27
TRANSMITTAL 0150-08785-0001 TO The City Council DATE UN 13 2014 FROM The Mayor COUNCIL FILE NO. COUNCIL DISTRICT N/A Proposed First Amendments to Ten Contracts For On-Call Engineering Support Services Consulting Firms for Various Projects Transmitted for further processing. See the City Administrative Officer report attached. Ana Guerrero) MAS:AMG:06140145t CAO 649·d

0150-08785-0001 TRANSMITTALclkrep.lacity.org/onlinedocs/2014/14-0788_rpt_cao_06-09-14.pdfContracting Department/Bureau: Contact: Public WorksfEngineering Jeannie Park (213) 485-5109

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

Page 1: 0150-08785-0001 TRANSMITTALclkrep.lacity.org/onlinedocs/2014/14-0788_rpt_cao_06-09-14.pdfContracting Department/Bureau: Contact: Public WorksfEngineering Jeannie Park (213) 485-5109

TRANSMITTAL0150-08785-0001

TO

The City CouncilDATE

UN 13 2014FROM

The Mayor

COUNCIL FILE NO.

COUNCIL DISTRICT

N/A

Proposed First Amendments to Ten Contracts For On-Call Engineering Support ServicesConsulting Firms for Various Projects

Transmitted for further processing.See the City Administrative Officer report attached.

Ana Guerrero)

MAS:AMG:06140145t

CAO 649·d

Page 2: 0150-08785-0001 TRANSMITTALclkrep.lacity.org/onlinedocs/2014/14-0788_rpt_cao_06-09-14.pdfContracting Department/Bureau: Contact: Public WorksfEngineering Jeannie Park (213) 485-5109
Page 3: 0150-08785-0001 TRANSMITTALclkrep.lacity.org/onlinedocs/2014/14-0788_rpt_cao_06-09-14.pdfContracting Department/Bureau: Contact: Public WorksfEngineering Jeannie Park (213) 485-5109

Report FromOFFICE OF THE CITY ADMINISTRATIVE OFFICER

Analysis of Proposed Contract($25,000 or Greater and Longer than Three Months)

To: The Mayor I Date: 06-09-14C.D. No. I CAO File No.:All 0150-08785-0001

Contracting Department/Bureau: Contact:Public WorksfEngineering Jeannie Park (213) 485-5109Reference: Transmittal from the Board of Public Works dated March 12, 2014; referred for report on March 17, 2014.

Purpose of Contract: To provide pre-qualified on-call civil engineering consulting services for the street improvementprogram.

Type of Contract: ( ) New contract (X) Amendment I Contract Term Dates:10 vears

Contract/Amendment Amount: NfA

Proposed amount $ NfA + Prior award(s) $ 1.75 million = Total $ NfA

Source offunds: Various special funds.Name of Contractor: See Report

Address: See Report

Yes No NfA* 8, Contractor has complied with: Yes No NfA*1. Council has aooroved the ovrcose X a. E ual Ernnlovmt. Oootv.lAffirm. Action X2. Aoorcorteted funds are available X b. Good Faith Ef'fbrt Outreach** X3. Charter Section 1022 flndinqs completed X c. Egual Benefits Ordinance X4. Proposals have been requested X d. Contractor Resconslbifltv Ordinance X5. Risk Manaaement review comoleted X e. Siaverv Disclosure Ordinance X6. Standard Provisions for City Contracts included X f. Bidder Certification CEe Form 50 X7. Workforce that resides in the City: See Report "N/A - not applicable ** Contracts over $1 00,000

COMMENTS

In accordance with Executive Directive No.3, the Board of Public Works (Board), on behalf of theBureau of Engineering (Bureau), is requesting authority to execute the First Amendment to thefollowing 10 on-call contracts for pre-qualified (POOe) civil engineering consulting services for thestreet improvement program.

Name of Consultant Address WorkforceResiding

in CityCH2M Hill 1000 Wilshire Blvd., 21st Floor, Los Anqeles, CA 90017 0.1%Cordoba Corporation 1401 N. Broadwa~, Los Anqeles, C A 90012 6.5%David Evans and Associates, Inc. IDEA) 4200 Concourse Suite 200, Ontario, C A 91764 0%EW. Moon, Inc. 3619 Motor Ave., Suite 300, Los Angeles, CA 90034 100%Harris & Associates 811 West 7'" Street, Suite 310, Los Anaeles, CA 90017 0.1%HDR Ennineerina, Inc. 801 South Grand Avenue, Suite 500, Los Anqeles, CA 90017 0.2%HNTB Corporation 200 E. Sandpointe Ave., Suite 200, Santa Ana, CA 92707 1.7%MARRS Services, Inc. 13360 E. Firestone Blvd., Ste. A2, Santa Fe Sprinqs, CA 90670 18.3%Psomas 555 S. Flower St., Suite 4400, Los Anoeles, CA 90071 7.2%URS Corporation dba URS Corporation Americas 915 Wilshire Blvd., Suite 700, Los Anaeles, CA 90017 0.4%

Page 4: 0150-08785-0001 TRANSMITTALclkrep.lacity.org/onlinedocs/2014/14-0788_rpt_cao_06-09-14.pdfContracting Department/Bureau: Contact: Public WorksfEngineering Jeannie Park (213) 485-5109

CAO File No. Page0150-08785-0001 2

The Bureau has proposed the First Amendments to extend the term of the list for an additional five-years to March 17, 2019. The contracts make no guarantee of work and compensation for serviceswill be provided on a project by project basis, subject to the availability of funds. In accordance withLos Angeles Administrative Code Section 10.5(a), pertaining to construction related contracts,Council approval is required to execute the proposed First Amendments as the term of the contractswill exceed five years.

BACKGROUNDIn October 2007, the Board authorized the Bureau to issue a Request for QualificatiOns (RFQ) toestablish an on-call engineering technical support list and selected 11 contractors out of 23 proposalsreceived. On December 10, 2008, the Board approved the PQOC list of 11 consultants to provide civilengineering services for the Street Improvement Program on an as-needed basis. Effective March 17,2009, the Board executed 11 five-year contracts for on-call engineering support services pursuant toLos Angeles Administrative Code Section 10.5(a) which authorizes the Board to execute constructionrelated contracts that do not exceed five years. Of the 11 original consultants, Rothman Engineering(C-115227) is no longer in operation; consequently, their contract is not being proposed for extension.

The on-call list of contractors has been an effective and fiscally responsible tool in providingsupplemental services during periodic peak workloads and in providing technical expertise. Thescope of work for the contracts consists of civil engineering pre-design and design services,construction management and closeout services, drafting services, preparation of Project StudyReports (PSRs), utility coordination, traffic studies and design services, preparation of valueengineeringllife cycle cost analysis, drafting and surveying services, and other consultant services asrequired by the City.

The proposed on-call contracts expire on March 17, 2019. However, our Office recommendsextending the contract term to only three years (until March 17, 2017). This should provide theBureau sufficient time to close-out the current contract work and to issue an RFQ that will establish anew on-call list of consultants. This will also allow other firms, which are not in the original contractingpool, to compete.

The Bureau reports that nine consultants have completed Task Orders with a total value of $1.75million to date. Out of this amount, there have been a total of five Task Orders valued over $100,000which required Board approval to award. There are currently nine active projects being performed byfive consultants.

In accordance with Charter Section 1022, this Office has determined that the services to be providedare more feasibly performed by contractors than by City employees since the work involved is time-sensitive, of a limited duration; and, there is currently insufficient staff to perform the proposed work tobe contracted.

