD ENVIRONMENTAL SYSTEMS 1,823 1,547 276 1,823 MAYER REPROGRAPHICS INC 84 84 -84 SAN DIEGO DAILY TRANSCRIPT KEAGY REAL ESTATE Total Design 87,978 78,606 14,372 92,978 Construction Labor 3,562 3,562 100,000 103,562 Service Contracts 16,104 16,104 -16,104 LAYFIELD ENVIRONMENTAL SYSTEMS 2,000 2,000 -2,000 DIVE/CORR INC 497,050 -497,050 497,050 LAYFIELD ENVIRONMENTAL SYSTEMS 15,000 15,000 CONTINGENCY @ 3% 10,000 10,000 CLOSEOUT Total Construction 518,716 21,666 622,050 643,716 Grand Total 624,575 118,153 636,422 754,575 NTS DIV. 5 PROJECT SITE OTAY WATER DISTRICT 624-1 RESERVOIR FLOATING COVER REPLACEMENT LOCATION MAP EXHIBIT A CIP P2477 AGENDA ITEM 6 STAFF REPORT TYPE MEETING: Regular Board MEETINGDATE: October 9, 2012 PROJECT: VARIOUS DIV. NO.: ALL SUBMITIED BY: Geoffre lknevens Chief, ~rmation Technology and Strategic Planning APPROVED BY: [gi [gl SUBJECT: FY 2 0 12 REPORT ~~~arez, Assistant General Manager n, General Manager AR-END STRATEGIC PLAN AND PERFORMANCE MEASURES GENERAL MANAGER'S RECOMMENDATION: No recommendation. This is an informational item only. COMMITTEE ACTION: Please see "Attachment A". PURPOSE: To provide a fiscal year-end report on the District's Strategic Performance Plan. ANALYSIS: The District has completed the first year of the FY 2012-2014 Strategic Plan. Overall, results are positive with the District very close to its target for strategic plan objectives and above target for performance measures. In addition, on average over the last five years, the District is on or above target for both objectives and performance measures. Detailed information on each year's outcome is available electronically on the Board Extranet. Strategic Plan Objectives Strategic plan objectives are designed to ensure staff is making the appropriate high-level changes necessary to move the District in the planned direction to meet new challenges and opportunities . Overall performance of strategi c plan objectives is pos i tive wi th 36 of 42 objectives (86%) complete, ahead, or on schedule, and two items behind schedule. Of the objectives that were behind, such as implementing billing functionality or financial planning work, several are now on schedule . Some projects may need to be reassessed as the environment has changed. Three items are on hold because they are out of our control, such as negotiations with the City of San Diego on the South Bay Reclamation Plant. Consequently, on-hold items are excluded from the overall performance calculation. Objectives: All Departments • I 1- ~ed On Schedo.Ae Behind On Hold No Reports Not Started Objective Reports Legend Completed On Schedule Behind Schedule On Hold No Reports 0 Not Scheduled to Start Yet 36/42 strategic objectives are on or ahead of schedule (86%) Performance Measures: Monitoring Day-To-Day Performance Performance measures are designed to track the day-to-day performance of the District. These items measure the effectiveness and efficiency of da i ly operations. The overall goal is that at least 75 % of these measures be rated "on target". District results in this area are also positive with 33 of 43 (77 %) items achieving the desired level or better. YTD Measures: All Departments Completed On Target Not On Target On Hold No Reports Not started Menwe Report• 43 Totlll Legend Completed On Target Not on Target On Hold No Reports 0 Not Scheduled to Start Yet 33/43 Measu res on or ahead of schedule (77%) --Target is 75% 2 Trend Analysis This year we have begun to accumulate enough data to examine our plan performance over time. Staff is pleased that the plan performance has been very consistent in meeting the overall targets. On average, over the last six to eight years, the plan is above target for both objectives and measures. Next Steps Trend 6 Year Average-Strategic Objectives On Target 100 90 ----=====:::;;: "'Ci) m so -"----- ~ <;f 70 ...