Loading...
SR 08-28-2018 3C City Council Report City Council Meeting: August 28, 2018 Agenda Item: 3.C 1 of 5 To: Mayor and City Council From: Susan Cline, Director, Public Works, Civil Engineering Subject: Selection and Award of Sustainable Water Infrastructure Project Design/Build Services Contract Recommended Action Staff recommends that the City Council: 1. Award RFP #SP2456 to Kiewit Infrastructure West Co., a Delaware-based company, for the design-build services for the Sustainable Water Infrastructure Project; 2. Authorize the City Manager to negotiate and execute a design-build services agreement with Kiewit Infrastructure West Co. in an amount not to exceed $7,500,000 to provide design services for the Sustainable Water Infrastructure Project, including engineering, permitting, preparation of construction documents, and submittal of a guaranteed maximum price for construction services; and 3. Authorize the Director of Public Works to issue any necessary change orders to complete additional work within contract authority. Summary Santa Monica strives to be water self-sufficient and independent from costly imported water. Imported water can be impacted by seasonal and regional droughts and has a high environmental impact due to the energy demands of transporting the water from distance locations. Water self-sufficiency will result in long-term adaptability and resiliency to climate vulnerabilities by providing the security of a sustainable water supply. The Sustainable Water Infrastructure Project (SWIP) would produce approximately 1.5 million gallons/day (MGD) of new water for immediate non-potable reuse. In the future, the water would also be used for indirect potable reuse via aquifer recharge upon approval by the California State Water Resources Control Board. The project would help offset the City’s costly imported water, which is currently 2.67 MGD. The project would also protect the ocean and the City’s beaches from stormwater and urban runoff 2 of 5 pollution. Staff recommends awarding a design-build services agreement to Kiewit Infrastructure West Co. (Kiewit) in an amount not to exceed $7,500,000. Discussion The City’s water supply is a combination of 25% imported water and 75% local groundwater. The City seeks to reduce its reliance on imported water through conservation, increased reliance on its groundwater resources, and the integration of all available local water resources by treating brackish/saline groundwater, municipal wastewater, stormwater and urban runoff. The SWIP would construct three new water treatment and storage facilities designed to function as a cohesive and integrated system to harvest and treat nonconventional water resources, including stormwater, brackish/saline impaired groundwater, and municipal wastewater, for reuse for irrigation and toilet flushing. The three sites are outlined in Table 1 and a detailed project description is provided in Attachment A. Table 1 Location Proposed Improvement Civic Center 1.0 MGD underground advanced water treatment facility 1.5 MG capacity underground stormwater harvesting tank Memorial Park 3.0 MG capacity underground stormwater harvesting tank Santa Monica Urban Runoff Reclamation Facility (SMURRF) New reverse-osmosis (RO) membrane filtration system and facility enhancements to produce 0.5 MGD treated water Once the design phase is completed, staff would return to the City Council for approval of the Guaranteed Maximum Price (GMP) amendment to complete the construction phase. Environmental Analysis The California Environmental Quality Act (CEQA) Mitigated Negative Declaration, the Mitigation Monitoring and Reporting Plan, and the National Environmental Policy Act (NEPA) documents for the project were certified by the Santa Monica City Council on September 27, 2016, and the Notice of Determination was filed at the State 3 of 5 Clearinghouse on September 30, 2016. The SWIP was also presented to the Water Advisory Committee on May 23, 2016 and the City’s Task Force on the Environment on June 20, 2016. Design-Builder Selection Request for Qualifications (RFQ) RFQ Data RFQ Posting Date RFQ Posted On RFQ Advertised In (City Charter & Municipal Code) # of Vendors