Loading...
HomeMy WebLinkAbout04-18-17 EO&WR Committee PacketOTAY WATER DISTRICT ENGINEERING, OPERATIONS & WATER RESOURCES COMMITTEE MEETING and SPECIAL MEETING OF THE BOARD OF DIRECTORS 2554 SWEETWATER SPRINGS BOULEVARD SPRING VALLEY, CALIFORNIA Board Room TUESDAY April 18, 2017 3:00 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 CONTRACT TO KIRK PAVING IN AN AMOUNT NOT-TO-EXCEED $200,000 FOR AS-NEEDED ASPHALT PAVING SERVICES FROM JULY 1, 2017 THROUGH JUNE 30, 2018, WITH AN OPTION TO EXTEND IT TO JUNE 30, 2019 (MARTINEZ) [5 minutes] 4. AWARD TWO (2) PROFESSIONAL AS-NEEDED CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES CONTRACTS TO ALYSON CONSULTING AND VAL- LEY CONSTRUCTION MANAGEMENT, EACH IN AN AMOUNT NOT-TO-EXCEED $500,000. THE TOTAL AMOUNT FOR THE TWO (2) CONTRACTS WILL NOT EX- CEED $500,000 DURING FISCAL YEARS 2018 AND 2019 (ENDING JUNE 30, 2019) (MARTIN) [5 min] 5. AWARD TWO (2) PROFESSIONAL AS-NEEDED WATER RECLAMATION ENGI- NEERING DESIGN SERVICES CONTRACTS TO ARCADIS U.S., INC. AND KEH & ASSOCIATES, EACH IN AN AMOUNT NOT-TO-EXCEED $175,000. THE TOTAL AMOUNT SPENT THROUGH THE TWO CONTRACTS WILL NOT EXCEED $175,000 DURING FISCAL YEARS 2018 AND 2019 (ENDING JUNE 30, 2019) (BEPPLER) [5 min] 2 6. APPROVE AN INCREASE TO THE CIP S2024 BUDGET IN THE AMOUNT OF $1,600,000 AND AWARD A CONSTRUCTION CONTRACT TO WIER CONSTRUC- TION CORPORATION FOR THE CAMPO ROAD SEWER REPLACEMENT PRO- JECT IN AN AMOUNT NOT-TO-EXCEED $7,784, 245.95 (MARTIN) [5 minutes] 7. ADJOURNMENT BOARD MEMBERS ATTENDING: Tim Smith, Chair Hector Gastelum 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 April 14, 2017 I posted a copy of the foregoing agenda near the regular meeting place of the Board of Directors of Otay Water District, said time being at least 24 hours in advance of the meeting of the Board of Directors (Government Code Section §54954.2). Executed at Spring Valley, California on April 14, 2017. /s/ Susan Cruz, District Secretary STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: May 3, 2017 SUBMITTED BY: Jose Martinez, Assistant Chief of Water Operations PROJECT: DIV. NO. All APPROVED BY: Pedro Porras, Chief of Water Operations German Alvarez, Assistant General Manager Mark Watton, General Manager SUBJECT: ANNUAL AS-NEEDED PAVING SERVICES GENERAL MANAGER’S RECOMMENDATION: That the Board authorize entering into an agreement with Kirk Paving in an amount not to exceed $200,000 for as-needed asphalt paving services from July 1, 2017 through June 30, 2018, and with an option to extend it to June 30, 2019. COMMITTEE ACTION: Please see Attachment A. PURPOSE: To present bid results and request that the Board authorize entering into an agreement with Kirk Paving, Lakeside, CA for as- needed asphalt paving services from July 1, 2017 through June 30, 2018 in an amount not to exceed $200,000, and with an option to extend it to June 30, 2019. ANALYSIS: As a regular course of business, the District is required to maintain and repair its water delivery infrastructure. Routinely this work requires the removal and re-installation of asphalt paving in public roadways. It has been shown more effective and efficient for the District to use outside contractors for its asphalt paving work. Therefore, the District has used outside asphalt paving contract services for more than twelve (12) years. As-needed paving services have been included in the FY 2017 Operating Budget under Contracted Services. The FY 2018 budget for annual as-needed paving under Contracted Services is $200,000. In accordance with the District’s purchasing requirements, a notice was published and bids were solicited for this work on a “unit price” basis. On March 21, 2017, contractors attended a mandatory pre-bid meeting and on April 4, 2017, bids were received and publicly opened with the following results from three (3) bidders: Bidder Weighted Score Kirk Paving, Lakeside 468.00 RGC General Engineering 481.58 EngineeringABC Construction, San Diego 510.54 The responsive bidder with the lowest weighted score is determined to be the lowest responsible bidder, in this case it is Kirk Paving, of Lakeside, CA. Kirk Paving served as the FY 2017 as-needed paving service contractor for the District and has performed all required work with no issues noted. Staff is confident that they will be able to perform the required work. Bids have been submitted on a unit-cost basis for the different types of work typically required during paving. The types of work are assigned a weight factor based on the District’s experience of the frequency they will be employed during the term of the agreement and these weights are multiplied by the unit cost to determine a unit score. Unit scores are totaled to provide the overall score of the bid and the contractor with the lowest overall score is the low bidder. Please refer to Attachment B. Under Contracted Services for Utility Maintenance staff budgeted $200,000 per year for this paving service, therefore, near the completion of FY18, staff will assess