Long Beach, CA
File #: 19-0322    Version: 1 Name: PW - Faithful+Gould for Facility Condition Assessment Svcs
Type: Contract Status: CCIS
File created: 2/13/2019 In control: City Council
On agenda: 4/9/2019 Final action: 4/9/2019
Title: Recommendation to adopt Plans and Specifications No. RFP PW17-003 for Facility Condition Assessment Services; award a contract to Faithful+Gould, Inc., of Seal Beach, CA, in the amount of $1,084,085, with a 10 percent contingency in the amount of $108,409, for a total contract amount not to exceed $1,192,494, for a period of one year, with the option to renew for two additional one-year periods; and, authorize City Manager, or designee, to execute all documents necessary to enter into the contract, including any necessary amendments. (Citywide)
Sponsors: Public Works
Attachments: 1. 040919-R-18sr.pdf
Related files: 35253_002

TITLE

Recommendation to adopt Plans and Specifications No. RFP PW17-003 for Facility Condition Assessment Services; award a contract to Faithful+Gould, Inc., of Seal Beach, CA, in the amount of $1,084,085, with a 10 percent contingency in the amount of $108,409, for a total contract amount not to exceed $1,192,494, for a period of one year, with the option to renew for two additional one-year periods; and, authorize City Manager, or designee, to execute all documents necessary to enter into the contract, including any necessary amendments.  (Citywide)

 

DISCUSSION

City Council approval is requested to enter into a contract with Faithful+Gould, Inc., for Facility Condition Assessment (FCA) services required to provide expertise not available from City staff that will allow the Public Works Department to conduct independent FCAs of existing City facilities. Once complete, the assessments form the basis of capital improvement programming and identify early action items for facility maintenance. This Measure A-funded assessment will allow staff to identify and prioritize items in need of repair based on resources available at the time.

 

The RFP was released on October 5, 2016, and 113 potential bidders downloaded the RFP document via our electronic bid system.  The RFP document was made available from the Purchasing Division, located on the seventh floor of City Hall and the Division’s website at www.longbeach.gov/purchasing <http://www.longbeach.gov/purchasing>. An RFP announcement was also included in the Purchasing Division’s weekly update of Open Bid Opportunities, which is sent to 28 local, minority, and women’s business groups.  Five responsive proposals were received by the October 28, 2016 deadline. Of those proposals, none were Minority-owned Business Enterprises (MBEs), Women-owned Business Enterprises (WBEs), certified Small Business Enterprises (SBEs), or Long Beach businesses (Local).

 

The five proposals were reviewed by a Selection Committee to ensure all mandatory requirements of the RFP were met. The proposals were evaluated based on the following:

 

                     Demonstrated competence

                     Experience in performance of comparable engagements

                     Expertise and availability of key personnel

                     Financial stability

                     Conformance with the terms of the RFP

                     Reasonableness of cost

 

Following the competitive process, the Selection Committee selected Faithful+Gould, Inc., as the most qualified vendor to provide the requested services based on their extensive expertise and subject-matter knowledge. Their proposal demonstrated the most comprehensive response to the evaluation criteria, underscoring their ability to develop and prepare the FCA and formulate recommendations to the City. Faithful+Gould has completed several similar assessments throughout the State and in neighboring cities, including the City of Manhattan Beach.  Additionally, its staff has a well-developed working knowledge of the greater Long Beach region.

 

This matter was reviewed by Deputy City Attorney Amy R. Webber on February 12, 2019, by Purchasing and Business Services Manager Sandy Tsang-Palmer on February 13, 2019, and by Budget Analysis Officer Julissa José-Murray on March 1, 2019.

 

FISCAL IMPACT

The total contract amount will not exceed $1,192,494, and is budgeted in the Capital Projects Fund (CP 201) in the Public Works Department (PW). The requested action is not expected to require additional staff hours beyond the normal budgeted scope of duties and is consistent with existing City Council priorities. The total number of local jobs created by this contract will not be known until the contractor completes their hiring and work has commenced.

 

SUGGESTED ACTION

Approve recommendation.

 

BODY

[Enter Body Here]

 

Respectfully Submitted,

CRAIG A. BECK                                                                                                                              

DIRECTOR OF PUBLIC WORKS

 

 

 

APPROVED:

 

PATRICK H. WEST

CITY MANAGER