File #: 2024-3413    Version: 1 Name:
Type: Non-Consent Status: Passed
File created: 1/2/2024 In control: OPERATIONS COMMITTEE
On agenda: 5/1/2024 Final action: 5/1/2024
Title: ANNUAL PROFESSIONAL DESIGN SERVICES AGREEMENTS, CONTRACT NO. FE24-00-XX
Sponsors: Mike Dorman
Attachments: 1. Agenda Report, 2. FE24-00-01 PDSA - AtkinsRealis USA, Inc., 3. FE24-00-02 PDSA - Black and Veatch Corp, 4. FE24-00-03 PDSA - Brown and Caldwell, 5. FE24-00-04 PDSA - Civiltec Engineering, Inc., 6. FE24-00-05 PDSA - Dudek, 7. FE24-00-06 PDSA - GHD Inc., 8. FE24-00-07 PDSA - Hazen and Sawyer, 9. FE24-00-08 PDSA - HDR Engineering, Inc., 10. FE24-00-09 PDSA - Kennedy Jenks Consultants, Inc., 11. FE24-00-10 PDSA - Kleinfelder, Inc., 12. FE24-00-11 PDSA - Lee and Ro, Inc., 13. FE24-00-12 PDSA - Michael Baker International, Inc., 14. FE24-00-13 PDSA - ProjectLine Technical Services, Inc., 15. FE24-00-14 PDSA - SPEC Services, Inc., 16. FE24-00-15 PDSA - Stantec Consulting Services, Inc., 17. Presentation - FE24-00 Annual PDSA
Related files: 2024-3608

FROM:                     Robert Thompson, General Manager

                     Originator: Mike Dorman, Director of Engineering

 

SUBJECT:

 

title

ANNUAL PROFESSIONAL DESIGN SERVICES AGREEMENTS, CONTRACT NO. FE24-00-XX

end

 

GENERAL MANAGER'S RECOMMENDATION

 

recommendation

RECOMMENDATION:  Recommend to the Board of Directors to:

A.      Approve Annual Professional Design Services Agreements (PDSA) with the following firms to provide professional engineering design and construction support services for a term of three (3) years commencing July 1, 2024 and expiring June 30, 2027, with a maximum annual fiscal year contract limitation not to exceed $1,000,000 for each PDSA, and

 

           FIRM                                                          CONTRACT NO.

1. AtkinsRéalis USA, Inc.                           FE24-00-01

2. Black and Veatch Corporation               FE24-00-02

3. Brown and Caldwell                               FE24-00-03

4. Civiltec Engineering, Inc.                       FE24-00-04

5. Dudek                                                    FE24-00-05

6. GHD Inc.                                               FE24-00-06

7. Hazen and Sawyer                               FE24-00-07

8. HDR Engineering, Inc.                          FE24-00-08

9. Kennedy/Jenks Consultants, Inc.         FE24-00-09

10. Kleinfelder, Inc.                                   FE24-00-10

11. Lee & Ro, Inc.                                     FE24-00-11

12. Michael Baker International, Inc.        FE24-00-12

13. ProjectLine Technical Services, Inc.  FE24-00-13

14. SPEC Services, Inc.                           FE24-00-14

15. Stantec Consulting Services, Inc.      FE24-00-15

 

B.      Approve two additional one-year optional extensions for each PDSA.

body

 

BACKGROUND

 

The Orange County Sanitation District (OC San) Purchasing Ordinance authorizes procurement of professional design services less than $500,000 through task order-based Annual PDSAs.  The Annual PDSAs limit task orders awarded to a single firm in a fiscal year to $1,000,000.  There are currently four sets of Annual PDSAs for design services issued in 2012, 2015, 2018, and 2021.  The sets for 2012, 2015, and 2018 have expired, and the set from 2021 expires on June 30, 2024.  When an Annual PDSA expires, any existing and active task orders remain valid, but no new task orders can be issued.

 

When the need for professional design services for a specific project are identified, and the anticipated value of the services is less than the $500,000 task order limit, staff issues a request for task order proposals to prequalified firms.  The proposals are scored and ranked per the selection criteria included in the request for task order proposals, and negotiations are conducted with the selected firm.  The process of procuring design services through task orders is significantly quicker and more cost effective for both OC San and the competing consultants than issuing stand-alone agreements.

 

RELEVANT STANDARDS

 

                     Sound engineering and accounting practices, complying with local, state, and federal laws

                     Comply with California Government Code §4526 and select “on the basis of demonstrated competence and on the professional qualifications necessary for the satisfactory performance of the services required”

 

PROBLEM

 

The process of soliciting and selecting consultants for individual PSDAs on smaller projects is slower and costlier for both OC San and the consultants competing for projects.

 

PROPOSED SOLUTION

 

Approve Annual PDSAs with a prequalified list of design consultants per the Purchasing Ordinance.  The following table lists project types for which each of the consultants are prequalified.

 

 

Firm

Type 1: Site Works, Building and Safety

Type 2: Linear and Collections

Type 3: Process, Electrical and I&C

1.