Page 5: 0150-08785-0001 TRANSMITTALclkrep.lacity.org/onlinedocs/2014/14-0788_rpt_cao_06-09-14.pdfContracting Department/Bureau: Contact: Public WorksfEngineering Jeannie Park (213) 485-5109

CAO File No. Page0150-08785-0001 3

RECOMMENDATIONS

That the Council:

1. Approve and authorize the Board of Public Works to execute the proposed First Amendments,substantially in form to the attached boilerplate agreement, to extend the term by three yearsfrom March 17, 2014 through March 17, 2017 for the following ten contracts:

a. C-115231 with CH2M Hillb. C-115232 with Cordoba Corporationc. C-115233 with David Evans and Associates, Inc. (DEA)d. C-115234 with E.W. Moon, Inc.e. C-115235 with Harris & Associatesf. C-115230 with HDR Engineering, Inc.g. C-115228 with HNTB Corporationh. C-115229 with MARRS Services, Inc.i. C-115226 with Psomas[. C-115225 with URS Corporation dba URS Corporation Americas

2. Instruct the Bureau of Engineering to complete a Request for Qualification process, and selecta pool of qualified on-call consultants for pre-qualified (PQOC) civil engineering consultingservices for the street improvement program and submit them to the Board of Public Worksprior to March 17,2017 to ensure continuity of service to the City.

FISCAL IMPACT STATEMENT

The proposed First Amendments will extend the term of the existing contracts to provide sufficienttime for the Bureau to establish a new on-call list. The contracts make no guarantee of work and allwork will be issued on a project by project basis and subject to the availability of funds. Therecommendation in this report complies with the City's Financial Policies as project funding will beused to support project expenditures. There is no identifiable fiscal impact at this time. Fiscal impactswill be identified as future contracting opportunities arise.

MAS:AMG:06140145

Attachments

Page 6: 0150-08785-0001 TRANSMITTALclkrep.lacity.org/onlinedocs/2014/14-0788_rpt_cao_06-09-14.pdfContracting Department/Bureau: Contact: Public WorksfEngineering Jeannie Park (213) 485-5109

CITY OF Los ANGELESBOARD OF PUBLIC WORKS

MEMBERS

KEVIN JAMESPRESiDENT

CALIFORNIAOFFICE OF THE

BOARD OF PUBLIC WORKS

MONICA RODRIGUEZVICE-PRESIDENT

200 NORTH SPRING STREETROOM 361, CITY HALL

LOS ANGELES, CA 90012(213) 978-0261

(213) 978-0278 Fax

ARLEEN P. TAYLOREXECUTIVE OFFICER

MATI SZABOPRESIDENT PRO TEMPORE

MICHAEL DAVISCOMMISSIONER

ERIC GARCETTI

MAYOR

http://www.bpw.ladty.org

BARBARA ROMEROCOMMISSIONER

March 12, 2014

#1 BOE/BCA

Mayor Eric GarcetliRoom No. 305City Hall

Attn: Mandy Morales

Subject: AUTHORITY TO EXECUTE AMENDMENT NO. 1 TO PERSONAL SERVICESCONTRACTS WITH 10 CONSULTANTS FOR PRE-QUALIFIED ON-CALL CIVILENGINEERING CONSULTING SERVICES FOR THE STREET IMPROVEMENTPROGRAM

As recommended in the accompanying report of the City Engineer and the Director of theBureau of Contract Administration, which this Board has adopted, the Board of Public Worksrequests approval and forwarding to the City Council for approval and authorization to executeAmendment No.1 to the 10 consultant contracts for pre-qualified on call civil engineeringconsulting services for the Street Improvement Program to increase the total contract term from5 years to 10 years.

FISCAL IMPACT

There is no fiscal impact on the General Fund.

APT:dpc

Respectfully submitted,

,~YIOr,EBoard of Public Works

live Officer

AN EQUAL EMptQYMENT OPPORTUNITY - AFFIRMATIVE ACTION EMPLOYER Recyclable and made from tecycled waste ~

Page 7: 0150-08785-0001 TRANSMITTALclkrep.lacity.org/onlinedocs/2014/14-0788_rpt_cao_06-09-14.pdfContracting Department/Bureau: Contact: Public WorksfEngineering Jeannie Park (213) 485-5109

Department of Public Works

Bureau of EngineeringBureau of Contract AdministrationJoint Report No.2

March 12,2014CD Nos. All

ADOPTED 8Y THE ilOARDPUBLIC WORKS OF THE CITY

~s CaliforniaAND . '~MAVO~

REQUEST FOR AUTHORITY TO EXECUTE AMENDMENT No.1 TO 10 CONSULTANT CONTRACTS FORPRE-QUALIFIED ON-GALL (PQOC) CIVIL ENGINEERING CONSULTING SERVICES FOR THE STREETIMPROVEMENT PROGRAM

RECOMMENDATIONS

1. Approve and forward this report with transmittals to the Mayor and City Councilrequesting the following:

a. Approve Amendment No.1 to each of the Contracts between the City of Los Angeles(City) and the following 10 firms (FIRMS): CH2M Hill (C-115231); CordobaCorporation (Cordoba) [C-115232]; David Evans and Associates (DEA) [C-115233];E.w. Moon, Inc. (E.w. Moon) [C-115234]; Harris and Associates (Harris) [C-115235];HDR Engineering (HDR) [C-115230]; HNTB Corporation (HNTB) [C-115228];MARRS Services, Inc. (MARRS) [C-115229]; Psomas (C-115226); and URSCorporation (URS) [C-115225] to increase the total contract term from 5 years to10 years.

b. Authorize the President or two members of the Board of Public Works (Board) toexecute Amendment No. 1 to each of the contracts.

2. Notify the Bureau of Engineering (BOE), Street and Stormwater Division (SSD),Steven J. Chen at (213) 485-4516, when the 10 amendments are ready to beexecuted by the Board, whereupon five (5) original copies of the amendments will bedelivered to the Executive Officer of the Board for signature.

3. Upon execution, request the City Clerk to attest and certify the five original copies ofAmendment No. 1 for each of the 10 contracts. The City Clerk and the Board will eachretain one (1) original copy and three (3) original copies are to be retumed to the BOE,SSD, Steven J. Chen.

FISCAL IMPACT STATEMENT

There is no fiscal impact on the General Fund.

TRANSMITTALS

1. Copy of the Bureau of Engineering and Bureau of Contract Administration Joint ReportNo.2, adopted on December 10, 2008, authorizing execution of personal servicescontracts with PQOC Civil Engineering Services Consultants.

2. Copy of each of the original executed PQOC contracts between the City and the FIRMS.

3. Copy of Proposed Amendment No.1 template, extending the term by 5 years.

Page 8: 0150-08785-0001 TRANSMITTALclkrep.lacity.org/onlinedocs/2014/14-0788_rpt_cao_06-09-14.pdfContracting Department/Bureau: Contact: Public WorksfEngineering Jeannie Park (213) 485-5109

Joint Report No.2

DISCUSSION

BackgroundOn December 10, 2008, the Board approved the PQOC list of 11 consultants to providecivil engineering services for the Street Improvement Program on an as-needed basis(Transmittal No.1). Contracts were executed between the City and the FIRMS on March17, 2009 (Transmittal No.2). The scope of work for the contracts consisted of providing civilengineering pre-design and design services, construction management and closeoutservices, drafting services, preparing Project Study Reports (PSRs), utility coordination,traffic studies and design services, preparation of value engineering/life cycle cost analysis,drafting and surveying services, and other consultant services as required by the City. Ofthe 11 original consultants, Rothman Engineering (C-11S227) is no longer in operation;consequently, their contract is not being proposed for extension.

The BOE SSD administers the PQOC civil engineering contracts to ensure that all workconforms to the requirements of the City of Los Angeles and appropriate regulatoryagencies. Due to the City's on-going budget crisis and the Managed Hiring process, theBOE has increasingly relied on the PQOC civil engineering consultants list for staffaugmentation, specialized training, and project delivery support. There are currently nineactive Task Orders issued under the PQOC civil engineering consultants list at variousstages of completion.

