Loading...
HomeMy WebLinkAbout06-20-17 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 June 20, 2017 12:00 P.M. This is a District Committee meeting. This meeting is being posted as a special meeting in order to comply with the Brown Act (Government Code Section §54954.2) in the event that a quorum of the Board is present. Items will be deliberated, however, no formal board actions will be taken at this meeting. The committee makes recommendations to the full board for its consideration and formal action. AGENDA 1. ROLL CALL 2. PUBLIC PARTICIPATION – OPPORTUNITY FOR MEMBERS OF THE PUBLIC TO SPEAK TO THE BOARD ON ANY SUBJECT MATTER WITHIN THE BOARD'S JU- RISDICTION BUT NOT AN ITEM ON TODAY'S AGENDA DISCUSSION ITEMS 3. AWARD A CONSTRUCTION CONTRACT TO PACIFIC HYDROTECH CORPORA- TION FOR THE 870-2 PUMP STATION REPLACEMENT PROJECT AND THE FLOATING COVER AND LINER REPLACEMENT AT THE 571-1 RESERVOIR IN AN AMOUNT NOT-TO-EXCEED $16,925,900 (MARTIN) [5 minutes] 4. APPROVE A FOURTH AMENDMENT WITH CAROLLO ENGINEERS, INC. FOR DE- SIGN AND CONSTRUCTION SUPPORT OF THE 870-2 PUMP STATION PROJECT IN AN AMOUNT NOT-TO-EXCEED $209,418 (MARTIN) [5 min] 5. AWARD TWO (2) PROFESSIONAL AS-NEEDED ENVIRONMENTAL SERVICES CONTRACTS TO HELIX ENVIRONMENTAL AND ICF, EACH IN AN AMOUNT NOT- TO-EXCEED $400,000. THE TOTAL AMOUNT OF THE TWO CONTRACTS WILL NOT EXCEED $400,000 DURING FISCAL YEARS 2018, 2019, AND 2020 (ENDING JUNE 30, 2020) (COBURN-BOYD) [5 minutes] 6. ADJOURNMENT 2 BOARD MEMBERS ATTENDING: Tim Smith, Chair Gary Croucher All items appearing on this agenda, whether or not expressly listed for action, may be delib- erated and may be subject to action by the Board. The Agenda, and any attachments containing written information, are available at the Dis- trict’s website at www.otaywater.gov. Written changes to any items to be considered at the open meeting, or to any attachments, will be posted on the District’s website. Copies of the Agenda and all attachments are also available through the District Secretary by contacting her at (619) 670-2280. If you have any disability that would require accommodation in order to enable you to partici- pate in this meeting, please call the District Secretary at 670-2280 at least 24 hours prior to the meeting. Certification of Posting I certify that on June 16, 2017 I posted a copy of the foregoing agenda near the regu- lar meeting place of the Board of Directors of Otay Water District, said time being at least 24 hours in advance of the meeting of the Board of Directors (Government Code Section §54954.2). Executed at Spring Valley, California on June 16, 2017. /s/ Susan Cruz, District Secretary STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: July 5, 2017 SUBMITTED BY: Dan Martin Engineering Manager PROJECT: P2083-001103 P2562-001103 DIV. NO. 2 APPROVED BY: Rod Posada, Chief, Engineering German Alvarez, Assistant General Manager Mark Watton, General Manager SUBJECT: Award of a Construction Contract to Pacific Hydrotech Corporation for the 870-2 Pump Station and the 571-1 Reservoir Floating Cover and Liner Replacement Projects GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) award a construction contract to Pacific Hydrotech Corporation (Pacific Hydrotech) and to authorize the General Manager to execute a construction contract with Pacific Hydrotech for the 870-2 Pump Station Replacement Project and the floating cover and liner replacement at the 571-1 Reservoir in an amount not-to-exceed $16,925,900.00 (see Exhibits A and B 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 Pacific Hydrotech for the 870-2 Pump Station Replacement Project and the floating cover and liner replacement at the 571-1 Reservoir in an amount not-to-exceed $16,925,900.00. 2 ANALYSIS: The District’s existing High Head (870-1) and Low Head (571-1) Pump Station constructed in 1962 and 1966, respectively, have reached the end of the useful lives. On October 11, 2013, the District entered into an agreement with Carollo Engineers, Inc. (Carollo) for preliminary and final design and construction support of the 870-2 Pump Station Replacement Project. Carollo’s final design includes replacement of existing reservoir inlet/outlet piping, construction of recirculation system pumps and a chloramine disinfection booster system. Improvements of the access road and the installation of utilities for electrical, gas, sewer, and communication services are also included. The demolition of the Low Head and High Head Pump Stations will be completed at a later date (not part of this Project) when the new 870-2 Pump Station has been brought on line and completed its warranty period. During the pump station’s design, Carollo prepared a three dimensional (3D) model that was used to facilitate the design’s development. The application of 3D modeling has been successfully used in the vertical building industry to assist the project development team and stakeholders in visualizing a project’s design. The use of a 3D model during the design of the 870-2 Pump Station was found to be beneficial in communicating and soliciting valuable feedback from the project stakeholders on various aspects of the station’s design, including the following:  General building layout  Equipment room layout  Discharge header and suction manifold configuration  Engine drive shaft support layout  Pump electric motor removal/reinstallation using bridge crane  Conflict management of station appurtenances Exhibit C of the staff report provides examples of the 3D model views. Also included in this Project is the replacement of the 571-1 Reservoir (36.7 MG) floating cover and liner. The 571-1 Reservoir was originally built in 1967. In 1993 the District retrofitted the existing