12-21-2004 - Engineering Consultant Services for Public Works Capital Improvement Projects (CIP)City of West Covina
Memorandum
TO: Andrew G. Pasmant, City Manager
and City Council
FROM: Shannon. A. Yauchzee, Director/City Engineer
Public Works Department
AGENDA
ITEM NO. B-4
DATE December 21, 2004
SUBJECT: ENGINEERING CONSULTANT SERVICES FOR PUBLIC WORKS
CAPITAL IMPROVEMENT PROJECTS (CIP)
RECOMMENDATION:
It is recommended that -the City Council receive and file this report.
DISCUSSION:
This item was held over from the December 7, 2004 City Council meeting. On December 2,
2003, the City Council considered the issue of consultants to provide contract engineering
services (see Attachment No. 1). The staff recommendation was to retain a consultant only for
expedited and overflow plan check. The City Council directed staff to prepare a Request For
Proposal (RFP) for overflow and expedited plan check only. On July 20, 2004, a contract was
awarded to US Infrastructure, Inc. for these services by an RFP process (see Attachment No. 2).
The Engineering Division of the Public Works Department utilizes contract consultants for
routine design services for Capital Improvement Projects (CIP) that cannot be accomplished in-
house. Many of these services are specialized such as landscape design and traffic signal design,
etc: Many projects do not require a general engineering firm but can be completed by other
professionals such as landscape architects, traffic engineers, surveyors or soils engineers.
Currently, the Engineering Division obtains at least three bids for consultant services for each
project consistent with the City's purchasing policy. For services that exceed $25,000, a formal
bid process and approval of the City Council is required. The Engineering Division contracts out
for certain consulting services on an as -needed basis. Many of these contracts are for specialty
items requiring soils engineering or landscape architecture and not necessarily general or civil
engineering services. The remaining general engineering services such as traffic, civil
engineering, surveying, assessment engineering, and Federal fund projects fluctuates from about
$15,000 to about $55,000 a year. It should also be noted that even though this design work is
contracted out, there is a lot of staff time required to supervise; review, and approve the
consultant's work.
Councilmember Hernandez has requested that this item be agendized for discussion to see if a
Request for Qualifications (RFQ) for an engineering contract with one consultant providing
design of all Engineering Division Capital Improvement Projects would be beneficial.. As an
example, such projects would include those such as the upcoming landscaping improvments at
Amar Road and Azusa Avenue, and the proposed improvements on North Azusa Avenue after
that section is relinquished, would be beneficial- for the City of West Covina Engineering
Division.
An RFQ is usually used when the scope of services are not clearly defined such as for ongoing
staffing or support services and is often used when it is desired to pay hourly fees for consulting.
An RFQ can also be used as a preliminary step for very unique projects to pre -qualify firms,
wherein once firms are pre -qualified these firms then receive a RFP. An RFP is generally used to
obtain specific lump sum bids to perform well-defined projects. Since CIP design projects are
well defined, it is more appropriate to obtain lump sum bids on projects by the use of an RFP
process. The RFP process also results in compliance with the City policy of soliciting at least
three bids for services and ensures the City receives the services at the best prices.
ZAAGENDA - 2004\-fp engineering consultant hernandez request.doc
0
Andrew G. Pasinant, City Manager
and City Council
Page 2 — December 21, 2004
The proposed landscaping on Amar Road west of Azusa Avenue and on Azusa Avenue south of
Amar Road is proposed for the 2005-2006 CIP budget. The County of Los Angeles has
committed to assist by funding $300,000 for this work. A landscape architect was retained for .
this design and the design is 95% complete. Staff will be returning to the City Council for the
approval of a Memorandum of Understanding with the County of Los Angeles for this joint
project to be completed. It is anticipated that this project can be bid concurrent with approval of
funding in the 2005-2006 CIP budget.
At the budget study session, the City Council asked staff to expedite the design for improvments
to the section of North Azusa Avenue (Route 39) to be competed upon relinquishment by
Caltrans. Staff is working on a relinquishment agreement with Caltrans wherein the City would
take over the highway and receive $2.2. It is anticipated that the City would receive these -funds
about July 2005. On November 15, 2004, staff initiated the RFP process to retain a consultant .
for this design. It is anticipated that staff will present the relinquishment agreement to the City
Council for approval in February 2005. At that .time, it is expected that a design consultant can
also be approved and funded. Under this scenario, the design can be completed and the project
bid to be concurrent with the receipt of the relinquishment funds.
There is only one remaining major CIP engineering project this fiscal year that may require
consultant design services. This project is for the design of street improvments and paving on
Holt Avenue. Since the scope of this project is clearly defined, an RFP for design services is
appropriate.
