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