Loading...
SR 11-13-2018 3E City Council Report City Council Meeting: November 13, 2018 Agenda Item: 3.E 1 of 5 To: Mayor and City Council From: David Martin, Director, Transportation Planning Subject: Award Contract for On-Call Transportation Planning and Engineering Design Services and Establish Short List of Pre-Qualified Consultants Recommended Action Staff recommends that the City Council: 1. Establish a pre-qualified list for Transportation Planning and Engineering Design Services as part of RFQ #183 consisting of Toole Design Group, Fehr & Peers, KOA Corporation, and Stantec Consulting Services, Inc. (all California-based companies) for locally funded projects. 2. Authorize the City Manager to negotiate and execute an agreement with Toole Design Group, 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 funding would be identified for associated projects and tasks. Summary Recently, the City Council has approved new approaches to streamline the ability to procure design and construction services to expedite delivery of needed public improvements. In a similar effort to incorporate innovative procurement efficiencies by identifying an on-call consultant and developing a shortlist of pre-qualified vendors for broadly defined services, the Mobility Division is seeking to deliver projects more quickly and in ways better suited to the current marketplace (Attachment A). The procurement processes for Mobility projects were designed for large, complex capital improvements and correspondingly require more time for consultant selection and contract execution. Mobility projects that are smaller in scope and budget, such as safety analysis and design of “quick build” pedestrian and bicycle enhancements in support of Vision Zero, 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 2 of 5 projects more expeditiously staff recommends awarding a professional services agreement for on-call transportation planning and engineering design services to Toole Design Group. This would reduce staff time spent on RFP postings and contract routing and would enable rapid deployment of priority projects. Discussion The Mobility Division does not currently have an efficient delivery model for transportation planning and engineering design 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 conduct necessary studies and deliver small- to medium-sized design projects. Staff recommends utilizing an on-call transportation planning and engineering designer that would allow the City to facilitate study and design efforts on an expedited timeline. This procurement method is a model currently used by the City that ensures a transparent, competitive process with efficient delivery of projects An on-call transportation planning and engineering designer would be able to quickly provide analysis, design, and construction documents for projects such as, but not limited to, “quick build” pedestrian and bicycle treatments, design of curb extensions, protected bikeway feasibility assessment, and crash data and safety analysis in support of Vision Zero target locations. By having a single consultant under contract, the City will be able to move more quickly in requesting and negotiating a scope and budget and advancing small to medium sized design and analysis efforts. The short list of pre-qualified consultants would be reserved primarily for larger loc ally funded projects. The short list would competitively bid on projects as needed and would follow standard procurement thresholds for each of those separate efforts. The pre- qualification of these consultants will save time for staff to obtain and review proposals. Vendor/Consultant Selection RFQ Data 3 of 5 RFQ Posting Date RFQ Posted On RFQ Advertised In (City Charter & Municipal Code) # of Vendors Download ed # of Submittal s Received Date Publicly Opened 07/30/2018 City's Online Bidding Site Santa Monica Daily Press 109 10 09/05/2018 Pre-qualified List Selection Criteria Toole Design Group Fehr & Peers Municipal Code SMMC 2.24.073 Evaluation Criteria Experience/technical competence, project management, ability to meet project work plan & timeliness, cost/quality control, and stability/references. KOA Corporation Stantec Consulting Services, Inc. 4 of 5 Justification to Short-List The City received statements of qualifications from 10 vendors. The vendor responses were reviewed by a selection panel from the Mobility Division 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 four vendors listed above are recommended as the best qualified firms to be placed on a shortlist. The RFQ stated a shortlist of up to four consultants would be created and this ensures competitiveness among the most-qualified consultants when proposing for future projects. Staff recommends Toole Design Group, the top-ranked firm, as the best qualified firm to provide as-needed transportation planning and engineering 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. Work efforts that utilize the shortlist will be subject to Council approval if the dollar amounts are at or above the Council approval thresholds. Past Council Actions Meeting Date Description 06/28/16 (attachment A) Council gave staff direction to pilot or implement new methods of procurement. Financial Impacts and Budget Actions Staff seeks authority to award a professional services agreement with Toole Design Group for on-call transportation planning and engineering design services. Professional Services Agreement Request: Toole Design Group Request Amount FY 2018-2019 Budget Department/CIP Account # Total Contract Amount $250,000 Funding will come from various accounts and be identified as projects requiring transportation planning and $1,250,000 5 of 5 engineering design services are identified. Future year funding is contingent on Council budget approval. Prepared By: Joseph SanClemente, Principal Transportation Planner Approved Forwarded to Council Attachments: A. June 28, 2016 Staff Report (Web Link) B. TDG_Oaks Toole Design Group56 57Santa Monica Transportation Planning and Engineering Services Toole Design Group, LLC Jennifer Toole, AICP, ASLA, William Schultheiss, P.E., Eric Mongelli, P.E., RJ Eldridge, and Nicholas Jackson. Jennifer Toole, AICP, ASLA, President 301.927.1900 9.4.2018 PresidentJennifer Toole, AICP, ASLA compliance@tooledesign.com REFERENCE: Agreement No. 10777 (CCS)