Staff could use an RFP to bid all contract work anticipated in each CEP budget year to be
completed by one engineering firm. The advantage to contracting all of the Capital Improvement
Projects design work to one firm would be that it would save staff time involved in obtaining at
least three bids for each project. The disadvantage to this process would be that the cost savings
of the bid process might not be obtained since many projects require only a landscape architect or
traffic engineer for example. Furthermore, unlike smaller cities that contract out all of their
engineering services, West Covina Engineering Division only contracts out on an as -needed
basis, therefore, making an RFQ process on combined engineering services unnecessary.
ALTERNATIVES:
1. Receive and file this report and continue obtaining bids and contracting for each design
project on an as -needed basis through an RFP process.
2. Obtain bids through an RFP process and a contract for all anticipated engineering design
services from one engineering firm for all anticipated CIP in each fiscal year beginning 2005-
2006.
FISCAL IMPACT:
None.
r
J/
Prepared by: Shannon A. Yauchzee
Director/City Engineer
Attachment No. 1 City Council Staff Report dated December 2, 2003
Attachment No. 2 City Council Staff Report dated July 20, 2004
ZAAGENDA - 2004\rfp engineering consultant hernandez request.doc
N
ATTACHMENT NO. I City of West Covina
Memorandum
TO: Andrew G. Pasmant, City Manager AGENDA
and City Council ITEM NO, F-1
DATE December 2, 2003
FROM: Shannon A. Yauchzee, Director/City Engineer
Public Works Department
SUBJECT: ENGINEERING CONSULTANT SERVICES FOR PUBLIC WORKS
CAPITAL IMPROVEMENT PROJECTS
RECOMMENDATION:
It is recommended that the City Council direct the Engineering Division to proceed -with a
Request. For Proposal (RFP) process to obtain overflow and expedited engineering consultant
services.
DISCUSSION:
The Mayor has asked that this item be re-agendized for discussion to see if a general project
management or engineering contract would be beneficial for the City of West Covina
Engineering Division. The Engineering Division of the Public Works Department routinely
utilizes contract consultants .for services that cannot be accomplished in-house. Many of these
services are very specialized such as soils testing, landscape design, surveying,
intersection/signal design, etc. Some other functions are routine reports required to set
assessments and facilitate the use of Federal funding.
Currently, the Engineering Division obtains at least three -bids for consultant services for -each
project consistent with the City's purchasing policy. For services that exceed $25,000, a formal
bid process and approval of the City Council is required. Attached is an example of consultant
services employed by the Engineering Division in the last three fiscal years. It should be noted
that a large part of the amounts for Fiscal Years 2001-2002 and 2002-2003 are due. to the Azusa
Avenue Traffic Enhancement Study. Currently; the Engineering Division does not have a
process for expedited plan or map review.
The City of Baldwin Park just recently awarded a contract on October.1, 2003, for Capital
Improvement Program (CIP) project management and engineering design for approximately
$300,000 a year to a consulting firm. Baldwin Park Engineering Department is a small
department, which contracts out almost all CIP design, inspection, and construction management.
The City of La.Puente utilizes the same consulting firm, but in addition to providing design,
inspection, .and management of their CIP projects, the consultant firm also serves as contract City
Engineer and Building Official.
The City of West Covina Engineering Division currently performs all CIP project design,
management, and inspection in-house utilizing ZD
City staff and, therefore, has no need for a
consultant in these areas. The Engineering Division contracts out for certain consulting services .
on an as -needed basis. Many of these contracts are for specialty items requiring soils engineering
or landscape architecture and. not necessarily general or civil engineering services. The
remaining general engineering services such as traffic, civil engineering, surveying, assessment
engineering, and Federal fund projects fluctuates from about $15,000 to about $45,000 a year.
The advantage to contracting all of the remaining work to one firm would be that it would save
staff time involved in obtaining at least three bids for each project. The disadvantage to this
process would be that the. cost savings of the bid process might not be obtained. Furthermore,
unlike smaller cities that contract out all of their engineering services, West Covina Engineering
Division only contracts out on an as -needed basis, therefore, making a bid process on combined
engineering services difficult.
The Engineering Division does have a need to offer expedited plan and map checking services to
the development community. Depending on the pace of development, the Engineering plan -
checking backlog varies from two to four or more weeks. With a consultant firm providing
expedited service, a one -week turn -around can be.offered at an additional cost.
ZAAGENDA - 2003\mayor report engineering consultant.doc
Andrew G. Pasmant, City Manager
and City Council
Page 2 — December 2. 2003
ALTERNATIVES:
1. The City Council could direct staff to proceed with a RFP for general "as -needed" and
expedited engineering design services with the intent of awarding a contract to one consulting
firm.