reservoir to install a reservoir liner and floating cover. The existing liner and floating cover are now 24 years old and nearing the end of their useful life. As part of the overall Project, the existing reservoir outlet stub out piping located beneath the reservoir will be replaced, which will allow the new 870- 2 Pump Station to simultaneously perform its primary function (pump from the 571-1 Reservoir to the 870-1 Reservoir), recirculate the 571-1 Reservoir, and also achieve a future function (from the 571-1 3 Reservoir to the 624 pressure zone). The replacement of the cover and liner under this Project will mitigate having to take this critical reservoir out of service a second time within the next few years. The cover and liner replacement and access road improvements portion of the Project design was performed by in-house staff. The District also secured the services of Michael Baker International to provide a value engineering analysis and constructability review services during the project’s design phase. Michael Baker International will also be providing construction management and inspection services for the Project’s construction and station start- up phase. The construction contract was advertised on March 16, 2017 using BidSync, the District’s online bid solicitation website. The Project was also advertised in the Daily Transcript, the San Diego Procurement Technical Assistance Center, 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 March 29, 2017, which was attended by thirty- two (32) contractors, subcontractors, and suppliers. Five (5) 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 April 25, 2017, with the following results: BID RANK CONTRACTOR TOTAL BID AMOUNT 1 Pacific Hydrotech Corporation Perris, CA $16,925,900.00 2 Pulice Construction, Inc. San Diego, CA $17,707,500.00* 3 Flatiron West, Inc. San Marcos, CA $18,371,100.00 4 C. W. Roen Construction Co. Danville, CA $18,514,000.00 5 Myers and Sons Construction, LP Sacramento, CA $18,724,000.00 6 Ortiz Corporation National City, CA $18,807,100.00** * Total Bid Amount corrected due to math error and Unit price discrepancy. ** Total Bid Amount corrected due to math error. The Engineer’s Estimate is $16,500,000.00. A review of the bids was performed by District staff for conformance with the contract requirements and determined that Pacific Hydrotech was the lowest responsive and responsible bidder. Pacific Hydrotech holds a Class A - General Engineering Contractor’s License in the State of California, which meets the contract document’s requirements. The license is valid through September 30, 2017. Pacific Hydrotech’s listed subcontractors also hold valid 4 Contractor’s Licenses in the State of California for their respective areas of work. The reference checks for Pacific Hydrotech indicated a very good to excellent performance record on similar projects. An internet background search of the company was performed and revealed no outstanding issues with this company. Staff verified that the bid bond provided by Pacific Hydrotech is valid. Staff will also verify that Pacific Hydrotech’s 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 P2083, as approved in the FY 2018 budget, is $18,750,000.00. Total expenditures, plus outstanding commitments and forecast, including this contract, are $18,667,679. See Attachment B-1 for the budget detail. The total budget for CIP P2562, as approved in the FY 2018 budget, is $2,900,000.00. Total expenditures, plus outstanding commitments and forecast, including this contract, are $2,893,221. See Attachment B- 2 for the budget detail. Based on a review of the financial budget, the Project Manager anticipates that the budgets are sufficient to support the Project. The Finance Department has determined that, under the current rate model, 100% of the funding will be available from the Replacement Fund for CIP P2083 and for CIP P2562. 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. DM:jf P:\WORKING\CIP P2083 870-2 Pump Station Replacement\Staff Reports\2017-07-05 Pacific Hydrotech Award\BD 07-05-17, Staff Report Award Construction Contract for 870-2 PS_571-1 Reservoir.doc Attachments: Attachment A – Committee Action Attachment B1 – P2083 Budget Detail Attachment B2 - P2562 Budget Detail Exhibit A – 870-2 Pump Station Project Location Exhibit B - 870-2 Pump Station Project Detail Map Exhibit C - 870-2 Pump Station 3D Model Views ATTACHMENT A SUBJECT/PROJECT: P2083-001103 P2562-001103 Award of a Construction Contract to Pacific Hydrotech Corporation for the 870-2 Pump Station Replacement Project COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on June 20, 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-1 – P2083 Budget Detail SUBJECT/PROJECT: P2083-001103 P2562-001103 Award of a Construction Contract to Pacific Hydrotech Corporation for the 870-2 Pump Station Replacement Project Date Updated: 5/25/2017 Budget 18,750,000 Planning Consultant Contracts 63,819 63,819 - 63,819 ICF JONES & STOKES INC 17,094 17,094 - 17,094 JONES & STOKES ASSOCIATES INC Regulatory Agency Fees 2,109 2,109 - 2,109 CA DEPT OF FISH & WILDLIFE 720 720 - 720 CALIFORNIA REGIONAL WATER Service Contracts 2,260 2,260 - 2,260 COUNTY OF SAN DIEGO 164 164 - 164 SAN DIEGO DAILY TRANSCRIPT 505 505 - 505 THE SAN DIEGO UNION-TRIBUNE Standard Salaries 120,398 120,398 - 120,398 Fixed Asset 580,444 580,444 - 580,444 Total Planning 787,514 787,514 - 787,514 Design 001102 Consultant Contracts 5,000 136 4,864 5,000 THE WATCHLIGHT CORPORATION 14,068 14,068 - 14,068 SOUTHERN CALIFORNIA SOIL 3,034 3,034 - 3,034 RICK ENGINEERING COMPANY 4,810 4,625 185 4,810 ROGER B WOODHULL 22,463 22,149 314 22,463 NINYO & MOORE GEOTECHNICAL AND 7,974 7,974 - 7,974 