Loading...
SR 12-15-2020 3B City Council Report City Council Meeting: December 15, 2020 Agenda Item: 3.B 1 of 6 To: Mayor and City Council From: Susan Cline, Director, Public Works, Engineering and Street Services Subject: Award Construction Contract for SP2614 to Colich and Sons L.P. and Berg and Associates Inc. for Annual Water Main Replacement Project Recommended Action Staff recommends that the City Council: 1. Award Bid #2614 to Colich and Sons L.P., to provide construction services for the Annual Water Main Replacement Project for the Public Works Department; 2. Authorize the City Manager to negotiate and execute a contract with Colich and Sons L.P. in an amount not to exceed $5,035,884 (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 #2614 to Berg and Associates Inc. for construction observation services for the Annual Water Main Replacement Project; and 5. Authorize the City Manager to negotiate and execute an agreement with Berg and Associates, Inc. in an amount not to exceed $330,000. Summary To maintain the safety and reliability of the City’s water supply to Santa Monica homes and businesses, pipelines nearing the end of their useful lives require replacement. As part of the Annual Water Main Replacement Project (Project), the Water Resources Division routinely replaces approximately 10,000 linear feet of water main, typically focusing on the oldest segments of the water supply network, to safeguard against water leaks and water main failures. Staff recommends Colich and Sons, L.P. to provide construction services for the Project in an amount not to exceed $5,035,884 (including a 15% contingency). Staff also recommends Berg and Associates, Inc. to provide construction observation services for the same project, in an amount not to exceed $330,000. This project is funded by the City’s Water Fund, dedicated to supporting the maintenance and operations of the City’s Water utility services. 3.B Packet Pg. 76 2 of 6 Discussion The City operates and maintains 205 miles of water distribution mains with pipe sizes ranging from six 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 diminishes due to age, soil conditions, and corrosion buildup. The City’s approach to optimal maintenance of water distribution mains is to replace 10,000 linear feet of pipe each fiscal year to meet the 100-year replacement cycle recommended by the Sustainable Water Master Plan adopted by Council in October 2014. The Project would replace 9,645 linear feet of water mains, 199 domestic service lines and meters, 17 fire hydrants, 52 water valves, and three water sampling stations in the following street segments: Street Name From To San Vicente Boulevard 4th Street 7th Street 4th Street San Vicente Boulevard Georgina Avenue 7th Street San Vicente Boulevard Georgina Avenue 9th Court Carlyle Avenue Marguerita Avenue 18th Court Delaware Avenue Pico Boulevard 2nd Street Hill Street Ashland Avenue Hill Street Main Street 2nd Street 6th Street Ocean Park Boulevard Pier Avenue Raymond Avenue 4th Street 7th Street Adelaide Drive Ocean Avenue 1st Court 1st Court Adelaide Drive Alley Adelaide Place 7th Street End 3.B Packet Pg. 77 3 of 6 This project would also replace an existing vault structure, piping, and valve at the City’s Water Treatment Plant. Bidder Recommendation Best Bidder Colich and Sons, L.P. Evaluation Criteria Price; the quality of the material or services offered; the ability, capacity and skill of the bidder to perform or provide services; the capacity of the bidder to perform the contract or provide the service promptly, within the time specified, and without delay or interference; the sufficiency of the bidder’s financial resources; the character, integrity, reputation, judgment, training, experience and efficiency of the bidder; the ability of the bidder to provide such future maintenance or service as may be needed; any other factor that will further the intent set forth in Section 608 of the City Charter. The City shall have absolute discretion in determining the applicability and weight of the criteria listed above. The City is not required to select the bid with the lowest price. Municipal Code SMMC 2.24.180 Bid Data Date Posted Posted On Advertise In (City Charter & SMMC) Vendors Downloaded Date Publicly Opened 9/8/2020 City's Online Bidding Site Santa Monica Daily Press 50 9/30/2020 Best Bidder Justification Bids were evaluated based on the criteria in SMMC 2.24.180, including price, previous experience, ability to deliver a quality work product, and compliance with City specifications. Colich and Sons, L.P. has completed numerous similar pipeline projects for various agencies throughout California including a previous City of Santa Monica water main replacement project. Locally, Colich and Sons, L.P. has provided water and wastewater main replacement services for the cities of Los Angeles, Vista, Rancho Palos Verdes, Buena Park, Manhattan Beach, and Los Angeles County Sanitation