HomeMy WebLinkAbout25-0036 - Item 44-2025-05-30.pdf co
Board Agenda Item 44
O 1856 O
FRE`'�
DATE: May 20, 2025
TO: Board of Supervisors
SUBMITTED BY: Steven E. White, Director
Department of Public Works & Planning
SUBJECT: Agreements with Consultants for On-Call Architectural, Engineering
and Related Service Consultants
RECOMMENDED ACTION(S):
Authorize the Director of Public Works and Planning, subject to the review and approval by County
Counsel as to legal form and the Auditor-Controller/Treasurer-Tax Collector as to accounting form,
to execute twenty-one on-call agreements for engineering, architectural and other related
consultant services, each effective upon execution by the County through and including the third
anniversary of the execution date with no optional extensions, and an aggregate total not to exceed
$6,500,000 for all agreements.
Approval of the recommended action will authorize the Director of Public Works and Planning (Director)to
execute on-call agreements with twenty-one firms to provide various engineering, architectural and other
related consultant services. The term of each Agreement is three years. The maximum dollar amount of all
Agreements is an aggregate total of$6,500,000. The impacts of this item are countywide.
ALTERNATIVE ACTION(S):
If your Board does not approve the recommended action, the Department will have to prepare
individualized separate Request for Proposals for each project, causing significant delays in the design
process and delivery of planned public works projects. If delivery deadlines are not met, the County will be
at risk of losing Federal funding for infrastructure projects.
FISCAL IMPACT:
There is no Net County Cost associated with the recommended action. The total combined maximum
amount of the Agreements is $6,500,000 over the three-year term. The consultants will be compensated at
agreed hourly rates for services performed as set forth in each agreement. As these services are
provided, costs will be reimbursed from appropriate sources for the various approved public works projects.
DISCUSSION:
Approval of the recommended action will allow the Department to retain consultants for various
engineering, architectural and other related services to assist in the completion of various public works
projects on an on-call basis. The Projects may include, but are not limited to, road reconstruction, road
widening, bridge replacement, bridge rehabilitation, bike paths, trails, traffic signal design, traffic calming,
groundwater well design, potable water treatment and distribution systems, and capital improvements. It is
more efficient to administer general on-call service agreements than to solicit individual proposals, select
consultants and administer separate agreements for each project.
County of Fresno Page 1 File Number.25-0036
File Number:25-0036
Contracting with the recommended consultants will facilitate a timelier, cost effective and dependable
delivery of projects, while allowing the Department the option of using a firm with relevant experience and
particular expertise on a project-specific level. Task orders will be issued for each project and assignments
will be based upon experience and performance with similar work, firm availability, and cost proposals for
the specific project's anticipated services. A not-to-exceed cost will be negotiated, and services will be
authorized in writing by the Department prior to the commencement of the work.
Consultant Selection Process
A formal Request for Qualifications (RFQ) (Attachment C)was issued on October 29, 2024, in accordance
with County Ordinance Code Chapter 4.10 governing the selection and compensation of architectural and
engineering firms, Government Code 4525-4529.5 as well as Chapter 10: Consultant Selection of the
California Department of Transportation (Caltrans) Local Assistance Procedures Manual. The Department
received Statements of Qualification (SOQ)from 33 consulting firms by the deadline of January 23, 2025.
Selection committees comprised of representatives from across the Department reviewed and evaluated
the SOQ according to service specialties, based upon approved criteria included in the RFQ. A shortlist of
candidates was created for each specialty. Twelve firms were not recommended for further consideration
and were notified (Attachment A). The number of firms sought per specialty varied but ranged from three
firms to five. Twenty-one firms were ultimately selected based upon their qualifications and experience,
with some firms being selected as finalists for multiple services (Attachment B).
The aggregate total of the Agreements is $6,500,000, from which each firm will draw funds as they are
awarded task orders. The term of each Agreement is three years, a new solicitation and selection process
will be initiated prior to the expiration of these contracts to prevent a gap in services.
Delegating AuthoritV to Execute Agreements Will Avoid DelaV and Minimize Risk to Funding
Due to the need for the services and the impending expiration of the current agreements, the
recommended action will allow the Director to execute the Agreements following receipt of the required
documentation from each firm, and the review and approval by County Counsel and the
Auditor-Controller/Treasurer-Tax Collector. Caltrans provides oversight for the process of selecting
consultants receiving contracts for projects that receive Federal funding and must approve the agreements
prior to contract execution. The process of obtaining the required documents from each firm can take
several weeks and getting final approval from Caltrans can be a lengthy process as well. Allowing the
Director to execute each agreement individually will allow the Department to use the services of the
consulting firms as soon as all requirements are met. Waiting for each consultant to provide the necessary
documentation would delay bringing the agreements before your Board, which in turn would affect the
Department's ability to deliver projects within the requisite time frames and risk the potential loss of
funding.
Attachment D is a consultant services agreement template that is substantially identical to the agreement
that will be sent to the consultants for approval. Inapplicable sections will be removed for those firms that
were not approved to perform services on federally funded and/or staff augmentation services. The terms
of the agreement will be advantageous to both the County and consultant. Due to the diversity in the size
of the consulting firms, the liability insurance limits are slightly less than the recommended limits listed in
the County's standard model contract provisions; therefore, Risk Management has been advised of the
revised lowered limits included in the contract. This will ensure that smaller sized firms are not effectively
eliminated from contracting with the County due to the expense necessary to carry large amounts of liability
insurance coverage for work on smaller projects.
OTHER REVIEWING AGENCIES:
County of Fresno Page 2 File Number.25-0036
File Number:25-0036
Caltrans Office of Architectural and Engineering Oversight dictates some of the terms of the agreements
for firms eligible to provide services on projects that are Federally funded and will review agreements that
are utilized for Federally funded work. The Caltrans Independent Office of Audits and Investigation reviews
and approves consultant Indirect Cost Rates for consultants approved to perform Federally funded work.
ATTACHMENTS INCLUDED AND/OR ON FILE:
Attachment A
Attachment B
On file with Clerk-Attachment C
On file with Clerk-Attachment D
CAO ANALYST:
Maria Valencia
County of Fresno Page 3 File Number.25-0036