AEGIS ENGINEERING MGMT INC 4,850 4,850 - 4,850 BURKETT & WONG ENGINEERS INC 6,086 6,086 - 6,086 HDR ENGINEERING INC 10,484 10,484 - 10,484 HUNSAKER & ASSOCIATES 682,870 637,685 45,185 682,870 CAROLLO ENGINEERS INC Regulatory Agency Fees 3,694 3,694 - 3,694 SAN DIEGO GAS & ELECTRIC 11,359 11,359 3,641 15,000 COUNTY OF SAN DIEGO Service Contracts 98 98 - 98 DAILY JOURNAL CORPORATION Standard Salaries 665,216 665,216 10,000 675,216 Supplier Contracts 5,350 5,350 - 5,350 INLAND AERIAL SURVEYS INC - - 5,000 5,000 MAYER REPROGRAPHICS INC Total Design 1,447,357 1,396,808 64,189 1,460,998 Construction Consultant Contracts 120,240 - 120,240 120,240 CAROLLO ENGINEERS INC 798,449 55,299 743,150 798,449 MICHAEL BAKER INT'L INC Professional Legal Fees 280 280 - 280 STUTZ ARTIANO SHINOFF Service Contracts 119 119 - 119 SAN DIEGO DAILY TRANSCRIPT Standard Salaries 469,861 19,861 450,000 469,861 14,409,300 - 14,409,300 14,409,300 Pacific Hydrotech Construction Contract 209,418 - 209,418 209,418 Carollo Amendment No. 4 20,000 20,000 Security System 20,000 20,000 County Hazardous Materials Business Plan 30,000 30,000 County Access Road Inspection 126,500 126,500 Environmental Offsite Mitigation 50,000 50,000 Environmental/Cultural Monitoring 10,000 10,000 ATT Connection 150,000 150,000 SDG&E Connections Total Construction 16,007,667 75,559 16,338,608 16,414,167 Grand Total 18,242,539 2,259,882 16,407,797 18,667,679 Vendor/Comments Otay Water District P2083-PS - 870-2 Pump Station Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost ATTACHMENT B-2 – P2562 Budget Detail SUBJECT/PROJECT: P2083-001103 P2562-001103 Award of a Construction Contract to Pacific Hydrotech Corporation for the 870-2 Pump Station Replacement Project Date Updated: 5/25/2017 Budget 2,900,000 Planning Regulatory Agency Fees 50 50 - 50 PETTY CASH CUSTODIAN Total Planning 50 50 - 50 Design 001102 Standard Salaries 46,325 44,325 2,000 46,325 1,000 - 1,000 1,000 MAYER REPROGRAPHICS INC Total Design 47,325 44,325 3,000 47,325 Construction Standard Salaries 200,000 - 200,000 200,000 129,246 - 129,246 129,246 MICHAEL BAKER INT'L INC 2,516,600 - 2,516,600 2,516,600 Pacific Hydrotech Construction Contract Total Construction 2,845,846 - 2,845,846 2,845,846 Grand Total 2,893,221 44,375 2,848,846 2,893,221 Vendor/Comments Otay Water District p2562-Res - 571-1 Reservoir Cover/Liner Replac CommittedExpenditures Outstanding Commitment & Forecast Projected Final Cost OTAY WATER DISTRICT870-2 PUMP STATIONLOCATION MAP EXHIBIT A CIP P2083F P:\WORKING\CIP P2083 870-2 Pump Station Replacement\Graphics\Exhibits-Figures\Exhibit A, Location Map, May 2016.mxd ROLLRESERVOIR(571-1) LOW HEADPUMP STATION HIGH HEADPUMPSTATION FOR PROJECT DETAILSEE EXHIBIT B ACCESS FROMALTA RD OWD PROPERTY LINE(APPROX) FirearmsTrainingFacility VICINITY MAP PROJECT SITE NTSDIV 5 DIV 1 DIV 2 DIV 4 DIV 3 !\ ?ò Aä ?Ë ;&s ?p F 0 250125 Feet OTAY WATER DISTRICT870-2 PUMP STATIONPROJECT DETAIL MAP EXHIBIT B CIP P2083F P:\WORKING\CIP P2083 870-2 Pump Station Replacement\Graphics\Exhibits-Figures\Exhibit B, Project Detail Map, May 2016.mxd 0 10050 Feet Legend ExistingEasementOWD ExistingParcelOWD ExistingEasementSDGE ProposedStructure ProposedWater ProposedStormDrain ProposedSewer ProposedGas ProposedSiteCivil ExistingWaterOWD EXHIBIT C 1 OF 4 870-2 Pump Station Exterior - Looking North (Roof Layer in 3D Model Turned Off) EXHIBIT C 2 OF 4 870-2 Pump Station Westerly Rooms (Roof Layer in 3D Model Turned Off) EXHIBIT C 3 OF 4 870-2 Pump Station Interior (Roof and Wall Layer in 3D Model Turned Off) EXHIBIT C 4 OF 4 870-2 Pump Station Exterior - Looking South (Roof Layer in 3D Model Turned Off) STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: July 5, 2017 SUBMITTED BY: Dan Martin Engineering Manager PROJECT: P2083- 001103 DIV. NO. 2 APPROVED BY: Rod Posada, Chief, Engineering German Alvarez, Assistant General Manager Mark Watton, General Manager SUBJECT: Fourth Amendment to Carollo Engineers, Inc. Professional Engineering Services Contract for Design and Construction Support of the 870-2 Pump Station Project GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) authorize the General Manager to execute a Fourth Amendment with Carollo Engineers, Inc. (Carollo) for design and construction support of the 870-2 Pump Station Project in an amount not-to-exceed $209,418.00 (see Exhibit A for Project location and Exhibit B for Project detail map). COMMITTEE ACTION: Please see Attachment A. PURPOSE: To obtain Board authorization for the General Manager to execute a Fourth Amendment with Carollo Engineers, Inc. (Carollo) (see Exhibit C) for design and construction support of the 870-2 Pump Station Project in an amount not-to-exceed $209,418.00. 2 ANALYSIS: On October 11, 2013, the District entered into an agreement in the amount of $624,910 with Carollo for preliminary and final design and construction support of the 870-2 Pump Station Project. The First Amendment, in the amount of $29,000, for a three dimensional model of the pump station building and associated mechanical and electrical equipment, was executed June 16, 2014. The Second Amendment, in the amount of $106,500, to perform additional surge analysis, prepare cost estimates, design a new Roll (571-1) Reservoir outlet, and perform additional survey and potholing work, was executed October 15, 2015. The Third Amendment, in the amount of $42,700, for the design and preparation of cost estimates for a new reservoir recirculation pipe for Roll (571-1) Reservoir, was executed on July 7, 2016. When the original agreement was approved in 2013, the scope of services included preparation of a preliminary design report, contract document preparation (design plans and specifications), and