Approval of Amendment No. 1 (Transmittal No.3) to the contracts with the FIRMS isrequested to extend the duration of the contracts in order to complete long-term projects andprovide as-needed on-call services. With this extension, the total term of the contract with theFIRMS will increase to 10 years.

Minority Business EnterpriselWomen Business Enterprise/Other Business Enterprise(MBEIWBEIOBE) Subcontractor Outreach ProgramAt the time of distribution of the original RFQ for these contracts, the City established anMBEIWBE/OBE Subcontractor Outreach program with anticipated participation levels(APLs) of 12 percent and 2 percent for MBE and WBE participation, respectively, for projecttask orders exceeding $100,000.

The pledged MBElWBElOBE participation levels shown in the following tables are basedon the approved Board Reports for each Task Order unless adjusted due to unforeseencircumstances, in which case a new pledge is proposed. The MBEIWBEIOBE achievedparticipation levels shown in the following tables are based on the invoices received for theTask Orders.

Since the initiation of the contracts, some subconsultants have been added to the variouscontracts. These subconsultants were added to perform specialized services that werenecessary for a Task Order but were not provided by the subconsultants on their ScheduleA, or to provide more general services for a time-sensitive Task Order when their ScheduleA subconsultants were not available. The subconsultants added to the contracts areidentified in the following tables with an asterisk (*) and an explanation is provided.

For the subconsultants that were added to the various contracts, BOE does not havedocumentation of additional outreach efforts. At the time the contracts were established, theconsultants did not fully understand their responsibilities for additional outreach when addingsubconsultants, and BOE project managers did not fully understand their responsibilities to

Page 9: 0150-08785-0001 TRANSMITTALclkrep.lacity.org/onlinedocs/2014/14-0788_rpt_cao_06-09-14.pdfContracting Department/Bureau: Contact: Public WorksfEngineering Jeannie Park (213) 485-5109

Department of Public WorksBureau of EngineeringBureau of Contract AdministrationJoint Report No.2

March 12, 2014Page 3

ensure compliance with outreach requirements when approving the addition ofsubconsultants. The requirement for performing and documenting additional outreach hassince been clarified. Moving forward, all consultants and BOE personnel will be clearlyadvised of their responsibilities regarding the documentation for subconsultant additions.

The following tables reflect the subconsultant utilization for each of the FIRMS that havebeen issued Task Orders over $100,000.

Gender/Ethnicity Codes:

M = African AmericanAPA = Asian Pacific American

NA = Native AmericanM = Male

HA = Hispanic American8M = Subcontinent Asian American

C = CaucasianF = Female

CH2M Hill (C·115231)Since the inception of its contract, CH2M Hill has not added any subconsultants to itscontract. CH2M Hill has been issued two Task Orders. Of these, none were over$100,000 and were therefore not subject to the MBEIWBE/OBE SubcontractorOutreach Program requirements.

The Task Order for Magnolia Boulevard Widening at Cahuenga to Vineland was acontinuation of Task Order No.2 from a previous contract with CH2M Hill, C·107000. Theother Task Order was for Barham at Cahuenga Phase IV Staff Augmentation. Bothtasks are on-going and expected to continue under the contract extension.

Cordoba (C·115232)Since the initiation of its contract, Cordoba has not added any subconsultants. Cordobahas been issued one Task Order under the current contract, which is under $100,000and therefore not subject to the MBEIWBE/OBE Subcontractor Outreach Programrequirements. Cordoba provided design services for the Broadway/Brazil Project, andwill be providing design support services during the construction phase of the projectunder the contract extension.

DEA (C·115233)Since the initiation of its contract, DEA has not added any subconsultants. DEA hasbeen issued one Task Order by BOE under the current contract, which was under$100,000 and therefore not subject to the MBEIWBE/OBE Subcontractor OutreachProgram requirements. DEA provided support services to develop a SpecialExperimental Project (SEP)-14 application to allow the pre-qualification of street andpaving contractors on projects using federal funding sources. This project has been puton hold.

Page 10: 0150-08785-0001 TRANSMITTALclkrep.lacity.org/onlinedocs/2014/14-0788_rpt_cao_06-09-14.pdfContracting Department/Bureau: Contact: Public WorksfEngineering Jeannie Park (213) 485-5109

Joint Report No.2

Page 4

E.W. Moon (C-115234)Since the initiation of its contract, E.W. Moon has not added any subconsultants. E.W.Moon has been issued one Task Order under the current contract that was under$100,000 and therefore not subject to the MBEIWBE/OBE Subcontractor OutreachProgram requirements. E.W. Moon provided staff augmentation for the Old Oak RoadBest Management Practice (BMP) project, posting one staff member in the BOEStormwater Division for three months. This project has been completed.

Harris (C-115235)Since the initiation of its contract, Harris has added one new subconsultant, True NorthResearch, Inc. (OBE) to provide specialized services to the City. Harris has been issuedthree Task Orders. The Task Order to provide design support for North Spring Street-Rondout to Baker was under $100,000 and therefore not subject to the MBEIWBE/OBESubcontractor Outreach Program requirements. This project is nearly completed.

8-Permit Plan Check Engineering Support Services for the Development ServicesProgramThe Task Order to provide B-Permit Plan Check Engineering Support Services originatedas a Task for $95,000, and therefore not initially subject to the MBElWBElOBE SubcontractorOutreach Program requirements. Harris provided one engineer as staff augmentation forCentral District B-Permit plan check services. Due to on-going City staffing constraints, theBoard approved a Task revision increasing the budget authority to $200,000 on November18, 2013, acknowledging that the Task provides no subcontracting opportunity.Furthermore, Harris has affirmed that none of its subconsultants provide plan checkengineering support services in a staff augmentation role.

Cost Estimate - Save Our Streets LAThis Task Order initiated as a Task for $95,000, and therefore not initially subject to theMBElWBE/OBE Subcontractor Outreach Program requirements. This Task Order was atime-sensitive "fast track" study commissioned by the Office of the City AdministrativeOfficer (CAO). BOE was directed to increase the scope of the Task to $200,000 to furtherassess Harris' initial findings. Harris requested the addition of the subconsultant, True NorthResearch, Inc., to provide specialized statistical analysis for the increased scope of work,since the service was not available through their original list of subconsultants. The BoardReport to increase authority for this Task Order to $200,000 is pending; work hasproceeded under the emergency authorization of Commissioners James and Szabo.

HDR (C-115230)Since the initiation of its contract, HDR has not been issued any Task Orders, nor havethey added any subconsultants.

HNTB (C-115228)Since the initiation of its contract, HNTB has not been issued any Task Orders, nor havethey added any subconsultants.

Page 11: 0150-08785-0001 TRANSMITTALclkrep.lacity.org/onlinedocs/2014/14-0788_rpt_cao_06-09-14.pdfContracting Department/Bureau: Contact: Public WorksfEngineering Jeannie Park (213) 485-5109

Department of Public WorksBureau of EngineeringBureau of Contract AdministrationJoint Report No.2

March 12, 2014Page 5

MARRS (C·115229)MARRS has been issued four Task Orders under the current contract. One Task Order wasfor staff augmentation for the Exposition Light Rail project, which was under $100,000 andtherefore not subject to the MBEJWBEIOBE Subcontractor Outreach Program requirements .

.This task has been completed. Another Task Order for the Technical Advisory Committee forthe Potrero Canyon project was under $100,000 and therefore not subject to MBENVBElOBESubcontractor Outreach Program requirements. This task is on-going.

Two other Task Orders are over $100,000 and therefore subject to the MBENVBE/OBESubcontractor Outreach Program requirements. Since the initiation of its contract, MARRShas added 12 subconsultants to the contract.