District. Staff contacted the reference cities, and respondents reported satisfaction with Colich and Sons, L.P.’s performance. Vendor Selection – Construction Management The Construction Management firm would provide construction observation services for the Project. The observer would oversee and inspect the construction work, ensure it Submittals Received GRFCO, Inc. Non-Responsive MNR Construction, Inc $4,954,450 Colich and Sons, L.P. $4,379,030 Steve Bubalo Construction $5,020,700 TE Roberts, Inc. $4,612,250 Dominguez General Engineering, Inc. $5,159,950 Cedro Construction, Inc. $4,666,322 3.B Packet Pg. 78 4 of 6 adheres to project design plans and specifications, answer contractor questions in the field, verify quantities on contractor invoices, prepare daily reports, capture and maintain progress photos, coordinate work with various City departments, distribute construction notifications, and address questions and concerns from the public. City staff does not have the capacity to inspect this large-scale construction project, which requires full- time field oversight. Berg and Associates, Inc., was selected for this project from an approved shortlist of construction management firms. The shortlist was created by way of the Request for Qualifications (RFQ) process, and Berg and Associates, Inc. submitted a proposal as part of the Request for Proposals (RFP) process and was subsequently selected. Selection Criteria Evaluation Criteria Technical competence, staffing capability, project approach, past performance, dispute resolution, quality control, cost control, management services, customer service, and the ability to meet the required time frame. The City is not required to select the proposal with the lowest price. Municipal Code SMMC 2.24.190 RFQual Data Date Posted Posted On Advertised In (City Charter & SMMC) Vendors Downloaded Submittals Received Date Publicly Opened 09/25/2019 City's Online Bidding Site Santa Monica Daily Press 110 29 10/24/2019 Justification to Short-List Responding vendors proposals were evaluated and scored base on the above criteria and the top five were recommended as best qualified firms for underground utility category. Bidder Recommendation Best Qualified Person/Firm Berg and Associates, Inc. Evaluation Criteria Technical competence, staffing capability, project approach, past performance, dispute resolution, quality control, cost control, management services, customer service, and the ability to meet the required time frame. Municipal Code SMMC 2.24.190 Pre-Qualified Vendors Arcadis Berg and Associates, Inc. Willdan Engineering MNS Engineering Cannon Engineering 3.B Packet Pg. 79 5 of 6 Proposals Received Willdan Engineering MNS Engineering Inc. Berg and Associates, Inc. RFP Data Posted On Posted On Number of Vendors downloaded Number of submittals received Date Publicly Opened 09/15/2020 Directly Published to 5 Pre-qualified Firms 5 3 09/30/2020 Justification to Award Three firms submitted a proposal for construction observation services. Based on the selection criteria set forth in SMMC 2.24.190, staff recommends Berg and Associates, Inc. as the best qualified firm to provide construction observation services based on its qualifications, price, the competence and skill of the staff assigned to this project, and 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 manager. 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 monthly updates on the City’s “Know Before You Go” (KBUG) website and monthly in a Monday edition of the Santa Monica Daily Press. Major 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 one to 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. Financial Impacts and Budget Actions Staff seeks authority to approve funding from the Water Fund to award contracts with Colich and Sons, L.P. and Berg and Associates, Inc. for construction and construction 3.B Packet Pg. 80 6 of 6 observation services, respectively, for the Annual Water Main Improvements Citywide Project. Future year funding is contingent on Council budget approval. Contract Request Construction FY 2020-21 Budget Request Amount CIP Account # Total Contract Amount $5,035,884 C5004840.689000 $5,035,884 Total Construction $5,035,884 Contract Request – Construction Observation FY2020-21 Budget Request Amount CIP Account # Total Contract Amount $330,000 C5004840.689000 $330,000 Total Construction Management $330,000 Prepared By: Tom Shahbazi, Civil Engineer Approved Forwarded to Council Attachments: A. Berg Oaks Initiative Disclosure Form B. Colich Oaks Initiative Disclosure Form 3.B Packet Pg. 81 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 # ___________________________ 3.B.a Packet Pg. 82 Attachment: Berg Oaks Initiative Disclosure Form (4274 : Award Construction Contract for Annual Water Main Replacement Project) 3.B.b Packet Pg. 83 Attachment: Colich Oaks Initiative Disclosure Form (4274 : Award Construction Contract for Annual Water Main Replacement Project)