construction support. The level of construction support anticipated was negotiated prior to beginning the preliminary design work. As the preliminary design report was completed and the design progressed to completion, the complexity of the design details and specifications associated with the pump station and its appurtenances also grew. The design of the Project and bidding phase of the Project are now complete and a recommendation to award the construction contract is being presented to the Board of Directors. The proposed Fourth Amendment is to provide additional design support during the construction of the Project. The additional design support will provide an increased level of submittal review and responses to requests for information (RFIs). Examples of the critical items that will be reviewed by the designer include, but are not limited to, the station pumps, engine drive systems, and building systems. This amendment will also provide assistance during the startup and commissioning phase of the new 870-2 Pump Station. FISCAL IMPACT: Joe Beachem, Chief Financial Officer The total budget for CIP P2083, as approved in the FY 2018 budget, is $18,750,000. Total expenditures, plus outstanding commitments and forecast, are $18,667,679. See Attachment B for the budget detail. Based on a review of the financial budget, the Project Manager anticipates that the budget for CIP P2083 is sufficient to support the Project. 3 The Finance Department has determined that, under the current rate model, 100% of the funding will be available from the Replacement Fund. 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. DM/RP:jf P:\WORKING\CIP P2083 870-2 Pump Station Replacement\Staff Reports\2017-07-05 Carollo 4th Amendment\BD- 07-05-17 Carollo 4th Amendment (DM).docx Attachments: Attachment A – Committee Action Attachment B – Budget Detail Exhibit A – Location Map Exhibit B – Project Detail Map Exhibit C – Fourth Amendment ATTACHMENT A SUBJECT/PROJECT: P2083-001103 Fourth Amendment to Carollo Engineers, Inc. Professional Engineering Services Contract for Design and Construction Support of the 870-2 Pump Station Project COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on June 20, 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 – Budget Detail SUBJECT/PROJECT: P2083-001103 Fourth Amendment to Carollo Engineers, Inc. Professional Engineering Services Contract for Design and Construction Support of the 870-2 Pump Station Project Date Updated: 5/25/2017 Budget 18,750,000 Planning Consultant Contracts 63,819 63,819 - 63,819 ICF JONES & STOKES INC 17,094 17,094 - 17,094 JONES & STOKES ASSOCIATES INC Regulatory Agency Fees 2,109 2,109 - 2,109 CA DEPT OF FISH & WILDLIFE 720 720 - 720 CALIFORNIA REGIONAL WATER Service Contracts 2,260 2,260 - 2,260 COUNTY OF SAN DIEGO 164 164 - 164 SAN DIEGO DAILY TRANSCRIPT 505 505 - 505 THE SAN DIEGO UNION-TRIBUNE Standard Salaries 120,398 120,398 - 120,398 Fixed Asset 580,444 580,444 - 580,444 Total Planning 787,514 787,514 - 787,514 Design 001102 Consultant Contracts 5,000 136 4,864 5,000 THE WATCHLIGHT CORPORATION 14,068 14,068 - 14,068 SOUTHERN CALIFORNIA SOIL 3,034 3,034 - 3,034 RICK ENGINEERING COMPANY 4,810 4,625 185 4,810 ROGER B WOODHULL 22,463 22,149 314 22,463 NINYO & MOORE GEOTECHNICAL AND 7,974 7,974 - 7,974 AEGIS ENGINEERING MGMT INC 4,850 4,850 - 4,850 BURKETT & WONG ENGINEERS INC 6,086 6,086 - 6,086 HDR ENGINEERING INC 10,484 10,484 - 10,484 HUNSAKER & ASSOCIATES 682,870 637,685 45,185 682,870 CAROLLO ENGINEERS INC Regulatory Agency Fees 3,694 3,694 - 3,694 SAN DIEGO GAS & ELECTRIC 11,359 11,359 3,641 15,000 COUNTY OF SAN DIEGO Service Contracts 98 98 - 98 DAILY JOURNAL CORPORATION Standard Salaries 665,216 665,216 10,000 675,216 Supplier Contracts 5,350 5,350 - 5,350 INLAND AERIAL SURVEYS INC - - 5,000 5,000 MAYER REPROGRAPHICS INC Total Design 1,447,357 1,396,808 64,189 1,460,998 Construction Consultant Contracts 120,240 - 120,240 120,240 CAROLLO ENGINEERS INC 798,449 55,299 743,150 798,449 MICHAEL BAKER INT'L INC Professional Legal Fees 280 280 - 280 STUTZ ARTIANO SHINOFF Service Contracts 119 119 - 119 SAN DIEGO DAILY TRANSCRIPT Standard Salaries 469,861 19,861 450,000 469,861 14,409,300 - 14,409,300 14,409,300 Pacific Hydrotech Construction Contract 209,418 - 209,418 209,418 Carollo Amendment No. 4 20,000 20,000 Security System 20,000 20,000 County Hazardous Materials Business Plan 30,000 30,000 County Access Road Inspection 126,500 126,500 Environmental Offsite Mitigation 50,000 50,000 Environmental/Cultural Monitoring 10,000 10,000 ATT Connection 150,000 150,000 SDG&E Connections Total Construction 16,007,667 75,559 16,338,608 16,414,167 Grand Total 18,242,539 2,259,882 16,407,797 18,667,679 Vendor/Comments Otay Water District P2083-PS - 870-2 Pump Station Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost OTAY WATER DISTRICT870-2 PUMP STATIONLOCATION MAP EXHIBIT A CIP P2083F P:\WORKING\CIP P2083 870-2 Pump Station Replacement\Graphics\Exhibits-Figures\Exhibit A, Location Map, May 2016.mxd ROLLRESERVOIR(571-1) LOW HEADPUMP STATION HIGH HEADPUMPSTATION FOR PROJECT DETAILSEE EXHIBIT B ACCESS FROMALTA RD OWD PROPERTY LINE(APPROX) FirearmsTrainingFacility VICINITY MAP PROJECT SITE NTSDIV 5 DIV 1 DIV 2 DIV 4 DIV 3 !\ ?ò Aä ?