Loading...
SR 08-08-2017 3B City Council Report City Council Meeting: August 8, 2017 Agenda Item: 3.B 1 of 5 To: Mayor and City Council From: Susan Cline, Director, Public Works, Water Resources Subject: Award Contracts for Sewer Lateral Connection Lining and Repairs Recommended Action Staff recommends that the City Council: 1. Award Bid #4287 to Robotic Sewer Solutions, Inc., a California-based company; and Southwest Pipeline and Trenchless Corporation, a California-based company, for sewer lateral connection lining and repairs; 2. Authorize the City Manager to negotiate and execute an agreement with Robotic Sewer Solutions, Inc., for a total amount not to exceed $300,000 over a three- year period, with future year funding contingent on Council budget approval. 3. Authorize the City Manager to negotiate and execute an agreement with Southwest Pipeline and Trenchless Corporation, for a total amount not to exceed $300,000 over a three-year period including a 6% increase in year 3, with future funding contingent on Council budget approval. Executive Summary To assist in maintaining Santa Monica's 152 miles of sanitary sewer system pipelines, the City contracts out trenchless sewer pipe lining and repair services. Three bids for providing sewer lateral connection lining and repair services were received in response to a City request for bids issued in June 2017. To ensure responsiveness and lower costs, staff recommends splitting the bid award between Robotic Sewer Solutions, Inc. and Southwest Pipeline and Trenchless Corporation. Robotic Sewer Solutions, Inc. offered the best overall pricing, but requires a minimum of 24 hours’ notice for service calls, while Southwest Pipeline and Trenchless Corporation offered the second best pricing with a four-hour response time. In order to minimize sewage leaks and job costs, both contractors would be awarded contracts to perform sewer pipe lining and repair services not to exceed $300,000 over a three-year period. Jobs would be scheduled based on contractor availability/response time, the severity of the leak(s) and cost. Southwest Pipeline and Trenchless Corporation would be used for urgent jobs, while Robotic Sewer Solutions would be used for routine repairs. Both contractors would 2 of 5 serve to back up the other in case of availability issues. Background The City's Wastewater Division is responsible for the maintenance of 152 miles of sanitary sewer system pipeline, which conveys approximately 14 million gallons of wastewater per day to the Moss Avenue Pump Station located at 1623 Appian Way en route to the City of Los Angeles' Hyperion Water Reclamation Plant in El Segundo for treatment and disposal. The Wastewater Division conducts periodic sewer line flushing and inspections and responds to calls from the public regarding sanitary sewer system overflows. Using a remote-controlled sewer line camera, staff can evaluate lines for breakages and clogs due to root intrusion, corrosion, impacts, foreign debris and other causes. If a line is found to be leaking or broken in the area where a sewer lateral, or house connection, is located, depending on the severity, an internal sleeve or "top hat" may be installed to seal the leaking portion of pipeline. If the "top hat" lining is successful, pipeline excavation and replacement along with associated construction costs, exposure to the sewer system and traffic impacts can be avoided. Discussion The number of line breaks requiring top hat installations can vary from year to year depending on the amount of inspections performed and service calls received. Since 2016, the City has installed 60 top hats at a cost of $84,000. As the system ages, costs may be expected to increase in the near term. The City is currently updating its Sanitary Sewer Master Plan, which will provide an evaluation of the current sewer system and establish a 10-year Capital Improvement Program schedule for replacement of sewer pipelines. Staff expects to present the updated plan to Council in September 2017. Replacing pipelines under the new 10-year schedule established with the new Sanitary Sewer Master Plan may reduce sewer line repair costs in future years. 