Ten of the subconsultants: 1) ADS Environmental Service (OBE); 2) California WatershedEngineering (CWE) [MBE]; 3) Earth Support Systems (OBE); 4) Firm Designs (OBE); 5)SMRC Group (also known as SMRC Person Power) [MBENVBE]; 6) Ninyo & Moore (MBE);7) RRM Design Group (OBE); 8) Vandermost Consulting (OBE); 9) Elcon Associates(Elcon) [OBE]; and 10) Wenk Associates, Inc. (OBE) were added to provide services on thePotrero Canyon and Sunset Boulevard projects discussed below and the Potrero CanyonTechnical Advisory Committee project. All three of these projects involved extensivegeotechnical services that were not anticipated when the contracts were established, soadditional subconsultants were added to the consultants contract to perform the requestedspecialized tasks.

The other two subconsultants: 1) Stantec Consulting Services, Inc. (OBE) and 2) PACE(OBE), were added to provide specialized services for other Task Orders that were notavailable through their previous list of subconsultants.

Potrero Canyon Design ServicesThe Board Report for Potrero Canyon Design Services, adopted on August 15, 2011,pledged MBEJWBE participation levels of 9.9 percent and 0.0 percent, respectively. Afterthe NTP was issued, Arcadis withdrew their participation in the task because their scopehad been reduced from the initial proposal. MARRS was authorized by the BOE to addCWE to perform the specialty scope of work originally intended for Arcadis. Unfortunately, itwas necessary to further revise the scope of work during the Task which resulted in areduction of services for most of the subconsultants but provided an opportunity for anelectrical engineering firm. Elcon was added to the contract to provide these electricalservices. As of February 25, 2014, MARRS had achieved 12.99 percent MBE, ° percentWBE, and 33.79 percent OBE participation levels. This Task Order is still active andexpected to continue under the contract extension. With this amendment, MARRS haspledged 13.83 percent MBE, °percent WBE, and 35.97 percent OBE participation levels.

Page 12: 0150-08785-0001 TRANSMITTALclkrep.lacity.org/onlinedocs/2014/14-0788_rpt_cao_06-09-14.pdfContracting Department/Bureau: Contact: Public WorksfEngineering Jeannie Park (213) 485-5109

Joint Report No.2

Page 6

As of February 25, 2014, the MBENVBE/OBE subconsultant information for this TaskOrder was the following:

MBE! (%) ofGender! WBE! Total Amount

Subconsultants Ethnicity OBE Invoiced Invoiced to DateADS Environmental Services* aBE 1.62% $ 8,233.00Bevaz & Patel M/SM MBE 0% $ 0.00CWE* M/SM MBE 3.87% $ 19,700.00Firm Desiqns" aBE 2.36% $ 12,000.00RRM Design Grouo* OBE 24.92% $126,908.78SMRC Grouo* F/SM MBE 9.12% $ 46,468.24Vandermost Consultino" aBE 4.90% $ 24,977.87

Total MBE Participation 12.99% $ 66,168.24Total WBE Participation 0% $ 0.00Total aBE Participation 33.79% $172,119.65Subtotal Subconsultant Participation 46.78% $238,287.89Prime Participation 53.22% $271,077.93

Total Invoiced to Date $509,365.82

Proposed participation with Amendment No.1:

MBE! (%) ofGenderl WBE! Base

Subconsultants Ethnicity aBE Task Amount PledaedADS Environmental Services* aBE 1.01% $ 8,233.00Bevaz & Patel* M/SM MBE 1.60% $ 13,000.00CWE* M/SM MBE 2.82% $ 22,870.00Elcon Associates, Inc.* MBE 1.97% $ 16,000.00Firm Desiqns" OBE 1.48% $ 12,000.00RRM Design Group" aBE 29.20% $237,100.00SMRC Grouo" . F/SAA MBE 7.44% $ 60,400.00Vandermost Consultlna" aBE 4.28% $ 34,765.00

Total MBE Pledged Participation 13.83% $112,270.00Total WBE Pledged Participation 0% $ 0.00Total OBE Pledged Participation 35.97% $292,098.00Subtotal Subconsultant Participation 49.80% $404,368.00Prime Participation 50.20% $407,602.17Contingency $ 6,626.83

Total Task Authority $818,597.00

Sunset Blvd - Coronado to Waterloo - Phase!The Board Report for Sunset Boulevard - Coronado Terrace to Waterloo Street - PhaseI Project, adopted on June 13, 2012, pledged MBENVBE participation levels of 26.82percent and 2.17 percent, respectively. The Board Report for this project had a clerical

Page 13: 0150-08785-0001 TRANSMITTALclkrep.lacity.org/onlinedocs/2014/14-0788_rpt_cao_06-09-14.pdfContracting Department/Bureau: Contact: Public WorksfEngineering Jeannie Park (213) 485-5109

Department of Public WorksBureau of EngineeringBureau of Contract AdministrationJoint Report No.2

March 12,2014Page?

error for the individual OBE subconsultants, however the total percentages and amounts ofMBENVBEtOBE participation were correct. The pledged amounts and percentages in thetable below reflect the revised MARRS proposal and anticipated subconsultant utilization.BMLA was originally pledged for this project to provide landscape design services, but wasnot responsive to requests from MARRS after the NTP was issued. MARRS selected RRMDesign Group, previously added to their contract to perform this scope, which wasincreased during the performance of the project. SMRC Group is certified as both a MBEand WBE. For this Task, SMRC is pledged as a WBE. Due to changes in scope authorizedby the BOE, the utilization of Earth Support Systems and Coast Surveying, Inc. wasreduced. This Task Order is near completion.

As of February 25, 2014, MARRS had achieved 24.00 percent MBE, 3.94 percent WBE,and 11.44 percent OBE participation levels. This Task Order is still active and expected tocontinue under the contract extension. With this amendment, MARRS has pledged 25.43percent MBE, 4.18 percent WBE, and 13.83 percent OBE participation levels.

As of February 25, 2014, the MBEIWBEtOBE subconsultant information for this TaskOrder was the following:

MBEt (%) ofGenderl WBEI Total Amount

Subconsultants Ethnicity OBE Invoiced Invoiced to DateBMLA N/A aBE 0% $ 0.00Ninyo & Moore* MtHA MBE 18.69% $ 26,300.00Coast Surveying, Inc. M/HA MBE 5.31% $ 7,478.00SMRC Group * F/SAA WBE 4.30% $ 5,550.00Earth Support Systems* OBE 8.54% $ 10,500.00RRM Design Group* OBE 4.34% $ 5,600.00

Total MBE Participation 24.00% $ 33,778.00Total WBE Participation 3.94% $ 5,550.00Total aBE Participation 11.44% $ 16,100.00Subtotal Subconsultant Participation 39.38% $ 55,428.00Prime Participation 60.62% $ 85,314.50

Total Invoiced to Date $140,742.50

Page 14: 0150-08785-0001 TRANSMITTALclkrep.lacity.org/onlinedocs/2014/14-0788_rpt_cao_06-09-14.pdfContracting Department/Bureau: Contact: Public WorksfEngineering Jeannie Park (213) 485-5109

Joint Report No.2

Page 8

Proposed participation with Amendment No.1:

MBEI (%) ofGenderl WBEI Base

Subconsultants Ethnicitv OBE Task Amount PledaedCoast Survevinn, Inc. M/HA MBE 5.63% $ 7,478.00Earth Suoport Svstems OBE 7.53% $10,500.00Ninvo & Moore M/HA MBE 19.80% $26,300.00RRM DesiOn Group OBE 5.93% $ 7,880.00SMRC Grouo F/SAA WBE 4.18% $ 5,550.00

Total MBE Particioation 25.43% $ 33,778.00Total WBE Particioation 4.18% $ 5,550.00Total OBE Particioation 13.83% $18,380.00Subtotal Subconsultant Participation .. 43.44% $ 57,708.00Prime Particioation 56.56% $ 75,145.00Continaencv $ 9,197.00

Total Task Authority $142,050.00

Psomas (C-115226)Since the initiation of its contract, Psomas has not added any new subconsultants.Psomas has been issued one Task Order under the current contract, which is under$100,000 and therefore not subject to the MBEIWBE Subcontractor Outreach Programrequirements. The Task Order to provide design services for the Los Angeles ZooJaguar Exhibit is on-going, and is expected to be completed in 2015.