Ë ;&s ?p F 0 250125 Feet OTAY WATER DISTRICT870-2 PUMP STATIONPROJECT DETAIL MAP EXHIBIT B CIP P2083F P:\WORKING\CIP P2083 870-2 Pump Station Replacement\Graphics\Exhibits-Figures\Exhibit B, Project Detail Map, May 2016.mxd 0 10050 Feet Legend ExistingEasementOWD ExistingParcelOWD ExistingEasementSDGE ProposedStructure ProposedWater ProposedStormDrain ProposedSewer ProposedGas ProposedSiteCivil ExistingWaterOWD 1 P:\WORKING\CIP P2083 870-2 Pump Station Replacement\Agreements-Contracts-RFPs\Civil Consultant\New Selection (Carollo)\Agreement\Amendments\fourth amendment\Fourth amendment to Carollo agreement.doc FOURTH AMENDMENT TO AGREEMENT BETWEEN OTAY WATER DISTRICT AND CAROLLO ENGINEERS, INC. RELATIVE TO PRELIMINARY AND FINAL DESIGN AND CONSTRUCTION SUPPORT FOR THE 870-2 PUMP STATION PROJECT This Fourth Amendment (“Amendment”) to the original Agreement for Preliminary and Final Design and Construction Support Services is made and entered into as of the _____ day of July, 2017, by and between OTAY WATER DISTRICT ("District"), and CAROLLO ENGINEERS, INC., a California corporation, ("Consultant"). R E C I T A L S A. District and Consultant entered into that certain Agreement for Professional Services dated October 11, 2013, (the "Original Agreement"), under which Consultant agreed to provide the services therein described in connection with the District’s 870-2 Pump Station Project (the “Services”). The Original Agreement was amended on June 16, 2014 (the “Amended Original Agreement”) and on October 15, 2015 (the “Second Amended Original Agreement”) and on July 7, 2016 (the “Third Amended Original Agreement”). B. The Second Amended Original Agreement is due to expire on June 30, 2019, and the Design Services are complete. C. The Consultant has requested an increase in the Third Amended Original Agreement amount to provide additional construction services as requested by the District. D. District and Consultant desire to enter into this Fourth Amendment to increase the compensation to Consultant for the additional services requested and to amend certain specific terms and conditions of the Third Amended Original Agreement as indicated below, NOW, THEREFORE, in consideration of the foregoing and the mutual promises and covenants hereinafter contained, the parties agree as follows: 1. Exhibit A to the Original Agreement, Exhibit A to the First Amendment, and Exhibit A to the Second Amendment, setting forth the Services to be provided by Consultant, is hereby amended and supplemented by the Consultant’s letter proposal dated June 2, 2017, attached to this Amendment and incorporated herein by reference. 2. The parties agree that the aggregate amount paid by the District to the Consultant for the Services rendered by Consultant in excess of the Original Agreement, as amended by the First, Second and Third Amendments, shall not exceed Two Hundred Nine Thousand Four Hundred Eighteen Dollars ($209,418). Accordingly, the total compensation paid by the District for Services described in the Original Agreement, as amended by the First, Second, and Third Amendment, and this Fourth Amendment shall not exceed One Million Twelve Thousand Five Hundred Twenty Eight Dollars ($1,012,528). 3. The parties agree that all terms and conditions of the Original Agreement, as amended by the First, Second, and Third Amendments, not modified or amended by this Amendment, including without limitation all indemnity and insurance requirements, are and shall remain in full force and effect. 4. This Fourth Amendment is subject to the venue, choice of law and interpretation provisions of the Original Agreement. IN WITNESS WHEREOF, the parties have caused this Amendment to be executed as of the day and year first above written. OTAY WATER DISTRICT By: ____________________________ Mark Watton Its: General Manager Date: ___________________________ CONSULTANT: Carollo Engineers, Inc. 5075 Shoreham Place, Suite 120 San Diego, CA 92122 By: Name: Jeff Thornbury Its: Vice President Date: Approved as to form: By: _______________________ General Counsel Approved as to form: By: _______________________ Its: _______________________ P:\WORKING\CIP P2083 870-2 Pump Station Replacement\Agreements-Contracts-RFPs\Civil Consultant\New Selection (Carollo)\Agreement\Amendments\fourth amendment\Fourth amendment to Carollo agreement.doc | Cover_letter_Amendment_4_ESDC.docx 5355 Mira Sorrento Place, Suite 270, San Diego, California 92121 P. 858.505.1020 F. 858.505.1015 carollo.com June 5, 2017 Mr. Dan Martin, Project Manager Otay Water District 2554 Sweetwater Springs Boulevard Spring Valley, California 91978-2004 Subject: Proposal for Amendment No. 4 (Engineering Services During Construction) for 870-2 Pump Station Replacement Project Dear Mr. Martin: Carollo Engineers (Carollo) is submitting the following proposal for additional engineering services during construction for the 870-2 Pump Station Replacement Project. The services and fees detailed herein are in addition to the "Construction Support" task in the original agreement between Carollo and Otay Water District (District). The most recent billings list "Construction Support" as Task 16. Additionally, the original contract fee schedule (2013) will be updated for all future billings to reflect a 2% increase in hourly rates. Scope of Work This work includes engineering support during construction as detailed below. 1. 280 Submittals/Resubmittals: The District and District's Construction Manager (CM) will handle 70 of the submittals/resubmittals. Carollo will be asked to handle 210 submittals/resubmittals. The current agreement estimated 74 submittals by Carollo. Amendment 4 will be for the delta (210 - 74 = 136 submittals @ 4.0 hours per submittal). Total = 544 additional hours. See attached table containing estimated submittals and responsible review party. 2. 150 Request for Information (RFI): The District and CM will handle 30 of the RFI's. Carollo will be asked to handle 120 RFI's. The current agreement estimated 50 RFI's by Carollo. Amendment 4 will be for the delta (120 - 50 = 70 RFI's @ 4 hours per RFI). Total = 280 additional hours. 