Loading...
HomeMy WebLinkAbout10-16-24 EO&WR Committee Packet1 OTAY WATER DISTRICT ENGINEERING, OPERATIONS, & WATER RESOURCES COMMITTEE MEETING and SPECIAL MEETING OF THE BOARD OF DIRECTORS 2554 SWEETWATER SPRINGS BOULEVARD SPRING VALLEY, CALIFORNIA BOARDROOM WEDNESDAY OCTOBER 16, 2024 9:00 A.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 JURISDICTION INCLUDING AN ITEM ON TODAY’S AGENDA DISCUSSION ITEMS 3.AWARD A PROFESSIONAL SERVICES CONTRACT FOR AS-NEEDED PLAN CHECKING AND RECYCLED WATER INSPECTION SERVICES TO WEST YOST & ASSOCIATES, INC. (WEST YOST) AND AUTHORIZE THE GENERAL MANAG- ER TO EXECUTE AN AGREEMENT WITH WEST YOST IN AN AMOUNT NOT- TO-EXCEED $850,000 FOR FISCAL YEARS 2025-2027 (ENDING JUNE 30, 2027) (BRANDON DIPIETRO) [5 MINUTES] 4.APPROVE TO INCREASE THE CIP P2631 BUDGET BY $174,500 (FROM $1,450,000 TO $1,624,500); AND AWARD A CONSTRUCTION CONTRACT TO UNIFIED FIELD SERVICES CORPORATION (UFSC) AND AUTHORIZE THE GENERAL MANAGER TO EXECUTE AN AGREEMENT WITH UFSC FOR THE 1004-2 & 1485-2 RESERVOIR INTERIOR/EXTERIOR COATING & UPGRADES PROJECT IN AN AMOUNT NOT-TO-EXCEED $1,304,694 (P2567 AND P2631) (LITO SANTOS) [5 MINUTES] 5.AWARD TWO (2) PROFESSIONAL SERVICE CONTRACTS FOR AS-NEEDED ENGINEERING DESIGN SERVICES AND AUTHORIZE THE GENERAL MANAG- ER TO EXECUTE TWO AGREEMENTS WITH NV5, INC. (NV5) AND WOOD RODGERS, INC. (WOOD RODGERS), EACH IN AN AMOUNT NOT-TO-EXCEED $800,000. THE TOTAL AMOUNT OF THE TWO CONTRACTS WILL NOT EX- CEED $800,000 DURING FISCAL YEARS 2025-2027 (ENDING JUNE 30, 2027) (LITO SANTOS) [5 MINUTES] 2 BOARD MEMBERS ATTENDING: Mark Robak, Chair Ryan Keyes All items appearing on this agenda, whether or not expressly listed for action, may be de- liberated 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 by contacting the District Secretary at (619) 670-2253. If you have any disability which would require accommodation in order to enable you to participate in this meeting, please call the District Secretary at 619-670-2253 at least 24 hours prior to the meeting. Certification of Posting I certify that on October 11, 2024, I posted a copy of the foregoing agenda near the regular meeting place of the Board of Directors of Otay Water District, said time being at least 24 hours in advance of the meeting of the Board of Directors (Government Code Section §54954.2). Executed at Spring Valley, California on October 11, 2024. /s/ Tita Ramos-Krogman, District Secretary STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: November 6, 2024 SUBMITTED BY: Brandon DiPietro Field Services Manager PROJECT NO./ SUBPROJECT: Various DIV. NO.ALL APPROVED BY: ☒Kevin Cameron, Engineering Manger ☒Michael Long, Chief, Engineering ☒Jose Martinez, General Manager SUBJECT: Award a Professional Services Contract for As-Needed Plan Checking and Recycled Water Inspection Services for Fiscal Years 2025 through 2027 GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) award a Professional Services contract for As-Needed Plan Checking and Recycled Water Inspection Services to West Yost & Associates, Inc. (West Yost) and to authorize the General Manager to execute an agreement with West Yost in an amount not- to-exceed $850,000 for Fiscal Years 2025-2027 (ending June 30, 2027). COMMITTEE ACTION: Please see Attachment A. PURPOSE: To obtain Board authorization for the General Manager to enter into a professional services contract for As-Needed Plan Checking and Recycled Water Inspection Services with West Yost in an amount not-to-exceed $850,000 for Fiscal Years 2025-2027. AGENDA ITEM 3 2 ANALYSIS: The District will require the services of an engineering consulting firm to provide As-Needed Plan Checking and Recycled Inspection Services in support of developer potable and recycled water projects and District services. The consultant assists the Public Services and Field Services Sections of the Engineering Department in performing plan check reviews for developer projects and recycled water site inspections. The plan checking services require the consultant to be a registered Civil Engineer (Project Manager) familiar with the District’s standards and procedures. The Project Manager will provide quality control for