URS (C-115225)Since the initiation of its contract, URS has added three subconsultants to the contract.David Evans and Associates, Inc. (DEA) was added due to availability for a Task Ordersince none of the subconsultants with appropriate experience on the list were availableat the time. Ourston Roundabout Engineering (Ourston) and SAF-R-DIG Utility Surveys,Inc. (SAF-R-DIG) were added to provide specialized services to the City that were notavailable through the subconsultants on their original Schedule A.

URS has been issued two Task Orders under the current contract. The Task Order forEngineering Technical Services Performance Optimization and Metrics was under$100,000 and therefore not subject to the MBEIWBE/OBE Subcontractor OutreachProgram requirements. This task has been completed.

Cesar Chavez Avenue/Lorena Street/Indiana Street Intersection Improvements ProjectThe most recent Board Report for Cesar Chavez Avenue/Lorena StreeUlndiana StreetIntersection Improvements Project, adopted on October 26, 2011, pledged MBEIWBEparticipation levels of 15.39 percent and 2.08 percent, respectively. However, the City'sProject Manager and URS determined that utility pot-holing was not necessary for theTask. Therefore, URS will not utilize SAF-R-DIG, and has revised its anticipated WBEpledge level to 0 percent.

Page 15: 0150-08785-0001 TRANSMITTALclkrep.lacity.org/onlinedocs/2014/14-0788_rpt_cao_06-09-14.pdfContracting Department/Bureau: Contact: Public WorksfEngineering Jeannie Park (213) 485-5109

Department of Public WorksBureau of EngineeringBureau of Contract AdministrationJoint Report No.2

March 12,2014Page 9

As of February 25,2014, URS had achieved 17.15 percent MBE, 0 percent WBE, and17.25 percent OBE participation levels. This Task Order is still active and expected tocontinue under the contract extension. With this amendment, URS has pledged 15.39percent MBE, 0 percent WBE, and 14.48 percent OBE participation levels.

As of February 21, 2014, the MBEIINBE/OBE subconsultant information for this TaskOrder was the following:

MBEI (%) ofGenderl WBE/ Total Amount

Subconsultants Ethnicity OBE Invoiced Invoiced to DateDavid Evans & Associates, N/A OBE 6.89% $ 22,508.00Inc.*MARRS Services, Inc. SAA MBE 12.52% $ 40,869.00Ourston Roundabout N/A OBE 10.36% $ 33,824.00Enuineerlnu"SAF-R-DIG F/C WBE 0% $ 0Tatsumi & Partners, Inc. APA MBE 4.63% $ 15,126.00

Total MBE Participation 17.15% $ 55,995.00Total WBE Participation 0% $ 0.00Total OBE Participation 17.25% $ 56,332.00Subtotal Subconsultant Participation 34.40% $112,327.00Prime Participation 65.60% $214,184.93

Total Invoiced to Date $326,511.93

Proposed participation with Amendment No.1:

MBE/ (%) ofGender/" WBE/ Base

Subconsultants Ethnicity OBE Task Amount PledgedDavid Evans & Associates, Inc. N/A OBE 4.47% $ 22,508.00MARRS Services, Inc. F/SAA MBE 11.42% $ 57,467.00Ourston Roundabout N/A OBE 10.01% $ 50,350.00EngineeringTatsumi & Partners, Inc. M/APA MBE 3.97% $19,966.00

Total MBE Participation 15.39% $ 77,433.00Total WBE Participation 0% $ 0Total OBE Participation 14.48% $ 72,858.00Subtotal Subconsultant Participation 29.88% $150,291.00Prime Participation 70.12% $352,732.00Approved contlnoencv $ 96,977.00

Total Task Authority $600,000.00

Page 16: 0150-08785-0001 TRANSMITTALclkrep.lacity.org/onlinedocs/2014/14-0788_rpt_cao_06-09-14.pdfContracting Department/Bureau: Contact: Public WorksfEngineering Jeannie Park (213) 485-5109

Joint Report No.2

Page 10

Compliance with City Policies and with the Board of Public Works' PolicyAll consultants participating in this program are subject to compliance with the following City ofLos Angeles' Ordinances and policies: Contractor Responsibility Ordinance; Business TaxRegistration Certificate; Non-Discrimination, Equal Employment Practices, and AffinnativeAction; Insurance requirements; Equal Benefits Ordinance; Child Support ObligationsOrdinance; Americans with Disabilities Act; Service Contractor Worker Retention Ordinance;Living Wage Ordinance; Slavery Disclosure Ordinance; Non-Collusion; First Source HiringOrdinance; and Discount Terms. The 10 Consultants whose contracts will be amended willcontinue to comply with the requirements of the MBEIWBE/OBEI Subcontractor OutreachProgram. Failure to comply with all requirements will render the Consultant's Contractsubject to termination pursuant to the conditions therein.

Businesses are encouraged to locate or remain within the City of Los Angeles to preserveand enhance the economic base and well-being of the City. According to the Los AngelesResidence Information form, the FIRMS provided the following information:

Total No. of Employees (%) of EmployeesConsultant Emplovees Residinain L.A. Residina in L.A.

CH2M Hill 23,467 20 0.1%Cordoba 93 6 6.5%DEA 730 0 0%E.w. Moon 10 10 100.0%Harris 219 3 0.1%HDR 8,506 20 0.2%HNTB 3,500 61 1.7%MARRS 60 11 18.3%Psomas 484 35 7.2%URS 11,954 51 0.4%

The quality of the work performed by the FIRMS will be monitored in accordance with theContractor Evaluation Ordinance No. 173018 (Division 10, Chapter 1, Article 13 of the LosAngeles Administrative Code) and the Rules for the Evaluation of Service Contractorswhich require Departments to prepare performance evaluations upon completion of allservice contracts over $25,000 and at least three months in duration. The critiques arekept on file by the Bureau of Contract Administration, Special Research & InvestigationSection for reference by other City Departments and agencies.

Notice of Intent to Contract and Charter Section 1022 DeterminationThe required Notification of Intent to Contract form was submitted to the City AdministrativeOfficer (CAO) on October 3,2013.

Contractor Responsibility OrdinanceAll contractors participating in this program are subject to compliance with therequirements specified in the City of Los Angeles' Contractor Responsibility OrdinanceNo. 173677 (Article 14, Chapter 1, Division 10, L.A.A.C.). Failure to comply with allrequirements specified in the Ordinance may render this bidder's contract subject totermination pursuant to the conditions expressed herein.

Page 17: 0150-08785-0001 TRANSMITTALclkrep.lacity.org/onlinedocs/2014/14-0788_rpt_cao_06-09-14.pdfContracting Department/Bureau: Contact: Public WorksfEngineering Jeannie Park (213) 485-5109

Department of Public WorksBureau of EngineeringBureau of Contract AdministrationJoint Report No.2

March 12, 2014Page 11

City Attorney ReviewThe proposed amendments have been reviewed and approved as to form by the CityAttorney's Office.

STATUS OF FUNDING

There is no fiscal impact on the General Fund. Task Orders will be issued on an as-needed basis. The BOE will ensure that adequate funds are available to cover the costsfor work on a specific project prior to soliciting Task Order proposals from the FIRMS.

The City's liability under this contract shall only be to the extent of the present Cityappropriation to fund the contract. However, if the City shall appropriate funds for anysucceeding years, the City's liability shall be extended to the extent of suchappropriation, subject to the terms and conditions of the contract.