the cost of paving, which we believe may go up due to increases in construction activities. At that time staff will ask the contractor to let us know if its unit price will remain the same or if any adjusted increase is reasonable for an additional year contract. At that point, staff will either propose to renew its contract or will go over the process again requesting additional proposals from other contactors. Consequently, staff would like to negotiate an optional second-year contract that remains competitive. FISCAL IMPACT: Joe Beachem, Chief Financial Officer The FY 2018 budget request includes $200,000 for as-needed paving services. The project manager has projected that this requested amount is sufficient to cover the anticipated expenses for the paving needs in the 2018 fiscal year. STRATEGIC GOAL: Strategy: Stewards of Public Infrastructure. Goal: Conduct the best practice preventative maintenance activities. LEGAL IMPACT: None. Attachment A: Committee Action Form Attachment B: FY 2018 As-Needed Paving Services Score Sheet ATTACHMENT A SUBJECT/PROJECT: ANNUAL AS-NEEDED PAVING SERVICES COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee reviewed this item at a meeting held on April 18, 2017, and the following comments were made: Note: The ‘‘Committee Action’’ is written in anticipation of the Committee moving the item forward for Board approval. This report will be sent to the Board as a committee-approved item, or modified to reflect any discussion or changes as directed from the Committee prior to presentation to the full Board. ATTACHMENT B Item Wght Type of Service Unit Bid Price Total Score Unit Bid Price Total Score Unit Bid Price Total Score 1 10 Asphalt 0"-6"15.00$ 150 16.70$ 167.00 14.07$ 140.70 2 3 Asphalt 7"-12"15.00$ 45 15.80$ 47.40 14.07$ 42.21 3 1 Cap/Sheet 0"-1"0.10$ 0.1 0.20$ 0.20 0.20$ 0.20 4 1 Satin Seal 0.50$ 0.5 0.02$ 0.02 0.02$ 0.02 5 1 Traffic Stripping 0.20$ 0.2 0.20$ 0.20 0.25$ 0.25 6 3 Grinding 1.50$ 4.5 2.00$ 6.00 0.68$ 2.04 7 1 Traffic Loops 0.10$ 0.1 1.00$ 1.00 0.50$ 0.50 8 3 Sand/Seal 1.00$ 3 1.00$ 3.00 1.25$ 3.75 9 1 Base Rem/Rep 0.10$ 0.1 0.75$ 0.75 0.68$ 0.68 10 3 Saw Cut 0"-6"0.20$ 0.6 0.50$ 1.50 0.68$ 2.04 11 1 Saw Cut 6"-12"0.20$ 0.2 0.15$ 0.15 0.10$ 0.10 12 1 Saw Cut 12"+0.20$ 0.2 0.10$ 0.10 0.10$ 0.10 13 1 Chip Seal*1.50$ 1.5 0.75$ 0.75 1.00$ 1.00 14 8 1.5" Grind & Pav 3.50$ 28 3.40$ 27.20 5.90$ 47.20 234 255.27 240.79 Item Score Type of Service Unit Bid Price Total Score Unit Bid Price Total Score Unit Bid Price Total Score 1 10 Asphalt 0"-6"15.00$ 150 16.70$ 167.00 14.07$ 140.70 2 3 Asphalt 7"-12"15.00$ 45 15.80$ 47.40 14.07$ 42.21 3 1 Cap/Sheet 0"-1"0.10$ 0.1 0.20$ 0.20 0.20$ 0.20 4 1 Satin Seal 0.50$ 0.5 0.02$ 0.02 0.02$ 0.02 5 1 Traffic Stripping 0.20$ 0.2 0.20$ 0.20 0.25$ 0.25 6 3 Grinding 1.50$ 4.5 2.00$ 6.00 0.68$ 2.04 7 1 Traffic Loops 0.10$ 0.1 1.00$ 1.00 0.50$ 0.50 8 3 Sand/Seal 1.00$ 3 1.00$ 3.00 1.25$ 3.75 9 1 Base Rem/Rep 0.10$ 0.1 0.75$ 0.75 0.68$ 0.68 10 3 Saw Cut 0"-6"0.20$ 0.6 0.50$ 1.50 0.68$ 2.04 11 1 Saw Cut 6"-12"0.20$ 0.2 0.15$ 0.15 0.10$ 0.10 12 1 Saw Cut 12"+0.20$ 0.2 0.10$ 0.10 0.10$ 0.10 13 1 Chip Seal*1.50$ 1.5 0.75$ 0.75 1.00$ 1.00 14 8 1.5" Grind & Pav 3.50$ 28 3.40$ 27.20 5.90$ 47.20 234 255.27 240.79 468 510.54 481.58 Score Month 1-6 Months 7-12 Score Month 7-12 Total Score FY 2018 As-Needed Paving Services Bid Score Sheet Months 1-6 Kirk Paving ABC Construction RGC General Engineering STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: May 3, 2017 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: Award of Two (2) As-Needed Construction Management and Inspection Services Contracts for Fiscal Years 2018 and 2019 GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) award two (2) professional As-Needed Construction Management and Inspection Services (CMIS) contracts and to authorize the General Manager to execute the agreements with Alyson Consulting (Alyson) and Valley Construction Management (Valley CM), each in an amount not-to-exceed $500,000. The total amount for the two (2) agreements will not exceed $500,000 during Fiscal Years 2018 and 2019 (ending June 30, 2019). COMMITTEE ACTION: Please see Attachment A. PURPOSE: To obtain Board authorization for the General Manager to enter into two (2) professional As-Needed CMIS agreements with Alyson and Valley CM, with each agreement in an amount not-to-exceed $500,000 for Fiscal Years 2018 and 2019. The total amount for the two (2) agreements will not exceed $500,000 during Fiscal Years 2018 and 2019. 