all plan reviews and recycled water site inspections. Services the consultant will perform are as follows: perform plan review activities necessary to evaluate general compliance with the District, San Diego Water Agencies’ Standards (SDWAS), Department of Environmental Health and Quality (DEHQ), and Division of Drinking Water (DDW) standards, as required for each plan received. The consultant will coordinate approval with the District, DEHQ, DDW, and developers, as required. The consultant will deliver the reviewed recycled water plan(s) to DEHQ for their evaluation and approval. The consultant will provide inspection for sites under construction along with annual and quadrennial testing and certification. The consultant will provide input on the District’s Cross Connection Control Plan. It is anticipated that the consultant will review approximately eighty (80) projects or more during the contract period. Over the same period, staff estimates the cost to perform this responsibility will not exceed $850,000. Since these services are as needed, the full amount of this contract may not be expended. On August 21, 2024, the District solicited for As-Needed Plan Checking and Recycled Water Inspection Services by placing an advertisement on the District’s website, on PlanetBids, and in the San Diego Daily Transcript. Two (2) firms submitted a letter of interest and a statement of qualifications. The Request for Proposal (RFP) for As-Needed Plan Checking and Recycled Water Inspection Services was sent to the two (2) firms, resulting in two (2) proposals received by Friday, September 6, 2024, from the following firms: • Bureau Veritas North America, Inc., San Diego, CA • West Yost & Associates, Inc., San Diego, CA 3 The two (2) submitted proposals were found to be responsive with respect to the District’s requirements. In accordance with the District’s Policy 21, staff evaluated and scored the written proposals of the two (2) firms on Tuesday, October 1, 2024. On October 2, 2024, the District conducted interviews via Microsoft Teams videoconferencing with the two (2) firms. The District has chosen to utilize one consultant for this contract due to the volume of plan checks and inspections expected. West Yost received the highest score for their services based on their experience, understanding of the scope of work, and proposed method to accomplish the work. West Yost was the most qualified, with the best overall rating or ranking. A summary of the complete evaluation is shown in Attachment B. West Yost submitted the Company Background Questionnaire, as required by the RFP, and staff did not find any significant issues. 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. West Yost’s project manager, listed in the proposal, has vast plan checking and project management experience. The District has historically utilized professional As-needed services to support the delivery of private developers’ potable and recycled water projects and to assist the District in staff augmentation when needed. FISCAL IMPACT: ☒ Joe Beachem, Chief Financial Officer Plan check, inspection, and project management services are an on-going effort provided by the District’s Public Services Section in support of District and developer projects. This expense is completely funded by developer deposits and does not affect the District’s operating budget. Use of as-needed services will also be used to assist District staff with drafting the Cross-Connection Handbook and to supplement District staff due to staff vacancies. Funds for assisting with the drafting of the Cross-Connection Handbook are included in the FY 2025 operating budget. The funding for supplementing District staff will be offset by labor vacancy savings. 