2: The Engineering Division to proceed with a RFP process with the intent of retaining three
consulting firms to be on -call for as -needed work. The three firms would then be awarded
the consulting contracts based on the lowest bid for each project as the need arises.
3. Another option would be to direct staff not to proceed with a RFP.
FISCAL IMPACT:
If a consultant firm were chosen to perform expedited plan -and map checking services, the
developer would pay a fee equal to the consultant's fee plus an additional percentage (34%) to
cover administration and overhead costs. This could result in an unknown decrease in revenue
depending on how many developers request expedited services.
Prepared by: Shannon A. Yauchzee
Director/City Engineer
Attachment No. 1-
ZAAGENDA - 2003\mayor report en.-ineering consultant.doc
L ATTACHMENT NO.1
' PUBLIC WORKS
ENGINEERING DIVISION EXPENDITURES
CONTRACT ENGINEERING SERVICES
Fiscal Years 2000-2003
T
10
ATTACHMENT NO.2
• City of West Covina
Memorandum
TO: Andrew G. Pasmant, City Manager
and City Council
FROM: Shannon A. Yauchzee, Director/City Engineer
Public Works Department
AGENDA
ITEM NO. C-5e
DATE July 20, 2004
SUBJECT: AWARD OF CONTRACT FOR ENGINEERING PLAN CHECK
CONSULTANT SERVICES FOR EXPEDITED SERVICES
RECOMMENDATION:
It is recommended that the City Council accept the proposal of USInfrastructure, Inc., West
Covina, and authorize the Public Works Director/City Engineer and City Clerk to execute the
consultant agreement for engineering expedited plan check services.
DISCUSSION:
On December 2, 2003, the City Council directed staff to hire a consulting firm for engineering
expedited plan check services. By hiring a consulting firm, the Engineering Division will be able to
receive better flexibility in handling the fluctuating workload and to ensure a quick plan check turn-
around time. Expedited plan check services allows the applicant to have plans reviewed within five
working days. In January 2004, the Engineering Division staff prepared and processed a Request
for Proposal (RFP) for plan check services. The proposals were mailed to fourteen consultants.
The City received proposals from seven consulting firms (see table below). All seven proposals
were reviewed and ,a selection process was implemented whereby each company's experience,
present staffing referrals, method of approach to work, time to complete, past experience with the
City, and cost were evaluated based upon the evaluation.
No.:Consulting
Firm
Infrastructure, Inc. (USI)
E edited,Phin Check Fee (%).
60
lldan
80
mle -Horn and Associates, Inc.
85/90
47.KA
r man & Heni ar
97
an A. Stirrat & Associates (BAS)112
E, Inc.
127/135
Civil En ineers, Inc.
Non Responsive
The three final consultants, Willdan, Berryman & Henigar, and USInfrastructure, Inc., were
invited to meet with a staff selection committee to discuss their proposals. The selection
committee conducted an interview with Berryman & Henigar and with USInfrastructure, Inc.
Willdan could not attend the interview due to conflict with another meeting.
Both consulting firms are highly competent to provide proposed services. The local consulting
firm of USInfrastructure, Inc. stood out based on their prior experience with the City, their lowest
cost, and proximity of their local office (walking distance from the City Hall) and familiarity of
geographical area of the City. For these reasons, the selection committee is recommending
USInfrastructure, Inc. consulting firm. At this time, the City anticipates that the cost for
consultant services may exceed $25,000 during Fiscal Year 2004-2005
ALTERNATIVES:
1. One alternative is to re -advertise and re-evaluate the RFP. It is expected that this level of
service could not be obtained at a more reasonable cost. However, there would be additional
cost for City staff time and mailing cost as well as the disruption of service due to routine and
procedures already in place.
2. The other alternative is that the City Council could decide to award the consultant agreement
to a consultant other than the recommended consultant.
ZAAGEVOA - 200MEngincering Plan Check Award of Contract.doc
r
Andrew G. Pasmant, City Manager
and City -Council
Page 2 — July 20, 2004
FISCAL IMPACT;
The Finance Department will set up a special account for expedited plan check fees such that the
applicant pays into this account and the consultant is paid for services from this account. A
percentage of that amount, as bid by the consultant (60% in the case of USI), will pay for
consulting fees and the remaining amount will cover City staff time and overhead costs. For
example, if a fee of $1,000 is collected, the consultant.is paid $600 and the remaining.$400
remains with' the City. This may result in a small -undetermined decrease -in General Fund
revenues depending on the frequency that the expedited plan check service is chosen. The
amount of expedited plan check services is unpredictable, however, it may exceed $25,000
annually, thus requiring City Council approval.
Prepared aresh J. Palkhiwala Reviewed/Approved b : Shannon A. Yauchzee
Principal Engineer Director/City Engineer
Reviewed/Approved by: "
Finance