HomeMy WebLinkAboutStaff Report 12324
City of Palo Alto (ID # 12324)
City Council Staff Report
Report Type: Consent Calendar Meeting Date: 6/21/2021
City of Palo Alto Page 1
Summary Title: RWQCP On-Call Construction Management and Inspection
Services
Title: Approval of Five 5.5 Years Contracts Numbers C21179265 A-E for
RWQCP On-call Construction Management and Inspection Services With: 1)
MNS Engineers, Inc.; 2) CDM Smith; 3) Carollo Engineers; 4) MCK Americas,
Inc.; and 5)Tanner Pacific, Inc.; for a Total Not-to-Exceed Amount of $1 Per
Contract; Approval and Authorization of the City Manager or their Designees
to Select one Consultant for Construction Management Services for the
Primary Sedimentation Tanks Rehabilitation and Equipment Room Electrical
Upgrade Project (WQ-14003) at the Regional Water Quality Control Plant
From: City Manager
Lead Department: Public Works
Recommendation
Staff recommends that Council:
1. Approve and authorize the City Manager or their designee to execute five (5) separate
five-and-a-half-year contracts (Contract C21179265) with MNS Engineers, Inc.; CDM
Smith; Carollo Engineers; MCK Americas, Inc. and Tanner Pacific, Inc.; (Contracts A, B,
C, D, and E) for Regional Water Quality Control Plant (RWQCP) On-Call Construction
Management and Inspection Services in a not-to-exceed total amount of $1 per
contract; and
2. Approve and authorize the City Manager or their designee to select one consultant
under the process described in Exhibit A to the contracts and to increase the not-to-
exceed amount under that one agreement with the selected consultant to $1,600,000
($1,450,000 for basic services and $150,000 for additional services) for construction
management of the Primary Sedimentation Tanks Rehabilitation and Equipment Room
Electrical Upgrade project funded in Wastewater Treatment Enterprise Fund Capital
Improvement Program, Project WQ-14003, at the RWQCP.
Executive Summary
City of Palo Alto Page 2
The RWQCP capital program requires specialized consultant services to manage the
construction and inspection of construction contract work. These services are an extension of
staff and essential for providing quality assurance that the City is receiving the as-designed
infrastructure in a transparent, efficient, and coordinated manner. The solicitation process
identified qualified consultants that can provide on-call construction management and
inspection services during construction of various capital projects recommended by the Long-
Range Facilities Plan (LRFP). Services will be used on a per-project basis, at the City’s
discretion. For each construction project, staff will provide each of the five consultants a scope
of services with a list of tasks needed for the upcoming construction project (i.e., Task Order).
The resulting proposal and fee received back from the consultant will be evaluated before
selecting one of the five firms for the upcoming work. Because staff desires to start
construction management services in July 2021 concurrent to the expected notice to proceed
date for Overaa Co. for the Primary Sedimentation Tank and Equipment Room Electrical
Upgrade project (WQ-14003) awarded by Council May 17, 2021 (CMR 11735), staff is
requesting authorization for the City Manager or their designee to select one of the five
construction management firms to perform the project-specific construction management
Task Order, for a total not-to-exceed amount of $1,600,000. This will avoid a several month
delay that would occur if staff otherwise had to return to Council in August or September
2021 with an amendment to one of the five contracts. Amendments for future projects will be
brought to Council simultaneous with a recommendation to award the construction contract
for the capital project. The amendment to the construction management contract will set
forth the project Task Order cost and include an explanation of how staff selected the firm.
Background
The RWQCP was originally constructed in 1934 and has undergone several expansions and
upgrades, including the construction of the primary sedimentation tanks in 1972. In 2012, the
Long-Range Facilities Plan Final Report (LRFP) for the RWQCP was completed addressing key
issues of aging infrastructure and increasing regulatory requirements. The capital program
was explained in greater detail at the April 20, 2021 Finance Committee meeting (CMR
12170).
