Loading...
SR-1000-008 (2) EPWM: CP: AA: SL: DB \SP1609\CC1609.doc Santa Monica, California Council Meeting: March 28, 2000 TO: Mayor and City Council FROM: City Staff SUBJECT: Recommendation to Authorize the City Manager to Negotiate and Execute a Professional Services Contract with CH2M HILL Inc. for Program Management Services for the Santa Monica Big Blue Bus Facility Expansion Introduction This report recommends that the City Council authorize the City Manager to negotiate and execute a professional services contract with CH2M HILL Inc., in an amount not to exceed $2,175,000 for program management of the Santa Monica Big Blue Bus Facility Expansion (BBB) and approve $325,000 in contingency funds for the contract. Background The BBB’s Service Improvement Plan, adopted by City Council on February 25, 1997, calls for increasing the bus fleet by 25%. This growth will require additional space to properly house and sustain the increased number of buses, drivers, support personnel and workspace needed. The BBB fleet is expected to grow from 153 to 205 buses within the next two years with the expansion of service. Three years ago the City retained the Consulting team of RNL Design (RNL) to prepare a master plan for improvements to the BBB facilities. RNL assessed the condition of the existing buildings and site utilities and developed a preferred scheme for the facility expansion. 1 The planned improvements to the BBB site include a new fuel island and bus wash facility that will accommodate Liquefied Natural Gas (LNG) for buses, Compressed Natural Gas (CNG) for fleet vehicles, diesel and unleaded gasoline; a new energy efficient Maintenance Building expansion; remodeling and seismic upgrades to the existing Administration Building; and construction of a parking structure and leased office space. Discussion On September 21, 1999, a Request for Qualifications (RFQ) was issued to twenty- seven qualified consulting firms for program management of the BBB Expansion. On October 21, 1999, eight proposals were received from Black and Veatch Corporation, Harris and Associates, Carter-Burgess, Bovis Construction Corporation, The JCM Group, Daniel Mann Johnson and Mendenhall, O’Brien Kreitzberg/STV Incorporated and CH2M HILL Inc. A selection committee consisting of a Senior Civil Engineer, a Civil Engineer, the BBB Maintenance Manager and the BBB Facilities Maintenance Manager evaluated the proposals and developed a short list of five firms to interview. The selection criteria included the firm’s understanding of the project’s scope; direct experience with large complex multi-functional projects; approach to work; technical competence and qualifications of the proposed staff; ability to meet the desired time frames; cost of services; and innovative design capabilities. 2 The program manager will be responsible for coordinating the selection of the architectural and engineering firm, obtaining Board Commission approvals, reviewing design documents, managing construction, scheduling tasks, phasing work, project start up, and warranty administration. The estimated duration of this contract is three years from contract execution. Staff recommends CH2M HILL Inc. to perform program management services for the BBB Expansion Project because it has had extensive experience with similar large multi-functional projects for other public agencies. In addition, CH2M HILL proposed a schedule that was closely aligned with the project completion goals, proposed the option of a design-build approach on individual components of the project, and suggested the use of "partnering" the project team to expedite project delivery. Staff contacted references for CH2M HILL Inc. regarding previous project experience. Their projects have included the Foothill Transportation Corridor for the County of Orange; the Port of Hueneme Terminal and Multimodal Expansion Project for Oxnard Harbor District; State Route 91 improvements for the California Department of Transportation; and a hazardous waste facility at the Marine Corps Air Station (MCAS), El Toro facility. The representatives of agencies contacted commended the CH2M HILL Inc. team as being very knowledgeable and competent, professional and able to perform within project timelines, manage budgets and control costs. 3 Budget/Financial Impact Funds required for the program management of the BBB expansion are: Contract……………..……………………………$2,175,000 Contingency…………………………………… $ 325,000 TOTAL FUNDS REQUIRED $2,500,000 Funds are available in the amount of $2,500,000 in Account No. C41010499.589000, “Transportation Facility Improvements.” Recommendation Staff recommends that the City Council: 1. Authorize the City Manager to negotiate and execute a professional services contract for program management of the BBB facility expansion with CH2M HILL Inc. in an amount not to exceed $2,175,000 and approve $325,000 in contingency funds for the contract; and 2. Authorize the City Engineer to issue any necessary modifications to the contract to complete additional work within budget authority. Prepared by: Craig Perkins, Director of Environmental and Public Works Mgmt. Anthony Antich, P.E., City Engineer John Catoe, Director of the BBB Roy Neva, Facilities Maintenance/Vehicle Eng. Manager Dave Britton, P.E., Sr. Civil Engineer Spiros A. Lazaris, P.E., Project Manager 4 5