To watch the live meeting proceedings, please refresh this page at the scheduled meeting time, a link labeled "In Progress" will appear under the Video column
File #: 22-0790    Version: 1
Type: Agenda Item Status: Adopted
File created: 8/23/2022 In control: Procurement Committee
On agenda: 9/1/2022 Final action: 9/1/2022
Title: Issue purchase order and enter into an agreement for Contract 22-RFP-06 Professional Engineering Services to Design New Activated Sludge Battery for the O’Brien Water Reclamation Plant for a five-year period with AECOM Technical Services, Inc. in an amount not to exceed $9,002,600.00, Account 401-50000-612450, Requisition 1572263
Attachments: 1. Contract 22-RFP-06 Appendix A - AECOM Technical Services, Inc

TRANSMITTAL LETTER FOR BOARD MEETING OF SEPTEMBER 1, 2022

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Issue purchase order and enter into an agreement for Contract 22-RFP-06 Professional Engineering Services to Design New Activated Sludge Battery for the O’Brien Water Reclamation Plant for a five-year period with AECOM Technical Services, Inc. in an amount not to exceed $9,002,600.00, Account 401-50000-612450, Requisition 1572263

Body

 

Dear Sir:

 

Authorization is requested to issue a purchase order and enter into an agreement with AECOM Technical Services, Inc. (AECOM) for professional engineering services to design a new activated sludge battery for the O’Brien Water Reclamation Plant (OWRP) for a five-year period.

 

The objective of the contract is to provide professional engineering services to design a new activated sludge battery (Battery E) at the OWRP. The new Battery E facility is required to meet a new total phosphorus effluent limit in the National Pollution Discharge Elimination System permit for OWRP, which begins August 1, 2027. The Battery E facility shall consist of an aeration tank battery, final settling tanks, and other supporting structures. The facility shall be designed to provide the maximum tankage amount that will fit in the available space in the southwest corner of the OWRP. The aeration tank battery shall have a portion of its tankage dedicated to side stream enhanced biological phosphorus removal (S2EBPR), and the remainder shall be conventional activated sludge aeration tanks. The contract shall consist of both pre-construction design services and post-award design services.

 

On March 16, 2022, request for proposal (RFP) for Contract 22-RFP-06 Professional Engineering Services to Design New Activated Sludge Battery (RFP) for the OWRP was publicly advertised. On May 20, 2022, the District received three responsive proposals from the following vendors: AECOM; Black & Veatch Corporation; and Greeley and Hansen LLC.

 

The proposals were evaluated by staff from the Engineering, Maintenance and Operations, and Procurement and Materials Management Departments. The criteria for these evaluations were outlined in the RFP and included: understanding of the project; approach to the work; technical competence; financial stability; compliance with insurance and licensure requirements; and cost.

 

Following the preliminary evaluation of proposals, excluding cost, all three proposers were deemed to be finalists and were interviewed on June 10, 2022. A solicitation was sent to each of the finalists on June 21, 2022, requesting an unqualified best and final offer (BAFO). The BAFOs were returned to the Director of Procurement and Materials Management on June 27, 2022.

 

Based on the evaluation of proposals, finalist interviews and pricing, the Engineering Department recommends AECOM Technical Services, Inc. as the selected vendor. AECOM is an international engineering design firm with industry leading expertise in the design of wastewater treatment facilities. It has significant experience with the side stream enhanced biological phosphorous removal (S2EBPR) process. When designing the new activated sludge battery at OWRP, incorporating the S2EBPR process will be essential to meet the phosphorous limits in the new NPDES permit limits for OWRP. AECOM also has significant experience working with the District, as it has designed 11 large scale facilities at various District plants.

 

Deliverables to be provided under this agreement include:

 

▪ Preliminary Design Report

▪ Technical Memorandums

▪ Design Engineering Calculations

▪ 60% and 98% Design Level Plans, Specifications, Construction Schedule, and Estimate

▪ Ready-to-Advertise Plans, Specifications, and Construction Estimate

▪ Addenda and Conformed Plans and Specifications

▪ Post Award Design Services

 

The total estimated man-hours required for the work is 37,925.

 

AECOM shall be utilizing the following Affirmative Action subconsultants with status and participation percentage listed below:

 

▪ Primera Engineers, Ltd., WBE/SBE 10%

▪ Rubinos & Mesia Engineers, Inc., MBE 10%

▪ DB Sterlin Consultants, Inc., MBE 5%

▪ FluidClarity, Ltd., MBE/SBE, 5%

▪ Orion Engineers, PLLC, VBE, 3%

 

The Diversity Section has reviewed the Agreement and has concluded that AECOM is in accordance with the District’s Affirmative Action Policy.

 

Inasmuch as the firm of AECOM Technical Services, Inc. possesses of a high degree of professional skill, it is recommended that the Director of Procurement and Materials Management be authorized to issue a purchase order and enter into an agreement per Section 11.4 of the Purchasing Act, in an amount not to exceed $9,002,600.00.

 

Funds are available in Account 401-50000-612450.

 

Requested, Catherine A. O’Connor, Director of Engineering, GMR:PO’B

Recommended, Darlene A. LoCascio, Director of Procurement and Materials Management

Respectfully Submitted, Barbara J. McGowan, Chairman Committee on Procurement

Disposition of this agenda item will be documented in the official Regular Board Meeting Minutes of the Board of Commissioners for September 1, 2022

 

Attachment