3 of 5 Vendor Selection On June 1, 2017, the City published Notices Inviting Bids to provide sewer lateral connection lining and repairs in accordance with City specifications. The bid was posted on the City's on-line bidding site, and notices were advertised in the Santa Monica Daily Press in accordance with City Charter and Municipal Code provisions. A total of 944 vendors were notified and 21 vendors downloaded the bid. Three bids were received and publicly opened on June 15, 2017, per Attachment A. Bids were evaluated based on the criteria in SMMC 2.24.072, including price, previous experience, ability to deliver, quality of product, and compliance with City specifications. Robotic Sewer Solutions, Inc. provided the best overall pricing on top hat installations and hourly repair rates for as-needed sewer line repairs, but requires a minimum of 24 hours’ notice to respond to repair requests. Robotic Sewer Solutions provided top hats and sewer system spot repairs for the City in 2016 satisfactorily at a reasonable cost. Southwest Pipeline and Trenchless Corporation provided the second best overall pricing but can respond to urgent City requests within four hours. Southwest Pipeline and Trenchless Corporation has provided top hat installation and repair services for the City from 2008 to 2011 and 2014 to present satisfactorily at a reasonable cost. In order to ensure the best combination of contractor availability for sewer line repairs to minimize the impacts of sewer leaks while keeping costs under control, staff recommends awarding contracts to both Robotic Sewer Solutions, Inc. and Southwest Pipeline and Trenchless Corporation. For more severe leaks, an immediate response is required (less than one day), while other minor jobs can be scheduled as a group with one or more days notice. Price breaks may be achieved by scheduling five (22% discount) and eleven or more (40% discount) top hat installations under one work order. Southwest Pipeline and Trenchless Corporation would be used for urgent jobs, while Robotic Sewer Solutions would be used for routine repairs. Both contractors would serve to back up the other in case of availability issues. Staff verified that the contractors’ licenses for Robotic Sewer Solutions, Inc. and 4 of 5 Southwest Pipeline and Trenchless Corporation (both General Engineering Contractor - A) are active and in good standing. Based on these criteria, Robotic Sewer Solutions, Inc. and Southwest Pipeline and Trenchless Corporation are recommended as the best bidders to provide sewer lateral connection lining and repair services. Financial Impacts and Budget Actions The contract to be awarded to Robotic Sewer Solutions, Inc. is for an amount not to exceed $300,000. Funds of $100,000 are available in the FY 2017-18 budget in the Public Works Department and in the FY 2017-18 Capital Improvement Program budget. The contract will be charged to the following accounts: 31661.555010 $75,000 C310628.589000 $25,000 Future year funding is contingent on Council budget approval. The contract to be awarded to Southwest Pipeline and Trenchless Corporation is for an amount not to exceed $300,000. Funds of $100,000 are available in the FY 2017-18 budget in the