2 ANALYSIS: The District will require the services of two (2) professional CMIS consultants in support of the District’s Capital Improvement Program (CIP) projects for two (2) fiscal years, FY 2018 and FY 2019 (ending June 30, 2019). The District has used an as-needed contract for construction management and inspection services over the last two fiscal years. The average fiscal year effort of the as-needed construction manager used to support the District’s CIP for Fiscal Years 2016 and 2017 equates to less than a full-time employee (FTE) at a rate of 0.43 per year. Use of the As-Needed CMIS has provided the District with the ability to obtain consulting services in a timely and efficient manner. Active construction work for the District is anticipated to peak in Fiscal Years 2018 and 2019. An analysis of the CIP workload for Fiscal Years 2018 and 2019 estimates that a greater level of effort will be required for as-needed construction management services. During this two year peak, the annual effort for construction management services is projected at an annual rate of 0.89 of an FTE per year (below the threshold needed to consider a full-time employee with this specialized skill set). The District staff will identify tasks for specific projects and request cost proposals from the two (2) consultants during the contract period. Each consultant will prepare a detailed scope of work, schedule, and fee for each task order, with the District evaluating the proposals based upon qualifications and cost. The District will enter into negotiations with the consultants, selecting the proposal that has the best value for the District. Upon written task order authorization from the District, the selected consultant shall then proceed with the project as described in the scope of work. The anticipated CIP projects that are estimated to require construction management and partial inspection for Fiscal Years 2018 and 2019, at this time, are listed below: CIP Capital Facilities Project ESTIMATED Construction Management COST S2024 Campo Road Sewer Main Replacement $285,000 S2049 Calavo Basin Sewer Rehabilitation - Phase 2 $30,000 S2048 Hillsdale Road Sewer Repairs $20,000 P2533 1200-1 Reservoir Interior/Exterior Coating $20,000 3 P2546 980-2 Reservoir Interior/Exterior Coating $35,000 P2543 850-1 Reservoir Interior/Exterior Coating $25,000 P2573 PL- 12-Inch Pipeline Replacement, 803 Zone, Hillsdale Road $40,000 P2574 PL - 12-Inch and 14-Inch Pipeline Replacement, 803 and 978 Zone, Vista Grande, Pence Drive $30,000 R2116 RecPL - 14-Inch, 927 Zone, Force Main Improvements $15,000 TOTAL: $500,000 The scopes of work for the above projects are estimated from preliminary information and past projects. Therefore, staff believes that a $500,000 cap on the As-Needed CMIS contracts is adequate. The As-Needed CMIS contracts do 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 consultants, nor does the District guarantee that it will expend all of the funds authorized by the contract on professional services. The District solicited for Construction Management and Inspection Services by placing an advertisement on the Otay Water District’s website and using BidSync, the District’s online bid solicitation website on January 31, 2017. The advertisement was also placed in the Daily Transcript. Eleven (11) firms submitted a Letter of Interest and a Statement of Qualifications. The Request for Proposal (RFP) for As-Needed CMIS was sent to the ten (10) firms resulting in eight (8) proposals received by March 3, 2017.  Alyson Consulting, San Diego, CA  Arcadis U.S., Inc., San Diego, CA  Infrastructure Engineers, Brea, CA  Kleinfelder/Simon Wong Engineering, San Diego, CA  KOA Corporation, San Diego, CA  NV5, San Diego, CA  Valley Construction Management, San Diego, CA  Wallace & Associates Consulting, Inc., Oceanside, CA The three (3) firms that chose not to propose are Callu Engineering, Inc. of San Diego, KMEA of National City, and SCST, Inc. of San Diego. 4 In accordance with the District’s Policy 21, staff evaluated and scored all written proposals and interviewed the top six (6) firms on March 23, 2017. Valley CM and Alyson received the highest scores for their services based on their experience, understanding of the scopes of work, proposed method to accomplish the work, and their composite hourly rate. Valley CM and Alyson were the most qualified consultants with the best overall total score. A summary of the complete evaluation is shown in Attachment B. Valley CM and Alyson submitted the Company Background Questionnaire, as required by the RFP, and staff did not find any significant issues. In addition, staff checked their references and performed an internet search on the companies. Staff found the references to be excellent and did not find any outstanding issues with the internet search. Alyson is providing these services to the District under the District’s current CMIS agreement. Staff found that Alyson’s performance under the current agreement has been excellent. FISCAL IMPACT: Joe Beachem, Chief Financial Officer The funds for these contracts will be expended for a variety of projects, as previously noted above. These contracts are for as- needed professional services based on the District’s need and schedule, and expenditures will not be made until a task order is approved by the District for the consultant’s services on a specific CIP project. 