4 STRATEGIC GOAL: This Project supports the District’s Mission statement, “To provide exceptional water and wastewater service to its customers, and to manage District resources in a transparent and fiscally responsible manner” and the General Manager’s Vision, "To be a model water agency by providing stellar service, achieving measurable results, and continuously improving operational practices.” GRANTS/LOANS: Not applicable. LEGAL IMPACT: None. BD/KC:jf Attachments: Attachment A – Committee Action Attachment B – Summary of Proposal Rankings ATTACHMENT A SUBJECT/PROJECT: Various Award a Professional Services Contract for As-Needed Plan Checking and Recycled Water Inspection Services for Fiscal Years 2025 through 2027 COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on October 16, 2024. The Committee supported the 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 by the Committee prior to presentation to the full Board. Qualifications of Team Responsiveness and Project Understand Technical and Management INDIVIDUAL SUBTOTAL - WRITTEN AVERAGE SUBTOTAL - WRITTEN Consultant's Commitment to DBE Additional Creativity and Insight Strength of Project Manager Presentation and Communication Skills Responses to Questions INDIVIDUAL TOTAL - ORAL AVERAGE TOTAL ORAL Proposed Rates*Total Score 30 25 30 85 85 Y/N 15 15 10 10 50 50 15 150 Poor/Good/ Excellent Mike O'Donnell 27 23 28 78 13 14 8 9 44 Lito Santos 28 23 27 78 14 14 9 10 47 Marciano Santos 28 23 27 78 14 14 9 10 47 Brandon DiPietro 28 23 26 77 13 14 9 9 45 Aaron Hazard 25 22 25 72 12 12 7 8 39 Mike O'Donnell 24 20 25 69 8 10 5 6 29 Lito Santos 22 18 23 63 11 11 7 7 35 Marciano Santos 26 20 25 71 12 12 7 8 39 Brandon DiPietro 26 20 22 68 10 10 7 6 33 Aaron Hazard 20 18 25 63 10 10 5 5 30 Consultant Weighted Rate Score West Yost $202 1 *The fees were evaluated by comparing the weighted rates for six positions. The sum of the weighted rates are noted on the Rates Scoring Chart. Bureau Veritas $149 15 Note: Review Panel does not see or consider rates when scoring other categories. Rates are scored by a staff member who is not on the Review Panel. REFERENCES Y 44 122 ORALWRITTEN Excellent77 SUMMARY OF PROPOSAL RANKINGSATTACHMENT B As-Needed Plan Check Services for Developer Potable and Recycled Water Projects - Fiscal Years 2025 and 2027 15 RATES SCORING CHART Bureau Veritas 67 Y 33 115 West Yost MAXIMUM POINTS 1 STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: November 6, 2024 SUBMITTED BY: Lito Santos Senior Civil Engineer PROJECT: P2567-001103 P2631-001103 DIV. NO.3 & 5 APPROVED BY: Beth Gentry, Engineering Manager Michael Long, Chief, Engineering Jose Martinez, General Manager SUBJECT: Approval to Increase the CIP P2631 Budget in an Amount of $174,500 and Award of a Construction Contract to Unified Field Services Corporation (UFSC) for the 1004-2 & 1485-2 Reservoir Interior/Exterior Coating & Upgrades Projects (P2567 and P2631) GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board): 1.Approve to increase the CIP P2631 budget by $174,500 (from $1,450,000 to $1,624,500); and 2.Award a construction contract to Unified Field Services Corporation (UFSC) and authorize the General Manager to execute an agreement with UFSC for the 1004-2 & 1485-2 Reservoir Interior/Exterior Coating & Upgrades Project in an amount not-to-exceed $1,304,694 (P2567 and P2631) (see Exhibits A-1 and A-2 for Project location). COMMITTEE ACTION: Please see Attachment A. PURPOSE: To increase the overall CIP P2631 budget in the amount of $174,500 (from $1,450,000 to $1,624,500) and to obtain Board authorization for the General Manager to enter a construction contract with UFSC for the 1004-2 & 1485-2 Reservoir Interior/Exterior Coating & Upgrades Project in an amount not-to-exceed $1,304,694. AGENDA ITEM 4 2 ANALYSIS: The 1004-2 Reservoir was originally constructed in 2004, and the interior and exterior coating and upgrades project was accepted in January 2024. After acceptance, the new safety climb bottom bracket was in conflict with the anti-climb door. Included in this work is the replacement of the 1004-2 Reservoir door hinge to extend the door sweep radius of the existing anti-climb door to clear the safety climb bottom bracket. The 1485-2 Reservoir is a 1.6 million-gallon (MG) potable water storage facility that serves portions of Jamul. The 1485-2 Reservoir was originally constructed in 2006 and has never been recoated. It is one of two storage facilities in the 1485 Pressure Zone. Service in the 1485 Zone, during the project, will be maintained by the 1485- 1 Reservoir. The District’s corrosion consultant