Public Works Department and in the FY 2017-18 Capital Improvement Program budget. The contract will be charged to the following accounts: 31661.555010 $75,000 C310628.589000 $25,000 Future year funding is contingent on Council budget approval. Prepared By: Kevin Nagata, Senior Administrative Analyst Approved Forwarded to Council Attachments: A. Bid Results - 4287 - Sewer System Repairs 5 of 5 B. Oaks Initiative Disclosure Form - Robotic Sewer Solutions C. Oaks Initiative Disclosure Form - Southwest Pipeline and Trenchless Corp. AT T A C H M E N T  A   Bi d  Re s u l t s  fo r  Pr o j e c t  SE W E R  SY S T E M  RE P A I R S  (4 2 8 7 ) Is s u e d  on  06 / 0 1 / 2 0 1 7 Bi d s  Du e  on  Ju n e  15 ,  20 1 7   3: 0 0  PM  (P a c i f i c ) It e m   Nu m De s c r i p t i o n U n i t  of  Me a s u r e Q u a n t i t y U n i t  Pr i c e C o m m e n t U n i t  Pr i c e C o m m e n t U n i t  Price Comment AP L E A S E  LIS T  YO U R  CA L I F O R N I A  ST A T E  CO N T R A C T O R S  LI C E N S E  NU M B E R   AN D  IN D I C A T E  TH E  TY P E ( S )  OF  LI C E N S E ( S )  YO U R  FI R M  PO S S E S S E S : QU E S T I O N #7 6 1 3 9 5  Ty p e  A, C ‐36 ,  C ‐42 ,   Ex p i r a t i o n :  Ap r i l  30 ,  20 1 9 #9 6 8 7 6 6 Ty p e  Ge n e r a l  En g i n e e r i n g #773862  Type  A BH A S  YO U R  FI R M  PR E V I O U S L Y  PE R F O R M E D  PR E V A I L I N G  WA G E  WO R K  IN   CA L I F O R N I A  AN D  SU B M I T T E D  EL E C T R O N I C  CE R T I F I E D  PA Y R O L L  RE C O R D S   TO  TH E  DE P A R T M E N T  OF  IN D U S T R I A L  RE L A T I O N S  SI N C E  JA N U A R Y  1,  20 1 5 ? QU E S T I O N Ye s Y e s Y e s CD O E S  YO U R  FIR M  OF F E R  24 / 7  SE R V I C E S ? Q U E S T I O N Ye s Y e s Y e s DF O R  SH O R T  NO T I C E  CA L L S ,  PL E A S E  IN D I C A T E  HO W  QU I C K L Y  YO U R  FI R M   CA N  BE  ON  SI T E  AT  A  SA N T A  MO N I C A  LO C A T I O N  AF T E R  IN I T I A L   NO T I F I C A T I O N  BY  CI T Y  ST A F F : QU E S T I O N 24  ho u r s 2 4  ho u r s 4  hours EP L E A S E  IN D I C A T E  HO W  LO N G  OF  A  WA R R A N T Y  IS  OF F E R E D  ON  RE P A I R S ,  IF   AN Y : QU E S T I O N 48  mo n t h s 1 2  mo n t h s 1 2  months 1P R I C E  PE R  ST A N D A R D  TO P  HA T  IN S T A L L A T I O N  (4  OR  LE S S ) : P E R  TO P  HA T 1  $      4,0 0 0 . 0 0   $       1, 8 5 0 . 0 0    $    2,000.00   2P R I C E  PE R  ST A N D A R D  TO P  HA T  IN S T A L L A T I O N  (5  TO  10 ) : P E R  TO P  HA T 1  $      1,4 0 0 . 0 0   $       1, 4 5 0 . 0 0    $    1,495.00   3P R I C E  PE R  ST A N D A R D  TO P  HA T  IN S T A L L A T I O N  (1 1  OR  MO R E ) : P E R  TO P  HA T 1  $      1,4 0 0 . 0 0   $       1, 3 2 5 . 0 0    $    1,325.00   4P R I C E  PE R  FU L L  WR A P  TO P  HA T : P E R  TO P  HA T 1  $      4,2 0 0 . 0 0   $       2, 3 0 0 . 0 0    $    2,500.00   5P R I C E  PE R  SP O T  RE P A I R  ‐   18 "  LO N G : P E R  SP O T  RE P A I R 1  $      4,2 0 0 . 0 0   $       1, 6 0 0 . 0 0    $    2,000.00   6P L E A S E  IN D I C A T E  AN Y  UP C H A R G E  FO R  AF T E R  HO U R S / W E E K E N D  TO P  HA T   IN S T A L L A T I O N S : LU M P  SU M 1  $            11 5 . 0 0    1.5x  standard   7P L E A S E  IN D I C A T E  YO U R  HO U R L Y  BIL L A B L E  RA T E  (R E G U L A R  HO U R S ) : P E R  HO U R 1  $            37 6 . 0 0   $             35 0 . 0 0    $       400.00   per  hour  for  2  laborers, 2  trucks   8P L E A S E  IN D I C A T E  YO U R  OT  / AF T E R ‐HO U R S  HO U R L Y  BI L L A B L E  RA T E : P E R  HO U R 1  $            49 1 . 0 0   $             39 5 . 