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 these contracts will be 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 at the forefront in innovations to provide water services at affordable rates, with a reputation for outstanding customer service.” LEGAL IMPACT: None. 5 DM:mlc P:\WORKING\As Needed Services\Construction Management\As Needed CM & Inspection Svcs FY18, FY19\Staff Report\BD 05-03-17_As-Needed CMIS FY18 - FY19_Staff Report\BD 05-03-17_Staff Report As-Needed Engineering Construction Management and Inspection Services.docx Attachments: Attachment A – Committee Action Attachment B – Summary of Proposal Rankings ATTACHMENT A SUBJECT/PROJECT: Various Award of Two (2) As-Needed Construction Management and Inspection Services Contracts for Fiscal Years 2018 and 2019 COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on April 18, 2017. The Committee supported Staff’s recommendation. NOTE: The “Committee Action” is written in anticipation of the Committee moving the item forward for Board approval. This report will be sent to the Board as a Committee approved item, or modified to reflect any discussion or changes as directed from the Committee prior to presentation to the full Board. Qualifications of 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 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 Kevin Koeppen 28 20 26 74 12 11 8 9 40 Jonathan Chambers 25 21 24 70 12 12 8 8 40 Steve Beppler 27 23 26 76 12 13 8 8 41 Stephanie Chen 26 22 26 74 13 14 8 8 43 Doug Rahders 24 21 25 70 11 11 9 8 39 Kevin Koeppen 27 20 23 70 10 9 7 8 34 Jonathan Chambers 25 21 25 71 11 10 7 7 35 Steve Beppler 26 20 23 69 10 10 6 5 31 Stephanie Chen 26 19 19 64 10 9 7 7 33 Doug Rahders 21 21 22 64 10 8 9 8 35 Kevin Koeppen 26 20 26 72 987731 Jonathan Chambers 24 23 24 71 996630 Steve Beppler 25 20 24 69 796527 Stephanie Chen 21 19 25 65 887629 Doug Rahders 21 21 23 65 887831 Kevin Koeppen 28 23 28 79 12 10 9 8 39 Jonathan Chambers 29 24 27 80 12 12 9 9 42 Steve Beppler 28 24 27 79 13 12 8 7 40 Stephanie Chen 25 23 27 75 11 11 8 7 37 Doug Rahders 25 22 27 74 10 11 9 8 38 Kevin Koeppen 25 19 23 67 Jonathan Chambers 24 20 22 66 Steve Beppler 23 20 23 66 Stephanie Chen 22 19 23 64 Doug Rahders 24 18 22 64 Kevin Koeppen 24 19 23 66 Jonathan Chambers 23 20 22 65 Steve Beppler 24 20 22 66 Stephanie Chen 23 17 20 60 Doug Rahders 22 18 20 60 Kevin Koeppen 28 22 27 77 13 11 8 9 41 Jonathan Chambers 27 24 27 78 11 13 7 8 39 Steve Beppler 27 24 27 78 13 13 7 8 41 Stephanie Chen 25 21 26 72 12 14 7 7 40 Doug Rahders 24 23 25 72 11 10 7 9 37 Kevin Koeppen 26 20 25 71 11 9 8 8 36 Jonathan Chambers 25 21 25 71 10 11 7 8 36 Steve Beppler 25 19 25 69 10 12 6 6 34 Stephanie Chen 24 20 22 66 11 9 7 7 34 Doug Rahders 22 22 21 65 11 11 8 9 39 *The fees were evaluated by comparing weighted rates for six positions. The sum of these six weighted 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. Alyson Consulting $142.10 8 Arcadis $147.10 5 Infrastructure Engineers $137.80 11 Kleinfelder $154.38 highest 1 KOA Corporation $146.40 6 NV5 $151.60 3 Valley Construction Mgmt.$131.26 lowest 15 Wallace & Associates $143.04 8 SUMMARY OF PROPOSAL RANKINGS As-Needed Construction Management and Inspection Services - Fiscal Years 2018 and 2019 112 40 130 Excellent TOTAL SCORE REFERENCES 41 122 Excellent ORAL 34 36 73 63 WRITTEN 90 81 68 5 N 73 ATTACHMENT B MAXIMUM POINTS Valley Construction Management 68 8 Y15 8 75 66 RATES SCORING CHART NV5 Alyson Consulting Y Y 76 3 Y Wallace & Associates Arcadis Infrastructure Engineers 68 11 N 79 10930 107 71 117 NOT INTERVIEWED Kleinfelder 77 KOA Corporation 65 6 N 1 Y 78 39 NOT INTERVIEWED P:\WORKING\As Needed Services\Construction Management\As Needed CM & Inspection Svcs FY18, FY19\Staff Report\BD X-X-17_As-Needed CMIS FY18 - FY19_Staff Report\Exhibits\Exhibit B STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: May 3, 2017 SUBMITTED BY: Stephen Beppler Senior Civil Engineer Bob Kennedy Engineering Manager PROJECT: Various DIV. NO. ALL APPROVED BY: Rod Posada, Chief, Engineering German Alvarez, Assistant General Manager Mark Watton, General Manager SUBJECT: Award of Two (2) As-Needed Water Reclamation Engineering Design Services Contracts for Fiscal Years 2018 and 2019 GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) award two (2) professional As-Needed Water Reclamation Engineering Design Services contracts and to authorize the General Manager to execute two agreements with Arcadis U.S., Inc. (Arcadis) and KEH & Associates (KEH), each in an amount not-to-exceed $175,000. The total amount spent through the two contracts will not exceed $175,000 during Fiscal Years 2018 and 2019 (ending June 30, 2019). COMMITTEE ACTION: Please see Attachment A. PURPOSE: To obtain Board authorization for the General Manager to enter into two (2) professional As-Needed Water Reclamation Engineering Design Services contracts with Arcadis and KEH, with each contract in an amount not-to-exceed $175,000 for Fiscal Years 2018 and 2019. The total amount spent through the two contracts will not exceed $175,000 during Fiscal Years 2018 and 2019. 