___ __ _ G> a: (]) 60 ~---.!. a: (]) (j) 50 +----& 40 ---- 30 -'----r-- 2005 2006 2007 2008 2009 2010 2011 2012 Fiscal Year Trend - 8 Year Average -Performance Measures 100 90 +--------,-----1 80 +-----..0-' 70 60 50 20 10 - 0 2005 2006 2007 2008 2009 2010 2011 2012 OBJ Staff is currently focused on implementing year two of the Board approved FY12-FY14 Strategic Plan. We will continue to review and communicate the plan at the department and enterprise levels. Staff 3 will also examine current targets and measures to see if they can be improved. In conclusion, staff anticipates further refinement of District initiatives to ensure that plans and schedules are properly coordinated and integrated. Staff appreciates the high level of support that the Board provid this effort. FISCAL IMPACT: Chief Financial Officer None at this time. STRATEGIC GOAL: Strategic Plan and Performance Measure reporting is a critical element in providing performance reporting to the Board and staff. LEGAL IMPACT: None. Attachments: Attachment A -Committee Action Report Attachment B -PowerPoint Presentation 4 SUBJECT/PROJECT: ATTACHMENT A FY 2012 YEAR-END STRATEGIC PLAN AND PERFORMANCE MEASURES REPORT COMMITTEE ACTION : The Finance , Administration , and Communications Committee met on September 17 , 2012, to review items pertaining to the Finance, Administrative, and Information Technology departments . The Engineering , Operations, and Water Resources Committee met on September 19, 2012 , to review items pertaining to the Engineering and Operations departments . Both committees support presentation to the full Board for their review . NOTE: The "Committee Action" is written in anticipation of the Committees moving the i tern 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 committees prior to presentation to the full Board. .. . . 0 -c r: : w I N ~ 0 N >- LL ~ c: cu -a. ~ ~ 0 N I N ~ 0 N 0 (I ) c: 0 l2oo3l2oo4l2oo51 2oo6l 2007! 2ooal 2oogl 201 o I 2011! 2012 l2of3 l2o14l i} We are here FY2012 Objectives 36 of 42 objectives complete, ahead or on target (86°/o) Target is 90°/o Objectives: All Departments 40 30 ! ;20 t- 10 Legend ·Completed On Schedule Behind Schedule On Hold No Reports Not Scheduled to Start Yet FY2012 Performance Measures 33 of 43 performance measures complete, ahead or on target (77o/o) Target is 75°/o YTD Measures: All Departments 40 30 • J20 1- 10 31 Completed On Target Not On On Hold No Reports Net St8r1ed Target Measure Reports 43 Total legend , Completed On Target Not on Target On Hold No Reports Not Scheduled to Start Yet Trend Analysis --Plan Objectives 00 -01 Trend 6 Year Average-Strategic Objectives On Target 100 90 I 1:!' j 80 1 70 9 160 • • •-•-•-•-•OBJ ~ 50 NA "' 40 I 30 20052006200720082009201020112012 Fiscal Year Trend Analysis --Performance Measures 005-201 Trend - 8 Year Average -Performance Measures 100 90 "'C 80 -.., CCI ~ 70 ~ 60 0 c 50 0 c 40 Q) e 30 Q) 0.. 20 10 0 2005 2006 2007 2008 2009 201 0 2011 2012 iscaiYear (] ) +- ' ro c ·- -o L. . 0 0 () en +- ' .: : : t : . -o c (] ) L. . .. ro C) 0 L. . ~ >< (] ) ro I- E C) ro -o co L. . c (] ) (] ) ro I- > (] ) en -c _J (] ) c: L. . ro I :: J en en en ro c: z c. . (] ) 0 ro ·- :: E +- ' :: E ro C) (. ) ~ ·- c c: li ' C) ·- :: J .. (] ) > E +- ' 0 ft S ro L. . E L. . c. . .c +- ' E 0 (/ ) - () ==