( MPB JPZ RMK SP MPB )

Report reviewed by: Respectfully submitted,

BOE (ADM and PAC)

Report prepared by:

Street and Stormwater Division

~-{'~Deborah Weintraub, AlA, LEEDAPInterim City Engineer

Michael P. Brown, P.E., G.E.Division EngineerPhone No. (213) 485-4523 ~~

Lohn L. Reamer, Jr.If) Inspector of Public WorksCompliance Review performed

and approved by:

MPB/JP/02-2014-0028.SSD.

Questions regarding thisreport may be referred to:Jeannie Park, Sr. Management Analyst IPhone No. (213) 485-5109E-mail: [email protected]

Page 18: 0150-08785-0001 TRANSMITTALclkrep.lacity.org/onlinedocs/2014/14-0788_rpt_cao_06-09-14.pdfContracting Department/Bureau: Contact: Public WorksfEngineering Jeannie Park (213) 485-5109

•,

Department of Public Works

Bureau of Engineering .Bureau of Contract AdministrationJoint Report No.2

December 10, 2008CD Nos. All

REQUEST FOR AUTHORITY TO .ExECUTE PERSONAL SERVICES CONTRACTS W1THPRE.QUAUFIEDON-CALL(PQOC) CIVIL ENGINEERING.SERVICES CONSULTANTS

. .

RECOMMENDATiONS

1. Approve and forward this report with transmittals to the Mayor requesting that heapprove and authorize the President or two Commissioners of the Board of PublicWorks to execute the Personal Services Contracts between the City and the pre-QU\'llified On-Call (PQOC) Civil Engineering Services Consultants. The consultantswill provide as-needed services for various Public Works projects. The 11 PQOCCivil Engineering Services Consultants are: (se1ected by random drawing)

1. CH2M Hill11• Cordoba Corporation3. David Evans and Associates.Jnc,6. E. W. Moon, Inc.

.8 Harris and Associates10. HDR Engineering, Inc.9. HNTB Corp.2. Marrs Services, Inc.4. Psomas .1. Rothman Engineering, Inc.5. URS Corporation dba URS Corporation Americas

2~ Notify Steven J. Chen, P£, Phone No. (213) 485-4516, Project Manager, for theBureau of Engineering (BOE) when the Contracts are ready to be executed by the

.Board «, Five original copies of each of the. Contracts will be provided to the Secretaryof the Board for signature.

3. Request the City Clerk to attest and. certify the five original copies of the PersonalServices Contracts ..The City Clerk and your Board will each retain one original copyand forward three original copies to the BOE.

4. Request that the Board randomly select the names of the PQOC consultants tocreate the initial PQOC Civil Engineering Services Consultants. List for use in futureassignments of work.

TRANSMITTALS

1. One copy of the Bureau of Engineering and Bureau of Contract Administration JointReport No.3, adopted on October 17, 2007, authorizing advertisement of theRequest for Qualifications (RFQ).

TRANSMITTAL NO.1

Page 19: 0150-08785-0001 TRANSMITTALclkrep.lacity.org/onlinedocs/2014/14-0788_rpt_cao_06-09-14.pdfContracting Department/Bureau: Contact: Public WorksfEngineering Jeannie Park (213) 485-5109

Joint Report No.2

Page 2

2. One copy of the RFQ for PQOC the Civil Engineering Services Consultants List.

3. List of Consultant Firms responding to the RFQ for the PQOC Civil EngineeringServices Consultants List.

4. One copy of the Statement of Qualifications (SOQ) as submitted by each firmselected for the PQOC Civil Engineering Services List. . .

5. One master copy of the Personal Services Contract between the City and the listedfirms for the PQOC Civil Engineering Consultant Services.

•''U

6. One copy of the Master RFQ/Request for Proposal Contract Checklist, Items 1H4completed. CheckliSt Items 1-13 were submitted previously on October 17, 2007with Request to Issue RFQ Board Report.

7. One copy of the Personal Services Contracting Process Checklist, Items 7-9completed. Checklist Items 1-8 were submitted previously on October 17, 2007 with

, Request to Issue RFQBoard Report.. .

FISCAL IMPACT STATEMENT

Because the proposed contracts are for as-needed services, the contracts do not haveany financial impact on the City. The BOE will ensure that adequate funds are availableto coverthe costs for work on a specific project prior to requesting proposals from the firms.

DISCUSSION

BackgroundOn October 17, 2007 (Transmittal No.1), .the BPW authorized the City Engineer toadvertise and issue an RFQ(Transmittal No.2) to provide civil engineering services, on .a pre-qualified, as needed, basis. The City Engineer was also authorized to negotiate aPersonal Services Contract with each of the selected consultant' firms ..The requiredNotice of Intent to Contract has been filed with the City Administrative Office (CAO) •

.The employee unions were notified of the BOE's' intent to' contract. A Charter Section1022 Determination was requested and received from the Personnel Department .andthe CAO, making the determination that it was .more feasible to utilize consultantsrather than City employees ·fot this work; A Notice to Advertise the' RFQ was placed' in

.newspapers, with marketing and AlE associations, and onwebsites. The RFQ and itsattachments were uploaded to the Mayor's. site for the Los Angeles BUSinessAssistance Virtual Network (LA BAVN), where respondents downloaded the RFQ andattachments. . .

Three hundred thirty-six consultants downloaded the RFQfrom the LA BAVNwebsite. Twenty-three consultants submitted" their SOQ on January. 11, 2008(Transmittal No.3). The SOQs were rated by a panel from the BOE based on thefonowing criteria:

Page 20: 0150-08785-0001 TRANSMITTALclkrep.lacity.org/onlinedocs/2014/14-0788_rpt_cao_06-09-14.pdfContracting Department/Bureau: Contact: Public WorksfEngineering Jeannie Park (213) 485-5109

Department of Public WorksBureau of EngineeringBureau of Contract AdministrationJoint Report No.2

December 10, 2008Page 3

• Technical Qualifications and Past Experience 25%

This criterion will rate the firm's qualifications. quality of work and past experienceand performance by documentation of related experience. references, and similarwork performed within the past 10 years, as well as the firm's familiarity with publicworks projects and ability to provide scope of service identified in this RFQ;

• Qualifications of Proposed Personnel 20%

This criterion will rate the personnel proposed to provide services requested,including project management team, key personnel, qualifications, resumes,background and experience;

• Perform Services Within Tight Schedules. . . 20%

This criterion will rate the ability of the consultant and proposed subconsultants toprovide the resources to perform the services within tight schedules;

• Cost Control 20%

This criterion will rate cost control procedures, preliminary cost estimates, personnelutilization, fee schedules, and ability to manage and monitor costs;

• Approches. to Work 15%

This criterion will rate project management and coordination methodologies. andapproaches to analyses and studies.

Eleven firms were found to be the most qualified PQOC Civil Engineering ServicesConsultants based on their SOQs (Transmittal No.4).

Staff briefed the BPW Commissioners before contract negotiations began. BOE staffcompleted contract negotiations on July 30, 2008.

All PQOC Civil Engineering Services Consultants signed the Personal Services .Contract (Transmittal No.5) by August 20, 2008.

The City Attorney has approved the Contract as to form.

Compliance with BPW Policy .The Board's personal services contracting policies have been followed (TransmittalNos. 6 and No.7).

Page 21: 0150-08785-0001 TRANSMITTALclkrep.lacity.org/onlinedocs/2014/14-0788_rpt_cao_06-09-14.pdfContracting Department/Bureau: Contact: Public WorksfEngineering Jeannie Park (213) 485-5109

Joint ReportNo. 2 .

Page 4

Contractor Responsibility OrdinanceAll· participants in this program are subject to compliance with the requirementsspecified in the City of Los Angeles' Contractor ResponsibilityOrdinance No. 173677,Division 10, Chapter 1, Article 14, Los Angeles Administrative Code (L.A.A.C.).Failureto comply with all requirements specified in the Ordinance will render the consultant'scontract subject to termination pursuant to the conditions therein ..