Downloaded # of Submittals Received Date SOQs Received 11/22/2017 City's Online Bidding Site Santa Monica Daily Press 99 3 01/17/2018 Pre-qualified List Vendor Selection Recommendation Black & Veatch Construction, Inc. Municipal Code SMMC 2.24.073 J.F. Shea Construction, Inc Evaluation Criteria Previous experience, financial stability, safety record, qualifications of the key personnel and project understanding. Kiewit Infrastructure West Co. Justification to Short-List Staff from the Civil Engineering and Water Resources divisions evaluated the statements of qualification (SOQs) based on the criteria in SMMC 2.24.073, including references, experience and qualifications of key personnel, project understanding, financial stability, safety record and knowledge and prior experience on design-build water treatment projects. Based on these criteria, the firms were recommended as pre-qualified design- build firms. Proposals were solicited from all pre-qualified firms prior to awarding the design-build agreement. Request for Proposals (RFP) RFP Data RFP Posting Date RFP Posted On # of Vendors Downloaded # of Submittals Received Date Proposals Received 04/30/2018 City's Online Bidding Site 3 3 06/14/2018 RFPs Received Black & Veatch Construction, Inc. 4 of 5 J.F. Shea Construction, Inc. Kiewit Infrastructure West Co. (lowest construction mark-up) Justification for Award A selection panel of staff from the Civil Engineering and Water Resources divisions evaluated the proposals and interviewed all three teams based on the following criteria: Fee, qualifications, skills and ability of proposed team members, cohesiveness of the team members, ability of the team to manage the complexity of the project, quality and variety of the design, technical and management services offered, sophistication of the organization and team, ability and methodology to successfully design and construct according to a given design program within budget and under time constraints, character, integrity, reputation, good judgment, training, experience and efficiency of the team. The focus of the evaluation committee was to identify the most qualified and cohesive team that has the best proposal and understanding of the project and is the best fit for the SWIP. Kiewit provided the best ranked proposal and interview. Based on the evaluation criteria and the interviews, the committee recommends the team of Kiewit Infrastructure West Co. in association with Arcadis US, Inc. and Perc Water Corporation as the best qualified firm to provide design and engineering services for the SWIP. The recommended Kiewit team submitted a bid estimate with the lowest fixed construction markup. Team qualifications and a cost comparison table are provided in Attachment B. Past Council Actions Council Meeting Date Action Type Description 9/27/2016 (Attachment C) Adoption of CEQA IS/MND Adopted CEQA Initial Study/ Mitigated Negative Declaration Financial Impacts and Budget Actions Staff seeks authority to award a design-build services agreement to Kiewit Infrastructure West Co. for design and engineering services. Agreement Request Request Amount FY 2018-19 Budget CIP Account # Total Contract Amount $7,500,000 C5106950.689000 $7,500,000 5 of 5 Prepared By: Selim Eren, Civil Engineer Approved Forwarded to Council Attachments: A. SWIP Project Description & Site Layouts B. Team Qualifications & Cost Comparison C. September 27, 2016 Staff Report - Adopted CEQA Initial Study/ Mitigated Negative Declaration (WebLink) D. Kiewit West Infrastructure Oaks Initiative Form ATTACHMENT A - SWIP PROJECT DESCRIPTION The SWIP takes a forward-thinking approach to help secure the City’s water future by leveraging use of existing City infrastructure and by linking together three new distributed water reuse elements into a single cohesive and comprehensive project to harvest, treat, and reuse non-conventional water resources. The SWIP would deliver reliable advanced treated water to be injected into local groundwater basins for indirect potable reuse via aquifer recharge, while meeting the non-potable reuse demands. SWIP would produce 1,680 acre-feet per year (AFY) or 1.5 million gallons per day (MGD) of new water for