Loading...
SR 06-25-2019 3M City Council Report City Council Meeting: June 25, 2019 Agenda Item: 3.M 1 of 7 To: Mayor and City Council From: Susan Cline, Director, Public Works, Civil Engineering Subject: Award FY 2018-19 Water Main Replacement Project Agreements Recommended Action Staff recommends that the City Council: 1. Award Bid #2594 to Dominguez General Engineering, Inc., a California-based company, to provide construction services for the fiscal year 2018-19 annual Water Main Replacement Project; 2. Authorize the City Manager to negotiate and execute a contract with Dominguez General Engineering, Inc. in an amount not to exceed $5,677,607 (including a 15% contingency); 3. Authorize the Director of Public Works to issue any necessary change orders to complete additional work within contract authority. 4. Award RFP #2594 to Berg and Associates Inc., a California-based company, for construction observation services for the fiscal year 2018-19 annual Water Main Replacement Project; 5. Authorize the City Manager to negotiate and execute a professional services agreement with Berg and Associates, Inc. in an amount not to exceed $295,315 (including a 15% contingency); 2 of 7 Summary To maintain the safety and reliability of the City’s water deliveries to Santa Monica homes and businesses, pipelines nearing the end of their useful lives need to be replaced. As part of the annual W ater Main Replacement Project, the Water Resources Division routinely replaces approximately two miles of water main segments, typically focusing on the oldest segments of the water supply network, to safeguard against water leaks and water main failures. Staff recommends Dominguez General Engineering, Inc. to provide construction services for the fiscal year 2018-19 annual Water Main Replacement Project in an amount not to exceed $5,677,607 (including a 15% contingency. Staff also recommends Berg and Associates, Inc. to provide construction observation services in an amount not to exceed $295,315 (including a 15% contingency). Discussion The City operates and maintains 205 miles (1,082,400 linear feet) of water distribution mains with pipeline sizes ranging from 6 to 36 inches in diameter. The water distribution system consists of transmission main lines, distribution main lines, fire service lines, service laterals, water meters, valves, and fire hydrants. Over time , the useful life of all these components diminish due to age, soil conditions, and corrosion buildups. The City’s approach is to replace 10,000 linear feet of pipeline each fiscal year to meet the 100-year replacement cycle recommended by the Sustainable Water Master Plan. Escalating construction costs over the years has impacted the annual water main replacement cycle. On November 22, 2016, the City Council authorized increasing the water main replacement project budget from $2 million per fiscal year, as modeled in the 2015 water rate study, to $4 million per fiscal year to return to a 100-year replacement cycle as recommended in the City’s Sustainable Water Master Plan (Attachment A). However, the latest water main replacement contract award returned bids of $600 to $700 per linear foot, requiring a $6 million per year water main capital improvement budget to stay on a 100-year replacement cycle. The increased budget can be attributed to an escalation in construction costs due to a strong construction market and tight labor supply, which forces contractors to pay more for labor. On 3 of 7 January 8, 2019, the City Council authorized the full implementation of the 2015 water rate increase, which will increase the annual water main replacement budget to $6 million and allow the City to continue to implement the 100-year water main replacement cycle (Attachment B). This project would replace 10,800 linear feet of water mains, 120 domestic service lines and meters, nine fire service lines, 16 fire hydrants, 71 water valves and four water sampling stations in the following street segments: City staff selected these street segments for replacement based on their age, capacity and City’s maintenance records. Past Council Actions November 22, 2016 (Attachment A) State of the Water Fund Report and 2017 Water Rate Adjustment January 8, 2019 (Attachment B) 2019 Water Rate Adjustment Street Name From To Linear Feet Cedar Street Lincoln Blvd 11th Street 980 Pico Blvd Lincoln Blvd Euclid Street 1925 Pico Blvd 16th Street 18th Street 1315 Montana Avenue 15th Court 18th Street 1190 Idaho Avenue 23rd Street 25th Street 900 20th Street Santa Monica Blvd Broadway Avenue 685 Santa Monica Place South Princeton Street 26th Street 370 Ozone Street 11th Street Glen Court 440 Airport Avenue Walgrove Avenue South of Bundy Drive 2510 Santa Monica Pier 485 Total 10,800 4 of 7 Vendor Selection – Construction Services Bid Data Bid Posting Date Bid Posted On Bid Advertised In # of Vendors Downloaded # of Submittals Received Date Publicly Opened 4/1/2019 City's Online Bidding Site Santa Monica Daily Press 1794 6 4/22/2019 Submittals Received Selection Criteria Dominguez General Engineering $4,937,050 Municipal Code SMMC 2.24.180 Sully - Miller Contracting Company $5,104,600 Evaluation Criteria Price, previous experience, ability to deliver, quality of product, and compliance with City specifications. Colich & Sons, LP $5,430,100 Teichert Energy & Utility Group $5,675,800 MNR Construction, Inc. $5,694,970 Best and Lowest Bidder Dominguez General Engineering Grefco, Inc. $5,831,650 Best Bidder Justification Dominguez General Engineering Inc., the lowest bidder, has completed numerous similar pipeline projects for the cities of Beverly Hills, Long Beach, Glendora, Corona and Inglewood. The references reported that they are satisfied with Dominguez General Engineering Inc.’s performance. Vendor Selection – Construction Observation Services RFQual Data RFQual Posting Date RFQual Posted On RFQual Advertised In (City Charter & Municipal Code) # of Vendors Downloaded # of Submittals Received Date Publicly Opened 9/22/2015 City's Online Bidding Site Santa Monica Daily Press 124 25 10/19/2015 Pre-qualified List Selection Criteria Arcadis Municipal Code SMMC 2.24.190 Hill International Evaluation Criteria