maintains a Corrosion Control Program (CCP) that addresses the installation, maintenance, and monitoring of the corrosion protection systems for the District’s steel reservoirs and buried metallic piping. The CCP includes a reservoir maintenance schedule that shows the 1485-2 Reservoir is due for recoating on both the interior and exterior surfaces. An in- service internal and external inspection was performed by CSI Services, Inc., which illustrates the exterior coating is in fair condition, with areas of topcoat peeling and significantly weathering from chalking at the roof and shell. The interior inspection was in fair condition with rust defects mainly in the mechanical connections. The interior inspection report stated the Reservoir showed blisters and delamination on the tank floor and on the shell throughout the interior of the tank. In addition to the interior and exterior coating removal and replacement, the recommended structural and safety upgrades are as follows: replace the roof vent, install new D-rings and safety cable lanyards for roof access, replace the exterior ladder safety climb with extension bar, replace the razor wire on exterior latter, replace tank penetrations, replace the existing level indicator, replace interior rafters, replace seismic rods, replace cathodic anode handhole ports, replace cathodic anodes, replace cathodic reference cells, replace cathodic test box and wiring, install an OSHA compliant gate, and various other structural modifications. These upgrades will ensure compliance with the American Water Works Association (AWWA) and the Occupational Safety and Health Administration Standards for both federal (OSHA) and state (Cal- OSHA), as well as upgrade antiquated equipment on the tank. The Project was advertised on August 30, 2024, using the District’s online bid solicitation website, PlanetBids, on the Otay Water 3 District’s website, and in the Daily Transcript. Additionally, notifications of the Project being out for bid were emailed directly to fifty (50) contractors and plan rooms that previously worked for the District or local agencies conducting similar work. This is in addition to the notifications provided by PlanetBids to contractors in the Southern California area, with several hundred identified for the project classifications checked for this Project. PlanetBids provided electronic distribution of the Bid Documents, including specifications, plans, and addenda. An online Zoom Pre-Bid Meeting was held on September 17, 2024, which was attended by seven (7) contractors and vendors. Site visits were made available to the contractors on September 18, September 19, and September 24, 2024. Three (3) addenda were sent out to all bidders and plan houses to address questions and clarifications to the contract documents during the bidding period. The bids were publicly opened on-line via a Zoom meeting on October 3, 2024, with the following result: CONTRACTOR TOTAL BID AMOUNT 1 Unified Field Services Corporation Bakersfield, CA $1,304,694 2 Advanced Industrial Services, Inc Los Alamitos, CA $1,416,500 3 Paso Robles Tank, Inc. Hemet, CA $1,469,587 The Engineer's Estimate is $925,000. Unit costs were calculated from previous coating projects with bid escalation. The increase in unit prices received from all three (3) bidders was overall larger than the Engineer’s unit price forecast. A review of the bids was performed by District staff for conformance with the contract requirements and it was determined that UFSC was a responsive and responsible bidder. UFSC holds a Class A Contractor’s License in the State of California, which meets the contract document’s requirements and is valid through December 31, 2025. UFSC also holds a current QP-1 required certification from the Association for Materials Protection and Performance. UFSC submitted the Company Background and Company Safety Questionnaire, as required by the contract documents. The reference checks indicated a 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. The proposed Project Manager has experience in California on similar projects and received excellent recommendations. UFSC has previously worked with the District on the 1004-2 and 485-1 Reservoir Tank Coating projects, which were completed on time and on budget. 