SR-12-17-2013-3DCity Council Meeting: December 17, 2013
Agenda Item: 3-D
To: Mayor and City Council
From: Martin Pastucha, Director of Public Works
Subject: Professional Services for Annual Water Main Replacement/Upgrade
Project
Recommended Action
Staff recommends that the City Council:
1. Authorize the City Manager to negotiate and execute a professional services
agreement with Cannon Corporation, a California -based company, in an amount
not to exceed $264,820 (includes a 10% contingency) to provide engineering
design services, develop construction documents and provide engineering
support during construction phase of the Annual Water Main
Replacement /Upgrade Project.
2. Authorize the Director of Public Works to issue any necessary modifications to
complete additional work within budget authority.
Executive Summary
The Annual Water Main Replacement/Upgrade Project will replace and construct
approximately 9,000 feet of water distribution pipelines at various locations to ensure an
adequate and reliable supply of water to customers. This program is based on a long-
term replacement and /or upgrading plan for water mains based on age, condition and
capacity demands. Staff recommends Cannon Corporation to provide engineering
design services, develop construction documents and provide engineering support
during construction phase of the project for an amount not to exceed $264,820.
Discussion
The City operates and maintains a 250 mile network of water distribution mains with
pipelines sizes ranging from 6 to 36 inches. The City's water system serves over
86,000 residential and business customers providing 12 million gallons of water per day.
In 2011, the Water Resources Division developed a business case evaluation study to
identify and prioritize the aged cast iron water mains. The study focuses on oldest cast
1
iron pipe installations built prior to 1970s. The study provides cost and likelihood of
potential water main breaks while making recommendations to replace and upgrade the
aged water mains throughout the city. Staff also reviewed maintenance records to
identify the most problematic areas where unexpected low water pressure occurs. Low
pressure in the old cast iron pipes is typically caused by rusty built up preventing water
flow which affects the water quality as well. Based on this information, a list of priority
water distribution system improvements was produced to implement the replacement
and upgrade of water main at the following locations, for a total of approximately 9,000
linear feet of water main;
• Olympic Blvd. from 12th Court to Lincoln Blvd.
Lincoln Court from Olympic Blvd. to Colorado Ave.
Olympic Blvd. (north side) from 17th St. to 19th St.
® Olympic Blvd. (south side) from 17th St. to 21St St.
• 18th Court from Olympic Blvd. to 1 -10 Freeway
• Pennsylvania Ave. from 21St St. to 22 "d St.
• Euclid Court from California Ave. to Wilshire Blvd.
16th Court from Broadway to Santa Monica Blvd.
® 20th Court from Wilshire Blvd. to Arizona Ave.
Ocean Ave. from California Ave. to Wilshire Blvd.
® New Waterline at Olympic Blvd. from 26th St. to Stewart St.
Consultant Selection
On October 21, 2013, the City issued a Request for Proposal (RFP) to engineering
design services, develop construction documents and provide engineering support
during construction phase for the Annual Water Main Replacement/Upgrade Project.
The RFP was posted on the City's online bidding site. A total of 51 firms obtained the
RFP package. On November 1, 2013, twelve proposals were received. A selection
committee consisting of staff from the Civil Engineering Division and Water Resources
Division reviewed the proposals. The selection criteria included the firm's technical
P:
competence, understanding of the project's scope, direct experience on similar projects,
approach to the work, qualifications of the proposed staff, staffing capabilities to meet
the desired time frames, and cost of services. On November 11, 2013, the selection
committee interviewed the four highest ranked firms: Cannon Corporation, Kabbara
Engineering, MNS Engineers, and SA Associates. Based on the selection criteria,
Cannon Corporation is recommended as the best qualified firm to provide design
services for this project. Cannon Corporation demonstrated extensive knowledge,
experience, and previous successful projects on water main replacement in urban and
coastal municipalities including the cities of Beverly Hills, Manhattan Beach, and Santa
Monica. Cannon Corporation also demonstrated through past projects its ability to offer
experienced design teams that can complete project designs in an expeditious manner
and at competitive hourly rates.
The design phase would be complete in six to eight months. The construction phase is
expected to start in fall of 2014 for duration of six to eight months. The expected scope
of work for Cannon Corporation includes but not limited to following;
• Utility Research, Site Reconnaissance and Detailed Utility Verification
• Topographic Survey
• Preliminary Engineering and Preliminary Alignment Exhibits
• Design and Construction Plans and Specifications
• Permits
• Traffic Control Plans
• Opinion of Construction Cost
• Construction Support
• Field Visits and Bi- Weekly Construction Progress Meetings
• Record Drawing Preparation
3
Financial Impacts and Budget Actions
The professional services agreement to be awarded to Cannon Corporation is for an
amount not to exceed $264,820 (includes a 10% contingency). Funds are available in
the FY 2013 -14 Capital Improvement Program budget in the following accounts:
Account No. Description FY13 -14
C250136.589000 Water Main Replace. by Contractor $201,220
0259043.589000 Water Main Replace. by Contractor - Olympic Loop $63,600
Total Funds Available $264,820
Prepared by: Selim Eren, Civil Engineer
Approved:
6 -4 )-z4:L
Martin Pastucha
Director of Public Works
Attachment: 1 — Project Location Map
51
Forwarded to Council:
Rod Gould
City Manager
s
U
a
N
d
ro �
e N
a L ✓
N E c N
ro E a°
�
o � o
'u a,
'S
-- l
C
� 6 siw
YI S'
a
LL
z
C7
Reference:
Contract No. 9846
(CCS)