Contractor Performance EvaluationIn accordance with Division 10, Chapter 1, Article 13 of the L.AAC., the appropriateCity personnel responsible for the quality control of this personal services contract shallsubmit Contractor Performance Evaluation Reports to the Bureau of ContractAdministration, Special Research & Investigation Section upon completion of the Contract.

The PQOC consultants will comply with the requirements of the Equal BenefitsOrdinance, the Service Contractor Worker Retention Ordinance, the Living WageOrdinance, all Child Support Obligations, the Americans with Disabilities Act, and theMinority Business Enterprise/Women Business Enterprise/Other Business Enterprise(MBE/WBE/OBE) Subcontractor Outreach Program. .

Businesses are encouraged to locate or remain within the City of Los Angeles topreserve and enhance. the economic base and well-being of the City. According to theLos Angeles Residence Information form, consultants' provided the followinglnformation: . . .

Total No. of No. of Employees (%)of EmployeesEmployees in who are L.A. who are L.A.

ConSUltant Firm Firm Residents . ResidentsCH2M Hill . 6293· 19 . 0.30%··Cordoba Corporation 78 6 .. 7.69%David Evans & Associates 1,100 o . 0.00%E.W. Moon Inc.. 15 5 33.33%Harris and Associates . 464 . 9 . 1.93%HDR Enoineeriho, Inc. 6.500 13 0.20%HNTB Corp. 3.400 4.9 1.44% . .

Marrs Services, Inc; ·35 3 8.57%Psomas .: 809 83 10.25%Rothman Enoineerino. Inc. . 16 0 0.00%URS corocreucn . 55000 ·40 0.07%

Compliance WithCity Non-Discrimination PolicyAll of the 11· selected Proposers have met the Equal Benefits Ordinance, AffirmativeAction, and Slavery Disclosure Ordinance requirements of theRFQ. .

Minority Business Enterprise/Women Susiness EnterpriseiOther Business Enterprise·(MBElWBEIOBE) .Subcontractor Outreach Program . .The City·. has established an MBEJVVBE/OBE Subcontractor Outreach Program forproject(s) including the performance of the Good Fa.ith Effort (GFE) requirements.

Page 22: 0150-08785-0001 TRANSMITTALclkrep.lacity.org/onlinedocs/2014/14-0788_rpt_cao_06-09-14.pdfContracting Department/Bureau: Contact: Public WorksfEngineering Jeannie Park (213) 485-5109

Department of Public WorksBureau of EngineeringBureau of Contract AdministrationJoint Report No.2

December 10, 2008Page 5

utilizing the Business Assistance Virtual Network (BAVN) service. Based on. a reviewby the Office of' Contract Compliance (OCC). all 11 of the BOE's pre-selectedProposers have met the GFE requirements and have been deemed responsive pendingcompliance with all other City requirements. . .

At the time the RFQ was released, the City had set anticipated participation levels of 12percent MBE and 2 percent WBE for project task orders. over)$100,000 based upon thepotential soopes of work Which may be suboontracted. The MBElWBE anticipation levelswill not apply for project task orders under $100,000; however, Consultants working onproject task orders under $100,000 are still enoouraged to utilize MBElWBElOBEsuboonsultants Wherever feasible.

The following tables reflect the potential Subconsultants which may be utilized on, project task orders by the pooe Civil Engineering Services Consultants:

Gender/Ethnicity Codes:

M=African AmericanSM=SuboontinentAsian American

C=CaucasianM=Male

HA= Hispanic AmericanAPA=Asian Pacific American

NA=Native AmericanF=Female

Subcohsultant Information for CH2MHiII. MBE/WBE/

Potential Subconsultants -. OBE Genderl cthnicitv .Abratiaue & Associates, Inc. . MBE· M/APAAthalve Consulting Enaineerina Services, Inc. . MBE M/SAABera& Associates, Inc. . .. WBE F/CCoast Survevina, Inc. MBE M/HA .Leon Consulting . . ··MBE . ..

... MlHADean Rvan Consultants and Desianers, Inc. MBElWBE F/HAHarris & Comoanv . WBE· FICLvnee Dwver Landscaoe Architect·· .. WBE FICMARRS Services, Inc.. MBEIWBE F/SAA

. Melendrez Associates dba Melendrez WBE •• FICWagner Enaineering & SurveYing, Inc. .. WBE FIC .Value Management Services OBE .

.. N/A

Page 23: 0150-08785-0001 TRANSMITTALclkrep.lacity.org/onlinedocs/2014/14-0788_rpt_cao_06-09-14.pdfContracting Department/Bureau: Contact: Public WorksfEngineering Jeannie Park (213) 485-5109

Joint Report No.2

Page 6~-l

-. . .

Subconsultant Information for CORDOBA CORPORATIONMBE/WBE! Genderl Ethnicity

Potential Subconsultants OBE.Bullock & Associates, Inc. MBE . . M/AACornerstone Studios, Inc. MBEIWBE · F/AAGTS, Inc. . OBE N/A.RFB Consulting ··OBE · N/A

.

Subconsultant Information for DAVID EVANS & ASSOCIATES,INC.MBElWBE/

Potential Subconsultants OBE Gender/EthnicitvCoast Survevina, Inc. . MBE M/HAE. W. Moon, Inc. . MBE M/AAFPL and Associates, Inc. . MBE M/APAMARRS Services,lnc. . MBE/WBE F/SAANuvis . MBE . M/HAVali Cooper & Associates WBE F/CVLG Enoineerino • . WBE F/C i

Gregory P. Luth & Associates, Inc. OBE . N/A.

Subconsultant Information for E.W. MOON, INC•.MBElWBE

Potential Subconsultants .. OBE Genderl EthnicltyAbratiQue & Associates, Inc. MBE . MlAPAAdvantec Consultino Enaineers MBE M/APACornerstoneStudios,lnc. . MBE/WBE F/AAKAL Architects . MBE/WBE F/SAAMelendrez Associates dba Melendrez . WBE F/CMivamoto International, Inc. . MBE M/APA·PA Area Engineerina, Inc. MBE M/APAStorms & .LoweAssociates MBE .. ·M/APAVLGEnoineerina . WBE· F/C ..Wagner Engineering & SurveYing WBE F/CAh'be Landscape Architects. OBE · N/A·OKS Associates OBE N/AValue Management Institute . .OBE . N/A

Subconsultant Information for HARRIS& ASSOCIATESMBElWBEI

Potential Subconsultants OBE . Genderl EthnicitvAvant-Garde Corporation . MBE/WBE F/HABevaz & Patel, Inc. MBE MlSAACaliforniaWatershed EnaineerinaCom. MBE M/SAA ..Civil Works Enaineers . WBE F/C

Page 24: 0150-08785-0001 TRANSMITTALclkrep.lacity.org/onlinedocs/2014/14-0788_rpt_cao_06-09-14.pdfContracting Department/Bureau: Contact: Public WorksfEngineering Jeannie Park (213) 485-5109

Department of Public WorksBureau of EngineeringBureau of Contract AdministrationJoint Report No.2

December 10,2008Page 7.

..

Katherine Padilla & Associates .. MBElWBE F/HAMelendrez Associates dba Melendrez WBE· . F/CMiyamoto Intemational, Inc. MBE M/APAOlvmpic Mapping System, Inc.. . MBE M/HASimpson & Simpson Management Consultina, Inc. MBE M/AAAh'be Landscape Architects OBE N/AFehr& Peers · OBE N/A

. Subconsultant Information for HDR ENGINEERING INC. . .

