Loading...
SR 08-14-2018 3D City Council Report City Council Meeting: August 14, 2018 Agenda Item: 3.D 1 of 6 To: Mayor and City Council From: Susan Cline, Director, Public Works, Civil Engineering Subject: Award Contracts for On Call Signage/Striping and Civil Engineering Design/Preparation of Temporary Traffic Control Plans Recommended Action Staff recommends that the City Council: 1. Establish a pre-qualified list for on-call Civil Engineering Design Services as part of RFQual #SP2564 consisting of Cannon Corporation, Kimley-Horn and Associates, Inc., KPFF Consulting Engineers, RICK Engineering Company, and Stantec Consulting Services, Inc. (all California-based companies) to create a pre-qualified list for on-call Civil Engineering Design Services, 2. Authorize the City Manager to negotiate and execute an agreement with Kimley- Horn and Associates, Inc., in an amount not to exceed $750,000 for three years with one two-year renewal option in the amount of $500,000, for a total amount not to exceed $1,250,000 over a five-year period, with future year funding contingent on Council budget approval. This is an on-call agreement and an RFP would be issued once there is a known scope of work. Funding would be identified as projects and tasks are identified. 3. Award Bid #SP2543 to Superior Pavement Markings Inc. and PCI, California- based companies, for on-call signing and striping services, 4. Authorize the City Manager to negotiate and execute an agreement with Superior Pavement Markings Inc. in an amount not to exceed $250,000 for three years, with one two-year renewal option, which would extend the contract term but not increase the budget, for a total amount not to exceed $250,000 over a five-year period, with future year funding contingent on Council budget approval. This is an on-call agreement and funding would be identified as projects and tasks are identified, and 5. Authorize the City Manager to negotiate and execute an agreement with PCI, in an amount not to exceed $250,000 for three years, with one two-year renewal option, which would extend the contract term but not increase the budget, for a total amount not to exceed $250,000 over a five-year period, with future year funding contingent on Council budget approval. This is an on-call agreement and an RFP would be issued once there is a known scope of work. Funding would be identified as projects and tasks are identified. Summary 2 of 6 In an effort to incorporate innovative procurement efficiencies by developing shortlists of vendors for broadly defined services, Public Works is seeking to deliver projects more quickly and in ways better suited to the current marketplace (Attachment A). The procurement processes for Public Works projects were designed for large, complex capital improvements and correspondingly require more time for consultant/contractor selection and contract execution. Public Works projects that are smaller in scope and budget, such as street striping and paving, routinely go through the same process, causing significant delays and additional cost to the City in terms of staff time and lost productivity. In order to streamline the selection and contract execution processes to allow for the delivery of these smaller-scale projects more expeditiously staff recommends awarding a professional services agreement for on-call civil engineering design services to Kimley-Horn and Associates, Inc. and two construction contracts for on-call signing and striping work to Superior Pavement Markings Inc. and PCI, respectively. This would reduce staff time spent on bid postings and contract routing and would enable rapid deployment of priority projects. Discussion The City does not currently have an efficient delivery model for infrastructure projects that require expedited delivery. For example, Vision Zero improvements - roadway safety projects designed to eliminate fatal and severe injury crashes on City streets – would be subject to existing procurement and contract execution procedures which could take up to 10 months. While existing procurement processes work well for large, complex projects for which they were created, the lengthier processes hinder the City’s ability to quickly deliver small- to medium-sized projects. Staff recommends utilizing an on-call civil engineering designer and on-call contractors that would allow the City to deliver certain projects up to eight months sooner (Table 1). Table 1 – Typical Project Delivery vs. On-Call/Expedited Project Delivery (Administrative Processes) Typical Process Typical Duration Expedited Process Expedited Duration De s i g n Circulate for Approval and Post Request for Proposals 45 days Confirm scope with designer 30 days Prepare Staff Report 45 days N/A - 3 of 6 Negotiate & Execute Professional Services Agreement 60 days N/A - Prepare Bid Package & Post Bid 60 days Confirm scope with contractor 30 days Co n s