2 ANALYSIS: The District will require the services of two (2) professional water reclamation engineering design consultants on an as-needed basis in support of the District’s Capital Improvement Program (CIP) projects for Fiscal Years 2018 and 2019 (ending June 30, 2019). It is more efficient and cost effective to issue as-needed contracts for water reclamation 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, traffic, and environmental services. The District staff will identify tasks for specific projects and request cost proposals from the two (2) consultants during the contract period. Each consultant will prepare a detailed scope of work, schedule, and fee for each task order, with the District evaluating the proposals based upon qualifications and cost. The District will enter into negotiations with the consultants, selecting the proposal that has the best value for the District. Upon written task order authorization from the District, the selected consultant shall then proceed with the project as described in the scope of work. The CIP projects that are estimated to require water reclamation engineering design services for Fiscal Years 2018 and 2019, at this time, are listed below: Staff believes that a $175,000 cap on each of the As-Needed Water Reclamation Engineering Design Services contract is adequate. Fees for professional services will be charged to the CIP projects or to the Fiscal Year Operations budget. CIP DESCRIPTION ESTIMATED COST S2043 RWCWRF – Sludge Handling System $25,000 S2046 RWCWRF – Aeration Panels Replacement $60,000 S2051 RWCWRF – Headworks Improvements $60,000 S2061 RWCWRF – Aeration Controls Consolidation & Optimization Upgrades $30,000 TOTAL: $175,000 3 The As-Needed Engineering Design Services contracts do not commit the District to any expenditure until a task order is approved to perform the work. The District does not guarantee work to the consultants, nor does the District guarantee to the consultants that it will expend all of the funds authorized by the contract on professional services. The District solicited for Engineering Design Services by placing an advertisement on Bidsync, the Otay Water District’s website, and with various other publications including the Daily Transcript. Seven (7) firms submitted a Letter of Interest and a Statement of Qualifications. The Request for Proposal (RFP) for Engineering Design Services was sent to all seven (7) firms resulting in three (3) proposals received by March 9, 2017. They are as follows:  Arcadis U.S., Inc., San Diego and Carlsbad, CA  ES Engineering Services, Orange, CA  KEH & Associates, San Marcos, CA Firms that submitted Letters of Interest, but did not propose, were AECOM of San Diego, Carollo Engineers, Inc. of San Diego, HDR Engineering, Inc. of San Diego, and Kleinfelder of San Diego. In accordance with the District’s Policy 21, staff evaluated and scored all written proposals. Arcadis and KEH received the highest scores based on their experience, understanding of the scope of work, proposed method to accomplish the work, and their composite hourly rate. Arcadis and KEH were the most qualified consultants with the best overall proposals. Arcadis currently holds a professional engineering agreement with the District for as-needed engineering design services (Fiscal Years 2015 and 2016) that is scheduled to end on June 30, 2017. Both consultants provide similar services to other local agencies and are readily available to provide the services required. A summary of the complete evaluation is shown in Attachment B. Arcadis and KEH submitted the Company Background Questionnaire, as required by the RFP, and staff did not find any significant issues. In addition, staff checked their references and performed an internet search on the companies. Staff found the references to be excellent and did not find any outstanding issues with the internet search. FISCAL IMPACT: Joe Beachem, Chief Financial Officer The funds for these contracts will be expended on a variety of projects, as previously noted above. These contracts are for as- needed professional services based on the District's need and schedule, and expenditures will not be made until a task order is 4 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 these contracts will be 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 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. SB/BK:mlc P:\WORKING\As Needed Services\Water Reclamation Engineering Design\FY 2018-2019\Staff Report\BD_05-03-17_Staff Report_Award of As-Needed Water Reclamation Engineering Design Services (SB-BK).docx Attachments: Attachment A – Committee Action Attachment B – Summary of Proposal Rankings ATTACHMENT A SUBJECT/PROJECT: Various Award of Two (2) As-Needed Water Reclamation Engineering Design Services Contracts for Fiscal Years 2018 and 2019 COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on April 18, 2017. The Committee supported Staff's recommendation. NOTE: The “Committee