3. Change Orders (CO): 10 @ 16 hrs/CO. Total = 160 hours. The current agreement estimated 120 hours for change order. Amendment 4 to add 40 hours. 4. Conformed Drawings & Specifications: 0.5 hrs/sht * 40 sheets = 20 hours. Amendment 4 to add 20 hours. 5. Preconstruction Meeting: 1 person @ 4 hours. The current agreement estimated 2 hours. Amendment 4 to add 2 hours. 6. "Partnering Session": 2 people @ 8 hrs/each = 16 hours. Amendment 4 to add 16 hours. 7. Site/Discipline Visits: 10 visits @ 4 hrs/visit = 40 hours. The current agreement estimated 20 hours. Amendment 4 to add 20 hours. 8. Monthly Construction Meeting: 1/month * 26 months * 4 hrs/meeting = 104 hours. Amendment 4 to add 104 hours. Mr. Dan Martin Otay Water District June 5, 2017 Page 2 | Cover_letter_Amendment_4_ESDC.docx carollo.com 9. Startup & Commissioning: 10 days * 1 person/day * 8 hours/day = 80 hours. Amendment 4 to add 80 hours. 10. Record Drawings: 1 hr/sht * 80 sheets = 80 hours. Amendment 4 to add 80 hours. 11. Project Management and Administration: The current agreement estimated 0 hours for Project Management and Administration. Amendment 4 to add 68 hours. Compensation An average billing rate in the contract fee schedule (2013) across the five subtasks is $164. Increasing this rate by 2% results in an average billing rate of $167. As presented in Item Nos. 1 through 11 above, an additional 1,254 hours have been identified necessary to provide engineering support during construction. Using an average hourly billing rate of $167, this corresponds to an additional compensation amount of $209,418. Respectfully submitted, CAROLLO ENGINEERS, INC. Jeff Thornbury, P.E. Vice President Attachment SPEC SECTION SPEC TITLE # OF INDIVIDUAL SUBMITTALS CM Lead District Lead Carollo Min 01310 Schedule 2 2 0 01329 Safety Plan 1 1 0 01380 Preconstruction Videos and Photographs 1 1 0 01450 Quality Control 1 1 0 01500 Temporary Facilities and Controls 1 1 0 01560 Temporary Environmental Controls 1 1 0 01570 Traffic Regulation 1 1 0 01700 Project Closeout 4 4 0 01732 Cutting and Patching 1 1 0 01738 Selective Demolition 1 1 0 01756 Commissioning & Startup 3 3 0 01782 O&M Data 9 5 4 02050 Soils and Aggregates for Earthwork 2 2 0 02084 Precast Drainage Structures 1 1 0 02202 Slope Protection & Erosion Control 1 1 0 02240 Dewatering 1 1 0 02260 Excavation Support and Protection 2 2 0 02300 Earthwork 3 3 0 02312 CLSM 1 1 0 02318 Trenching 2 2 0 02581 Precast Elec HH and MH 2 2 0 02742A Asphaltic Concrete Paving 2 2 0 02820 Fences and Gates 1 1 0 02900 Hydroseeding 1 1 0 03055 Epoxy Bonding Reinforcing Bars and All Thread Rods in Concre 22 03071 Epoxies 2 2 03072 Epoxy Resin Cement Bonding Agent 1 1 03102 Concrete Formwork 1 1 03150 Concrete Accessories 2 2 03200 Concrete Reinforcing 1 1 03212 Reinforcing Bar Couplers 1 1 03300 Cast-In-Place Concrete 3 3 03366 Tooled Concrete Finishes 1 1 03462 Precast Concrete Vaults 1 1 0 03600 Grouting 1 1 03931 Epoxy Injection System 1 1 04055 Epoxy Bonding Reinforcing Bars and All Thread Rods in Mason 22 04090 Masonry Accessories 1 1 04100 Mortar and Masonry Grout 2 2 04220 Concrete Unit Masonry 3 3 05120 Structural Steel 3 3 05140 Structural Aluminum 1 1 05190 Mechanical Anchoring and Fastening to Concrete and Masonry 1 1 05216 Open Web Steel Joist Framing 1 1 05310 Steel Decking 1 1 05500 Metal Fabrications 2 2 06074 Fire Retardant Treated Wood 1 1 07190 Water Repellants 1 1 07212 Wall Insulation System 1 1 07214 Batt Insulation 1 1 07220 Roof and Deck Insulation 2 2 07530 Elastomeric Membrane Roofing 1 1 07600 Flashing and Sheet Metal 1 1 07700 Roof Specialties and Accessories 1 1 07722 Roof Hatches 1 1 07900 Joint Sealants 1 1 08110 Hollow Metal Doors and Frames 1 1 08332 Overhead Coiling Doors 3 3 08518 Fire Rated Windows 1 1 08710 Door Hardware 1 1 08800 Glazing 1 1 SPEC SECTION SPEC TITLE # OF INDIVIDUAL SUBMITTALS CM Lead District Lead Carollo Min 08952 Translucent Skylight System 1 1 09110 Non-Load Bearing Wall Framing 1 1 09250 Gypsum Board 1 1 09652 Resilient Base and Accessories 1 1 09810 PE Tape Pipe Coating 1 1 0 09910 Painting 1 1 0 09960 High Performance Coatings 4 4 0 10400 Signage 1 1 10520 Fire Protection Specialties 1 1 11242C Chemical Metering Pumps 1 1 11312B Duplex Air Compressors 1 1 11312D Vertical Turbine Pump 1 1 11312E Engine Drive Systems 1 1 11312F Axial Flow Pump 1 1 11312J Sewer Lift Station Package 1 1 11312Q Sample Pumps 1 1 12510 Office Furniture 1 1 0 13110 Cathodic Protection and Joint Bonding 1 1 0 13140 Reservoir Geotextile Under-Liner 1 1 0 13150 Reservoir CDPE Floating Cover & Liner 1 1 0 13200 Aboveground Fuel Oil Storage Tank and Accessories 1 1 13206 Hydopneumatic Surge Control System 1 1 13206B Surge Vessels 1 1 13208 Polyethylene Tanks 1 1 0 13210 Reservoir Dewatering and Startup 1 1 0 15000 General Pipe Systems & Appurtenances 1 1 0 15010 Basic Plumbing & HVAC Mechanical Requirements 1 1 15041 Disinfection of Piping 1 1 0 15044 CCTV Inspection 1 1 0 15050 Common Work Results for Mechanical Equipment 1 1 15055 Basic Plumbing Piping Materials and Methods 2 2 15060 Pipe Supports 2 2 15061 Cement Mortar Lined and Tape Coated Steel Pipe and Specials 330 15062 Preformed Channel Pipe Support System 1 1 15063 Non-Metallic Pipe Support System 1 1 15064 Polyvinyl Chloride (PVC) Pressure Pipe 1 1 0 15075 Equipment Identification 1 1 15076 Pipe Identification 1 1 0 15099 Process Vales and Miscellaneous Valves 2 2 15100 Resilient Wedge Gate Valves (RWGV'S) 1 1 15102 Butterfly Valves 2 2 0 15108 Air Release Valve, Air and Vacuum Valve, Combination Air Valv 110 15112 Backflow Preventers 1 1 0 15114 Check Valves 1 1 0 15117 Specialty Valves 2 2 15118 Pressure Reducing and Pressure Relief Valves 2 2 0 15121 Pipe Couplings 1 1 0 15140 Plumbing Pipe