AtkinsRéalis USA, Inc.

 

 

X

2.

Black and Veatch Corporation

 

X

X

3.

Brown and Caldwell

X

X

X

4.

Civiltec Engineering, Inc.

X

X

 

5.

Dudek

X

X

X

6.

GHD Inc.

 

X

X

7.

Hazen and Sawyer

X

X

X

8.

HDR Engineering, Inc.

X

X

X

9.

Kennedy/Jenks Consultants, Inc.

 

X

X

10.

Kleinfelder, Inc.

 

X

 

11.

Lee & Ro, Inc.

 

X

X

12.

Michael Baker International, Inc.

 

X

X

13.

ProjectLine Technical Services, Inc.

X

 

X

14.

SPEC Services, Inc.

 

 

X

15.

Stantec Consulting Services, Inc.

X

X

X

 

TIMING CONCERNS

 

The current Annual PDSAs expire on June 30, 2024.  If new Annual PDSAs are not issued, staff will not be able to issue task orders to procure design services for small projects.

 

RAMIFICATIONS OF NOT TAKING ACTION

 

Without these Annual PDSAs, OC San would need to conduct full solicitations for the design of each small project, delaying completion of those projects, and increasing administrative costs.  The relatively high proposal costs versus the potential project profit tends to limit the number of proposers for these smaller projects.

 

PRIOR COMMITTEE/BOARD ACTIONS

 

N/A

 

ADDITIONAL INFORMATION

 

Consultant Selection:

 

On December 20, 2023, OC San issued a request for qualifications (RFQs) for Annual PDSAs, Contract No. FE24-00, and a notice was sent to multiple categories of firms registered in OC San’s purchasing database.  The RFQs defined three categories of projects and invited interested consultants to pursue qualifications for any or all of those categories.

 

The following evaluation criterion were described in the RFQ and used to determine the most qualified consultants.

 

CRITERION

WEIGHT

Consultant Team Resources

20%

Delivery Capabilities

20%

Related Project Experience

30%

Staff Qualifications

30%

 

On February 13, 2024, 20 statements of qualifications (SOQs) were received.  The following table lists the firms that submitted SOQs and for which project types they submitted qualifications.

 

 

Firm

Type 1: Site Works, Building, and Safety

Type 2: Linear and Collections

Type 3: Process, Electrical and I&C

1. 

AtkinsRéalis USA, Inc.

 

X

X

2. 

Black and Veatch Corporation

 

X

X

3. 

Brown and Caldwell

X

X

X

4. 

Civiltec Engineering, Inc.

X

X

X

5. 

Dahl, Taylor & Associates, Inc.

X

 

X

6. 

Dudek

X

X

X

7. 

GHD Inc.

 

X

X

8. 

Hazen and Sawyer

X

X

X

9. 

HDR Engineering, Inc.

X

X

X

10. 

IDS Group, Inc.

X

 

 

11. 

Kennedy/Jenks Consultants, Inc.

 

X

X

12. 

Kleinfelder, Inc.

 

X

X

13. 

Lee & Ro, Inc.

 

X

X

14. 

Lockwood Andrews and Newman, Inc.

 

X

 

15. 

Michael Baker International, Inc.

 

X

X

16. 

P2S Inc.

X

 

X

17. 

ProjectLine Technical Services, Inc.

X

 

X

18. 

SPEC Services, Inc.

 

 

X

19. 

Stantec Consulting Services, Inc.

X

X

X

20. 

The Austin Company

X

 

 

Total SOQs Submitted Per Project Type

11

14

17

 

The SOQs were evaluated in accordance with the process set forth in the Purchasing Ordinance by a preselected Evaluation Committee consisting of two Engineering Supervisors and one Engineer.  The Evaluation Committee also included two non-voting representatives from the Contracts Administration Division.

 

Each member of the Evaluation Committee scored each SOQ for each project type submitted using the evaluation criterion listed above.  The following tables summarize the scoring and ranking for each project type.

 

PROJECT TYPE 1: SITE WORKS, BUILDING, and SAFETY

 

Site Works, Building, and Safety projects are those where most of the work involves general civil, building, occupied spaces, or safety improvements.  These projects are usually located at either of OC San’s two treatment plants or one of 15 off-site pump stations.  Of the 11 firms submitting qualifications for these projects, the Evaluation Committee recommended seven firms be awarded annual PDSAs.

 

Firm

Consultant Team Resources (max. 20)

Delivery Capabilities (max. 20)

Related Project Experience (max. 30)

Staff Qualifications (max. 30)

Total Score (max. 100)

Rank

Stantec Consulting Services, Inc.

18.7

18.7

27.0

27.0

91.4

1

HDR Engineering, Inc.

18.0

18.7

28.0

26.0

90.7

2

Brown and Caldwell

19.3

19.3

22.0

24.0

84.6

3

Dudek

18.7

19.3

21.0

23.0

82.0

4

ProjectLine Technical Services, Inc.