Action” is written in anticipation of the Committee moving the item forward for Board approval. This report will be sent to the Board as a Committee approved item, or modified to reflect any discussion or changes as directed from the Committee prior to presentation to the full Board. Qualifications of Team Responsiveness and Project Understanding Technical and Management Approach INDIVIDUAL SUBTOTAL - WRITTEN AVERAGE SUBTOTAL - WRITTEN Proposed Fee* Consultant's Commitment to DBE TOTAL - WRITTEN 30 25 30 85 85 15 Y/N 100 Poor/Good/ Excellent Lisa Coburn-Boyd 27 23 26 76 Gene Palop 29 23 30 82 Dan Martin 27 22 27 76 Adolfo Segura 29 23 27 79 Bob Kennedy 28 23 28 79 Lisa Coburn-Boyd 25 15 18 58 Gene Palop 22 15 21 58 Dan Martin 20 18 20 58 Adolfo Segura 25 19 20 64 Bob Kennedy 24 18 21 63 Lisa Coburn-Boyd 28 23 27 78 Gene Palop 28 24 28 80 Dan Martin 28 22 27 77 Adolfo Segura 28 22 29 79 Bob Kennedy 28 23 28 79 Firm Arcadis ES Engineering KEH *Note: Review Panel does not see or consider proposed Weighted Fee $144 $115 $158 fee when scoring other categories. The proposed fee Score 6 15 1 is scored by the PM, who is not on Review Panel. RATES SCORING CHART MAXIMUM POINTS 6Arcadis 84 Y Y 60 Attachment B SUMMARY OF PROPOSAL RANKINGS As-Needed Water Reclamation Engineering Design Services - Fiscal Years 2018 and 2019 WRITTEN Excellent REFERENCES ES Engineering Y KEH 79 1 80 75 78 15 Excellent P:\WORKING\As Needed Services\Water Reclamation Engineering Design\FY 2018-2019\Staff Report\Attachment B - Summary of Proposal Rankings.xls STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: May 3, 2017 SUBMITTED BY: Dan Martin Engineering Manager PROJECT: S2024-001103 DIV. NO. 5 APPROVED BY: Rod Posada, Chief, Engineering German Alvarez, Assistant General Manager Mark Watton, General Manager SUBJECT: Approval to Increase the CIP S2024 Budget in an Amount of $1,600,000 and Award of a Construction Contract to Wier Construction Corporation for the Campo Road Sewer Replacement Project GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) increase the CIP S2024 budget in the amount of $1,600,000. Additionally, that the Board award a construction contract to Wier Construction Corporation (Wier Construction) and to authorize the General Manager to execute a construction contract with Wier Construction for the Campo Road Sewer Replacement Project in an amount not-to-exceed $7,784,245.95 (see Exhibit A for Project location). COMMITTEE ACTION: Please see Attachment A. PURPOSE: To obtain Board authorization to increase the CIP S2024 budget in the amount of $1,600,000 from $8,500,000 to $10,100,000 and to obtain Board authorization for the General Manager to enter into a construction contract with Wier Construction for the Campo Road Sewer Replacement Project in an amount not-to-exceed $7,784,245.95. 2 ANALYSIS: The District is proposing the replacement of an existing 10-inch sewer pipeline, located within and south of Campo Road between Avocado Boulevard and Singer Lane, which is undersized to handle current sewer flows. To accommodate current and future flows, an approximately 7,420-foot-long, 15-inch gravity sewer main will be installed to replace the existing 9,225 feet long, 10-inch sewer main. The eastern terminus of the proposed pipeline will be located at the intersection of Avocado Boulevard/Rancho San Diego Village Shopping Center driveway and terminate in the Rancho San Diego Towne Center, where it will connect to the existing 27-inch sewer main within the shopping center’s parking lot. Sewer laterals stemming from the existing pipe will be reconnected to the proposed pipeline. The majority of the pipeline will be installed with open trench construction except in two locations, a crossing of Campo Road and at the intersection of Campo Road/Jamacha Boulevard, where horizontal auger boring will be used. The existing sewer will be abandoned in place with the exception of a 210 feet long section of aboveground pipeline and seven supporting pillars that will be removed. The design was provided by the District’s As-needed Design Engineer, Rick Engineering Company. The Project was advertised on January 25, 2017 using BidSync, the District’s online bid solicitation website. The Project was also advertised in the Daily Transcript and the District’s website. BidSync provided electronic distribution of the Bid Documents, including specifications, plans, and addendum. A non- mandatory Pre-Bid Meeting was held on February 16, 2017, which was attended by sixteen (16) contractors, subcontractors, and suppliers. Two (2) addenda were sent out to all bidders and plan houses to address questions and clarifications to the contract documents during the bidding period. Bids were publicly opened on March 9, 2017, with the following results: BID RANK CONTRACTOR TOTAL BID AMOUNT 1 Wier Construction Corporation Escondido, CA $7,816,780.95 2 LH Woods & Sons, Inc. Vista, CA $7,844,000.00 3 Palm Engineering Construction Company, Inc. San Diego, CA $8,265,493.50 4 