Title
Consider and take action on a resolution authorizing a Construction Manager at Risk Agreement with CSA Construction, Inc. to provide pre-construction phase services for the Southwest Water Reclamation Facility Expansion (WW2201) in an amount not to exceed $683,440 (Executive Director of Capital Projects)
Background
Approval of this resolution will authorize a Construction Manager at Risk (CMAR) Agreement with CSA Construction, Inc. to perform, or have subconsultants perform, pre-construction phase services associated with the Southwest Water Reclamation Facility Expansion (WW2201).
The City is in the design phase of the expansion to its Southwest Water Reclamation Facility (SWWRF) from 4.0 MGD to 8.0 MGD to serve the growth in the City’s southwest sector. The City’s consultant previously conducted a capacity and re-rating study of each current treatment unit. The study recommended re-rating the secondary treatment units, aerated sludge holding tanks, and dewatering system from the current permitted Annual Average Daily Flow (AADF) of 4.0 MGD to 5.4 MGD and submitted the re-rating study to TCEQ and received approval. Therefore, the scope of this expansion project is the additional component improvements that will be required to expand the SWWRF from 5.4 to 8.0 MGD. Some of the project features are:
- Study feasibility of possible addition of new coarse screening structure ahead of influent lift station
- New ultimate peak flow capacity influent lift station
- Expansion of headworks facility for ultimate capacity
- New aeration basin and blower system
- New secondary clarifier with scum pump station
- Expansion of return and waste activated sludge pump system
- New flow splitter structures
- Expansion of tertiary filtration system
- Expansion of ultraviolet (UV) system
- Expansion of post aeration basin
- Expansion of effluent pump station and improvement to existing effluent outfall
- New aerated sludge holding/aerobic digesters
- Expansion of sludge dewatering building with additional blowers
- Expansion of order control facility
- Expansion of the existing plant drain system & Non-potable water system
- Expansion of all four (4) existing electrical buildings and electrical infrastructure
- Additional back-up power generation
In an effort to improve cost control for the project, supplement the engineer's design efforts, and accelerate the move into construction, the decision was made to use the Construction Manager at Risk (CMAR) project delivery method. This method of delivery was approved by the Council on October 10, 2023.
On November 16, 2023, League City’s Purchasing Department advertised a Request for Construction Manager at Risk Proposals. On January 9, 2024, the City received three proposals. A selection committee of five City personnel reviewed all submitted packets and a scoring summary was generated based on criteria established in the request for proposals. This review was followed by individual in-person interviews with all CMAR contractors that submitted proposals. Each firm made a presentation based on a set of questions prepared by the City. Based on final scoring, firms were ranked as: 1) PLW Waterworks, 2) CSA Construction, Inc. and 3) Wharton- Smith & Reytec. City staff began negotiations with the top ranked firm, PLW. Upon receipt of the final and best offer for their Pre-Construction phase services fee, Construction and General Conditions fees, and responses to City questions, staff determined that their proposal is not in the best interest of the City and therefore terminated further negotiations. City staff then began negotiations with the next qualified proposer, CSA Construction, Inc. and has determined that CSA Construction offers the best Pre-Construction services fee and Construction General Condition fees.
The CMAR delivery system is a two-phase process, consisting of an initial Pre-Construction phase services contract, which is the current contract presented for Council consideration. The contract is later amended to include Construction Phase Services once the City receives and accepts the CMAR's Guaranteed Maximum Price (GMP) to construct the Project. The CMAR process allows the general contractor to work hand-in-hand with the Owner and designers during the design phase process to generate cost-efficient plans, resolve constructability issues and reduce the risk of costly and time-consuming change orders before presenting a Guaranteed Maximum Price (GMP) for the project.
The preconstruction phase services schedule is proposed at 24 months, excluding City and TCEQ review periods. The proposed scope of work assumes preparation and issuance of a maximum of two (2) Guaranteed Maximum Price (GMP) proposal packages. One early works package for procurement of long-lead equipment and electrical gear to expedite project delivery and one for the remaining balance of plant construction. The early works package is proposed to bid in FY 2025. Projects staff will work with the Budget office to bring a portion of the total current construction budget of $94,482,635 allocated to FY 2026 forward to FY 2025 to undertake the early work packages. The balance of plant construction is programmed in the CIP in FY 2026 and is anticipated to take 36 months.
Attachments:
1. Proposed Resolution
2. Exhibit A - CMAR Preconstruction Phase Services Agreement
3. Plant Expansion Conceptual Layout
4. CIP Project Sheet
5. Aerial Map
FUNDING
{X} Total funding in the amount of $683,440 is available from Wastewater Capital Recover Fees (CRF), fund 1045, with expenses charged to project expense string WW2201-PRE-CON-CMAR-CRF WW.
STRATEGIC PLANNING
{X} Addresses Strategic Planning Critical Success Factor #1: Develop and Maintain our Infrastructure