MBElWBEIPotential Subconsultants OBE Genderl Ethnicity

Berg & Associates, Inc. WBE F/CBevaz & Patel, Inc. . . MBE M/SAABullock& Associates Inc.. MBE M/AACadstar, Inc. MBElWBE F/HAFPLandAssociates, Inc. .. MBE M/APAIntueor Consulting MBE M/SAAKatherine Padilla & Associates . . MBElWBE F/HAMARRS Services, Inc. · . MBElWBE F/SAAMBI Media WBE FICMelendrez Associates dba Melendrez . . WBE FlCMelinda Tavlor and Associates WBE FIICMiyamoto Intemational, Inc. MBE M/APAParagon Partners WBE FIC .

The Robert Group .. MBElWBE F/AA

Simpson & Simpson Management Consulting,lnc. MBE M/AA .Storms & Lowe Associates MBE .. .. M/APA·SummitConsultinci & Engineering .. MBElWBE F/HAVFL Planning Consultants MBElWBE F/HAVLG Enaineerina . WBE F/CGuida Surveying · .. OBE N/AMalcolm. Plrnle, ·Inc. .. OBE N/AMetcalf & Eddv . . . OBE·· N/AMetcalf Associates OBE N/A .Mollenhauer Group OBE N/ASQLA; INC. . ·OBE N/A

. . ..

. Subconsultantinformation for HNTB CORP.. MBElWBEI .

! .

. . Potential Subconsultants .. .. OBE Genderl EthnicityArellano & Associates ....

... MBElWBE F/HA ..

Avant-Garde Corporation MBElWBE F/HABerg & Associates, Inc. .. WBE F/C

Page 25: 0150-08785-0001 TRANSMITTALclkrep.lacity.org/onlinedocs/2014/14-0788_rpt_cao_06-09-14.pdfContracting Department/Bureau: Contact: Public WorksfEngineering Jeannie Park (213) 485-5109

Joint Report No.2

Page 8

Beyaz & Patel, Inc. MBE M/SAACabrlnha, Hearns & Associates . MBE· M/HACalifornia Watershed Engineering Corp. MBE . MlSAA .

Civil Works Engineers WBE . F/C ICornerstone Studios, Inc. MBElWBE F/AAEarth Mechanics .. MBE M/APAE. W. Moon, Inc.· MBE MlAAFPL and Associates,lnc. MBE MlAPAIntueor Consulting MBE M/SAAInvictus Environmental Safety Solutions MBE M/AAKAL Architects MBElWBE F/SAA ..Katherine Padilla & Associates . MBElWBE F/HA.Katherine Spitz Associates WBE F/CMARRS Services, Inc. MBEIWBE. F/SAAMelendrez Associates dba Melendrez WBE F/CMiyamoto International MBE M/APASimpson & Simpson Management Consulting MBE .. 'M/AA·SSM Consulting Group . . MBE .M/AA .

Summit Consulting & Engineering, Inc. MBElWBE F/HAUltrasystems ·WBE . . F/CVFL Planning Consultants· . MBElWBE F/HA ....

VLG Engineering WBE F/CWagner Engineering & Surveying, Inc. ·.WBE F/CCMTS, Inc. CBE N/A ..OKS Associates CBE N/Alrnaqestatlon, Inc. . . CBE N/ASOLA,INC. .

. .. CBE N/AWyle Laboratories, Inc.. CBE N/A

.

.Subconsultant Information for MARRS Services, Inc.MBElWBEI

Potential Subconsultants . OBE Genderl EthnicltyAbratlaue & AssoCiates. Inc. MBE MlAPA·Bevaz & Patel. Inc. . MBE· . . . M/SAACadstar, Inc. MBElWBE F/HA· .Coast Survevina. Inc. . MBE M/HAHarris & Company WBE F/CKal Architects· MBElWBE ... F/SAABMLA . CBE N/ACH2M Hill . CBE N/A

Page 26: 0150-08785-0001 TRANSMITTALclkrep.lacity.org/onlinedocs/2014/14-0788_rpt_cao_06-09-14.pdfContracting Department/Bureau: Contact: Public WorksfEngineering Jeannie Park (213) 485-5109

Department of Public WorksBureau of Engineering . .Bureau of Contract AdministrationJoint Report No.2

December 10, 2008Page 9

Subconsultant Information for PSOMASMBElWBEI

Potential Subconsultants . OBe Genderl Ethnicitvsevaz & Patel, Inc. MBE M/SAAHarris & Company WBE. F/CJCE Structural EnaineerinaGroup, Inc. . MBE MlHAKOA Corporation (formerly Katz, Okitsu & Associates) MBE MlAPALee & Ro, Inc. MBE MlAPALvnn caoouva, Inc. WBE F/CMia Lehrer & Associates MBE/WBE F/HA ...

Mivamoto International, Inc. .. · MBE MlAPAMoraes/Pham . . MBE M/APA .M V R Consultina .

. WBE F/CPriority Enaineering MBE/WBE' F/AAV & V Oonsultlnq « MBE/WBE , .F/HAVali Cooper & Associates WBE . F/CBOA Architecture OBE . . N/ACDM . OBE N/ACumming Corporaton OBE N/AJacobus &Yuana OBE N/AThe Moote Groun . OBE . N/A

Subconsultant Information for Rothman Enaineerino. Inc., MBElWBEI

Potential Subconsultants · . OBE . GenderlEthnicitv .Avant-Garde Corporation · .. MBE/WBE F/HABevaz& Patel Inc.· . MBE MlSAACabrinha,Heam & Assoicates . MBE M/HA ICadstar, Inc. MBE/WBE F/HACalifomiaWatershed EnaineerinaCom. MBE M/SAACilVworksDesian MBEIWBE F/HAIAPAcoastoneResearch Manaaement, Inc. WBE FICConstructionCost Consultants MBEIWBE F/SAA .

CornerstoneStudios Inc. MBE/WBE . F/AAKatherine Padilla & Associates MBE/WBE F/HALinda Miller Construction & Enaineerina, Inc. .. . WBE FICMelendrez Associates dba Melendrez WBE FICMelinda Tavlor and Associates WBE FICThe Robert Group . MBE/WBE F/AAWaaner Enaineerina & Survevina. Inc. WBE .. FICBMLA OBE . N/ACMTS, Inc. -. OBE N/AOKS Associates OBE N/AMalcolm Pimie, Inc. OBE NfAValue Manaaement Institute . OBE N/A

Page 27: 0150-08785-0001 TRANSMITTALclkrep.lacity.org/onlinedocs/2014/14-0788_rpt_cao_06-09-14.pdfContracting Department/Bureau: Contact: Public WorksfEngineering Jeannie Park (213) 485-5109

: : ..,:..

Joint Report No. 2

Page 10

Subconsultant Infonnation for URS Corporation. dba. URS Corporation AmericasMBElWBE/

Potential Subconsultants OBE Genderl EthnicitvAratiQue & Associates. Inc. MBE M/APAAthalve Consultino Enaineerina Services, Inc. MBE M/SAA

. MARRS Services Inc. . MBE/WBE F/SAATatsumi Partners, Inc. . . MBE M/APAWaaner Enaineerina & Survevina, Inc. WBE FIC

The OCC has verified all subconsultants' certifications as of the time of review of this RFQ.The Awarding Authority who is issuing the individual task work order ill be responsible forverifying the certification statuses as of the date the task order is assigned.

( MPB WHH TSA MEK WFB )

Report reviewed by:

BOE (PAC)

Respectfully submitted,

Report prepared by:

Street and Stormwater Division

4/MA-j &u /1fIOttGary Le' Moore, P.E.City Engineer

Michael P. Brown, P.E.,G.EDivision Engineer .Phone No. (213) 4854523.

Compliance Review performedand Approved by:

Hannah Cho( Program ManagerContracf Compliance ManagerBureau of Contract Administration

MPB/LG/07-2008-0228.SSDJdc

Questions regarding this report .may be referred to: .Writer: Lydia GonzalezPhone No. (213) 485-44!l4Fax No. (213) 485:4838