File #: 2021-1433    Version: 1 Name:
Type: Non-Consent Status: Passed
File created: 1/14/2021 In control: OPERATIONS COMMITTEE
On agenda: 4/7/2021 Final action: 4/7/2021
Title: HEADQUARTERS COMPLEX AT PLANT NO. 1, PROJECT NO. P1-128A
Sponsors: Kathy Millea
Attachments: 1. Agenda Report, 2. P1-128A PSA DRAFT, 3. Item 7 Presentation - P1-128A PSA Const Mgmt
Related files: 2022-2543, 2021-1590

FROM:                     James D. Herberg, General Manager

                     Originator: Kathy Millea, Director of Engineering 

 

SUBJECT:

 

title

HEADQUARTERS COMPLEX AT PLANT NO. 1, PROJECT NO. P1-128A

end

 

GENERAL MANAGER'S RECOMMENDATION

 

recommendation

RECOMMENDATION:  Recommend to the Board of Directors to:

 

A.       Approve a Professional Services Agreement with AECOM Technical Services, Inc. to provide construction management, testing, and inspection services for Headquarters Complex at Plant No. 1, Project No. P1-128A, for an amount not to exceed $6,750,000; and

 

B.       Approve a contingency of $675,000 (10%).

 

body

BACKGROUND

 

Headquarters Complex at Plant No. 1, Project No. P1-128A, will construct a new Headquarters Building on the north side of Ellis Avenue to house approximately 350 staff as well as Board and public meeting spaces.  Surface parking and a pedestrian/utility bridge over Ellis Avenue to Plant No. 1 are also included in the project.

 

The Orange County Sanitation District (OC San) manages its many construction contracts using its own staff, supported by a Supplemental Engineering and Support Services Agreement to handle peaks and to provide specialized engineering support.  This approach ensures consistent and professional construction management of a wide range of projects.  The construction management teams include construction managers, inspectors, cost estimators, schedulers, and administrative staff.  Currently, 41 OC San staff and 13 Supplemental Engineering and Support Services employees are performing construction management full time.

 

RELEVANT STANDARDS

 

                     Ensure the public’s money is wisely spent

                     California Government Code §4526:  Select the “best qualified firm” and “negotiate fair and equitable fees”

 

 

 

 

PROBLEM

 

Construction of the Headquarters Complex will last two and a half years and will require the equivalent of approximately six full-time staff for construction management.  The work will involve construction, codes, trades, and specialties not typically involved with the construction of wastewater treatment and conveyance projects.  The involvement of professionals experienced with office building construction is important to make cost-effective decisions during construction.

 

These professionals could be made available through the Supplemental Engineering and Support Services Agreement, but that agreement will expire approximately six months before construction is completed.  That could require replacement of the construction management team at a critical time in the project.

 

PROPOSED SOLUTION

 

Award a Professional Services Agreement to provide construction management, testing, and inspection services for Headquarters Complex at Plant No. 1, Project No. P1-128A.  This contract will provide the requisite resources and expertise to provide oversight and management of the construction of this new facility.

 

TIMING CONCERNS

 

The construction contract for the Headquarters Complex is expected by be awarded in May and construction is scheduled to start in June 2021.

 

RAMIFICATIONS OF NOT TAKING ACTION

 

Without a dedicated Construction Management firm, the role would need to be staffed through the Supplemental Engineering and Support Services Agreement, which will expire prior to construction completion.  Existing specialty inspection and materials testing contracts are insufficient to complete this work. 

 

PRIOR COMMITTEE/BOARD ACTIONS

 

March 2019 - The Headquarters Complex Ad Hoc Committee endorsed staff's recommendation to use the existing staff augmentation contract with Jacobs Engineering to provide third-party engineering design support and construction management services for the Headquarters Complex as needed.

 

November 2018 - The Headquarters Complex Ad Hoc Committee provided direction to staff to consider hiring a third-party Construction Management firm to oversee the project.

 

ADDITIONAL INFORMATION

 

In early 2019, construction was scheduled to be completed before June 2023, when the Supplemental Engineering and Support Services Agreement expires.  At the March 4, 2019 Headquarters Complex Ad Hoc Committee meeting, the Committee endorsed staff’s recommendation to utilize that contract to provide construction management services for this project.  Challenges in obtaining approval from the City of Fountain Valley delayed the project so that construction will not be completed until late 2023.

 

Consultant Selection:

 

OC San requested and publicly advertised for proposals for construction management services relating to Headquarters Complex at Plant No. 1, Project No. P1-128A, on November 5, 2020.  The following evaluation criterion were described in the Request for Proposals (RFP) and used to determine the most qualified Consultant.