4 Staff verified that the bid bond provided by Nationwide Mutual Insurance Company is valid. Upon Board approval, Unified Field Services Corporation will sign the contract, furnish the performance bond and labor and materials bond, and staff will verify both bonds prior to fully executing the contract. FISCAL IMPACT: Joe Beachem, Chief Financial Officer The total budget for 1004-2 Reservoir Interior/Exterior Coating CIP P2567, as approved in the FY 2025 budget, is $1,375,000. Total expenditures, plus outstanding commitments and forecast, including this contract, are $1,362,718. Based on the Project Manager's review of the financial budget of P2567 is sufficient to support the Project. See Attachment B-1 for the budget detail. The total budget for 1485-2 Reservoir Interior/Exterior Coating CIP P2631, as approved in the FY 2025 budget, is $1,450,000. Total expenditures, plus outstanding commitments, and forecast, including this contract, are $1,624,500. The Project Manager anticipates that with a budget increase of $174,500, the CIP P2631 portion of the Project will be completed within the new budget amount of $1,624,500. See Attachment B-2 for the budget detail. The Finance Department has determined that, under the current rate model, an additional $174,500 in debt will be issued to fund the requested budget increase for the CIP P2631 project. The additional debt is projected to have a 0.01% rate impact on the FY 2026 rates. GRANTS/LOANS: Engineering staff researched and explored grants and loans and found none were available for this Project. STRATEGIC GOAL: This Project supports the District’s Mission statement, “To provide exceptional water and wastewater service to its customers, and to manage District resources in a transparent and fiscally responsible manner” and the General Manager’s Vision, "To be a model water agency by providing stellar service, achieving measurable results, and continuously improving operational practices." 5 LEGAL IMPACT: None. LS/BG:jf Attachments: Attachment A – Committee Action Attachment B-1 – Budget Detail – CIP P2567 Attachment B-2 – Budget Detail – CIP P2631 Exhibit A-1 – Project Location for 1004-2 Reservoir Exhibit A-2 – Project Location for 1485-2 Reservoir ATTACHMENT A SUBJECT/PROJECT: P2567-001103 P2631-001103 Approval to Increase the CIP P2631 Budget in an Amount of $174,500 and Award of a Construction Contract to Unified Field Services Corporation (UFSC) for the 1004-2 & 1485-2 Reservoir Interior/Exterior Coating & Upgrades Projects (P2567 and P2631) COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on October 16, 2024. 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 by the Committee prior to presentation to the full Board. ATTACHMENT B-1 – Budget Detail for P2567 SUBJECT/PROJECT: P2567-001103 P2631-001103 Approval to Increase the CIP P2631 Budget in an Amount of $174,500 and Award of a Construction Contract to Unified Field Services Corporation (UFSC) for the 1004-2 & 1485-2 Reservoir Interior/Exterior Coating & Upgrades Projects (P2567 and P2631) 10/3/2024 Budget 1,375,000 Planning Standard Salaries 39,675 39,675 - 39,675 Service Contracts 7,950 7,950 - 7,950 CSI SERVICES 50 50 PETTY CASH Total Planning 47,675 47,675 - 47,675 Design Standard Salaries 73,978 73,978 - 73,978 Service Contracts 47 47 0 47 DAILY JOURNAL CORPORATION Total Design 74,025 74,025 0 74,025 Construction Standard Salaries 122,383 122,383 - 122,383 Construction Contract 5,500 - 5,500 5,500 UNIFIED FIELD SERVICES CORP Construction Contracts 912,717 912,717 - 912,717 UNIFIED FIELD SERVICES CORP 18,810 18,810 - 18,810 ALYSON CONSULTING 250 250 - 250 CLARKSON LAB & SUPPLY INC 88,310 88,310 - 88,310 CSI SERVICES INC 548 548 - 548 NINYO & MOORE GEOTECHNICAL Infastructure Equipment & Materials 564 564 - 564 SUPERIOR READY MIX LP Security Services 20,000 - 20,000 20,000 WATCHLIGHT CORPORATION Service Contracts 582 582 - 582 ABC IMAGING 12,135 12,135 - 12,135 BARRETT ENGINEERED PUMPS 19,669 19,669 - 19,669 DAWSON COMPANY 27,724 27,724 - 27,724 FERGUSON ENTERPRISES INC #1083 3,897 3,897 - 3,897 