Hangers and Supports 1 1 15190 Mechanical Identification 1 1 15192 Natural-Gas Piping 1 1 15240 Plumbing & HVAC Vibration Isolation and Seismic Restraint 1 1 15250 Plumbing & HVAC Mechanical Insulation 1 1 15293 Double Containment Piping 1 1 15400 Plumbing Supplemental General Requirements 2 2 15410 Plumbing Piping 1 1 15415 Common Work Results for Fire Suppression 1 1 15416 Wet-Pipe Sprinkler System 2 2 15420 Plumbing Valves 1 1 15430 Plumbing Specialties 1 1 15431 Emergency Eye/Face Wash and Shower Equipment 1 1 15450 Plumbing Equipment 1 1 SPEC SECTION SPEC TITLE # OF INDIVIDUAL SUBMITTALS CM Lead District Lead Carollo Min 15772 Packaged Air Conditioning Roof Top Units 1 1 15852 Louvers 1 1 15870 Fans 1 1 15890 Metal Ductwork 1 1 15932 Air Outlets and Inlets 1 1 15956 Piping Systems Testing 1 1 15958 Mechanical Equipment Testing 1 1 15990 HVAC Testing and Balancing 1 1 16060 Grounding and Bonding 2 2 16070 Hangers and Supports 3 3 16075 Identification for Electrical Systems 1 1 16123 600-volt or Less Wires and Cables 3 3 16130 Conduits 2 2 16131 Aluminum Cable Trays 3 3 16133 Duct Banks 2 2 16134 Boxes 1 1 16140 Wiring Devices 1 1 16150 Low Voltage Wire Connections 1 1 16200 Diesel Fuel Conditioning System 3 3 16210 Utility Coordination 1 1 16232 Single Diesel Fueled Engine Generator Above 200 kW 3 3 16240 Battery Systems 3 3 16272 dry-type transformers 1 1 16290 electrical power monitoring 2 2 16305 electrical system studies 3 3 16411 disconnect switches 1 1 16430 low voltage switchgear 3 3 16441 Group-Mounted Circuit Breaker Switchboards 3 3 16444 Low Voltage Motor Control Centers 4 4 16445 Panelboards 3 3 16491 Transfer Switches 3 3 16494 Low Voltage Fuses 1 1 16510 Lighting: LED Luminaires 3 3 16670 Lightning Protection 2 2 16710 Fire Alarm and Smoke Detection System 3 3 16950 Field Electrical Acceptance Tests 1 1 17050 Common Work Results for Process Control and Instrumentation 22 17201 Level Measurement: Switches 2 2 17206 Level Measurement: Ultrasonic 2 2 17302 Flow Measurement: Magnetic Flowmeters 2 2 17307 Flow Measurement: Ultrasonic Transit Time 2 2 17401 Pressure/Vacuum Measurement: Diaphragm and Annular Seals 22 17403 Pressure/Vacuum Measurement: Switches 2 2 17404 Pressure/Vacuum Measurement: Gauges 2 2 17405 Pressure/Vacuum Measurement: Direct 2 2 17407 Pressure Measurement: Submersible 2 2 17504 Analyzers: Gas Monitors 3 3 17537 Analyzers: Ammonia/Monochloramine 2 2 17601 Temperature Measurement: Temperature Switch 2 2 17710 Control Systems: Panels, Enclosures, and Panel Components 2 2 17712 Control Systems: Uninterruptible Power Supplies 10 KVA and B 33 17720 Control Systems: Programmable Logic Controllers 2 2 17733 Control Systems: Network Materials and Equipment 3 3 17950 Testing, Calibration, and Commissioning 2 2 280 11 59 210Total Estimated # of Submittals (Including Resubmittals) STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: July 5, 2017 SUBMITTED BY: Lisa Coburn-Boyd Environmental Compliance Specialist Bob Kennedy Engineering Manager PROJECT: Various DIV. NO. ALL APPROVED BY: Rod Posada, Chief, Engineering German Alvarez, Assistant General Manager Mark Watton, General Manager SUBJECT: Award of Two (2) As-Needed Environmental Services Contracts for Fiscal Years 2018 through 2020 GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) award two (2) professional As-Needed Environmental Services contracts and to authorize the General Manager to execute two agreements with Helix Environmental and ICF, each in an amount not-to-exceed $400,000. The total amount of the two contracts will not exceed $400,000 during Fiscal Years 2018, 2019, and 2020 (ending June 30, 2020). COMMITTEE ACTION: Please see Attachment A. PURPOSE: To obtain Board authorization for the General Manager to enter into two (2) professional As-Needed Environmental Services agreements with Helix Environmental and ICF, with each agreement in an amount not-to- exceed $400,000 for Fiscal Years 2018, 2019, and 2020. The total amount of the two (2) agreements will not exceed $400,000 during Fiscal Years 2018, 2019, and 2020. 2 ANALYSIS: The District will require the services of two professional environmental services consultants on an as-needed basis in support of Capital Improvement Program (CIP) and Operations projects for Fiscal Years 2018, 2019, and 2020. It is more efficient and cost effective to issue as-needed contracts for environmental services 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, construction management, geotechnical, and electrical services. The District staff will identify tasks 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 table below lists several projects that are estimated to require as-needed environmental services for Fiscal Year 2018 through 2020: CIP DESCRIPTION ESTIMATED COST P2083 870-2 PS Construction Biological & Cultural Resources Monitoring, Preparation of Wetlands Mitigation Area at the HMA $125,000 P2040 1655-1 Reservoir CEQA Compliance, Biological & Cultural Resources Monitoring $40,000 P2494 CEQA/NEPA Compliance for OWD Habitat Conservation Plan $15,000 P2508 Pipeline CP Improvements – Phase I, Biological & Cultural Resources Monitoring $15,000 P1253 As-needed Bird Surveys during Breeding Season $10,000 R2116 14-inch Recycled Force Main Repair Biological & Cultural Resources Monitoring $30,000 P2619 Temporary Lower Otay Pump Station Redundancy $10,000 P2460 I.D. 7 Trestle and Pipeline Demolition, CEQA Compliance, Biological & Cultural Resources Monitoring $30,000 P2574 12-Inch Pipeline Replacement Construction Biological & Cultural Resources Monitoring $20,000 S2024 Campo Road Sewer Main Replacement Construction Biological & Cultural Resources Monitoring $20,000 TOTAL: $315,000 