S.C. Valley Engineering, Inc. El Cajon, CA $9,733,000.00 5 TC Construction Company, Inc. Santee, CA $9,790,940.00 6 Burtech Pipeline, Inc. Encinitas, CA $10,300,064.50 7 Pulice Construction, Inc. San Diego, CA $10,537,127.00 3 The Engineer’s Estimate is $7.2 Million. A review of the bids was performed by District staff for conformance with the contract requirements. During the review of the bids, staff noted discrepancies between the unit prices and extended total amounts associated with the unit pricing on the bids submitted by Wier Construction, LH Woods & Sons, Inc., and Palm Engineering Construction Company. Staff corrected the bid amounts in accordance with the requirements included in Section 00400, “Bid List Requirements and Understanding” of the contract documents. The corrected bid amounts are shown in the table below: BID RANK CONTRACTOR TOTAL BID AMOUNT 1 Wier Construction Corporation Escondido, CA $7,784,245.95* 2 LH Woods & Sons, Inc. Vista, CA $7,844,240.00** 3 Palm Engineering Construction Company, Inc. San Diego, CA $8,265,421.50*** 4 S.C. Valley Engineering, Inc. El Cajon, CA $9,733,000.00 5 TC Construction Company, Inc. Santee, CA $9,790,940.00 6 Burtech Pipeline, Inc. Encinitas, CA $10,300,064.50 7 Pulice Construction, Inc. San Diego, CA $10,537,127.00 * Bid Item 30: Total price corrected to reflect unit price per Section 00400 “Bid List Requirements and Understanding” of the contract documents. ** Bid Item 31: Total price corrected to reflect unit price per Section 00400 “Bid List Requirements and Understanding” of the contract documents. *** Bid Item 5: Total price corrected to reflect unit price per Section 00400 “Bid List Requirements and Understanding” of the contract documents. Staff determined that Wier Construction was the lowest responsive and responsible bidder. Wier Construction holds a Class A Contractor’s License in the State of California, which meets the contract document’s requirements. Wier Construction’s license is valid through October 31, 2017. The reference checks indicated a very good to excellent performance record. An internet background search of the company was performed and revealed no outstanding issues with this company. 4 Staff verified that the bid bond provided by Wier Construction is valid. Staff will also verify that Wier Construction’s Performance Bond and Labor and Materials Bond are valid prior to execution of the contract. The District has applied to the State Revolving Fund for funding to support the Project. As a result, the State Revolving Fund’s requirements, which include Disadvantaged Business Enterprise (DBE) utilization and reporting, have been incorporated into the bidding and contract documents. District staff and staff from the State Revolving Fund have reviewed the DBE documents provided by Wier Construction as part of their bid package and have determined that they are compliant. Subsequent to the bid opening, staff posted the bid opening results and the corrected bid results to BidSync. A request for the listed subcontractors associated with each of the bids was made by ABC Liovin Drilling, Inc. Staff provided the requested information and followed up with ABC Liovin Drilling, Inc. who confirmed receipt of the requested information and also confirmed that they had no concerns with respect to the award of the Project. Along with the request to award the construction contract, staff is requesting a $1,600,000 budget increase to support the completion of the Project. The basis for the budget increase request is as follows:  The FY 2017 budget for the Campo Road Sewer Project was based on the Project’s 60% design cost opinion provided by the design engineer. That estimate totaled approximately $6,833,000. As the Project developed to the level of final plans and specifications during FY 2017, the Engineer’s Estimate was updated to a new amount of $7,200,000. This represents an increase of $367,000.  Acquisition of easements for the Project which total $315,000 were in excess of the estimated amount of $67,000 as included in the Project’s 60% design cost option which was used for the FY 2017 budget. This represents an increase of $248,000.  When bids were opened, the bid from the lowest responsive and responsible bidder totaled approximately $7,800,000. This represents an increase of approximately $600,000 above the Engineer’s Estimate.  Staff is requesting an additional $185,000 to support inspection of the work since most of the work will be performed at night due to permitting requirements.  