header-left
File #: 19-556    Version: 1 Name: Professional Services Agreements - Part 2
Type: Contract Status: Approved
In control: General Services
On agenda: 7/23/2019 Final action: 7/23/2019
Title: Approve 3 agreements for three years beginning July 23, 2019 through June 5, 2022 with Cannon Parkin Inc., d/b/a CannonDesign of Los Angeles, Dreyfuss + Blackford Architecture of Sacramento, and Salas O'Brien Engineers, Inc. of Oakland to provide as needed consulting services to support approved capital improvement projects; and Authorize the County Administrator or designee to execute the agreement and any amendments within the approved project budgets
District: All
Attachments: 1. A - Link to Contract, 2. B - RFQ, 3. C - Submitters of Record, 4. Executed Agreement - Cannon Design, 5. Executed Agreement - Dreyfuss Blackford, 6. Executed Agreement - Salas O'Brien, 7. Minute Order

title

Approve 3 agreements for three years beginning July 23, 2019 through June 5, 2022 with Cannon Parkin Inc., d/b/a CannonDesign of Los Angeles, Dreyfuss + Blackford Architecture of Sacramento, and Salas O’Brien Engineers, Inc. of Oakland to provide as needed consulting services to support approved capital improvement projects; and Authorize the County Administrator or designee to execute the agreement and any amendments within the approved project budgets

 

body

Published Notice Required?     Yes ____ No _X _  

Public Hearing Required?         Yes ____ No _X _

 

DEPARTMENTAL RECOMMENDATION:

 

The Department of General Services recommends that the Board of Supervisors:

 

1.                     Approve 3 agreements for three years beginning July 23, 2019 through June 5, 2022 with Cannon Parkin Inc., d/b/a CannonDesign of Los Angeles, Dreyfuss + Blackford Architecture of Sacramento, and Salas O’Brien Engineers, Inc. of Oakland to provide as needed consulting services to support approved capital improvement projects; and

 

2.                     Authorize the County Administrator or designee to execute the agreement and any amendments within the approved project budgets.

 

SUMMARY:

 

The Department of General Services is recommending the Board of Supervisors approve the agreements as a competitive qualifications-based selection process was conducted in the open marketplace by the Department of General Services that resulted in the selection of Cannon Parkin Inc., d/b/a CannonDesign of Los Angeles, Dreyfuss + Blackford Architecture of Sacramento, and Salas O’Brien Engineers, Inc. of Oakland to provide consulting services on an as-needed basis to support approved capital improvement projects.

 

FINANCIAL IMPACT:

 

Expenses for consultant professional/technical support services, when required, will be paid from funds appropriated for individual capital improvement projects and/or the General Services Department operating budget. As work authorizations are executed, the total value of the contracts will increase. There is no dollar value associated with approval of these master agreements - dollar values will be associated with each subsequent and separately approved work authorization.  Therefore, there is no financial obligation in having these master services agreements in place, to be activated only as services are needed on a project-by-project basis. The costs associated with preparing the agenda item are nominal and absorbed by the department’s FY2019/20 Adopted Budget.

 

DISCUSSION:

 

On March 5, 2019, a Request for Qualifications (RFQ) to provide technical support, professional consulting and project related services was advertised on the County website, including direct outreach to professional consultants that have expressed interest in doing business with the County. The services requested include architectural, civil, structural, plumbing, mechanical, electrical and geotechnical engineering services. Examples of capital improvement projects where these types of professional services are needed include major building system replacements (i.e. roofing, HVAC, plumbing), remodel projects, code upgrade projects, and new construction projects.

 

Firms to receive contracts were selected based on qualifications and “fit” between experience, representative projects and the type of County projects needing on-call services over the coming three fiscal years. Approximately 224 firms were notified of the opportunity. 20 firms submitted Statements of Qualifications (SOQs) in response to the RFQ including 2 firms with offices in Solano County. General Services and Resource Management staff evaluated the SOQs and ranked each firm according to the evaluation criteria listed in the RFQ including Approach and Management Plan; Qualifications, Experience and References; Work Plan and Sequence; Quality Control; Cost Control; Representative Projects/Work Efforts; Additional Relevant Information; and relative competitiveness of Fee Schedule. The eleven highest-ranking firms were invited to participate in negotiations with the County and represent a range of technical and design capabilities.

 

At the end of the evaluation process, 11 firms were selected to provide specific services and determined to be the best qualified firms with capabilities best suited to the County’s needs. These firms were selected based on their emphasis in, but not limited to:

 

Architecture and Engineering:

Cannon Parkin Inc., d/b/a CannonDesign of Los Angeles

Dewberry Architects, Inc. of Sacramento

Dreyfuss + Blackford Architecture of Sacramento

LCA Architects, Inc. of Walnut Creek

 

Civil Engineering:

AluCeron Consulting Group Inc of Vallejo

CSW/Stuber-Stroeh Engineering Group, Inc. of Novato

 

Mechanical-Electrical-Plumbing Engineering:

Stanton Engineering of Sacramento

Salas O’Brien Engineers, of Oakland

 

Geotechnical Engineering and Materials Testing

Geocon Consultants, Inc. of Fairfield

 

Project/Construction Management:

Gilbane Building Company of San Jose

Vanir Construction Management, Inc. of Sacramento

 

Of the eleven contracts, contracts with eight firms were approved on June 4, 2019 by the Board of Supervisors. The remaining three firms have concluded contract negotiations which are now presented to the Board for approval. 

 

ALTERNATIVES:

 

1.                     The Board could elect to award fewer contracts. This action is not recommended since the firms were selected to provide a range of licensed technical and professional services required to deliver capital improvement projects. If the contracts are not awarded, flexibility and project responsiveness will be diminished since multiple, individual professional services Requests For Qualifications and contracts must be let on a project by-project basis, significantly slowing the development and delivery of these projects, resulting in schedule delays and possible increased project costs.

 

2.                     The Board could elect not to delegate signing authority to the County Administrator to execute contract amendments or work authorizations within approved project budgets. This action is not recommended since the timing of Board meetings may be inconsistent with activities required to progress projects.

 

OTHER AGENCY INVOLVEMENT:

 

County Counsel provided legal guidance during the selection and contract negotiation process and approved the Agreements as to form.

 

CAO RECOMMENDATION:

 

APPROVE DEPARTMENTAL RECOMMENDATION