Long Beach, CA
File #: 21-0613    Version: 1 Name: PW - As-needed Engineering Svcs
Type: Contract Status: CCIS
File created: 6/18/2021 In control: City Council
On agenda: 7/6/2021 Final action: 7/6/2021
Title: Recommendation to adopt Specifications No. RFQ PW20-059 and award contracts to AKM Consulting Engineers, Inc., of Irvine, CA; Anchor QEA, LLC, of Seattle, WA; Ardurra Group, Inc., of Tampa, FL; Arup North America Ltd., of Los Angeles, CA; Atlas Technical Consultants LLC, of Austin, TX; Buro Happold Consulting Engineers, Inc., of Los Angeles, CA; Dewberry Engineers, Inc., of Long Beach, CA; Geosyntec Consultants, Inc., of Long Beach, CA; HDR Engineering, Inc., of Long Beach, CA; IDC Consulting Engineers, Inc., of Anaheim, CA; Kleinfelder, Inc., of San Diego, CA; KOA Consulting, Inc., of Huntington Beach, CA; KOA Corporation, of Monterey Park, CA; KPFF Consulting Engineers, of Long Beach, CA; Langan Engineering and Environmental Services, Inc., of Parsippany, NJ; Michael Baker International, Inc., of Moon Township, PA; Moffatt & Nichol, of Long Beach, CA; Psomas, of Culver City, CA; Public Works Consulting Engineers, Inc., of Los Angeles, CA; Swain Consultants, of Santa Monica, CA; Tetra...
Sponsors: Public Works
Attachments: 1. 070621-R-40sr.pdf
Related files: 36087_002, 36051_000, 36048_001, 36043_000, 36044_000, 36045_000, 36046_000, 36047_000, 36094_001, 36042_000, 36049_000, 36050_000, 36052_000, 36054_000, 36046_001, 36038_001, 36089_001, 36092_001, 36090_001, 36091_001, 36053_001, 36038_000, 36048_000, 36053_000, 36087_000, 36088_000, 36089_000, 36090_000, 36091_000, 36092_000, 36093_000, 36094_000, 36087_001, 36047_001, 36051_001, 36054_001, 36093_001, 36042_001, 36044_001, 36088_001, 36052_001, 36045_001, 36049_001, 36050_001, 36043_001, 36048_003

TITLE

Recommendation to adopt Specifications No. RFQ PW20-059 and award contracts to AKM Consulting Engineers, Inc., of Irvine, CA; Anchor QEA, LLC, of Seattle, WA; Ardurra Group, Inc., of Tampa, FL; Arup North America Ltd., of Los Angeles, CA; Atlas Technical Consultants LLC, of Austin, TX; Buro Happold Consulting Engineers, Inc., of Los Angeles, CA; Dewberry Engineers, Inc., of Long Beach, CA; Geosyntec Consultants, Inc., of Long Beach, CA; HDR Engineering, Inc., of Long Beach, CA; IDC Consulting Engineers, Inc., of Anaheim, CA; Kleinfelder, Inc., of San Diego, CA; KOA Consulting, Inc., of Huntington Beach, CA; KOA Corporation, of Monterey Park, CA; KPFF Consulting Engineers, of Long Beach, CA; Langan Engineering and Environmental Services, Inc., of Parsippany, NJ; Michael Baker International, Inc., of Moon Township, PA; Moffatt & Nichol, of Long Beach, CA; Psomas, of Culver City, CA; Public Works Consulting Engineers, Inc., of Los Angeles, CA; Swain Consultants, of Santa Monica, CA; Tetra Tech, Inc., of Pasadena, CA;  and Wood Environment & Infrastructure Solutions, Inc., of Los Angeles, CA, for as-needed professional engineering services, in an aggregate amount not to exceed $60,000,000, for a period of two years, with the option to renew for three additional one-year periods, at the discretion of the City Manager; and, authorize City Manager, or designee, to execute all documents necessary to enter into the contracts, including any necessary amendments.  (Citywide)

 

DISCUSSION

City Council approval is requested to enter into contracts with 22 engineering consultants to provide professional engineering services on an as-needed basis for storm drain engineering, bridges and structures, plan check, water quality and compliance, ocean/coastal engineering, computer mapping and Geographic Information Systems (GIS), soil/geotechnical engineering, airport facilities, and additional miscellaneous engineering support. 

 

These are on-call contracts where work is performed based on individual workorders issued by the City and do not include a guaranteed minimum payment or retainer fee. Payment to the consultants will be based on workorders issued by the City and completed by the consultants. The demand for specialized as-needed engineering services has increased since the City received additional funding from Measure A, Measure M, Measure W, Senate Bill 1, and numerous Los Angeles County Transportation Improvement Program (TIP) and Active Transportation Program (ATP) grants.  Having these agreements in place will also help if the City receives additional infrastructure stimulus funds from State or federal sources.

