Agenda Item AGENDA STAFF REPORT ASR
Control 23-000827 |
||
MEETING
DATE: |
11/28/23 |
|
legal entity taking action: |
Board
of Supervisors and Orange County Flood Control District |
|
board of supervisors district(s): |
All
Districts |
|
SUBMITTING Agency/Department: |
OC
Public Works (Approved) |
|
Department contact person(s): |
Edward
Frondoso (714) 352-1118 |
|
|
Darrell
Wilson (714) 955-0359 |
|
Subject: Renew Contract for Construction
Site Flagger Services
ceo CONCUR |
County Counsel Review |
Clerk of the Board |
||||||||
Concur |
Approved
Agreement to Form |
Discussion |
||||||||
|
|
3
Votes Board Majority |
||||||||
|
|
|
||||||||
Budgeted: Yes |
Current Year
Cost: $166,393 |
Annual Cost: FY 2024-25 $133,607 |
||||||||
|
|
|
||||||||
Staffing Impact: |
No |
# of Positions: |
Sole Source: No |
|||||||
Current Fiscal Year Revenue: N/A
|
||||||||||
Prior Board Action: 12/8/2020 #25 |
||||||||||
RECOMMENDED
ACTION(S):
Authorize the County Procurement
Officer or Deputized designee to execute Amendment No. 1 to renew the contract
with Myers & Sons Hi-Way Safety, Inc. for Construction Site Flagger
Services, effective December 11, 2023, through December 10, 2024, in an amount
not to exceed $300,000 for a cumulative total amount not to exceed $1,800,000,
with the option to renew for one additional one-year term.
SUMMARY:
Approval of Amendment No. 1 to
renew the contract for Construction Site Flagger Services will facilitate
construction work zone safety for OC Public Works staff and the public.
BACKGROUND
INFORMATION:
OC Public Works requires
Construction Site Flagger Services (Services) to augment County of Orange
(County) and Orange County Flood Control District resources to safely direct
traffic through construction sites. These Services include the use of traffic cones,
gestures, signs and flags to guide motorists through temporary traffic control
zones, lane closures and detours.
On August 19, 2020, OC Public Works
issued an Invitation for Bid for Services on the County online bidding system.
Two bids were received and evaluated. The lowest responsive, responsible
bidders, Myers & Sons Hi-Way Safety, Inc. and Statewide Traffic Safety and
Signs, Inc. dba Statewide Safety Systems, were deemed qualified to perform the
needed Services.
On December 8, 2020, the Board of
Supervisors (Board) approved aggregate Contracts MA-080-21010645 with Myers
& Sons Hi-Way Safety, Inc. and Statewide Traffic Safety and Signs, Inc. dba
Statewide Safety Systems for Services, effective December 11, 2020, through
December 10, 2023, in an aggregate amount not to exceed $1.5 million.
OC Public Works is proposing to continue
procuring these Services in accordance with the 2021 Contract Policy Manual
Section 3.3-102. The Orange County Preference Policy (OCPP) was applicable and
incorporated into this solicitation; however, no OCPP qualified proposals were
submitted.
Previous Request 12/11/2020 –
12/10/2023 |
Current Request 12/11/2023 –
12/10/2024 |
||||
Contractors |
Requested
Contract Amount |
Usage as of
September 2023 |
Contractor |
Requested
Contract Increase |
Anticipated Usage |
2 |
$1.5 million* |
$900,000 |
1 |
$300,000 |
$300,000 |
* The previously approved amount
does not roll over to the renewal term.
OC Public Works is recommending the
Board approve Amendment No. 1 to renew Contract MA-080-21010645 (Contract) with
Myers & Sons Hi-Way Safety, Inc. (Contractor) for Services, effective
December 11, 2023, through December 10, 2024, in an amount not to exceed
$300,000 for a cumulative total amount not to exceed $1.8 million with the
option to renew for one additional one-year term.
Although an offer was extended to
Statewide Traffic Safety and Signs, Inc. dba Statewide Safety Systems to renew
their contract, they declined the renewal option as they were unable to honor
Contract rates for the renewal term and did not provide adequate justification
for their rate increase.
The Contractor's performance has
been confirmed as satisfactory. OC Public Works has verified there are no
concerns that must be addressed with respect to Contractor's ownership/name,
litigation status or conflicts with County interests. The Contractor is based
in San Bernardino County.
An analysis was conducted to
determine the cost/benefit of contracting out versus providing Services
in-house. Based on this analysis, OC Public Works determined that supplementing
in-house crews with Contract Services allows for greater flexibility in
addressing seasonal peak workload.
The Contract is being presented to
the Board for approval less than 30 days before its potential effective date
due to delays with the unsuccessful renewal negotiation process with Statewide
Traffic Safety and Signs, Inc. dba Statewide Safety Systems.
This Contract does not currently
include subcontractors or pass through to other providers. See Attachment B for
Contract Summary Form.
Compliance
with CEQA: This
action is not a project within the meaning of CEQA Guidelines Section 15378 and
is therefore not subject to CEQA, since it does not have the potential for
resulting in either a direct physical change in the environment or a reasonably
foreseeable indirect physical change in the environment. The approval of this
agenda item does not commit the County to a definite course of action in regard
to a project since the item is for approval of Services. The proposed activity
is therefore not subject to CEQA. Any future action connected to this approval
that constitutes a project will be reviewed for compliance with CEQA.
FINANCIAL
IMPACT:
Appropriations
for the Contract are included in Fund 115, OC Road, and Fund 400, OC Flood, FY
2023-24 Budget and will be included in the budgeting process for future years.
The proposed Contract includes a provision
stating the Contract is subject to, and contingent upon, applicable budgetary
appropriations being approved by the Board for each fiscal year during the term
of this Contract. If such appropriations are not approved, this Contract may be
immediately terminated without penalty to the County.
STAFFING
IMPACT:
N/A
ATTACHMENT(S):
Attachment
A - Amendment No. 1 to Contract MA-080-21010645 with Myers & Sons Hi-Way
Safety, Inc.
Attachment B - Contract Summary Form
Attachment C - Redline to Contract MA-080-21010645 with Myers & Sons Hi-Way
Safety, Inc.