Print Reading Mode Return
  Consent-Community Services   # 41.       
Board of Supervisors   
Meeting Date: 06/29/2021  
Brief Title:    Approve Agreement for Appraisal and Acquisition Services
From: Taro EchiburĂș, Director, Department of Community Services
Staff Contact: Lilia Razo, Senior Civil Engineer, Department of Community Services, x8845
Supervisorial District Impact:

Subject
Approve agreement with Monument ROW, Inc. in the amount of $256,516.83 for professional land appraisal and acquisition services for purchase of right of way for the County Road 98 Bike and Safety Improvement Project – Phase II, through June 14, 2024. (No general fund impact) (Echiburu/Razo)
Recommended Action
  1. Approve agreement with Monument ROW, Inc. in the amount of $256,516.83 for professional land appraisal and acquisition services for purchase of right of way for the County Road 98 Bike and Safety Improvement Project – Phase II, through June 28, 2024; and
     
  2. Delegate authority to the Director of Public Works to sign the agreement and to negotiate, sign and execute any additional forms, documents and/or amendments that do not increase the agreement term or maximum compensation as necessary relating to this agreement.
Strategic Plan Goal(s)
Safe Communities
Reason for Recommended Action/Background
This project is the County’s highest priority for major road improvements. It will bring County Road (CR) 98, an arterial that connects the City of Woodland to the City of Davis, and University of California, up to current standards, including eight-foot shoulders, a 12-foot clear recovery area and roundabouts at CR 31, CR 32 and Hutchison Dr. from Solano County line to 1,300 feet south of CR 29. This contract will allow Monument ROW, Inc. to begin the process to appraise and acquire right of way along CR 98, which is required for the proposed construction. 
 
Background
A request for proposals (RFP) for professional real estate appraisal and acquisition services for CR 98 Bike and Safety Improvement Project, Phase II was advertised on the Bidsync, beginning on April 9, 2021. Five proposals were received by the deadline of April 30, 2021.
 
Based on their qualifications, experience with complicated and larger right of way projects, Monument ROW, Inc. was identified as the firm with the best qualifications, lowest costs and resources to provide the land appraisals and acquisition services for the CR 98 Bike and Safety improvement Project – Phase II. Monument also provided the best strategy for timely delivery for acquisition.
 
The environmental document for this project will be completed this month and the project will move into the right of way phase. This agreement is for the land appraisal, acquisition, and right of way management services, which is required prior to the final design and construction phases.  When appraisal and acquisition terms have been established, agreements to purchase right of way will be brought to the Board of Supervisors for review and approval.  Once all the right of way has been acquired, the County will be in a good position to obtain the construction funds through the federal and state funding sources. Currently, the County has the available funds for Monument ROW, Inc. services under this agreement as wall as the funds to acquire the right of way.
Collaborations (including Board advisory groups and external partner agencies)
County Counsel approved the Agreement as to form
Competitive Bid Process
A request for proposals (RFP) for Real Property Appraisals, Right of Way Acquisition and Title/Escrow Coordination Services for the County Road 98 Bike and Safety Improvement Project, Phase II was advertised on Bidsync beginning April 9, 2021.  Five proposals were received by the deadline of April 30, 2021.
 
A selection committee of Public Works staff engineers reviewed five proposals to select the most qualified firm in accordance with Chapter 10 of the Caltrans Local Assistance Procedures Manual for consultant selection. Based on the evaluation criteria established in the RFP, Monument ROW, Inc., was identified as the firm with the best proposal and qualifications.

Evaluation Criteria Included in RFP:
  • Understanding of the work to be done (25%)
  • Experience with similar kinds of work (15%)
  • Quality of staff for work to be done (10%)
  • Cost Proposal (30%)
  • Demonstrated technical ability and capability of developing innovative or advanced techniques (5%)
  • Familiarity with state and federal procedures (5%)
  • Financial responsibility (5%)
  • References (5%)

Fiscal Impact
Fiscal impact (see budgetary detail below)
Fiscal Impact (Expenditure)
Total cost of recommended action:    $   256,517
Amount budgeted for expenditure:    $   256,517
Additional expenditure authority needed:    $   0
On-going commitment (annual cost):    $  
Source of Funds for this Expenditure
$256,517
Explanation (Expenditure and/or Revenue)
Further explanation as needed:
Federal transportation funds will reimburse the Road Fund for 88.53% of the cost, or $277,094.35, with a local match of 11.47%, or $29,422.48. 
Attachments
Att. A. Agreement

Form Review
Inbox Reviewed By Date
Financial Services Shelby Milliren 06/21/2021 10:30 AM
County Counsel Hope Welton 06/21/2021 10:56 AM
Form Started By: Lilia Razo Started On: 04/16/2021 02:21 PM
Final Approval Date: 06/21/2021

    

Level double AA conformance,
                W3C WAI Web Content Accessibility Guidelines 2.0

AgendaQuick ©2005 - 2024 Destiny Software Inc. All Rights Reserved.