immediate non-potable reuse. In the future, the water would also be used for indirect potable reuse via aquifer recharge upon approval by the California State Water Resources Control Board. The project will help offset the City’s costly imported water, which is currently 3,000 AFY or 2.67 MGD. SWIP is a critical first step in the City’s strategy for achieving water sustainability. The SWIP would protect Santa Monica Beaches by harvesting the polluted stormwater which would otherwise reach the Santa Monica Bay. Two new harvesting tanks would be built to harvest up to 4.5 million gallons (MG) of stormwater at each rain event. Integrating the automated controls and real-time weather/storm forecasting to SWIP optimizes storage management. SWIP would reduce the discharge of polluted stormwater from the Pico-Kenter Outfall to the Santa Monica Bay. SWIP would significantly improve the beach water quality, resulting in cleaner and healthier beaches, an enhanced visitor experience, and move the City closer to compliance with the National Pollutant Discharge Elimination System (NPDES) permit. Civic Center Site: The construction of the advanced water treatment facility (AWTF) and the cistern would not impact the development and construction of the multipurpose sports field, The preliminary site plan for the Civic Center area is shown in Figure 1 and includes the connection of Civic Center Drive to Main Street. A new surface parking lot would allow approximately 95 parking spaces. Colorado Yard Public Landscape Division (Memorial Park) Site: Staff received feedback at the May 26, 2018 and August 13, 2018 Public Workshops and subsequently evaluated multiple tank locations within the Memorial park property, considering impacts to the public, park operations, and project cost and schedule. Based on the evaluation and feedback, the recommended tank location is shown in a preliminary layout in Figure 2. This places the tank in the northeast corner of the park property, under the Fisher Lumber yard and under the tennis courts. This location results in no impact to the park programs in the ball fields, provides a reasonable area for logistics and staging necessary for the construction of the tank, and results in no schedule impacts and minimal cost impacts. If additional tank configurations or locations emerge during the design phase with even further reduced impacts to Memorial Park, its operations, project schedule, and project cost, staff would evaluate and pursue any viable alternatives. Santa Monica Urban Runoff Reclamation Facility (SMURRF) Site: The SMURRF would be upgraded with the installation of a containerized reve rse osmosis (RO) unit capable of treating both captured stormwater and brackish/saline impaired groundwater for permitted non-potable distribution and future permitted indirect reuse (aquifer recharge). The City is currently completing a 1.6 MG cistern through the Clean Beaches Initiative (CBI) project which is going to harvest stormwater and brackish groundwater. S a n t a M o n i c a Mo n d a y , J u l y 0 9 , 2 0 1 8 1 0 : 4 1 : 2 8 A M \\ U S P A S 1 S 0 1 \ M U N I \ C L I E N T S \ S A N T A M O N I C A , C I T Y O F C A \ S W I P O W N E R ' S E N G I N E E R \ 0 6 S T U D I E S A N D R E P O R T S \ 0 6 - 2 D R A F T RE P O R T \ 0 2 _ C D R \ F I G U R E S \ C A D \ S H E E T S \ F U T U R E C I V I C C E N T E R S I T E P L A N - O P T I O N 1 . D W G QU I N T E , R E B E C C A SUSTAINABLE WATER INFRASTRUCTURE PROJECT CONCEPTUAL DESIGN xxxx MEMORIAL PARK LAYOUT X XXXX XXXX T-X SP 2456 SELIM EREN, P.E. CIVIL ENGINEER RICK VALTE, P.E., CIVIL ENGINEER CURTIS CASTLE, P.E. PRINCIPAL CIVIL ENGINEER X xxxx X T-X 07/19/2018 Page 3 of 4 NEW CIVIC CENTER & MAIN STREET CONNECTION ADVANCED WATER TREATMENT FACILITY (below-ground) 1.5 MILLION GALLON STORWATER TANK (below-ground) SURFACE PARKING LOT WITH APPROX. 