Agenda Item
ASR
Control 20-000697 |
||
MEETING DATE: |
11/17/20 |
|
legal entity taking action: |
Board of Supervisors |
|
board of supervisors
district(s): |
All Districts |
|
SUBMITTING
Agency/Department: |
OC Public Works
(Approved) |
|
Department contact
person(s): |
Nardy Khan (714) 647-3906 |
|
|
Regina Hu (714) 647-3927 |
|
Subject: Approve Contracts for
On-Call Road and Bikeway Engineering Services
ceo CONCUR |
|
Clerk of the Board |
||||||||
Concur |
Approved Agreement to Form |
Discussion |
||||||||
|
|
3 Votes Board Majority |
||||||||
|
|
|
||||||||
Budgeted: Yes |
Current Year Cost:
$1,831,507 |
Annual Cost:
FY 2021-22 $3,500,000 |
||||||||
|
|
|
||||||||
Staffing Impact: |
No |
# of Positions:
|
Sole Source:
No |
|||||||
Current Fiscal Year Revenue: N/A
|
||||||||||
Prior Board Action: 4/28/2020
#40, 12/12/2017 #29 |
||||||||||
RECOMMENDED ACTION(S):
Authorize the Director of OC Public Works or designee to execute 14 contracts for On-Call Road and Bikeway Engineering Services, effective November 17, 2020, through November 16, 2023, in an amount not to exceed $750,000 each, for a total cumulative amount not to exceed $10,500,000, renewable for two additional years upon Board of Supervisors approval as follows: |
||
|
a. |
Stantec Consulting Services Inc. |
|
b. |
Mark Thomas & Company, Inc. |
|
c. |
Michael Baker International, Inc. |
|
d. |
Psomas |
|
e. |
David Evans and Associates, Inc. |
|
f. |
AZTEC Engineering Group, Inc. |
|
g. |
Tetra Tech, Inc. |
|
h. |
T. Y. Lin International |
|
i. |
GHD Inc. |
|
j. |
Moffatt & Nichol |
|
k. |
JMDiaz, Inc. |
|
l. |
NV5, Inc. |
|
m. |
EXP U.S. Services Inc. |
|
n. |
Glenn A. Rick Engineering and Development Co. |
SUMMARY:
Approval of the contracts with Stantec Consulting Services Inc.; Mark Thomas & Company, Inc.; Michael Baker International, Inc.; Psomas; David Evans And Associates, Inc.; AZTEC Engineering Group, Inc.; Tetra Tech, Inc.; T. Y. Lin International; GHD Inc.; Moffatt & Nichol; JMDiaz, Inc.; NV5, Inc.; EXP U.S. Services Inc.; and Glenn A. Rick Engineering and Development Co. for On-Call Road and Bikeway Engineering Services will provide timely access to specialized services needed in support of completing cost effective public works projects and will support expediting the completion of ongoing and future business needs for various County of Orange projects.
BACKGROUND INFORMATION:
Architect-Engineer (A-E) On-Call Road and Bikeway Engineering Services (Services) are used to assist the County of Orange (County) in completing capital improvement, rehabilitation and maintenance projects, including those projects listed on OC Public Works 7-Year Capital Improvement Program approved by the Board of Supervisors (Board) on April 28, 2020. Many of the projects are time sensitive due to facilities reaching their useful life expectancy and needing repair and rehabilitation, while other projects are driven by safety, government code or regulatory permitting requirements. To continue the efficient operation and management of County facilities, it is necessary to retain services to supplement staff and provide specialized expertise. The award of services contracts expedites the process to obtain and utilize those needed Services.
Existing A-E contracts for On-Call Road/Bridge and Traffic Engineering Services, approved by the Board on December 12, 2017, will expire on December 21, 2020. More than $6.3 million of A-E Services have been utilized from these contracts Countywide (between mid FY 2017-18 and the end of FY 2019-20), averaging $2.1 million annually on capital projects. In order to obtain more specialized A-E disciplines, the existing slate for On-Call Road/Bridge and Traffic Engineering Services has been split into three separate solicitations: (1) Road and Bikeway Engineering Services, (2) Bridge Design Services and (3) Traffic and Development Support Services.
OC Public Works issued a Request for Qualification (RFQ) to establish a Qualified Vendor List for the Services. The RFQ was advertised from June 19, 2020, through July 15, 2020, on the County online bidding system. A total of 28 submittals were received in response to the RFQ.
On August 19, 2020, the RFQ evaluation panel completed the written evaluation process and provided recommendations. A summary of the most qualified contractors providing Services is attached as a part of the Memorandum of Recommendation (Attachment Q).
OC Public Works is requesting Board approval of the following A-E contracts for Services, effective November 17, 2020, through November 16, 2023, in an amount not to exceed $750,000 each, for a total cumulative amount not to exceed $10.5 million, renewable for two years upon Board approval:
Contractors |
Contracts |
Stantec Consulting Services Inc. |
MA-080-21010409 |
Mark Thomas & Company, Inc. |
MA-080-21010410 |
Michael Baker International, Inc. |
MA-080-21010411 |
Psomas |
MA-080-21010412 |
David Evans and Associates, Inc. |
MA-080-21010413 |
AZTEC Engineering Group, Inc. |
MA-080-21010414 |
Tetra Tech, Inc. |
MA-080-21010415 |
T. Y. Lin International |
MA-080-21010416 |
GHD Inc. |
MA-080-21010417 |
Moffatt & Nichol |
MA-080-21010418 |
JMDiaz, Inc. |
MA-080-21010419 |
NV5, Inc. |
MA-080-21010420 |
EXP U.S. Services Inc. |
MA-080-21010421 |
Glenn A. Rick Engineering and Development Co. |
MA-080-21010422 |
Previous
Request (December 12, 2017 – December 11, 2020) |
Current
Request (December 12, 2020 – December 11, 2022) |
||||
Contractors |
Requested Contract Amounts |
Usage |
Contractors |
Requested Contract Amounts |
Anticipated Usage |
3 |
$4.5 million |
$6.3 million |
14 |
$10.5 million |
$19 million* |
* The value of the contracts was determined using projections to complete the CIP's workload, which is anticipated to be in the range of $19 million over the next five years for Services. Some projects will require individual Request for Proposals to meet grant requirements and projects could be re-prioritized due to revenue adjustments.
