Long Beach, CA
File #: 19-0806    Version: 1 Name: PW - On-Call consulting services for Street Design Projects
Type: Contract Status: CCIS
File created: 6/13/2019 In control: City Council
On agenda: 8/20/2019 Final action: 8/20/2019
Title: Recommendation to adopt Specifications No. RFP PW18-106 and award contracts to AECOM Technical Services, Inc., of Orange, CA; AndersonPenna Partners, Inc., of Newport Beach, CA; BKF Engineers, of Newport Beach, CA; GHD, Inc., of Irvine, CA; Onward Engineering, of Anaheim, CA; Rick Engineering Company, of Irvine, CA; and, Stantec Consulting Services, Inc., of Irvine, CA, for as-needed, on-call consulting services for street design projects, in an aggregate amount not to exceed $10,000,000, for a period of three years, with the option to renew for two 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)
Sponsors: Public Works
Attachments: 1. 082019-R-25sr&att.pdf
Related files: 35394_001, 35393_001, 35396_003, 35395_001, 35398_003, 35397_001, 35396_002, 35392_002, 35394_003, 35392_000, 35393_000, 35394_000, 35395_000, 35396_000, 35397_000, 35398_000, 35398_001, 35395_003, 35398_004, 35397_002, 35396_004, 35392_003, 35395_004, 35394_004

TITLE

Recommendation to adopt Specifications No. RFP PW18-106 and award contracts to AECOM Technical Services, Inc., of Orange, CA; AndersonPenna Partners, Inc., of Newport Beach, CA; BKF Engineers, of Newport Beach, CA; GHD, Inc., of Irvine, CA; Onward Engineering, of Anaheim, CA; Rick Engineering Company, of Irvine, CA; and, Stantec Consulting Services, Inc., of Irvine, CA, for as-needed, on-call consulting services for street design projects, in an aggregate amount not to exceed $10,000,000, for a period of three years, with the option to renew for two 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

The City of Long Beach (City) has historically used consultants on an as-needed basis to provide professional civil engineering design services for various on-call projects.  These services range from streetscape enhancement projects, intersection improvements, bicycle boulevard and gap closure projects, traffic calming improvements, pavement rehabilitation on arterial and local streets, parkway and median improvement projects, traffic signal upgrades, and other pedestrian improvement or multimodal transportation projects.  These are on-call contracts where work is performed based on individual work orders issued by the City and does not include a guaranteed minimum payment or retainer fee.  Payment to the contractors will be based on the number of the work orders issued by the City and fully completed by the contractors.  The maximum dollar amount that can be issued in work orders under these on-call contracts is $10,000,000.  The demand for as-needed street design services has increased since the City received additional funding from Measure A, Measure M, Senate Bill 1, and numerous Los Angeles County Transportation Improvement Program (TIP) and Active Transportation Program (ATP) grants. 

 

The Request for Proposals (RFP) was advertised in the Long Beach Press-Telegram on July 30, 2018, and 5,110 potential proposers specializing in street design consulting services were notified of the RFP opportunity.  Of those proposers, 101 downloaded the RFP via the City’s electronic bid system.  The RFP document was made available by the Purchasing Division, located on the seventh floor of City Hall, and on the Division’s website at www.longbeach.gov/purchasing <http://www.longbeach.gov/purchasing>.  A 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-owned business groups.  On August 30, 2018, the City received 21 proposals.  Of the 21 proposers, two were Disadvantaged Business Enterprises (DBEs), one was a Minority-owned Business Enterprise (MBE), one was a Women-owned Business Enterprise (WBE), six were certified Small Business Enterprises (SBEs), and none were Long Beach businesses (Local).

 

An Evaluation Committee reviewed the written proposals and evaluated each firm on the following criteria: demonstration of 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, and response on the sample project.  Eleven firms were selected to move on to the interview phase of the evaluation, and the following seven firms were deemed the most qualified firms to provide the services that will best meet the City's needs:

 

                     AECOM Technical Services, Inc. (not a MBE, WBE, SBE, or Local)

                     AndersonPenna Partners, Inc. (not a MBE, WBE, SBE, or Local)

                     BKF Engineers (not a MBE, WBE, SBE, or Local)

                     GHD, Inc. (Local)

                     Onward Engineering (SBE)

                     Rick Engineering Company (not a MBE, WBE, SBE, or Local)

                     Stantec Consulting Services, Inc. (not a MBE, WBE, SBE, or Local)

 

The selected firms have committed to using small, local, or disadvantaged firms as subconsultants on their teams, as appropriate, based on the work assigned to them by the City under these contracts (Attachment A).

 

Local Business Outreach

 

In an effort to align with the City’s outreach goal, Long Beach businesses are encouraged to submit proposals for City contracts.  The Purchasing Division also assists businesses with registering on the PlanetBids database to download the RFP specifications.  Through outreach, 554 Long Beach vendors were notified to submit proposals, of which 7 downloaded, but none submitted a proposal.  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 June 4, 2019,  Purchasing Agent Tara Yeats on July 30, 2019, and by Revenue Management Officer Geraldine Alejo on August 5, 2019.

 

TIMING CONSIDERATIONS

City Council action to adopt Specifications No. RFP PW18-106 and award contracts concurrently is requested on August 20, 2019, to ensure contracts are in place expeditiously.

 

FISCAL IMPACT

The total aggregate amount of the contracts will not to exceed $10,000,000.  The requested contract authority is estimated based on current and anticipated projects within various City departments, primarily the Public Works Department.  Any work not currently budgeted will only proceed at such time that appropriations have been approved by the City Council.  Each work order will be funded by the requesting department prior to the work order being issued to the contractor. This recommendation has no staffing impact beyond the normal budgeted scope of duties and is consistent with existing City Council priorities. The number of additional local jobs created by these contracts is not available at this time and will depend on the work assigned over the course of the contracts.

 

SUGGESTED ACTION

Approve recommendation.

 

Respectfully Submitted,

CRAIG A. BECK

DIRECTOR OF PUBLIC WORKS                     

 

 

 

APPROVED:

 

PATRICK H. WEST

CITY MANAGER