16.0

18.0

23.0

23.0

80.0

5

Hazen and Sawyer

18.0

17.3

18.0

26.0

79.3

6

Civiltec Engineering, Inc.

14.7

13.3

26.0

24.0

78.0

7

IDS Group, Inc.

12.0

15.3

24.0

19.0

70.3

8

The Austin Company

13.3

13.3

21.0

22.0

69.6

9

Dahl, Taylor & Associates, Inc.

12.7

9.3

24.0

18.0

64.0

10

P2S Inc.

8.7

10.0

13.0

14.0

45.7

11

 

PROJECT TYPE 2: LINEAR and COLLECTIONS

 

Linear and Collections projects are those where most of the work involves installation, rehabilitation, or repair of buried piping outside of the two treatment plants.  Of the 14 firms submitting qualifications for these projects, the Evaluation Committee recommended 12 firms be awarded annual PDSAs.

 

Firm

Consultant Team Resources (max. 20)

Delivery Capabilities (max. 20)

Related Project Experience (max. 30)

Staff Qualifications (max. 30)

Total  Score (max. 100)

Rank

Dudek

18.7

20.0

29.0

27.0

94.7

1

Stantec Consulting Services, Inc.

18.7

18.7

28.0

28.0

93.4

2

HDR Engineering, Inc.

18.0

18.7

28.0

28.0

92.7

3

Michael Baker International, Inc.

19.3

18.7

27.0

27.0

92.0

4

GHD Inc.

18.0

18.7

28.0

27.0

91.7

5

Brown and Caldwell

18.7

19.3

27.0

26.0

91.0

6

Black and Veatch Corporation

11.3

20.0

28.0

26.0

85.3

7

Kennedy/Jenks Consultants, Inc.

16.7

16.7

24.0

26.0

83.4

8

Lee & Ro, Inc.

16.0

16.0

26.0

25.0

83.0

9

Hazen and Sawyer

18.0

17.3

22.0

24.0

81.3

10

Kleinfelder, Inc.

17.3

17.3

22.0

23.0

79.6

11

Civiltec Engineering, Inc.

14.7

13.3

26.0

24.0

78.0

12

AtkinsRéalis USA, Inc.

14.0

15.3

20.0

23.0

72.3

13

Lockwood Andrews and Newman, Inc.

13.3

14.7

20.0

19.0

67.0

14

 

PROJECT TYPE 3: PROCESS, ELECTRICAL, and INSTRUMENTATION and CONTROL

 

Process, Electrical, and Instrumentation and Control projects are usually located at either of the two treatment plants or one of 15 off-site pump stations.  Of the 17 firms submitting qualifications for these projects, the Evaluation Committee recommended 13 firms be awarded annual PDSAs.

 

Firm

Consultant Team Resources (max. 20)

Delivery Capabilities (max. 20)

Related Project Experience (max. 30)

Staff Qualifications (max. 30)

Total  Score (max. 100)

Rank

Brown and Caldwell

19.3

19.3

28.0

30.0

96.6

1

Stantec Consulting Services, Inc.

18.7

18.7

28.0

28.0

93.4

2

HDR Engineering, Inc.

18.0

18.7

28.0

28.0

92.7

3

Dudek

18.7

20.0

26.0

27.0

91.7

4

Michael Baker International, Inc.

19.3

18.7

25.0

27.0

90.0

5

Black and Veatch Corporation

12.7

20.0

27.0

30.0

89.7

6

GHD Inc.

18.0

18.7

26.0

26.0

88.7

7

Hazen and Sawyer

18.0

17.3

26.0

25.0

86.3

8

Lee & Ro, Inc.

16.0

16.0

27.0

26.0

85.0

9

SPEC Services, Inc.

16.7

18.7

26.0

23.0

84.4

10

Kennedy/Jenks Consultants, Inc.

16.7

16.7

25.0

25.0

83.4

11

ProjectLine Technical Services, Inc.

16.0

18.0

22.0

21.0

77.0

12

AtkinsRéalis USA, Inc.

14.0

15.3

24.0

23.0

76.3

13

Kleinfelder, Inc.

17.3

17.3

18.0

16.0

68.6

14

Civiltec Engineering, Inc.

14.7

13.3

19.0

19.0

66.0

15

Dahl, Taylor & Associates, Inc.

12.7

9.3

22.0

22.0

66.0

16

P2S Inc.

8.7

10.0

17.0

17.0

52.7

17

 

CEQA

 

N/A

 

FINANCIAL CONSIDERATIONS

 

This request complies with authority levels of OC San’s Purchasing Ordinance.  This item has been budgeted (Budget Update, Fiscal Year 2023-2024, Appendix A, Page 8, Small Construction Projects Program, Project No. M-FE) and the budget is sufficient for the recommended action.

 

ATTACHMENT

The following attachment(s) may be viewed on-line at the OC San website (www.ocsan.gov) with the complete agenda package:

 

                     Professional Design Services Agreements

                     Presentation

 

MD:tk