The contractors are qualified to perform the needed Services based on past performance on County projects. OC Public Works has conducted due diligence on the contractors. Reference checks were satisfactory and completed with the following companies regarding similar projects.
Contractors |
Reference Company A |
Reference Company B |
Reference Company C |
Stantec Consulting Services Inc. |
City of Burbank |
City of Newport Beach |
City of Irvine |
Mark Thomas & Company, Inc. |
City of Eastvale |
The Port of Los Angeles |
Santa Barbara County Association of Governments |
Michael Baker International, Inc. |
City of Hermosa Beach |
City of Malibu |
City of Newport Beach |
Psomas |
City of Lake Forest |
City of Los Angeles |
City of Laguna Beach |
David Evans and Associates, Inc. |
City of Fontana |
City of Los Angeles |
City of Garden Grove |
AZTEC Engineering Group, Inc. |
California Department of Transportation |
City of Phoenix |
Riverside County Transportation Commission |
Tetra Tech, Inc. |
City of Culver City |
City of Los Angeles |
City of Santa Ana |
T. Y. Lin International |
California Department of Transportation |
City of Irvine |
City of Riverside |
GHD Inc. |
City of Anaheim |
City of Carlsbad |
City of Long Beach |
Moffatt & Nichol |
California Department of Transportation |
City of Long Beach |
Port of Long Beach |
JMDiaz, Inc. |
City of Chino |
City of Glendora |
City of Industry |
NV5, Inc. |
City of Laguna Nigel |
City of Placentia |
City of San Bernardino |
EXP U.S. Services Inc. |
City of Seal Beach |
Orange County Transportation Authority |
San Bernardino County |
Glenn A. Rick Engineering and Development Co. |
City of Lake Forest |
City of Murrieta |
City of Santa Ana |
The contracts are being presented for consideration less than 30 days prior to their expiration because a thorough evaluation of the current and future business needs of the County was conducted. The evaluation concluded that it is in the best interest of the County to renew the contracts to allow OC Public Works to continue providing support for various County projects.
The contract with Psomas, due to the nature of the services, could require the addition of subcontractors. In order to add subcontractor(s) to the contract, Psomas must seek express consent from OC Public Works. Should the addition of a subcontractor impact the scope of work and/or contract amount, OC Public Works will bring the item back to the Board for approval. The rest of the contracts include subcontractors. See Attachment O for information regarding subcontractors and Contract Summary Form.
In accordance with the 2020 Design and Construction Procurement Policy Manual Section 3.3-102 and pursuant to California Government Code Section 25502.5, approval by the Board is required for all A-E services contracts in excess of $200,000.
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 it is for an approval of a Services contract. This proposed activity is therefore not subject to CEQA. Any individual, specific work authorized pursuant to these contracts will be reviewed for compliance with CEQA.
FINANCIAL IMPACT:
Appropriations for the OC Public Works portion of these contracts are included in the FY 2020-21 Budget for OC Road Fund 115: 10 percent, OC Road Capital Fund 174: 60 percent and 30 percent Charges for Services and will be included in the budgeting process for future years.
As part of consolidating the administration of various internal A-E programs and Services contracts under OC Public Works, the not to exceed amount has been established to allow for Countywide utilization. Departments will utilize their internal process to encumber the amounts needed based on their respective projects and will ensure sufficient appropriations are available in the current budget and for future years.
The proposed contracts include a provision stating the contracts are subject to, and contingent upon, applicable budgetary appropriations being approved by the Board for each fiscal year during the terms of these contracts. If such appropriations are not approved, these contracts may be immediately terminated without penalty to the County.
STAFFING IMPACT:
N/A
ATTACHMENT(S):
Attachment A - Contract MA-080-21010409 with Stantec
Consulting Services Inc.
Attachment B - Contract MA-080-21010410 with Mark Thomas & Company,
Inc.
Attachment C - Contract MA-080-21010411 with Michael Baker International, Inc.
Attachment D - Contract MA-080-21010412 with Psomas
Attachment E - Contract MA-080-21010413 with David Evans and Associates, Inc.
Attachment F - Contract MA-080-21010414 with AZTEC Engineering Group, Inc.
Attachment G - Contract MA-080-21010415 with Tetra Tech, Inc.
Attachment H - Contract MA-080-21010416 with T. Y. Lin International
Attachment I - Contract MA-080-21010417 with GHD Inc.
Attachment J - Contract MA-080-21010418 with Moffatt & Nichol
Attachment K - Contract MA-080-21010419 with JMDiaz, Inc.
Attachment L - Contract MA-080-21010420 with NV5, Inc.
Attachment M - Contract MA-080-21010421 with EXP U.S. Services Inc.
Attachment N - Contract MA-080-21010422 with Glenn A. Rick Engineering and
Development Co.
Attachment O - Contract Summary Form
Attachment P - Evaluation Ranking Summary for Road and Bikeway Engineering
Services
Attachment Q - Memorandum of Recommendation for Road and Bikeway Engineering
Services
Attachment R - Qualified Vendor List for Road and Bikeway Engineering Services
Attachment S - OC Public Works 7-Year Capital Improvement Program (Link)
Attachment T - California Government Code Section 25502.5