Discussion
The solicitation process identified qualified consultants that could provide on-call construction
management and inspection services for projects recommended by the LRFP on an as-needed
basis, at the discretion of the City. During construction, the construction manager will
coordinate between the contractor and the design engineer. In addition to the Primary
Sedimentation and Equipment Room Electrical Upgrade project (WQ-14003), future projects
that may need a construction manager include the following:
• 12kV Medium Voltage Electrical Network (Loop) Rehabilitation (WQ-19002)
• Secondary Treatment Upgrades (WQ-19001)
• Outfall Line Construction and Rehabilitation (WQ-19000)
• Advanced Water Purification Facility (WQ-19003)
City of Palo Alto Page 3
• 72-inch Joint Interceptor Sewer Rehabilitation (CIP No. TBD)
• New Laboratory and Environmental Services Building (WQ-14002)
• Headworks Facility Replacement (WQ-16002)
• Recycled Water Improvements (CIP No. TBD)
• Other miscellaneous RWQCP capital improvement projects (CIP No. TBD)
The future work listed above is estimated at about $25 million in construction management
services. The consultant skills needed for each project are similar, but some needed skills vary
based on the type of project (e.g., specialized high voltage electrical cables, use of a building
contractor instead of an industrial contractor, large diameter pipeline work, etc.). All five firms
are large enough to provide the breadth of common construction management skills needed;
however, the work will not be rotated between the five firms or given out by a randomized
process because of the unique skill sets needed for some projects. Instead, each firm will
propose a project-specific team, a fee, and a proposed approach. A mini-selection process,
described in Exhibit A of these contracts and summarized below, will then be used to select
which firm to utilize. Some of the RWQCP projects require coordination of work overlapping in
time and/or with adjacency issues (e.g., coordination of electrical gear), in which case, staff
may consider using the same construction management firm to provide a unitary coordination
between multiple contractors and design engineers thereby reducing coordination risks. Due
to project timing, size, and complexity, use of five firms in an on-call arrangement allows staff
to choose and delegate to a project-specific task order. Prior to selecting a construction
management firm for each project, staff will evaluate risks, project coordination, and
complexity, and use these issues to inform the evaluation and selection. Use of multiple firms
allows for a larger pool of qualified personnel with specific skills to support a variety of work
(e.g., specialized inspection of 12,470-volt electrical cables and switches; expertise with large
diameter pipeline installation; process mechanical, instrumentation, and electrical heavy
industrial construction; etc.). Having five firms provides access to specific skill sets, ensuring
that the $310 million RWQCP capital program can be serviced by more than one firm should
one firm potentially have inadequate resources for the foreseeable work.
Near the end of each project design, staff will issue project-specific Task Orders requesting
proposals from each firm to provide construction management services for the upcoming
construction phase. For each Task Order proposal, the firm will include items such as:
• proposed project team for consultant and subconsultants;
• the firm and team’s relevant experience for the work;
• strategy and inspection approach;
• proposed additions, subtractions, or modifications to the scope of services; and
• schedule, staff availability, and fee.
Task Orders for services may include:
• preconstruction phase tasks;
City of Palo Alto Page 4
• Clean Water State Revolving Fund (SRF) compliance tasks for project loan;
• construction phase tasks; and
• project closeout phase tasks.
The five firms’ fees and proposals will be evaluated by department staff using the City’s
standard consultant selection criteria (see Attachment A). Pre-approval of five firms is an
approach that saves time and uses in-house engineering staff more efficiently. Pre-approval
ensures a firm is ready to advise staff even during pre-construction phases, if necessary. For
subsequent projects, staff will return to Council to recommend the selection of one of the five
firms to be approved by the City Manager or their designee (e.g., Public Works Director) and
explain the selection, and to request approval of an amendment to incorporate the project task
order and its related fee. Table 1 below illustrates a typical process for the selection and
execution of the Task Order for a project.