0 0   $525  per  hour  for  2  lab/2trucks  OT $450  per  hour  for  2  lab/2trucks  if  given  24  hours  for  after  hours   9P L E A S E  IN D I C A T E  TH E  DA Y S  AN D  TI M E S  OF  TH E  WE E K  TO  WH I C H  TH E   AF T E R ‐HO U R S  RA T E  WO U L D  AP P L Y : QU E S T I O N 0 An y  ho u r s  ou t s i d e  of  7: 0 0 A M  to   4: 0 0 P M 6P M  ‐   6A M  MO N  ‐   FR I ,  SA T  & SU N M ‐F  5pm ‐5am., F  ‐5pm11:59pm. S ‐S  All  day 10 L A B O R  CL O C K  BE G I N S  UP O N  (IN D I C A T E  WH I C H  OF  TH E  FO L L O W I N G   AP P L Y ) :  AR R I V A L  AT  CU S T O M E R  LO C A T I O N  OR  DE P A R T U R E  FR O M   VE N D O R  LO C A T I O N : QU E S T I O N 0 De p a r t u r e  fr o m  Ve n d o r  Lo c a t i o n A r r i v a l  at  cu s t o m e r  lo c a t i o n D e p a r t u r e  from  vendor  location 11 L A B O R  CL O C K  EN D S  UP O N  (IN D I C A T E  WH I C H  OF  TH E  FO L L O W I N G  AP P L Y ) :   DE P A R T U R E  FR O M  CU S T O M E R  LO C A T I O N  OR  AR R I V A L  AT  VE N D O R   LO C A T I O N : QU E S T I O N 0 Ar r i v a l  at  Ve n d o r  Lo c a t i o n D e p a r t u r e  fr o m  cu s t o m e r  lo c a t i o n D e p a r t u r e  from  customer  location 12 P L E A S E  IN D I C A T E  TH E  % DI S C O U N T  / MA R K ‐UP  OF F E R E D  ON  MA T E R I A L S . Q U E S T I O N 0 5%  to  5% 0 %  to  0% N / A 13 P L E A S E  IN D I C A T E  YO U R  MIN I M U M  CA L L ‐OU T  CH A R G E : Q U E S T I O N 0  $      1,3 0 0 . 0 0   $       1, 4 0 0 . 0 0   4H R  @  $3 5 0 / H R  $    1,200.00   14 A d d i t i o n a l  fe e s  an d  ch a r g e s  no t  li s t e d  ab o v e  (i . e .  fr e i g h t ,  fu e l  su r c h a r g e s ) .    Pr o v i d e  de s c r i p t i o n  in  th e  co m m e n t s  se c t i o n . LU M P  SU M 1 Grinding, Cleaning, Specialty  Cleaning, Derooting, etc  will  be  on  T  & M  rate. We  propose  to  continue  with  similar  procedures/billings  as  currently  performing  for  City  on  previous  contract. If  multiple  top  hats  in  same  line  Southwest  may  reduce  price. Pricing  includes  work  in  8" pipe. 15 P a y m e n t  Te r m s  (E n t e r  pa y m e n t  di s c o u n t  te r m s ;  ot h e r w i s e  ne t  th i r t y  (3 0 )   da y s  wil l  a pp l y . QU E S T I O N 0 30  Da y s  of  In v o i c e Net  30 16 P e r i o d  2  (F i r s t  An n u a l  Re n e w a l  Op t i o n ) Q U E S T I O N 0 3%  In c r e a s e S a m e  pr i c e ,  te r m s ,  an d  co n d i t i o n s   of f e r e d Same  price, terms, and  conditions  offered 17 P e r i o d  3  (S e c o n d  An n u a l  Re n e w a l  Op t i o n ) Q U E S T I O N 0 3%  In c r e a s e S a m e  pr i c e ,  te r m s ,  an d  co n d i t i o n s   of f e r e d 6% Increase 18 P e r i o d  4  (T h i r d  An n u a l  Re n e w a l  Op t i o n ) Q U E S T I O N 0 3%  In c r e a s e N o  re n e w a l  op t i o n  of f e r e d N o  renewal  option  offered 19 P e r i o d  5  (F o u r t h  An n u a l  Re n e w a l  Op t i o n ) Q U E S T I O N 0 3%  In c r e a s e N o  re n e w a l  op t i o n  of f e r e d N o  renewal  option  offered GE N E R A L  QU E S T I O N S PR I C I N G  ‐   SE W E R  LA T E R A L  TO P  HA T  IN S T A L L A T I O N S  (I N C L U D E S  TI M E  & MA T E R I A L ) PR I C I N G  ‐   MIS C E L L A N E O U S  RE P A I R S  (P R E V A I L I N G  WA G E  AP P L I C A B L E ) AD D I T I O N A L  PR I C I N G  IN F O R M A T I O N ,  PA Y M E N T  TE R M S  AN D  RE N E W A L  OP T I O N S Ho f f m a n  So u t h w e s t  Co r p . ,  db a  Ro t o ‐ Ro o t e r ;  Pr o f e s s i o n a l  Pi p e  Se r v i c e s Ro b o t i c  Se w e r  So l u t i o n s ,  In c . S o u t h w e s t  Pipeline  and  Trenchless  Corp Wa l n u t ,  CA L a  Ca n a d a ,  CA T o r r a n c e ,  CA REFERENCE:    CONTRACT NOS. 10515 &  10516  (CCS)