t r u c t i o n Prepare Staff Report 45 days N/A - Negotiate & Execute Construction Contract 60 days N/A - Total 315 days Total 60 days An on-call civil engineering designer would be able to quickly provide design and construction documents for projects such as, but not limited to, pedestrian and bicycle striping improvements, bulb-outs, traffic control plans, and traffic-calming circles. The work produced by the designer would clearly define the project scope and be used to either competitively bid the work or to obtain quotes from the on-call contractors. On-call signing and striping contractors would be able to quickly mobilize and construct improvements for projects such as, but not limited to, pedestrian and bicycle striping improvements, pavement marking upgrades, and traffic sign replacement. Vendor/Consultant Selection Table 2 – On-Call Civil Engineering Design / Preparation of Temporary Traffic Control Plans Request for Qualifications (RFQual) Data RFQual Posting Date RFQual Posted On RFQual Advertised In (City Charter & Municipal Code) # of Vendors Downloaded # of Submittals Received Date Publicly Opened 05/02/2018 City's Online Bidding Site Santa Monica Daily Press 83 12 06/01/2018 Pre-qualified List Vendor Selection Recommendation Cannon Corporation Kimley- Horn & Associates, Inc. Municipal Code SMMC 2.24.073 KPFF Consulting Engineers RICK Engineering Evaluation Criteria Experience/Technical Competence, Ability to Meet Project Work Plan & Timeliness, Quality Control, Cost Control, Stability/References Stantec Consulting Services, Inc. 4 of 6 Justification to Short-List The vendor responses were reviewed by a selection panel from the Public Works Department and evaluated using the evaluation criteria above, including their technical expertise and ability to promptly respond to the City’s requests. Based on these criteria, the vendors listed above are recommended as the best qualified firms to be placed on a shortlist. The RFQual stated a shortlist of five consultants would be created and this ensures competitiveness among the most-qualified consultants when proposing for future projects. Staff recommends Kimley-Horn and Associates, Inc., the top-ranked firm, as the best qualified firm to provide as-needed design services and be awarded an on-call contract not to exceed $750,000 for three years with one two-year renewal option in the amount of $500,000, for a total not to exceed amount of $1,250,000 over a five-year period. Staff will utilize the shortlist as required. Table 3 – On-Call Signing and Striping Contractors Request for Qualifications (RFQual) Data RFQual Posting Date RFQual Posted On RFQual Advertised In (City Charter & Municipal Code) # of Vendors Downloaded # of Submittals Received Date Publicly Opened 03/15/2018 City's Online Bidding Site Santa Monica Daily Press 27 2 04/16/2018 Pre-qualified List Vendor Selection Recommendation PCI Municipal Code SMMC 2.24.073 Superior Pavement Markings Inc. Evaluation Criteria Experience/Technical Competence, Ability to Meet Project Work Plan & Timeliness, Quality Control, Cost Control, Stability/References Justification to Short-List The vendor responses were reviewed by a selection panel from the Public Works Department and evaluated using the evaluation criteria, including their technical expertise and ability to promptly respond to the City’s requests. Based on these criteria, the vendors listed above are recommended as best qualified firms to be placed on a shortlist. Staff recommends PCI and Superior Pavement Markings as the best qualified firms to provide as-needed signing and striping services and each be awarded an on- call contract in an amount not to exceed $250,000, for three years with one two-year renewal. Staff would utilize the shortlist as required. Past Council Action 06/28/16 (Attachment A) Council gave staff direction to pilot or implement new methods of procurement. Financial Impacts and Budget Actions 5 of 6 Staff seeks authority to award a professional services agreement with Kimley-Horn and Associates for on-call civil engineering design services. Professional Services Agreement Request: Kimley-Horn Request Amount FY 2018-19 Budget Department/CIP Account # Total Contract Amount $250,000 Funding will come from various accounts and be identified as projects requiring engineering design and construction services are identified. $1,250,000 Future year funding is contingent on Council budget approval. Staff seeks authority to award a contractual services agreement with Superior Pavement Markings Inc. for on-call signing and striping services. Contractual Services Agreement Request: Superior Pavement Markings Inc. Request Amount FY 2018-19 Budget Department/CIP Account # Total Contract Amount $250,000 Funding will come from various accounts and be identified as projects requiring engineering design and construction services are identified. $250,000 Future year funding is contingent on Council budget approval. Staff seeks authority to award a contractual services agreement with PCI for on-call signing and striping services. Contractual Services Agreement Request: PCI Request Amount FY 2018-19 Budget Department/CIP Account # Total Contract Amount $250,000 Accounts and funding will be identified as projects requiring engineering design and construction services are identified. $250,000 Future year funding is contingent on Council budget approval. 