The Request for Qualifications (RFQ) was advertised in the Long Beach Press-Telegram on July 30, 2020, and 703 potential proposers specializing in engineering services were notified of the RFQ opportunity. Of those proposers, 222 downloaded the RFQ via the City’s electronic bid system. The RFQ document was made available from the Purchasing Division, located on the sixth floor of City Hall, and the Division’s website at www.longbeach.gov/purchasing <http://www.longbeach.gov/purchasing>. An RFQ announcement was also included in the Purchasing Division’s weekly update of Open Bid Opportunities, which is sent to 35 local, minority-owned, and women-owned business groups. Statements of Qualifications (SOQs) were received from 62 firms by September 9, 2020. Of those 62 SOQs, 10 were Minority-owned Business Enterprises (MBEs), 6 were Women-owned Business Enterprises (WBEs), 14 were certified Small Business Enterprises (SBEs), and 8 were Long Beach vendors (Local).

 

An evaluation committee comprised of Public Works Department Engineering staff with expertise in the topical service categories evaluated the 62 SOQs submitted and determined that the following 22 firms were the most qualified and responsive in the particular service category based upon the following criteria: demonstration of competence, experience in performance of comparable engagements, expertise and availability of key personnel, financial stability, and conformance with the terms of the RFQ. Firms were also selected to ensure adequate coverage across the various topical service categories.

 

                     AKM Consulting Engineers Inc., Irvine, CA (SBE)

                     Anchor QEA, LLC, Seattle, WA (None)

                     Ardurra Group, Inc., Tampa Bay, FL (None)

                     Arup North America Ltd., Los Angeles, CA (None)

                     Atlas Technical Consultants, LLC, Austin, TX (None)

                     Buro Happold Consulting Engineers, Los Angeles, CA (None)

                     Dewberry Engineers, Inc., Long Beach, CA (Local)

                     Geosyntec Consultants, Inc., Long Beach, CA (Local)

                     HDR Engineering, Inc., Long Beach, CA (Local)

                     IDC Consulting Engineers, Inc., Anaheim, CA (SBE, MBE, WBE)

                     Kleinfelder, Inc., San Diego, CA (None)

                     KOA Consulting, Inc., Huntington Beach, CA (SBE, WBE)

                     KOA Corporation, Monterey Park, CA (SBE)

                     KPFF Consulting Engineers, Long Beach, CA (Local)

                     Langan Engineering and Environmental Services, Inc., Parsippany, NJ (None)

                     Michael Baker International, Inc., Moon Township, PA (None)

                     Moffatt & Nichol, Long Beach, CA (Local)

                     PSOMAS, Culver City, CA (None)

                     Public Works Consulting Engineers, Inc., Los Angeles, CA (None)

                     Swain Consultants, Santa Monica, CA (None)

                     Tetra Tech, Inc., Pasadena, CA (None)

                     Wood Environment & Infrastructure Solutions, Inc, Los Angeles, CA (None)

 

Local Business Outreach

 

To align with the City’s outreach goal, Long Beach businesses are encouraged to submit SOQs for City contracts. The Purchasing Division also assists businesses with registering on the PlanetBids database to download RFQ specifications. Through outreach, 37 Long Beach vendors were notified to submit SOQs, of which 14 downloaded and 8 submitted SOQs. The Purchasing Division is committed to continuing to perform outreach to local vendors to expand the bidder pool.

 

This matter was reviewed by Deputy City Attorney Amy R. Webber on May 20, 2021, Business Services Bureau Manager Tara Mortensen on May 24, 2021, and by Budget Management Officer Rhutu Amin Gharib on June 14, 2021.

 

TIMING CONSIDERATIONS

City Council action to adopt Specifications No. RFQ PW20-059 and award contracts concurrently is requested on July 6, 2021, to ensure the contracts are in place expeditiously.

 

FISCAL IMPACT

The total aggregate contract authority will not exceed $60,000,000 for a period of two years, with the option to renew for three additional one-year periods. The requested contract amount was calculated based on current, anticipated, and possible future projects within various City departments, but primarily from the Public Works Department. Justifications of the aggregate contract authority are also based on the increased number of firms from the previous RFQ, increased number of awarded grant projects, Measure A and Measure W funding, the need for a Stormwater Master Plan, and a potential infrastructure stimulus bill funding. Any work not currently budgeted will only be processed at such time that appropriations have been approved by the City Council. Each workorder will be funded prior to the workorder being issued to a consultant. This recommendation has no staffing impact beyond the normal budgeted scope of duties and is consistent with existing City Council priorities.  The award of this contract will provide continued support to our local economy by assisting in the preservation of employment for 101 full-time employees residing in Long Beach and will depend on the funds budgeted and the work assigned to each firm over the course of the contract.

 

SUGGESTED ACTION

Approve recommendation.

 

BODY

[Enter Body Here]

 

Respectfully Submitted,

ERIC LOPEZ

DIRECTOR OF PUBLIC WORKS

 

 

 

APPROVED:

 

THOMAS B. MODICA

CITY MANAGER