 

CRITERION

WEIGHT

Project Understanding and Approach

40%

Related Project Experience

25%

Project Team and Staff Qualifications

35%

 

Seven proposals were received on December 23, 2020 and evaluated in accordance with the evaluation process set forth in OC San’s Purchasing Ordinance No. OCSD-52 (Purchasing Ordinance) by a pre-selected Evaluation Team consisting of OC San staff: Senior Engineer (Project Manager, non-voting), Construction Inspection Supervisor, Engineering Supervisor, and Engineering Manager.  The Evaluation Team also included one voting representative from the Orange County Water District (GWRS Program Manager), one non-voting representative from the Contracts Administration Division, and one non-voting technical advisor from Jacobs Engineering.

 

The Evaluation Team scored the proposals on the established criterion as summarized in the table below:

 

 

Proposer

Project Understanding and Approach (Max. 40 Points)

Related Project Experience (Max. 25 Points)

Project Team and Staff Qualifications (Max. 35 Points)

 Total Score (Max. 100 Points)

1

ARCADIS U.S., Inc.

31

18

25

74

2

AECOM Technical Services, Inc.

29

19

25

73

3

Vanir Construction Management

28

20

23

71

4

Hill International

28

14

25

67

5

Griffin Structures

27

16

23

66

6

The Austin Company

23

14

23

60

7

Project Management Advisors

18

11

14

43

 

Following scoring, the five highest-scoring firms were invited for interviews.  The interviews were conducted on January 28 and February 4, 2021.  After the interviews, the Evaluation Team determined the highest-scoring proposer based on both the written proposal and the interview.  Below is the summary of the final scores.

 

 

Proposer

Project Understanding and Approach (Max. 40 Points)

Related Project Experience (Max. 25 Points)

Project Team and Staff Qualifications (Max. 35 Points)

 Total Score (Max. 100 Points)

1

AECOM Technical Services, Inc.

33

21

28

82

2

ARCADIS U.S., Inc.

29

19

29

77

3

Vanir Construction Management

29

20

27

76

4

Griffin Structures

29

19

25

73

5

Hill International

26

16

22

64

 

AECOM Technical Services, Inc. was selected based on their superior combination of project approach, team experience, and qualifications.  The firm proposed an efficient, yet robust, team that was very experienced and had worked together recently on similar successful projects.  The AECOM team proposed a project plan that excelled both in risk management as well as testing and inspection strategies. 

 

Review of Fee Proposal and Negotiations:

 

Proposals were accompanied by sealed fee proposals.  Only the fee proposal of the Evaluation Committee’s highest-ranked firm, as approved by the Director of Engineering, was opened in accordance with the Purchasing Ordinance.

 

Staff conducted negotiations with AECOM Technical Services, Inc. to clarify the requirements of the Scope of Work, the assumptions used for the estimated level of effort, and the proposed approach to meet the goals and objectives for the project.  Negotiations were held with multiple follow up e-mails and calls.  During negotiations, the Scope of Work was reviewed in detail and certain areas were identified that could be adjusted to better meet the needs of the project.  Those changes included a greater allowance for change order cost estimating; oversight and coordination for furnishings, fixtures, and equipment; coordinating building information modeling data with the contractor; and replacing the quality control manager with a more highly qualified individual with mass timber experience.

 

 

 

 

 

 

Original Fee Proposal

Negotiated Fee

Total Hours

29,098

31,537

Total Fee

$6,180,186

$6,750,000

 

The Consultant’s fringe and overhead costs, which factor into the billing rate, have been substantiated.  The contract profit is 5.00%, which is based on an established formula based on OC San standard professional agreements.

Based on the above, staff has determined that the final negotiated fee is fair and reasonable for the level of effort required for this project and recommends award of the Professional Services Agreement to AECOM Technical Services, Inc. 

 

CEQA

 

The project is included in the Addendum to the City of Fountain Valley “Fountain Valley Crossings Specific Plan” Program Environmental Impact Report, State Clearinghouse No. 2015101042.

 

FINANCIAL CONSIDERATIONS

 

This request complies with authority levels of OC San’s Purchasing Ordinance.  This item has been budgeted (Adopted Budget, Fiscal Years 2020-2021 and 2021-22, Section 8, Page 58, Headquarters Complex, Project No. P1-128) and the budget is sufficient for the recommended action.

 

ATTACHMENT

The following attachment(s) may be viewed on-line at the OC San website (www.ocsan.gov) with the complete agenda package:

 

                     Draft Professional Services Agreement

                     Presentation

 

TG:DF:dm