6 of 6 Prepared By: Curtis Castle, Civil Engineer Approved Forwarded to Council Attachments: A. June 28, 2016 Staff Report B. PCI Oaks Initiative_Rev1 C. Superior Oaks Initiative D. Kimley-Horn Civil Engineering Design Oaks Form 'II) -.I !lri•ii lillll -• •Wniili 1Jl CITY OF SANT A MONICA OAKS INITIATIVE DISCLOSURE FORM In order to facilitate compliance with the requirements of the Oaks Initiative, the City compiles and maintains certain information. That information includes the name of any person or persons who is seeking a "public benefit." If the "public benefit" is sought by an entity, ra t her than an individual person, the information includes the name of every person who is: (a) trustee, (b) director, (c) partner, (d) officer, or has (e) more than a ten percent interest in the entity. Public benefits include : 1. Personal services contracts in excess of $25,000 over any 12-month period; 2. Sale of material, equipment or supplies to the City in excess of $25,000 over a 12- month period; 3. Purchase, sale or lease of real property to or from the City in excess of $25,000 over a 12-month period; 4. Non-competitive franchise awards with gross revenue of $50,000 or more in any 12-month period; 5. Land use variance, special use permit, or other exception to an established land use plan, where the decision has a value in excess of $25,000; 6. Tax "abatement, exception, or benefit" of a value in excess of $5,000 in any 12- month period; or 7. Payment of "cash or specie" of a net value to the recipient of $10,000 in any 12- month period. Name(s) of persons or entities receiving public benefit: Superior Pavement Markings Inc Name(s) of trustees, directors, partners, and officers: John Lucas -President Darren Veltz -CFO Name(s) of persons with more than a 10% equity, participation, or revenue interest: John Lucas -President Darren Veltz -CFO Prepared by: _D_ar_r_en_V_el_tz ________ Title: _.....;:C=F'-"O"----------- Signature: __ =>J_'--='------'Vi-~_Z.. _______ _ Date: _ _;5:...:../..::...16:...:../..::...18;:___ __ _ Email: darren@Superiorpavementmarkings.com Phone: (714) 995-9100 FOR CITY USE ONLY: Bid/PO/Contract#----------Permit# ________ _ <•1y nl Sn nl n ~l onh·u• Project Name: Bid/SP Number: City of Santa Monica Prevailing Wage Job Notice and Acknowledgment Form Page 5 of 7 Sub Contractor/ Sub Consultant (Attach additional sheet for each subcontractor). On-Call Sie:nae:e And Strioine: Location(s) of Work: Santa Monica Each contractor and subcontractor shall keep accurate payroll records , showing the name , address , social security number, work classification, straight time and overtime hours worked each day and week , and the actual per diem wages paid to each journeyman , apprentice , worker, or other employee employed by him or her in connection with the publ ic works project. Each payroll record shall contain or be verified by a written declaration that is made under penalty of perjury . The City will require nonredacted hard copies of these records for verification, prior to making related payments to the contractor (this is in addition to the electronic certified payroll reporting required by the DIR). Please indicate the estimated number of staff and job classification(s) your company will employ on this project. To locate job classifications , please reference the DIR prevailing wage website : http://www.dir.ca.aov/OPRL/PWD/index.htm or contact DIR- Prevailing Wage Unit at (415) 703-4774 . The City will assist your firm in determining the most relevant classification given the information provided to the City's Prevailing Wage Consultant, but it is the sole responsibility of the Prime ContractorNendor to ensure that they are utilizing the correct classifications at all times on the project. At bid submittal , contractors must complete the Prevailing Wage Job Acknowledgment form , with classifications they anticipate will be working on the job . Should additional classifications be needed and/or utilized not indicated on the form , prior to the new classification working onsite contractor must submit revised Prevailing Wage Job Acknowledgment form with updated classifications . # Craft Group Number/ Determination Issue Number of Apprenticeable? Trade Classification Number Date Staff YIN 1 Traffic Striping Ciroup 4 Journeyman SC-23-102-2-2017-1 8/22/16 12 y 2 Traffic Striping Group 3 Journeyman SC-23-102-2-2017-1 8/22/16 10 