FERGUSON WATERWORKS # 1083 301 301 - 301 GRAINGER INC 3,838 3,838 - 3,838 LINDE GAS & EQUIP 1,107 1,107 - 1,107 MCMASTER-CARR SUPPLY CO 2,682 2,682 - 2,682 SOUTHLAND PIPE CORP Total Construction 1,241,018 1,215,518 25,500 1,241,018 Grand Total 1,362,718 1,337,218 25,500 1,362,718 Consultant Contracts Supplier Contracts Vendor/Comments Otay Water District P2567 - 1004-2 Reservoir Interior/Exterior Coating Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost ATTACHMENT B-2 – Budget Detail for P2631 SUBJECT/PROJECT: P2567-001103 P2631-001103 Approval to Increase the CIP P2631 Budget in an Amount of $174,500 and Award of a Construction Contract to Unified Field Services Corporation (UFSC) for the 1004-2 & 1485-2 Reservoir Interior/Exterior Coating & Upgrades Projects (P2567 and P2631) 10/3/2024 Budget $ 1,450,000 Planning Standard Salaries 3,108 3,108 - 3,108 Service Contracts 3,975 3,975 - 3,975 CSI SERVICES - Total Planning 7,083 7,083 - 7,083 Design Standard Salaries 62,558 62,558 - 62,558 Total Design 62,558 62,558 - 62,558 Construction Standard Salaries 95,089 - 95,089 95,089 Construction Contract 1,299,194 - 1,299,194 1,299,194 UNIFIED FIELD SERVICES CORPORATION Service Contracts 35,000 - 35,000 35,000 CONSTRUCTION MANAGEMENT 58,000 - 58,000 58,000 COATING INSPECTION 5,000 - 5,000 5,000 WELDING INSPECTION 12,000 - 12,000 12,000 WATCHLIGHT 1,750 - 1,750 1,750 STRUCTURAL ENGINEER 1,250 - 1,250 1,250 CLARKSON LABORATORY Infrastrucutre Equipment & Materials 8,600 - 8,600 8,600 OT ELECTRICAL Project Contingency 38,976 - 38,976 38,976 3% CONTINGENCY Total Construction 1,554,859 - 1,554,859 1,554,859 Grand Total 1,624,500 69,641 1,554,859 1,624,500 Vendor/Comments Otay Water District P2631 - 1485-2 Reservoir Interior/Exterior Coating and Upgrades Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost OTAY WATER DISTRICT1004-2 RESERVOIR INT/EXT COATING & UPGRADES LOCATION MAP EXHIBIT A-1 C: \ U s e r s \ d o n a l d . b i e n v e n u e \ O t a y W a t e r D i s t r i c t \ E N G C I P - D o c u m e n t s \ P 2 5 6 7 1 0 0 4 - 2 R e s e r v o i r I n t - E x C o a t i n g & U p g r a d e s \ G r a p h i c s \ E x h i b i t s - F i g u r e s \ E x h i b i t A . m x d !\ VICINITY MAP PROJECT SITE DIV 5 DIV 1 DIV 2 DIV 4 DIV 3 ÃÅ54 ÃÅ125 ÃÅ94 ÃÅ905 §¨¦805 FNTS PROJECT SITE CIP P2567F 0 450225 Feet EUCALYPTUS ST IVY ST BU E N A V I S T A A V E LA P R E S A A V E ACCE S S R D Skyline Truck Trl Lyon s V a l l e y R d Ch a p a r r a l H e i g h t s R d L o m a E s t a t e s C t §¨¦805 ÃÅ125 ÃÅ94 ÃÅ905 VICINITY MAP PROJECT SITE DIV 5 DIV 1 DIV 2 DIV 4 DIV 3 ÃÅ54 !\ 0 500250 Feet CIP P2631 F EXHIBIT A-2 1485-2 RESERVOIR INTERIOR/EXTERIORCOATING & UPGRADES OTAY WATER DISTRICT C: \ U s e r s \ o r e a d y \ O t a y W a t e r D i s t r i c t \ E N G C I P - D o c u m e n t s \ P 2 6 3 1 1 4 8 5 - 2 R e s e r v o i r - I n t e r i o r - E x t e r i o r C o a t i n g \ G r a p h i c s \ E x h i b i t s - F i g u r e s \ E x h i b i t A - P 2 6 3 1 . a p r x F NTS 1485-2 RESERVOIR PROJECT SITE STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: November 6, 2024 SUBMITTED BY: Kevin Cameron Engineering Manager PROJECT: Various DIV. NO. All APPROVED BY: Michael Long, Chief, Engineering Jose Martinez, General Manager SUBJECT: Award of Two (2) Professional Services Contracts for As-Needed Engineering Design Services to NV5, Inc. and Wood Rodgers, Inc. for Fiscal Years 2025-2027 GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) award two (2) professional service contracts for As-Needed Engineering Design Services and to authorize the General Manager to execute two agreements with NV5, Inc. (NV5) and Wood Rodgers, Inc. (Wood Rodgers), each in an amount not-to-exceed $800,000. The total amount of the two (2) contracts will not exceed $800,000 during Fiscal Years 2025-2027 (ending June 30, 2027). COMMITTEE ACTION: Please see Attachment A. PURPOSE: To obtain Board authorization for the General Manager to enter into two (2) professional services contracts for As-Needed Engineering Design Services with NV5 and Wood Rodgers, with each contract in an amount not-to-exceed $800,000 for Fiscal Years 2025-2027. The total amount of the two (2) contracts will not exceed $800,000 during Fiscal Years 2025-2027. AGENDA ITEM 5 2 ANALYSIS: The District will require the services of two (2) professional engineering design consultants on an as-needed basis in support of Capital Improvement Program (CIP) projects for Fiscal Years 2025- 2027. It is more efficient and cost effective to issue as-needed contracts for engineering design, which will provide the District with the ability to obtain consulting services in a timely and efficient manner. This concept has also been used in the past for engineering design and other disciplines, such as construction management, geotechnical, electrical, and environmental services. 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 CIP projects anticipated to require as-needed engineering design services for Fiscal Years 2025-2027 at this time are listed below: CIP DESCRIPTION ESTIMATED COST P2460 I.D. 7 Trestle and Pipeline Demolition $100,000 P2630 624-3 Reservoir Automation of Chemical Feed System (w/ P2710) $110,000 P2674 System Pressure Reducing Program $30,000 P2685 980/711 PRS Renovation - Proctor Valley Rd $130,000 P2687 PL - Steele Canyon Rd Bridge 803 PZ 20-inch WL Renovation $90,000 P2710 Conversion of the 803-4 Reservoir Disinfection System to LAS (w/ P2630) $70,000 S2050 Rancho San Diego Basin Sewer Rehabilitation - Phase 2 $160,000 S2079 PL - Steele Canyon Rd Bridge 6-inch Sewer FM Renovation $60,000 TOTAL: $750,000 3 Staff believes that an $800,000 cap on each of the As-Needed Engineering Design Services contracts is adequate, while still providing a buffer for any unforeseen tasks. Fees for professional services will be charged to the CIP projects. The As-Needed Engineering Design Services contracts do not commit the District to any expenditure until a task order is approved to perform the work. The District does not guarantee work to the consultants, nor does the District guarantee to the consultants that it will expend all the funds authorized by the contract on professional services. The District solicited engineering design services by placing an advertisement on the Otay Water District’s website and using PlanetBids, the District’s online bid solicitation website, on May 22, 2024. The advertisement was also placed in the Daily Transcript. Nine (9) firms submitted a Letter of Interest and a Statement of Qualifications. The Request for Proposal (RFP) for Engineering Design Services was sent to all nine (9) firms, resulting in seven (7) proposals received on July 2, 2024. Proposals were received from the following firms: • Burns & McDonnell (La Jolla, CA) • Dexter Wilson (Carlsbad, CA) • Lee & Ro (San Diego, CA) • KWC Engineers (Corona, CA) • NV5 (San Diego, CA) • Richard Brady & Associates (San Diego, CA) • Wood Rodgers Company (San Diego, CA) Firms that submitted Letters of Interest (LOI), but did not propose were Kimley-Horn and Horrocks Engineers. In accordance with the District’s Policy 21, staff evaluated and scored all written proposals scheduled interviews for the top four (4) firms on September 10, 2024. On Thursday, September 5, 2024, Lee & Ro notified the District they would be dropping out of the selection process due to a lack of available staff. Staff continued the interview process with the three (3) remaining firms. NV5 and Wood Rodgers 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. Both consultants have provided similar services to the District as well as other local agencies and are readily available to provide the services required. A summary of the complete evaluation is shown in Attachment B. 4 NV5 and Wood Rodgers completed the Company Background Questionnaire, as required by the RFP, and staff did not find any significant issues. In addition, staff checked their references and performed an internet search on the company. Staff found the references to be excellent and did not find any outstanding issues with the internet search. FISCAL IMPACT: Joe Beachem, Chief Financial Officer The funds for these contracts will be expended on a variety of projects, as previously noted above. These contracts are for as- needed professional services based on the District's need and schedule, and