Loading...
SR 06-25-2019 3N City Council Report City Council Meeting: June 25, 2019 Agenda Item: 3.N 1 of 4 To: Mayor and City Council From: Susan Cline, Director, Public Works, Water Resources Subject: Award Professional Services Agreement to Design Water Transmission Pipelines for Olympic Wellfield Restoration and Arcadia Water Treatment Plant Expansion Project Recommended Action Staff recommends that the City Council: 1. Award RFP #SP2608 to Cannon Corp., a California-based company, to provide design services, develop construction documents, and provide engineering support during the construction of the Olympic and Charnock Water Transmission Mains Project for the Public Works Department. 2. Authorize the City Manager to negotiate and execute an agreement with Cannon Corp. in an amount not to exceed $446,262 (including a $31,478 contingency) over a four-year period, with future year funding contingent on Council budget approval. Summary The City of Santa Monica strives to achieve water self -sufficiency by 2023, which will lead to long-term cost benefits for ratepayers, establishment of a diverse and drought - resilient local water supply, and a reduction in the City’s water supply energy footprint. Staff recently updated the City’s Sustainable Water Master Plan (SWMP), which outlines key projects including the Olympic and Charnock Water Transmission Mains Project. This project involves constructing new pipelines to convey water from the Olympic Wellfield and Charnock Wellfield to the Arcadia Water Treatment Plant (WTP). The pipelines will provide system resiliency and accommodate the increase in groundwater production while reducing overall treatment costs. Staff recommends Cannon Corp. to provide engineering design services, develop construction documents, and provide engineering support during the construction phase of the project for an amount not to exceed $446,262 over a four-year period. 2 of 4 Discussion On November 27, 2018, staff from the Water Resources Division presented the City Council with an updated SWMP and proposed a refined pathway to reach the City’s goal of water self-sufficiency by 2023 (Attachment A). The pathway outlined in the updated SWMP includes the following three components: • Component 1 - continuing and increasing water conservation efforts to permanently reduce water demand; • Component 2 - developing sustainable and drought-resilient alternative water supplies; and • Component 3 - expanding local groundwater production within sustainable yield limits. The Olympic and Charnock Transmission Mains Project contains elements of components 2 and 3 of the SWMP. T he project will include new pipeline to separate Olympic Wellfield groundwater from Charnock Wellfield groundwater for treatment at the Arcadia WTP. The Charnock Wellfield pipeline will convey groundwater from future production facilities to provide system resiliency, and the Olympic Wellfield pipeline will accommodate the increase in groundwater production while reducing overall treatment costs. Consultant Selection Cannon was selected to provide design services, develop construction documents, and provide engineering support during the construction for this project from an approved shortlist of engineering consulting firms. A shortlist good for five years was created by way of the Request for Qualifications (RFQ) process, and Cannon submitted a proposal as part of the subsequent Request for Proposal (RFP) process and was selected as the best qualified firm. RFQual Data RFQual Posting Date RFQual Posted On RFQual Advertised In (City Charter & Municipal Code) # of Vendors Downloaded # of Submittals Received Consultants Prequalified Date 03/19/2015 City's Online Santa Monica Daily 100 19 May 2015 3 of 4 Bidding Site Press Pre-qualified List (for Engineering Consulting Services) APA Engineering Cannon Corporation CivilSource Civiltec CWE Engineering JMC2 Kabara Engineering Kimley-Horn KPFF Lee and Ro Inc. MNS Engineering NCE Onward Engineering Quantum Engineering SA Associates Stantec TAIT and Associates Transtech Willdan and Associates Vendor Selection Recommendation Municipal Code SMMC 2.24.190 Evaluation Criteria Firm’s technical competence, direct experience on similar projects, qualifications of the proposed staff, the proposed staff’s experience, staffing capabilities to meet the desired time frames, references, management structure, and sample work products. Justification to Short List Responding vendor proposals were evaluated and scored based on the above criteria and the top six were recommended as best qualified firms for pipeline design engineering services. RFP Data RFP Sent Date RFP Sent To # of Vendors Downloaded # of Submittals Received Proposals Received Date 03/14/2019 RFP sent to 5 pre- qualified firms on short list 5 firms received the RFP 3 04/19/19 RFPs Received Cannon KPFF Stantec Vendor Selection Recommendation Municipal Code SMMC 2.24.190 Evaluation Criteria Experience and Technical Competence, Work Plans/Timelines, and Cost Justification to Award A three-person committee composed of staff from the Public Works Department evaluated the three proposals based on experience and technical competence, work plans/timelines, and cost. Based on the evaluations, staff recommends Cannon Corp. as the best qualified firm. Cannon’s proposal included a comprehensive scope of work that will ensure the project is completed on time while providing cost effective work. 4 of 4 Financial Impacts and Budget Actions Staff seeks authority to award a professional services agreement with Cannon Corp. for design and construction support services. Agreement Request Request Amount FY 2018-19 Budget CIP Account # Total Contract Amount $116,028 C5007740.689000 $116,028 $330,234 C5007750.689000 $330,234 $446,262 Total: $446,262 Prepared By: Robert Banuelos, Water Resources Engineer Approved Forwarded to Council Attachments: A. November 27, 2018 Staff Report B. Cannon Corporation 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: Name(s) of trustees, directors, partners, and officers: Name(s) of persons with more than a 10% equity, participation, or revenue interest: Prepared by: ____________________________Title: __________________________ Signature: ______________________________________ Date: ________________ Email: ____________________________________ Phone: ____________________ FOR CITY USE ONLY: Bid/PO/Contract # ____________________________ Permit # ___________________________ REFERENCE: Contract No. 10871 (CCS)