y 3 Traffic StripinQ Group 2Journeyman SC-23-102-2-2017-8/22/16 8 y 4 Traffic Striping ~rn11n 1 ln1 irna"m~n SC-23-102-2-2017-1 8/22/16 5 y , 5 Traffic Strioina Aoorentice LOS-2017-1 2/22/16 4 y 1. Is there a predetermined wage increase for any of the crafUtrade classifications listed? (Yes/No) ___ N_O __ _ 2. Is the contract more than $30,000? (Yes/No) YES When applicable to the craft , apprentices are required on all public works projects over $30 ,000 . If yes , how many apprentices will you use? ___ 2 ___ _ 3. Is your company aware of where to report and send training fund payments to? (Yes/No) YES By signing below the contractor attests that he has read and understands this document, that he is aware of the public work and prevailing wage requirements as set forth in the California Labor Code Sections 1720 et seq .; that he is an owner , officer, or oth er duly authorized representative of the firm ; that he and each of his subcontractors is registered with the California DIR ; and that he is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and will comply with such provisio ns before commencing the performance of the work of this contract. Corrections or alterations to this form may trigger the Escalation/De- escalation clause of your bid documents. Company Name : Superior Pavement Markings Inc . Address : 5312 Cypress St., Cypress CA 90630 Email Address :Darren@superiorpavementmarkings,comphone Number: 714-995-9100 Contractor State Lice nse Board Number (CSLB}: 776306 DIR Registration Number: 1000001476 Name of Apprenticeship Program affiliated with (if any): UNION LOCAL 1184 Contractor/Consultant Representative Signature: ___ :C)___.,'-"---=-... ~'----Z.-------Date : 5/16/2018 Pri11t Name and Title: Darren Veltz , CFO For Internal Use Only Rev : 10/23/17 Bid Posting Date: Prevail ing Wage Consultant Sign Off: CITY OF SANT A MONICA LIVING WAGE ORDINANCE CERTIFICATION July 1, 2017 through June 30, 2018 TO BE COMPLETED BY ALL CONTRACTORS PROVIDING SERVICES TO THE CITY OF SANTA MONICA IN EXCESS OF $54,200 MINIMUM WAGE -$15.87 per hour Please read , complete , and sign the following: THIS CONTRACT IS SUBJECT TO THE LIVING WAGE ORDINANCE 0 THIS CONTRACT IS NOT SUBJECT TO THE LIVING WAGE ORDINANCE 0 If this contract is not subject to the Living Wage Ordinance requirements , please note the reason below and attach supporting documentation for exemption . For example , in order to be exempt pursuant to a collective bargaining agreement, a signed collective bargaining agreement must be attached. (a) __ _ (b) __ _ (c) __ _ (d) __ x_ (e) __ _ contractor is a government agency and is exempt contractor is a City grantee and is exempt contractor is a non-profit corporation and is exempt contractor is an employer whose employees are covered by a bona fide collective bargaining agreement where the waiver is explicitly set forth in an agreement in clear and unambiguous terms cont ractor is a corporation providing banking services The undersigned , on behalf of himself or herself individually and on behalf of his or her business or organization , hereby certifies that he or she is fully aware of Santa Monica's Living Wage Ordinance (LWO), and the applicability of the LWO , and the applicability of the subject contract, as determined herein. The undersigned further agrees to be bound by all terms of the LWO, as mandated in all sections of Santa Monica Municipa l Code, Chapter 4 .65. If, at any time during the term of the contract, the answers to the questions posed herein change so that Contractor would be subject to the LWO, Contractor will promptly notify the Director of Finance in writing. Contractor further understands and agrees that the failure to comply with the LWO, this certification, or the terms of the Contract as it applies to the LWO, shall constitute a default of the Contract , which shall be grounds for termination. City shall have the right to examine all books and records of the Contractor as they relate to compliance with the LWO. Payroll records shall at a minimum include the full name of each employee performing labor or providing services under the contract , job classification, and rate of pay. These statements are made under penalty of perjury under the laws of the State of California. Printed Name: _D_a_r_r_en_V_e_l_tz ___________ Title: ___ C_F_O _________ _ Signature: __ D_\,._."'