Table 1:
Process Flow for Typical Construction / Construction Management Process
Project design engineer/architect develops Project Task Order/Scope of Work under
supervision of department staff
Construction Process Construction Management Process
Department staff prepares a formal Invitation
for Bid package for contractors per Purchasing
process
Designer/Architect’s contract documents are
shared with five firms to prepare a proposal
based on both common and specific requests
for services for that construction project
Solicitation of bids issued to contractors Department staff reviews proposals received
from firms and fee and makes a selection
Together with Council’s award of a construction contract for a capital project, Council approves
an amendment to the selected construction management contract to incorporate the project-
specific Task Order and increase the contract fee to support services needed during
construction
Solicitation Process for Prequalifying Construction Management Firms
On August 17, 2020, the City issued a Request for Proposals (RFP) through PlanetBids for On-
Call Construction Management Services (CIP WQ-14003). A total of 40 construction
management firms, design firms, vendors, contractors, and Builders Exchanges downloaded the
RFP documents with attachments related to the project through PlanetBids. A virtual pre-
proposal meeting was held on August 25, 2020. The bid period was 36 days. On September 22,
2020, proposals were received from Tanner Pacific, Inc.; Swinerton Inc.; MNS Engineers; MCK
Americas; HDR; CDM Smith; and Carollo Engineers.
Request for Proposal (RFP) Issued August 17, 2020
Pre-Proposal Meeting August 25, 2020
Deadline for Questions, Clarifications September 8, 2020
Proposals Due September 22, 2020
City of Palo Alto Page 5
Proposals Received 7
Finalist Identified and Interviewed 5
Number of Vendors Selected for Contract 5
An evaluation committee consisting of Public Works Department staff was formed to review
the seven proposals received and conduct interviews. The committee carefully reviewed each
firm's qualifications and submittal in response to the criteria identified in the RFP, including
quality and completeness of the proposal, quality and effectiveness of services, experience with
projects of similar scope and complexity, prior record of performance, cost, proposer’s financial
stability, and ability to provide future maintenance and/or services. In addition to the Public
Works Department staff, the RWQCP CIP Program Manager (Woodard & Curran) provided
comments on the proposals. These comments were considered to shortlist the following five
finalists for interviews: Carollo Engineers, MNS Engineers, CDM Smith, Tanner Pacific, Inc., and
MCK Americas, Inc.
After conducting the interviews, staff recommends engaging the five firms interviewed. These
firms provided a more comprehensive approach to the services, demonstrated a clear
understanding of needs, and proposed innovative solutions to the challenges of the complex
capital program.
Timeline
The City is currently in the design and construction phase for several capital projects. Project
construction is ongoing and will continue for approximately ten years. The On-Call Construction
and Inspection Services Contracts have a term ending December 31, 2026, in compliance with
procurement policies. Staff will solicit new proposals for construction management services for
future capital work.
Resource Impact
As the lead agency, the City of Palo Alto has appropriated the $1,600,000 funding in the Fiscal
Year 2021 Wastewater Treatment Fund Capital Budget for the first Task Order associated with
Primary Sedimentation Tanks and Equipment Room Electrical Upgrades Project (WQ-14003). As
one of six partners of this regional operation, the City is responsible for 38.16 percent of this
contract cost.
Costs will vary for the services needed for each project requiring external construction
management. The costs typically depend on project size and complexity. The cost of
construction management services on a recent large RWQCP project was about 10% of
construction costs. A not-to-exceed expense of $1,600,000 was developed for the Primary
Sedimentation Tanks and Equipment Room Electrical Upgrades Project following this same
projected cost of construction management services at 10% of the total expected construction
costs. Future construction management services will be funded by respective capital projects,
and will be detailed in future reports when a contract amendment to one of the five firms is
brought forward for Council approval. Based on an approximate 10% of on-hand preliminary
City of Palo Alto Page 6
construction cost estimates, the future estimated construction management expenses are
shown in Table 2 below. Funding for subsequent years of the contract for these projects is
subject to the annual appropriation of funds through the budget process.
