Manhattan Beach Logo
File #: 19-0292    Version: 1
Type: Consent - Staff Report Status: Agenda Ready
In control: City Council Regular Meeting
On agenda: 7/2/2019 Final action:
Title: Consider Awarding a Professional Design Service Agreement to Hazen and Sawyer, Inc., for the Water Infrastructure Improvement Project for $295,250 in Response to RFP No. 1200-19W; and Authorize the City Manager to Execute the Agreement (Public Works Director Katsouleas). ADOPT RESOLUTION NO. 19-0059
Attachments: 1. Resolution No. 19-0059, 2. Agreement - Hazen and Sawyer, Inc., 3. Budget and Expenditures, 4. Location Map

TO:

Honorable Mayor and Members of the City Council

 

THROUGH:

Bruce Moe, City Manager

 

FROM:

Stephanie Katsouleas, Director of Public Works

Prem Kumar, City Engineer

Tim Birthisel, Associate Engineer

                     

SUBJECT:Title

Consider Awarding a Professional Design Service Agreement to Hazen and Sawyer, Inc., for the Water Infrastructure Improvement Project for $295,250 in Response to RFP No. 1200-19W; and Authorize the City Manager to Execute the Agreement (Public Works Director Katsouleas).

ADOPT RESOLUTION NO. 19-0059

Line

_________________________________________________________

Recommended Action

RECOMMENDATION:
Staff recommends that the City Council adopt Resolution 19-0059 (Attachment) awarding a Professional Design Services Agreement to Hazen and Sawyer, Inc., for the Sewer Infrastructure Improvement Project for $295,250 in response to Request for Proposals (RFP) No. 1200-19W, and authorizing the City Manager to execute the Agreement (Attachment).

Body
FISCAL IMPLICATIONS:

A total of $4.6 million is budgeted in fiscal year 2019-2020 for the Water Infrastructure Improvement Project approved in the Capital Improvement Program, and there are sufficient funds available to complete the scope of work. The Budget and Expenditure Summary is attached.

 

BACKGROUND:

The City operates and maintains an extensive water distribution system, including approximately 106 miles of domestic water pipelines. To evaluate the condition of the domestic water system, staff references the 2010 Water Master Plan, which provides data such as age, pipe condition, capacity demands and maintenance needs. The Plan also establishes the highest priority deficiencies for repair or replacement.

 

Based on the Water Master Plan, staff has prioritized portions of the system with the most severe structural problems and deficiencies such as corrosion, insufficient fire flow capacity, and severe operations and maintenance issues for replacement over the next three budget years. Simply stated, these domestic water pipe segments are in the greatest need of attention, utilizing the most cost-effective methods available for rehabilitation.

 

The City requested proposals from qualified engineering firms to evaluate and provide design services for water infrastructure improvements on specific pipe segments to be addressed attention over the next three years.

 

The proposed contract award is only for the first year. Assuming Hazen and Sawyer, Inc. delivers high quality plans, specifications and estimates in a timely manner, staff plans to recommend amending the Agreement to provide additional design services for the second and third year given the competitive process undertaken and the substantially similar work to be performed. Our future recommendation would be based on the assumption that substantially similar unit rates would apply to the work requested.


DISCUSSION:

The Public Works Department issued a Request for Proposals on November 30, 2018, for professional design engineering services for the project. A total of seven proposals were received on January 23, 2019. Proposals were evaluated and ranked by an evaluation committee of City staff according to the following selection criteria:

 

                     Understanding Scope of Services;

                     Firm qualifications and experience performing similar work;

                     Project management methods and quality control;

                     Qualification and experience of key personnel;

                     Qualifications and need for sub-consultants; and

                     Timeliness/Schedule.

 

The top four ranked firms were invited to an interview for further consideration. Based on the selection criteria and interview process, Hazen and Sawyer, Inc. had the best overall proposal at the best value. The firm has excellent experience on similar projects and its references confirmed Hazen and Sawyer, Inc. has provided outstanding services. The Proposal’s scope of work and methodology were clearly outlined, sufficient resources were identified to complete the project in a timely manner, and the staff was well qualified, having previously designed many water infrastructure improvement projects. It is worth noting that due to a change in project management staff after the initial consultant selection, Hazen and Sawyer was required to submit a revised proposal identifying a replacement Project Manager. City staff then performed a second interview, checked references and reviewed sample projects for the alternate Project Manager. Through the second interview process, Hazen and Sawyers new project manager was shown to have excellent experience on similar projects and references confirmed that outstanding service was provided.

 

 

 

 

The scope of work will entail:

 

                     Preparation of plans, technical specifications and cost estimates for appropriate rehabilitation methods for pipe segments (see attached Location Map);

                     Preparation of bidding documents suitable for bidding and award of a public works construction contract; and

                     Design support services during the construction phase.

 

Once awarded, the first-year water infrastructure improvement project is expected to take approximately six months to complete plans, specifications, and cost estimates. The project will then be ready for construction bidding. The remaining two years will be scheduled during the appropriate fiscal years and integrated with staff workload at that time. Please note that the Resolution authorizes the City Manager to  authorize additional services at a cost not to exceed $44,000 should the City require additional design work  given the construction budget available in year one. 

 

Lastly, because some of the water main replacement work is located in the same vicinity as the Fiscal Year 2019-2020 street resurfacing project work, 19th Street, 21st Street, 22nd Street and 23rd Street, between Redondo Avenue and Herrin Avenue will be resurfaced after the water main replacement work is completed.

 

PUBLIC OUTREACH:
No public outreach was conducted in preparation of recommending this award. Public outreach will occur at the appropriate time as plans are developed and we near bidding and construction.


ENVIRONMENTAL REVIEW:
The City has reviewed the proposed project for compliance with the California Environmental Quality Act (CEQA) and has determined that the project qualifies for a Categorical Exemption pursuant to Section 15301 Class 1 (repair and maintenance of existing public facilities, involving negligible or no expansion of use) of the State CEQA Guidelines.


LEGAL REVIEW:
The City Attorney has reviewed this report and determined that no additional legal analysis is necessary.

 

ATTACHMENTS:

1.                     Resolution No. 19-0059

2.                     Agreement - Hazen and Sawyer, Inc.

3.                     Budget and Expenditures

4.                     Location Map