Training/credentials/experience, competence/skill, ability to perform services promptly, sufficiency of financial/other resources, character/reputation, and price. MNS Engineers, Inc. Berg and Associates, Inc. 5 of 7 Justification to Short List The top four firms (Arcadis, Berg and Associates Inc., Hill International and MNS Engineers Inc.) were invited to submit bids in April 2019 for this project base d on the selection criteria set forth in SMMC 2.24.190, with specific review of technical competence, staffing capability, project approach, past performance, dispute resolution, quality control, cost control, management services, customer service, and the ability to meet required time frames. RFP Data RFP Posting Date RFP Posted On RFP Advertised In (City Charter & Municipal Code) # of Vendors Downloaded # of Submittals Received Date Publicly Opened 4/22/2019 City's Online Bidding Site Santa Monica Daily Press 2 1 5/6/2019 RFPs Received Selection Criteria Berg and Associates, Inc. Municipal Code SMMC 2.24.190 Evaluation Criteria Training/credentials/experience, competence/skill, ability to perform services promptly, sufficiency of financial/other resources, character/reputation, and price. Justification to Award Berg and Associates Inc., was the only firm that submitted a proposal for construction observation services. Berg’s proposed fee is reasonable based on similar projects we have awarded in the past. Based on the selection criteria set forth in SMMC 2.24.190, staff recommends Berg & Associates, Inc. as the best qualified firm to provide construction observation services based on its qualifications a nd its directly related experience providing similar services for municipal agencies. Public Outreach Public outreach during construction of this project would be provided by the City’s construction observer consultant. Public outreach would include notifications distributed to adjacent properties and the surrounding community on the scope of the project, potential impacts including night work and schedule, with periodic updates and weekly updates on the City’s “Know Before You Go” (KBUG) website and Monday editions of 6 of 7 the Santa Monica Daily Press. Updates regarding the project would be provided on the City’s website and various social media channels. Properties impacted by the project would receive two construction notices. The first general notice would be mailed to properties adjacent to the proposed work two weeks prior to the start of construction. A second two-day notice would be subsequently hand- delivered to each adjacent property with detailed information regarding the planned construction activity, potential impacts, and contact information. The notices would be prepared by Public Works staff and distributed by the contractor. A project specific outreach campaign, including one-on-one coordination with impacted businesses and residents, would commence prior to start of construction and continue throughout the project. Financial Impacts and Budget Actions Staff seeks authority to award a contract with Dominguez General Engineering Inc., for construction services for the FY 2018-19 annual Water Main Replacement Project and a professional services agreement with Berg and Associates Inc. for construction observation services for the FY 2018-19 annual Water Main Replacement Project. There is $1,763,900 in FY 2018-19 funds available at Water Fund Capital Improvement Program (CIP) account C5004840.689000. Funds of $6,100,000 are included in the FY 2019-20 Proposed Capital Improvement Program budget at account C5004840.689000.Budget actions related to the FY 2019-21 Proposed Budget are included in Item 9-A on the June 25, 2019 agenda. Contract Request Description Request Amount FY 2018-20 Budget CIP Account # Total Contract Amount Construction Services $5,677,607 C5004840.689000 $5,677,607 Construction Observation Services $ 295,315 C5004840.689000 $ 295,315 $5,972,922 Total $ 5,972,922 7 of 7 Prepared By: Tom Shahbazi, Civil Engineer Approved Forwarded to Council Attachments: A. November 22, 2016 Staff Report B. January 8, 2019 Staff Report C. Berg & Associates Oaks Initiative Disclosure Form D. Dominguez General Engineering Oaks Initiative Disclosure Form CITY OF SANTA MONICA OAKS INITIATIVE DISCLOSURE FORM In order to facilitate compliance with the requirements of the Oaks Initiative, the City compiles and maintains certain information. That information includes the name of any person or persons who is seeking a “public benefit.” If the “public benefit” is sought by an entity, rather than an individual person, the information includes the name of every person who is: (a) trustee, (b) director, (c) partner, (d) officer, or has (e) more than a ten percent interest in the entity. Public benefits include: 1. Personal services contracts in excess of $25,000 over any 12-month period; 2. Sale of material, equipment or supplies to the City in excess of $25,000 over a 12- month period; 3. Purchase, sale or lease of real property to or from the City in excess of $25,000 over a 12- month period; 4. Non-competitive franchise awards with gross revenue of $50,000 or more in any 12-month period; 5. Land use variance, special use permit, or other exception to an established land use plan, where the decision has a value in excess of $25,000; 6. Tax “abatement, exception, or benefit” of a value in excess of $5,000 in any 12- month period; or 7. Payment of “cash or specie” of a net value to the recipient of $10,000 in any 12- month period. Name(s) of persons or entities receiving public benefit: Berg & Associates, Inc. Name(s) of trustees, directors, partners, and officers: Deborah Berg, President Name(s) of persons with more than a 10% equity, participation, or revenue interest: Deborah Berg, President Prepared by: ____________________________Title: __________________________ Signature: ______________________________________ Date: ________________ Email: ____________________________________ Phone: ____________________ FOR CITY USE ONLY: Bid/PO/Contract # ____________________________ Permit # ___________________________ Jenelle Saunders Director of Communications and Marketing 5/6/2019 jenelle@bergcm.com 310-548-9292 REFERENCE: Contract No. 10869 - 10870 (CCS)