expenditures will not be made until a task order is approved by the District for the consultant's services on a specific CIP project. Based on a review of the financial budget, the Project Manager anticipates that the budgets will be sufficient to support the professional as-needed consulting services required for the CIP projects noted above. The Finance Department has determined that the funds to cover these contracts will be available as budgeted for these projects. STRATEGIC GOAL: This Project supports the District’s Mission statement, “To provide exceptional water and wastewater service to its customers, and to manage District resources in a transparent and fiscally responsible manner” and the General Manager’s Vision, "To be a model water agency by providing stellar service, achieving measurable results, and continuously improving operational practices." GRANTS/LOANS: Not applicable. LEGAL IMPACT: None. KC/ML:jf Attachments: Attachment A – Committee Action Attachment B – Summary of Proposal Rankings ATTACHMENT A SUBJECT/PROJECT: Various Award of Two (2) Professional Services Contracts for As- Needed Engineering Design Services to NV5, Inc. and Wood Rodgers, Inc. for Fiscal Years 2025-2027 COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on October 16, 2024. The Committee supported Staff's recommendation. NOTE: The “Committee Action” is written in anticipation of the Committee moving the item forward for Board approval. This report will be sent to the Board as a Committee approved item, or modified to reflect any discussion or changes as directed from the Committee prior to presentation to the full Board. Qualifications of Team Responsiveness and Project Understanding Technical and Management Approach INDIVIDUAL TOTAL - WRITTEN AVERAGE WRITTEN TOTAL Consultant's Commitment to DBE Additional Creativity and Insight Strength of Project Manager Presentation & Communication Skills Responses to Questions INDIVIDUAL TOTAL - ORAL AVERAGE ORAL TOTAL TOTAL SCORE WITHOUT FEE Proposed Fee TOTAL SCORE 30 25 30 85 85 Y/N 15 15 10 10 50 50 135 15 150 Poor/Good/ Excellent Jeff Marchioro 23 15 21 59 Lito Santos 21 18 21 60 Hector Licon 24 22 24 70 Brandon DiPietro 22 20 23 65 Kevin Cameron 24 20 25 69 Jeff Marchioro 23 21 21 65 Lito Santos 22 19 22 63 Hector Licon 25 23 25 73 Brandon DiPietro 24 21 23 68 Kevin Cameron 25 23 24 72 Jeff Marchioro 22 19 20 61 Lito Santos 21 19 21 61 Hector Licon 26 23 25 74 Brandon DiPietro 27 21 24 72 Kevin Cameron 23 20 24 67 Jeff Marchioro 25 21 25 71 Lito Santos 25 21 22 68 Hector Licon 27 23 26 76 Brandon DiPietro 23 21 23 67 Kevin Cameron 25 21 25 71 Jeff Marchioro 28 24 29 81 14 13 9 8 44 Lito Santos 30 24 28 82 15 15 9 9 48 Hector Licon 28 24 28 80 14 14 8 9 45 Brandon DiPietro 27 22 24 73 12 14 10 8 44 Kevin Cameron 28 24 28 80 14 14 9 8 45 Jeff Marchioro 25 21 26 72 13 12 8 7 40 Lito Santos 23 19 22 64 10 11 7 7 35 Hector Licon 27 23 27 77 13 12 8 8 41 Brandon DiPietro 25 21 22 68 10 11 10 8 39 Kevin Cameron 27 23 27 77 12 13 8 8 41 Jeff Marchioro 29 24 29 82 14 14 10 9 47 Lito Santos 29 23 29 81 15 15 10 9 49 Hector Licon 28 24 28 80 14 14 9 9 46 Brandon DiPietro 28 23 26 77 14 14 10 8 46 Kevin Cameron 27 24 28 79 14 15 9 8 46 Notes: Consultant Fee Score 1. Review Panel does not see or consider proposed fee when scoring other categories. The proposed fee is scored by Engineering staff not on the Review Panel. Burns and McDonnell $229 1 2. The fees were evaluated by comparing weighted rates for seven catagories. The sum of these 7 rates are noted on the table to the left. Dexter Wilson $155 14 KWC Engineers $150 15 Lee and RO $196 7 NV5 $157 14 Richard Brady & Associates $167 12 Woods Rodgers $183 9 FIRM NOT INTERVIEWED FIRM NOT INTERVIEWED FIRM NOT INTERVIEWED DROPPED OUT DUE TO STAFF AVAILABILITY ExcellentY471279136 39 111 12 123 45 124 14 138 Excellent 71 7 78 67 15 82 FEE SCORING CHART Burns McDonell KWC Engineers 67 Y Lee and RO 71 Y NV5 79 Y Richard Brady & Associates 72 Y Woods Rodgers 80 165 66 8268 MAXIMUM POINTS Dexter Wilson ATTACHMENT BSUMMARY OF PROPOSAL RANKINGS As-Needed Engineering Design Services - Fiscal Years 2025 - 2027 WRITTEN ORAL 14 REFERENCES 68 Y 65 Y