Staff is requesting construction contingency in the amount of $200,000 to address unforeseen work on this complex underground 5 project (approximately 2.5% of the construction contract amount). FISCAL IMPACT: Joe Beachem, Chief Financial Officer The Fiscal Year 2017 budget for CIP S2024 is $8,500,000. Total expenditures, plus outstanding commitments and forecast, including this contract, are $10,100,000. See Attachment B for budget detail. Based on a review of the financial budget, the Project Manager anticipates that with a budget increase of $1,600,000, the Project will be completed within the new budget amount of $10,100,000. The Finance Department has determined that should the State Revolving Fund Loan be approved, the District would borrow $6 million at an estimated rate of 1.7% for a term of 30 years. For the remainder of the project 50% of the funding will be available from the Replacement Fund and 50% of the funding will be available from the Betterment ID 18 fund for CIP S2024. Should the State decline the District’s application for financial assistance, a lesser amount would be required to be borrowed from a more traditional source such as a Certificate of Participation at a higher interest rate. The Project budget increase request included in this staff report is reflected in the Draft Fiscal Capital Improvement Program for Fiscal Years 2018 - 2023. STRATEGIC GOAL: This Project supports the District’s Mission statement, “To provide high value water and wastewater services to the customers of the Otay Water District in a professional, effective, and efficient manner” and the District’s Vision, “A District that is at the forefront in innovations to provide water services at affordable rates, with a reputation for outstanding customer service.” LEGAL IMPACT: None. DM:mlc P:\WORKING\CIP S2024 Campo Road Sewer Replacement\Staff Reports\BD 05-03-17\BD 05-03-17, Staff Report Campo Road Sewer Replacement - Award Construction Contract_rev1.docx Attachments: Attachment A – Committee Action Attachment B – S2024 Budget Detail Exhibit A – Project Location ATTACHMENT A SUBJECT/PROJECT: S2024-001103 Approval to Increase the CIP 2024 Budget in an Amount of $1,600,000 and Award of a Construction Contract to Wier Construction Corporation for the Campo Road Sewer Replacement Project COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on April 18, 2017. The Committee supported Staff's recommendation. NOTE: The “Committee Action” is written in anticipation of the Committee moving the item forward for Board approval. This report will be sent to the Board as a Committee approved item, or modified to reflect any discussion or changes as directed from the Committee prior to presentation to the full Board. ATTACHMENT B – S2024 Budget Detail SUBJECT/PROJECT: S2024-001103 Approval to Increase the CIP 2024 Budget in an Amount of $1,600,000 and Award of a Construction Contract to Wier Construction Corporation for the Campo Road Sewer Replacement Project 7-Apr-17 Budget 10,100,000 Planning Consultant Contracts 20,020 20,020 - 20,020 AEGIS ENGINEERING MGMT INC Regulatory Agency Fees 2,260 2,260 - 2,260 COUNTY OF SAN DIEGO 132 132 - 132 US BANK Service Contracts 43 43 - 43 EAST COUNTY GAZETTE 162 162 - 162 SAN DIEGO DAILY TRANSCRIPT Standard Salaries 139,696 139,696 - 139,696 Total Planning 162,312 162,312 - 162,312 Design 001102 Consultant Contracts 9,315 9,315 - 9,315 WATER SYSTEMS CONSULTING INC 765,074 691,074 74,000 765,074 RICK ENGINEERING COMPANY 4,025 4,025 - 4,025 MICHAEL D KEAGY REAL ESTATE 3,508 3,508 - 3,508 NINYO & MOORE GEOTECHNICAL AND 735 735 - 735 AIRX UTILITY SURVEYORS INC Professional Legal Fees 1,910 1,910 - 1,910 ARTIANO SHINOFF 182 182 - 182 STUTZ ARTIANO SHINOFF Regulatory Agency Fees 956 956 - 956 COUNTY OF SAN DIEGO Service Contracts 158 158 - 158 SAN DIEGO DAILY TRANSCRIPT 62 62 - 62 DAILY JOURNAL CORPORATION Settlements 125,000 125,000 - 125,000 GRI-REGENCY LLC 190,000 190,000 190,000 VESTAR Standard Salaries 294,233 294,233 - 294,233 Total Design 1,395,159 1,131,159 264,000 1,395,159 Construction Construction Contract 7,784,246 - 7,784,246 7,784,246 WIER CONSTRUCTION CORP. Consultant Contracts 17,400 17,400 - 17,400 ALYSON CONSULTING 12,258 12,258 - 12,258 NINYO & MOORE GEOTECHNICAL AND 42,461 - 42,461 42,461 RICK ENGINEERING COMPANY 380,000 - 380,000 380,000 Construction Management/Inspection Standard Salaries 100,000 15,281 84,719 100,000 Project Contingency 200,000 - 200,000 200,000 2.5% of Construction Contract Total Construction 8,536,365 44,939 8,491,425 8,536,365 Grand Total 10,093,836 1,338,410 8,755,425 10,093,836 Vendor/Comments Otay Water District S2024 - Campo Road Sewer Main Replacement Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost SKYLINEWESLEYANCHURCH ?Ë AV O C A D O B L V D FURY LANE JAMA C H A B L V D JAMAC H A R D CUYAMACACOLLEGE C A M P O R D C A M P O R D ?Ë PROJECTALIGNMENT OWDREGULATORYSITE Ralph W. ChapmanWater ReclamationFacility SINGER L N RANCHOSAN DIEGOVILLAGE RANCHOSAN DIEGOTOWNECENTER Existing 10-inchGravity Sewer tobe Replaced VICINITY MAP PROJECT SITE NTS DIV 5 DIV 1 DIV 2 DIV 4 DIV 3 ?ò Aä;&s ?p ?Ë !\ OTAY WATER DISTRICTCAMPO ROAD SEWER MAIN REPLACEMENTLOCATION MAP EXHIBIT A CIP S2024 0 1,000500 Feet F F P: \ W O R K I N G \ C I P S 2 0 2 4 C a m p o R o a d S e w e r 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 , O c t 2 0 1 5 . m x d Legend Proposed 15-Inch Sewer Main Alignment Existing 10-inch Gravity Sewer to be Replaced Existing Sewer Mains