Table 2: Estimated Future Construction Management Services Expenses
Project
Expense
($ million)
12kV Medium Voltage Electrical Network (Loop) Rehabilitation
(WQ-19002)
$0.8
Secondary Treatment Upgrades (WQ-19001) $12.8
Outfall Line Construction and Rehabilitation (WQ-19000) $1.1
Advanced Water Purification Facility (WQ-19003) $1.8
72-inch Joint Interceptor Sewer Rehabilitation (CIP No. TBD) $1.0
New Laboratory and Environmental Services Building (WQ-14002) $3.6
Headworks Facility Replacement (WQ-16002) $3.9
Total $25.0
Other projects may be added to Table 2 (above) in the future as construction management
services cost estimates are quantified.
Palo Alto RWQCP treats the combined wastewater from Palo Alto, Los Altos, Los Altos Hills,
Mountain View, Stanford University, and the East Palo Alto Sanitary District. For debt financed
projects, Palo Alto’s project share is 38.16% and the other five agencies’ share is 61.84%, based
on the fixed capacity established in partners’ agreements.
This contract uses the City’s professional services contract template, which permits the City to
terminate without cause/for convenience by providing written notice to the consultant. In the
event the City finds itself facing a challenging budget situation, and it is determined that City
resources need to be refocused elsewhere, the City can terminate for convenience. Other
options include termination due to non-appropriation of funds or amending the contract to
reduce the cost, for example, by reducing the scope of work.
Policy Implications
This recommendation does not represent any change to existing City policies and supports the
Comprehensive Plan Policy N.4-16.
Stakeholder Engagement
This project is part of the RWQCP’s major capital improvement program funded by Palo Alto
and the five additional partner agencies who use the RWQCP for wastewater treatment. The
five partner agencies are regularly updated on both the need for and the progress of
wastewater treatment capital work. Updates are provided each year at an annual meeting and
at other periodic meetings established to inform partner agency staff about the major capital
improvement program. With respect to Palo Alto itself, the open meetings on the budget
City of Palo Alto Page 7
process serve as the main vehicle for engaging the community on both new projects such as
this and associated rate impacts.
In addition, staff have been reaching out to the water quality control plant community to gain
increased insight into significant capital improvements to existing infrastructure. This has
helped continue to inform staff’s recommended approach to management of this over $300
million investment and how to best position the City for the inherent risks, uncertainties, and
complexities.
Environmental Review
Approval of these contracts does not constitute a project under the California Environmental
Quality Act (CEQA); therefore, an Environmental Assessment is not required. The capital
projects associated with the On-Call Construction Management Services will each have their
own applicable environmental reviews.
Authorizing the City Manager to select one consultant to provide construction management
services for the Primary Sedimentation Tanks Rehabilitation and Equipment Room Electrical
Upgrade project is exempt from CEQA review because, on October 15, 2018, Council approved
the determination that the construction of the Primary Sedimentation Tanks Rehabilitation and
Electrical Upgrade Project is exempt from the California Environmental Quality Act and
approved the preliminary design (CMR 9581). A Notice of Exemption has been submitted to
Santa Clara County Clerk-Recorder’s office and was recorded on October 31, 2018 (File No.
ENV21843).
Attachments:
• Attachment A: Consultant Selection Criteria
Attachment A
Proposal Evaluation Criteria and Selection Process
City staff will evaluate the proposals provided based on the following criteria, at a
minimum:
1.Quality and completeness of proposal;
2.Quality, performance and effectiveness of the solution, goods and/or services to
be provided by the Proposer;
3.Proposers experience, including the experience of staff to be assigned to the project,
the engagements of similar scope and complexity;
4.Cost to the city;
5.Proposer’s financial condition and stability;
6.Proposer’s ability to perform the work within the time specified;
7. Proposer’s prior record of performance with City or other local, county or state
agency;
8. Proposer’s ability to provide future maintenance, repairs parts and/or services; and
9. Proposer’s compliance with applicable laws, regulations, policies (including City
Council policies), guidelines and orders governing prior or existing contracts
performed by the contractor.
10. Any other factor the city deems relevant as specified in the Task Order.
The selection committee will make a recommendation to the City Manager or their
designee, if a recommendation for selection is made.