----~Vz __ -z ___________ Date : 5/16/ 18 Contractor: Superior Pavement Markings INc Bid Number (if applicable): ___ _ Service Description: On-Call Signage And Striping Page 16 OAKS INITIATIVE NOTICE NOTICE TO APPLICANTS, BIDDERS, PROPOSERS AND OTHERS SEEKING DISCRETIONARY PERMITS, CONTRACTS, OR OTHER BENEFITS FROM THE CITY OF SANTA MONICA Santa Monica’s voters adopted a City Charter amendment commonly known as the Oaks Initiative. The Oaks Initiative requires the City to provide this notice and information about the Initiative’s requirements. You may obtain a full copy of the Initiative’s text from the City Clerk. This information is required by City Charter Article XXII—Taxpayer Protection. It prohibits a public official from receiving, and a person or entity from conferring, specified personal benefits or campaign advantages from a person or entity after the official votes, or otherwise takes official action, to award a “public benefit” to that person or entity. The prohibition applies within and outside of the geographical boundaries of Santa Monica. All persons or entities applying or receiving public benefits from the City of Santa Monica shall provide the names of trustees, directors, partners, and officers, and names of persons with more than a 10% equity, participation or revenue interest. An exception exists for persons serving in those capacities as volunteers, without compensation, for organizations exempt from income taxes under Section 501(c)(3), (4), or (6), of the Internal Revenue Code. However, this exception does not apply if the organization is a political committee or controls political committees. Examples of a “public benefit” include public contracts to provide goods or services worth more than $25,000 or a land use approval worth more than $25,000 over a 12-month period. In order to facilitate compliance with the requirements of the Oaks Initiative, the City compiles and maintains certain information. That information includes the name of any person or persons who is seeking a “public benefit.” If the “public benefit” is sought by an entity, rather than an individual person, the information includes the name of every person who is: (a) trustee, (b) director, (c) partner, (d) officer, or has (e) more than a ten percent interest in the entity. Therefore, if you are seeking a “public benefit” covered by the Oaks Initiative, you must supply that information on the Oaks Initiative Disclosure Form. This information must be updated and supplied every 12 months. Page 17 CITY OF SANTA MONICA OAKS INITIATIVE DISCLOSURE FORM In order to facilitate compliance with the requirements of the Oaks Initiative, the City compiles and maintains certain information. That information includes the name of any person or persons who is seeking a “public benefit.” If the “public benefit” is sought by an entity, rather than an individual person, the information includes the name of every person who is: (a) trustee, (b) director, (c) partner, (d) officer, or has (e) more than a ten percent interest in the entity. Public benef its include: 1.Personal services contracts in excess of $25,000 over any 12-month period; 2.Sale of material, equipment or supplies to the City in excess of $25,000 over a 12-month period; 3.Purchase, sale or lease of real property to or from the City in excess of $25,000 over a 12- month period; 4.Non-competitive franchise awards with gross revenue of $50,000 or more in any 12-month period; 5. Land use variance, special use permit, or other exception to an established land use plan, where the decision has a value in excess of $25,000; 6.Tax “abatement, exception, or benefit” of a value in excess of $5,000 in any 12-month period; or 7.Payment of “cash or specie” of a net value to the recipient of $10,000 in any 12-month period. Name(s) of persons or entities receiving public benefit: Name(s) of trustees, directors, partners, and officers: Name(s) of persons with more than a 10% equity, participation, or revenue interest: Prepared by: ____________________________Title: __________________________ Email: ____________________________________ Phone: ____________________ FOR CITY USE ONLY: Bid/PO/Contract # ____________________________ Permit # ___________________________ Kimley-Horn and Associates, Inc. See attached list Darren S. Adrian, P.E.Vice President Signature: ______________________________________ Date: ___July 17, 2018_____ darren.adrian@kimley-horn.com 714-939-1030 KIMLEY-HORN AND ASSOCIATES, INC. DIRECTORS AND OFFICERS (Kimley-Horn and Associates, Inc. is wholly owned by Associates Group Services, Inc.) Name Brooks H. Peed Executive Vice President/Chairman John C. Atz President/CEO/Director Richard N. Cook Senior Vice President/Secretary David L. McEntee Vice President/Treasurer/Assistant Secretary Directors John C. Atz President/CEO/Director Barry L. Barber Executive Vice President/Director Derrick B. Cave Senior Vice President/Director Nicole M. Kerry Senior Vice President/Director Steven E. Lefton Senior Vice President/Director Terence T. Murphy Executive Vice President/Director H. Dean Penny Senior Vice President/Director Michael G. Schiller Executive Vice President/Director Christopher A. Squires Senior Vice President/Director G. Bradbury Tribble Senior Vice President/Director Deborah L. Wilson Senior Vice President/Director Mark S. Wilson Director Tammy Flanagan President/CFO Rev. 05/14 REFERENCE: Agreement No. 10730 - 10732 (CCS)