San Bernardino header
File #: 4611   
Type: Consent Status: Passed
File created: 7/20/2021 Department: Land Use Services
On agenda: 7/27/2021 Final action: 7/27/2021
Subject: Contract for Plan Review, Inspection, Emergency Response and Special Projects
Attachments: 1. CON-LUS-7-27-21 - 4LEAF Inc, 2. CON-LUS-7-27-21 - Bureau Veritas North America, 3. CON-LUS-7-27-21 - CSG Consultants, 4. CON-LUS-7-27-21 - Hayer Consultants Inc, 5. CON-LUS-7-27-21 - Interwest Consulting Group, 6. CON-LUS-7-27-21 - JAS Pacific Inc, 7. CON-LUS-7-27-21 - JLee Engineering, Inc, 8. CON-LUS-7-27-21 - NV5, Inc, 9. CON-LUS-7-27-21 - TRANSTECH Engineers, 10. CON-LUS-7-27-21 - TRB & Associates, 11. CON-LUS-7-27-21 - Willdan Engineering Inc, 12. CON-LUS-7-27-21 - West Coast Code Consultants, 13. Item #29 Executed BAI, 14. 21-587 Executed Contract, 15. 21-588 Executed Contract, 16. 21-589 Executed Contract, 17. 21-590 Executed Contract, 18. 21-591 Executed Contract, 19. 21-592 Executed Contract, 20. 21-593 Executed Contract, 21. 21-594 Executed Contract, 22. 21-595 Executed Contract, 23. 21-596 Executed Contract, 24. 21-597 Executed Contract, 25. 21-598 Executed Contract

REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS

OF SAN BERNARDINO COUNTY

AND RECORD OF ACTION

 

July 27, 2021

 

FROM

TERRI RAHHAL, Director, Land Use Services Department 

         

SUBJECT                      

Title                     

Contract for Plan Review, Inspection, Emergency Response and Special Projects

End

 

RECOMMENDATION(S)

Recommendation

Approve contracts for the provision of on-call Building and Safety plan review, permit inspection, emergency response, and special projects services with the following vendors, in an aggregate amount not to exceed $5,250,000, for the period of August 13, 2021, through August 12, 2024, with two one-year options to extend:

1.                     4LEAF, Inc.

2.                     Bureau Veritas North America, Inc.

3.                     CSG Consultants, Inc.

4.                     Hayer Consultants, Inc.

5.                     Interwest Consulting Group, Inc.

6.                     Jason Addison Smith Consulting Services, Inc. dba JAS Pacific

7.                     J Lee Engineering, Inc.

8.                     NV5, Inc.

9.                     Transtech Engineers, Inc.

10.                     TRB and Associates, Inc.

11.                     West Coast Code Consultants, Inc.

12.                     Willdan Engineering, Inc.

(Presenter: Terri Rahhal, Director, 387-4431)

Body

 

COUNTY AND CHIEF EXECUTIVE OFFICER GOALS & OBJECTIVES

Operate in a Fiscally Responsible and Business-Like Manner.

Ensure Development of a Well-Planned, Balanced, and Sustainable County.

Provide for the Safety, Health and Social Service Needs of County Residents.

 

FINANCIAL IMPACT

Approval of this recommendation will not result in the use of additional Discretionary General Funding (Net County Cost). Expenditures with each contractor will vary depending on the type and frequency of services needed to meet plan review, inspection, emergency response, and special projects requests. The annual cost is estimated to be $1,750,000 for an aggregate total not to exceed $5,250,000 for the period of August 13, 2021, through August 12, 2024. These costs are recovered in full through project billings and service fees approved annually by the Board of Supervisors (Board). Sufficient appropriation and revenue to fund these contracts is included in the Land Use Services Department (LUS) Building and Safety Division (BNS) 2021-22 budget and will be included in future recommended budgets. 

 

BACKGROUND INFORMATION

BNS is responsible for the enforcement of building standards adopted by the County and the State of California. Approval of this item will allow LUS to utilize on-call professional service providers to complete plan review, inspection, emergency response, and special projects requests on an as-needed basis to support County staff during times of increased workload or staff turnover to ensure building code compliance for the protection of public health, safety, and welfare in the County’s unincorporated areas. The on-call service providers shall be utilized to maintain consistent and uninterrupted service levels.

 

PROCUREMENT

On March 1, 2021, Request for Proposal (RFP) No. LUSD21-LUS-4131 was released through the County’s Electronic Procurement Network (ePro) to identify qualified vendors for on-call plan review, inspection, emergency response and special projects services. On March 26, 2021, LUS received proposals from the following vendors:

 

Vendor

Location

4LEAF, Inc.

Newport Beach, CA

Annealta Group

Huntington Beach, CA

Bureau Veritas North America, Inc.

Santa Ana, CA

CSG Consultants, Inc.

Orange, CA

Hayer Consultants, Inc.

Lakewood, CA

Interwest Consulting Group, Inc.

Ontario, CA

Jason Addison Smith Consulting Services, Inc. dba JAS Pacific

Upland, CA

J Lee Engineering, Inc.

Alhambra, CA

NV5, Inc.

Sacramento, CA

Transtech Engineers, Inc.

San Bernardino, CA

TRB and Associates, Inc.

Long Beach, CA

True North Compliance Services, Inc.

Long Beach, CA

West Coast Code Consultants, Inc.

San Ramon, CA

Willdan Engineering, Inc.

San Bernardino, CA

 

A five-member committee of subject matter experts from LUS evaluated 14 proposals for qualifications and experience, technical review, references, and costs. Based on this evaluation, LUS determined that 12 of the 14 proposals met the RFP requirements and are most qualified to provide the needed services. On May 17, 2021, Notice of Intent to Award letters were sent to all selected vendors. No protests were received during the 10-day appeal/protest period. LUS recommends the Board award contracts to the most qualified and responsible bidders: 4LEAF, Inc., Bureau Veritas North America, Inc., CSG Consultants, Inc., Hayer Consultants, Inc., Interwest Consulting Group, Inc., Jason Addison Smith Consulting Services, Inc. dba JAS Pacific, J Lee Engineering, Inc., NV5, Inc., Transtech Engineers, Inc., TRB and Associates, Inc., West Coast Code Consultants, Inc., and Willdan Engineering, Inc. LUS will rotate through the list of vendors as needs arise and depending on their availability to provide the requested services.

 

The proposed contracts with CSG Consultants, Inc., Transtech Engineers, Inc., and Willdan Engineering, Inc., include non-standard contract language related to indemnification. The non-standard language would limit the vendors’ indemnification obligation as to the portion of liability caused by the County’s own active negligence or for an amount that exceeds the portion of fault caused by the vendor. Counsel and Risk Management have reviewed and signed-off on the non-standard terms as to form. LUS recommends the Board enter into a contract with these vendors notwithstanding the non-standard terms in order to ensure the County maintains a sufficient number of qualified vendors to meet the needs of county residents in cases of high workload and emergency response. 

   

REVIEW BY OTHERS

This item has been reviewed by County Counsel (Jason Searles, Deputy County Counsel, 387-5455) on July 9, 2021; Purchasing (Bruce Cole, Supervising Buyer, 387-2148) on July 9, 2021; Risk Management (Victor Tordesillas, Interim Director, 386-5564) on July 20, 2021; Finance (Kathleen Gonzalez, Administrative Analyst III, 387-5412) on July 12, 2021; and County Finance and Administration (Matthew Erickson, County Chief Financial Officer, 387-5423) on July 12, 2021.