Long Beach, CA
File #: 20-0080    Version: 1 Name: LBA - Contracts for as needed planning and design engineering svcs D5
Type: Contract Status: Approved
File created: 12/31/2019 In control: City Council
On agenda: 1/21/2020 Final action: 1/21/2020
Title: Recommendation to adopt Specifications No. RFQ AP19-134 and award contracts to AECOM Technical Services, Inc., of Orange, CA; Burns & McDonnell Engineering Company, Inc., of Brea, CA; HNTB Corporation, of Los Angeles, CA; and RS&H California, Inc., of Los Angeles, CA, for as-needed planning and design engineering services for various development projects at the Long Beach Airport, in an aggregate amount not to exceed $4,000,000, 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. (District 5)
Sponsors: Long Beach Airport
Attachments: 1. 012120-R-27sr.pdf
Related files: 35739_001, 35692_000, 35472_002, 35472_000, 35739_000, 35769_000, 35472_001, 35769_001, 35472_003, 35692_001

TITLE

Recommendation to adopt Specifications No. RFQ AP19-134 and award contracts to AECOM Technical Services, Inc., of Orange, CA; Burns & McDonnell Engineering Company, Inc., of Brea, CA; HNTB Corporation, of Los Angeles, CA; and RS&H California, Inc., of Los Angeles, CA, for as-needed planning and design engineering services for various development projects at the Long Beach Airport, in an aggregate amount not to exceed $4,000,000, 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.  (District 5)

 

DISCUSSION

City Council approval is requested to enter into contracts with AECOM Technical Services, Inc., Burns & McDonnell Engineering Company, Inc., HNTB Corporation, and RS&H California, Inc., for as-needed planning and design engineering, and other related consulting services at the Long Beach Airport (Airport).  These are on-call contracts where work will be performed based on individual work orders issued by the City of Long Beach (City) and does not include a guaranteed minimum payment or retainer fee.  Payment to the contractor will be based on the number of the work orders issued by the City and fully completed by the contractor.  The maximum dollar amount that can be issued in work orders under these on-call contracts is $4,000,000.

 

The City has historically used consultants on an as-needed basis to perform planning and design and other related services (Engineering Services).  Current as-needed consultant contracts related to these specialized professional services are not eligible for Airport Improvement Program (AIP) funding due to the Federal Aviation Administration (FAA) procurement requirements.  A Request for Qualifications (RFQ) process was conducted to secure these professional services in accordance with FAA regulations and requirements.

 

The RFQ was advertised in the Long Beach Press-Telegram on October 5, 2019, and 2,339 potential firms specializing in Engineering Services were notified of the RFQ opportunity.  Of those potential firms, 95 downloaded the RFQ via the City’s electronic bid system.  The RFQ documents were 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>.  The RFQ announcement was also included in the Purchasing Division’s weekly update of Open Bid Opportunities, which is sent to 28 local, minority-owned and women-owned business groups.  Seven Statements of Qualifications (SOQs) were received on November 1, 2019.  Of those SOQs, one was from a Long Beach business (Local) and none were from Disadvantaged Business Enterprises (DBEs), Minority-owned Business Enterprises (MBEs), Women-owned Business Enterprises (WBEs), or certified Small Business Enterprises (SBEs).

 

A five-member Selection Committee, comprised of representatives from the Airport, Public Works, and Water Departments reviewed and evaluated the SOQs in accordance with the criteria as stipulated in the RFQ.  Based on a thorough review and extensive evaluation of the SOQs, all seven firms were invited to interview and present their general project proposals to perform engineering design and other related services.

 

After a thorough review and evaluation process, the Selection Committee concluded that AECOM Technical Services, Inc., Burns & McDonnell Engineering Company, Inc., HNTB Corporation, and RS&H California, Inc., best demonstrated qualifications and knowledge specific to the needs, operating environment, and unique circumstances at the Airport.  These four firms demonstrated specific experiences at other airports and abilities unique to the aviation industry.  The selected firms will perform the work identified in the RFQ, including but not limited to; Runway 16R-34L conversion to Taxiway B, Taxiway L Improvements, Taxiway and Taxilane F reconstruction, and Taxiway D realignment (between Taxiway E and Taxiway F).  As individual projects are identified, work orders for each project will be issued at the discretion of the Airport and will be funded from the source identified for each particular project.

 

Local Business Outreach

 

In an effort 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 the RFQ specifications.  Through outreach, 175 Long Beach vendors were notified to submit SOQs, of which 5 downloaded and one submitted an SOQ.  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 Richard F. Anthony on December 11, 2019, Purchasing Agent Tara Yeats on December 9, 2019, and by Budget Analysis Officer Julissa José-Murray on December 12, 2019.

 

TIMING CONSIDERATIONS

City Council action to adopt Specifications No. RFQ AP19-134 and award contracts concurrently is requested on January 21, 2020, to ensure contracts are in place expeditiously and to allow for a timely completion of the Engineering Services for design of Runway 16R-34L conversion to Taxiway B project.  It is critical for the Airport to begin design for Runway 16R-34L Conversion to Taxiway B project so that the Airport may advertise the project and open construction bids in June 2020.  Failure to meet this date may result in loss of AIP grant funds from the FAA for Fiscal Year 2020.

 

FISCAL IMPACT

The aggregate contract authority will not exceed $4,000,000 for the initial two years and will be funded from the sources identified for each project, which may include grants from the FAA, revenues from Passenger Facility Charges (PFC) and Airport funds available.  Any work not currently budgeted will only proceed at such time that appropriation has been approved by the City Council.  Each work order will be funded 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 award of these contracts will have a positive impact to the regional economy by supporting employment of several jobs in Long Beach and surrounding cities.

 

SUGGESTED ACTION

Approve recommendation.

 

Respectfully Submitted,

CYNTHIA GUIDRY

DIRECTOR, LONG BEACH AIRPORT

 

 

 

APPROVED:

 

THOMAS B. MODICA

ACTING CITY MANAGER