Print Reading Mode Back to Calendar Return
  Consent-Community Services   # 20.       
Board of Supervisors   
Meeting Date: 10/09/2018  
Brief Title:    Construction Quality Assurance Services for the Landfill
From: Taro Echiburu, Director, Department of Community Services
Staff Contact: Jeff Kieffer, Sr. Civil Engineer, Department of Community Services, x8855
Supervisorial District Impact:

Subject
Approve amendments to agreements with Golder Associates and Geo-Logic Associates for construction quality assurance services for the landfill to increase maximum compensation to $892,181 and $511,608, respectively. (No general fund impact) (Echiburú/Kieffer)
Recommended Action
  1. Approve first amendment to Agreement No. 17-176 with Golder Associates (Golder) to revise the scope of services to include construction quality assurance for the closure of Waste Management Units (WMUs) 4 and 5 and construction of WMU 6F at the landfill, increasing the total agreement amount to $892,181; and

  2. Approve first amendment to Agreement No. 17-177 with Geo-Logic Associates (Geo-Logic) to revise the scope of services to include construction quality assurance for the expansion of WMU G at the landfill, increasing the total agreement amount to $511,608; and

  3. Authorize the Chair of the Board of Supervisors to sign the amendments.
Strategic Plan Goal(s)
Operational Excellence
Sustainable Environment
Reason for Recommended Action/Background
On June 6, 2017 the Board approved the initial agreements with Golder and Geologic for engineering design and construction quality assurance services for the landfill.  These agreements were the result of a competitive Request for Proposal (RFP) process with both firms being ranked favorably and awarded their respective agreements.  Included in these agreements were the design of the landfill’s next module, WMU 6F (Golder) and expansion of one of the landfill’s liquid surface impoundments, WMU G (Geo-Logic).  The designs for these projects are nearly complete and construction is scheduled for next summer.  Additionally, last year county staff completed the design for the closure of WMU 4 and 5, which is also scheduled for construction next summer.  Around the first of the year, staff will be returning to the board to seek approval of each project along with financing and authorization to seek competitive bids.

With each of these projects, Title 27 of the California Code of Regulations requires that an independent third party provide the construction quality assurance (inspection to assure that the project is constructed in accordance with the plans and specifications).   Major items of work with each of these projects include placement and compaction of soil and installation of geomembranes (thick plastic), all with the primary purpose of protecting the groundwater from contamination.

With Golder designing the WMU 6F project and Geo-Logic the WMU G project, they are a logical choice to continue the work on these projects by ensuring they are constructed in accordance with the plans and specifications.   For the closure of WMU 4 and 5, staff contacted both firms and provided them copies of the plans, specifications and construction quality assurance plan.  A proposal and cost estimate was received from both firms with the cost estimates being nearly identical and the proposals demonstrating both firms are qualified to perform the work.  Golder was selected primarily due to the spatial proximity between the WMU 6F and WMU 4 and 5 projects and the possibility the soil placement activities could impact one another.  Additionally, the work scopes between the two projects are very similar and staff from one project could support and supplement the other, leading to overall cost savings. 

Both Golder and Geo-Logic have successfully performed similar construction quality assurance services at the landfill over the last 20 years and staff is confident in each firm’s abilities.
Collaborations (including Board advisory groups and external partner agencies)
County Counsel has reviewed the amendments as to form.
Competitive Bid Process
On March 24, 2017 the County issued a Request for Proposals (RFP) seeking qualified firms to assist the Division in completing a number of upcoming design and construction quality assurance projects at the landfill.  A pre-proposal meeting was held at the landfill to discuss each of the tasks and go over any questions consultants might have.  Four consultants attended this pre-proposal meeting.  Golder and Geo-Logic were the only two firms to submit proposals by the April 27th due date.

A three-person review committee composed of division staff ranked the proposals based on the criteria included in the RFP.  Both Golder and Geo-Logic submitted well-written proposals that demonstrated their firms’ capabilities as well as a thorough understanding of the projects and reasonable cost estimates to complete them.  With more than one project occurring simultaneously, and two well-qualified candidates, division staff explored the possibility of a partial award to each of the firms.  Discussions with the Purchasing Division as well as County Counsel’s office indicated that a partial award to each consultant was an option.  Staff then discussed this with each of the consultants, who were also agreeable. 

Proposals were evaluated based on the following criteria:
                1). Reasonableness of Costs (15 points)
                2). Qualifications and Experience (15 points)
                3). Demonstration of Successfully Completing Similar Past Projects (10 points)
                4). Demonstrated Competence (10 points)
                5). Demonstration of Adequate Staffing to Complete the Projects (10 Points)
                6). Customer References (10 points)
                7). Exceptions to Sample Agreement (10 points)
                8). Quality and Completeness of Submitted Proposal (10 points)
                9). Proposer’s Concept & Understanding of the goals and intent of the project. (10 points)

Geo-Logic received an average score of 93 from the review committee and Golder received an average score of 90.  Both Golder and Geo-Logic have successfully performed similar construction quality assurance services at the landfill over the last 20 years and staff is confident in each firm’s abilities.

Fiscal Impact
Fiscal impact (see budgetary detail below)
Fiscal Impact (Expenditure)
Total cost of recommended action:    $   360,000
Amount budgeted for expenditure:    $   360,000
Additional expenditure authority needed:    $   0
On-going commitment (annual cost):    $  
Source of Funds for this Expenditure
$360,000
Explanation (Expenditure and/or Revenue)
Further explanation as needed:
The total fiscal impact for these two contract amendments is $882,520.  The anticipated expenditures in 2018-19 are approximately $360,000, which is currently included in the 2018-19 Sanitation Enterprise budget.  The remaining funds necessary to complete the work under these two agreements will be included in the 2019-20 budget.
Attachments
Att. A. Golder Amendment
Att. B. Geo-Logic Amendment

Form Review
Inbox Reviewed By Date
Financial Services Tom Haynes 10/01/2018 12:50 PM
County Counsel cscarlata 10/03/2018 09:04 AM
Form Started By: Jeff Kieffer Started On: 09/20/2018 07:00 AM
Final Approval Date: 10/03/2018

    

Level double AA conformance,
                W3C WAI Web Content Accessibility Guidelines 2.0

AgendaQuick ©2005 - 2024 Destiny Software Inc. All Rights Reserved.