95 CAR SPACES CIVIC CENTER MULTIPURPOSE SPORTSFIELD EARLY CHILDHOOD LABORATORY CENTER DROP OFF/ PICKUP LOCATIONS SUSTAINABLE WATER INFRASTRUCTURE PROJECT SWIP CIVIC CENTER SITE LAYOUT FIGURE 1 COLORADO YARD MEMORIAL PARK SWIP 3.0MGD CISTERN LOCATION July 11, 2018 07/19/2018 Page 4 of 4 FIGURE 2 ATTACHMENT B QUALIFICATIONS OF THE KIEWIT, PERC & ARCADIS TEAM Kiewit is a leader in Design-Build execution, with some of its own design and engineering capabilities. With Kiewit’s unique contractor led Design-Build team, they have successfully delivered more than 1,665 Alternate Delivery projects over the last four decades. Kiewit has established an excellent reputation with local clients and businesses dedicated to water and wastewater treatment. Currently Kiewit’s team is building water projects for the City of Los Angeles and Los Angeles Department of Water and Power, an Advance Water Treatment Trial Facility for Metropolitan Water District, an Odor Control System for the Orange County Sanitation District, and are completing a seawater desalination plan t for the City of Santa Barbara. Kiewit also recently completed the Award-Winning Claude “Bud” Lewis Carlsbad Desalination Plant for the city of Carlsbad. Kiewit is currently providing Progressive Design-Build services to Poseidon for the Huntington Beach Desalination Plant. PERC Water Corporation is an innovative company that develops, designs, builds, operates and manages water infrastructure throughout the Southwestern United States. Creativity, innovation and advanced knowledge of water resources are c ornerstones of our services leading to aesthetic, environmentally sustainable and practical engineering solutions. Perc have designed over 60 water infrastructure projects over the past 20 years, 25 of which have built and placed into operation. Currently PERC Water is the contract operator of 14 water and wastewater systems. PERC completed water recycling facilities that has similar processes to the SWIP as follows: City of Santa Paula Water Recycling Facility, City of Adelanto Wastewater Treatment Facility and City of Pacific Grove Water Recycling Facility. Arcadis US, Inc. has extensive design-build experience and understanding, including with Kiewit in California on the Carlsbad Desalination Plant and Magnolia Trunk Sewer projects. Arcadis provides industry-leading UV treatment and AOP design, start-up, operations experience. Arcadis Successfully completed design in densely populated areas such as Venice Beach, Newport Beach and New York. Arcadis provides odor control expertise in densely populated areas (e.g., Los Angeles and Orange County and New York City) and brings significant DDW permitting experience in Los Angeles County. COST COMPARISON SUMMARY The proposed cost of the Design phase (Phase I) fee is a lump sum of $7,500,000 for the design and establishment of the Guaranteed Maximum Price (GMP) for the construction phase. For the Construction phase (Phase II), Kiewit submitted the lowest fixed mark-up - 19.5% - and a construction GMP of $55.8 million was assumed. For Operations and Maintenance phase (Phase III), the mark-up was 29.11% and only $286,000 over the second ranked team. These assumptions allow comparison of probable fee differentials over all three phases and total indicative project cost was $2.2 million lower than the second ranked team. Overall Kiewit provided the best value based on lowest construction markup of 19.5%. SUSTAINABLE WATER INFRASTRUCTURE PROJECT - SP2456 DESIGN/BUILDER COST PROPOSAL EVALUATION PHASE I - PRE-CONSTRUCTION LUMP SUM 60% DESIGN FEE PHASE II - CONSTRUCTION LUMP SUM DESIGN 100% DESIGN/BUILDER'S MARKUP FOR CONSTRUCTION 21.26%$11,863,080.00 26.06%$14,539,248.00 19.50%$10,881,000.00 DESIGN/BUILDER'S CONTINGENCY 8.75%$5,920,519.50 2.81%$1,567,980.00 4.00%$2,232,000.00 TOTAL PERCENT MARK-UP FOR CONSTRUCTION 31.87%$17,783,599.50 28.866%$16,107,228.00 23.50%$13,113,000.00 CITY'S ESTIMATED CONSTRUCTION COST TOTAL ESTIMATED CONSTRUCTION COST (PHASE II TOTAL) PHASE III - OPERATION & MAINTENANCE (O&M) DESIGN/BUILDER'S O&M MARK-UP 10.00%$150,000.00 6.00%$90,000.00 29.11%$436,650.00 CITY'S ESTIMATED ANNUAL O&M COSTS TOTAL ESTIMATED ANNUAL O&M COST (PHASE III TOTAL)$1,650,000.00 $1,590,000.00 $1,936,650.00 $1,500,000.00 $1,500,000.00 $1,500,000.00 $75,272,519.50 $74,027,228.00 $71,413,000.00 BLACK & VEATCH J.F. SHEA KIEWIT $55,800,000.00 $55,800,000.00 $55,800,000.00 $5,866,000.00 $1,688,920.00 $2,120,000.00 $2,500,000.00 $7,500,000.00$2,412,894.00 REFERENCE: Agreement No. 10376 (CCS)