3 Staff believes that a $400,000 cap on each of the As-Needed Engineering Design Services contracts is adequate, while still providing a buffer. Fees for professional services will be charged to the CIP projects or to the Fiscal Year Operations budget. The As-Needed Environmental 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 environmental services by placing an advertisement on the Otay Water District’s website on March 29, 2017 and with BidSync. Fifteen (15) firms submitted a Letter of Interest and a Statement of Qualifications. The Request for Proposal (RFP) for Engineering Design Services was sent to all fifteen (15) firms resulting in eleven (11) proposals received on May 4, 2017. They are as follows:  AECOM(San Diego, CA)  BRG (San Diego, CA)  Environmental Intelligence (San Diego, CA)  ESA (San Diego, CA)  Great Ecology (San Diego, CA)  Greenpole Research (San Diego, CA)  Helix Environmental (La Mesa, CA)  ICF (San Diego, CA)  ISE (San Diego, CA)  LSA (San Diego, CA)  RECON (San Diego, CA) Firms that submitted Letters of Interest, but did not propose, were ECORP (San Diego, CA), EnviroApplications (San Diego, CA), Stetson Engineers (Carlsbad, CA), and Rincon (San Diego, CA). In accordance with the District’s Policy 21, staff evaluated and scored all written proposals and interviewed the top three (3) firms on June 1, 2017. Helix and ICF 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. Helix and ICF were the most qualified consultants with the best overall proposal. Both consultants currently hold professional environmental services agreements with the District. This includes ICF’s current (FY 2015 through 2017) as-needed environmental services agreement and 4 Helix’s agreement for the maintenance, management, and reporting at the District’s Habitat Management Area. Both consultants have performed extremely well. In addition, 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. Helix and ICF 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 These contracts are for professional services based on the District’s need and schedule, and expenditures will not be made until individual main tasks or task orders under the as-needed portion of these contracts are authorized by District staff. The FY 2018 environmental operating budget for P1253 is $40,000 and staff will propose $40,000 be budgeted for FY 2019 and for FY 2020. The remaining as-needed budget will be funded by specific CIP and developer budgets detailed above. The Project Manager anticipates that the FY 2018 and, if approved, the FY 2019 and 2020 budgets will be sufficient to support the future professional As-Needed Environmental Services required. Finance has determined that, with approval of the future budgets, funding will be available from the General, Expansion, Betterment, and Replacement funds, as outlined in the individual CIP project budgets described above.   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 competitive rates, with a reputation for outstanding customer service.” LEGAL IMPACT: None. LCB/BK:jf 5 P:\WORKING\As Needed Services\Environmental\FY 2018-2020\Staff Report\BD_07-05-17_Staff Report_Award of As-Needed Environmental Services (LCB-BK).docx Attachments: Attachment A – Committee Action Attachment B – Summary of Proposal Rankings ATTACHMENT A SUBJECT/PROJECT: Various Award of Two (2) As-Needed Environmental Services Contracts for Fiscal Years 2018 through 2020 COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on June 20, 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, Project Understnading 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 Kevin Cameron 24 22 24 70 Bob Kennedy 24 20 23 67 Jeff Marchioro 22 20 22 64 Kent Payne 25 20 24 69 Chad Thompson 23 23 24 70 Kevin Cameron 23 23 25 71 Bob Kennedy 24 23 25 72 Jeff Marchioro 23 18 23 64 Kent Payne 24 23 25 72 Chad Thompson 21 21 22 64 Kevin Cameron 22 16 22 60 Bob Kennedy 20 18 21 59 Jeff Marchioro 18 15 19 52 Kent Payne 21 15 20 56 Chad Thompson 21 18 20 59 Kevin Cameron 27 23 27 77 12 13 7 8 40 Bob Kennedy 27 24 27 78 12 12 8 8 40 Jeff Marchioro 23 21 23 67 13 13 8 8 42 Kent Payne 29 24 28 81 13 13 8 8 42 Chad Thompson 24 22 25 71 12 12 8 8 40 Kevin Cameron 22 20 24 66 Bob Kennedy 20 18 21 59 Jeff Marchioro 17 18 21 56 Kent Payne 21 21 22 64 Chad Thompson 21 21 22 64 Kevin Cameron 23 20 23 66 Bob Kennedy 20 18 21 59 Jeff Marchioro 21 18 21 60 Kent Payne 21 18 21 60 Chad Thompson 21 17 20 58 Kevin Cameron 28 24 28 80 15 14 10 9 48 Bob Kennedy 26 23 26 75 13 13 8 9 43 Jeff Marchioro 26 22 26 74 14 15 9 9 47 Kent Payne 27 24 27 78 14 15 9 9 47 Chad Thompson 25 22 26 73 14 13 9 9 45 Kevin Cameron 28 23 28 79 13 15 8 10 46 Bob Kennedy 26 23 26 75 13 13 8 8 42 Jeff Marchioro 25 21 25 71 14 15 9 9 47 Kent Payne 27 24 25 76 14 14 9 9 46 Chad Thompson 27 24 27 78 13 14 9 9 45 Kevin Cameron 20 18 22 60 Bob Kennedy 20 18 21 59 Jeff Marchioro 20 18 21 59 Kent Payne 20 19 22 61 Chad Thompson 20 19 22 61 Kevin Cameron 25 21 24 70 Bob Kennedy 26 22 26 74 Jeff Marchioro 23 18 23 64 Kent Payne 27 22 25 74 Chad Thompson 22 20 23 65 Kevin Cameron 27 22 27 76 Bob Kennedy 25 21 24 70 Jeff Marchioro 25 21 25 71 Kent Payne 27 23 23 73 Chad Thompson 24 21 24 69 Summary of Rankings 69 69 6262 ISE Y 60 72Y Y 57 133 Excellent 60 RECON 72 69LSA69Y 72 60 ICF 76 12 Y 88 45 61 Helix 76 12 Y 88 46 134 Excellent Greenpole Research 61 Y 61 75 As-needed Environmental Services 2018-2020 BRG AECOM 7 Y 82 MAXIMUM POINTS ESA 68 TOTAL SCORE Y 57 68 Y 69 123 ORAL REFERENCES WRITTEN 68 69 Y 62Great Ecology 41 57EI Y:\Board\CurBdPkg\ENGRPLAN\2018\BD 07-05-17\As-Needed Services - Environmental (LisaC-B)\Attachment B_ 2018-2020 As-Needed Environmental Services - Summary of Proposal Rankings.xls