Long Beach, CA
File #: 18-0065    Version: 1 Name: PW - LBMUST on call Prof Engineering and Arch Svcs
Type: Contract Status: CCIS
File created: 1/4/2018 In control: City Council
On agenda: 1/23/2018 Final action: 1/23/2018
Title: Recommendation to adopt Specifications No. RFQ PW17-085 and award contracts to Stantec Consulting Services, Inc., of San Diego, CA; California Watershed Engineering Corporation, of Fullerton, CA; HDR Engineering, Inc., of Irvine, CA; and, Gillis + Panichapan Architects, Inc., of Costa Mesa, CA, for on-call professional engineering and architectural services for the Long Beach Municipal Urban Stormwater Treatment Project, in an aggregate amount not to exceed $5,000,000, for a period of three years, with the option to renew for two additional one-year periods, at the discretion of the City Manager; authorize the City Manager, or designee, to execute all documents necessary to enter into the contracts, and any necessary amendments, including adjusting the fee schedule for inflation; Increase appropriations in the Capital Projects Fund (CP) in the Public Works Department (PW) by $2,000,000 offset by reimbursement grant revenues; Receive and file the Long Beach Municipal Urban Stormwater ...
Sponsors: Public Works
Attachments: 1. 012318-R-18sr.pdf, 2. 012318-R-18 Exhibit A-C.pdf, 3. 1-23-18 - Agenda Item 18 - LB MUST Project.pptx
Related files: 34905_000, 34907_000, 34906_000, 34908_000, 34908_001, 34906_002, 34906_001, 34905_001

TITLE

Recommendation to adopt Specifications No. RFQ PW17-085 and award contracts to Stantec Consulting Services, Inc., of San Diego, CA; California Watershed Engineering Corporation, of Fullerton, CA; HDR Engineering, Inc., of Irvine, CA; and, Gillis + Panichapan Architects, Inc., of Costa Mesa, CA, for on-call professional engineering and architectural services for the Long Beach Municipal Urban Stormwater Treatment Project, in an aggregate amount not to exceed $5,000,000, for a period of three years, with the option to renew for two additional one-year periods, at the discretion of the City Manager; authorize the City Manager, or designee, to execute all documents necessary to enter into the contracts, and any necessary amendments, including adjusting the fee schedule for inflation;

 

Increase appropriations in the Capital Projects Fund (CP) in the Public Works Department (PW) by $2,000,000 offset by reimbursement grant revenues;

 

Receive and file the Long Beach Municipal Urban Stormwater Treatment Project Masterplan;

 

Adopt Mitigated Negative Declaration No. ND03-17; and

 

Authorize City Manager, or designee, to execute a First Amendment to Contract No. 34180 with Koa Consulting, Inc., of Huntington Beach, CA, for as-needed professional engineering services, to increase the contract amount by $1,500,000, for a total contract amount not to exceed $4,500,000.   (Districts 1,2,6,7,8,9)

 

DISCUSSION

City Council approval is requested to enter into contracts with four consultants selected to provide on-call professional engineering and architectural services related to the Long Beach Municipal Urban Stormwater Project (LB-MUST Project). The goal of the LB-MUST Project is to significantly improve the City of Long Beach’s (City) water quality to benefit aquatic life and recreational beach activities. By intercepting and treating dry weather urban runoff, the LB-MUST Project will reduce pollution that would otherwise discharge into the Los Angeles River (LAR) and enter City beaches. The recycled water byproduct will help sustain the proposed wetlands habitat. 

 

On September 15, 2015, the City Council adopted RES-15-0154 to apply for, and was subsequently awarded, $2 million in Proposition 1 (Water Bond) Tier 1 grant funds (grant) from the San Gabriel and Lower Los Angeles Rivers and Mountains Conservancy (RMC) towards the development of a five-acre coastal marsh and migratory watering area as part of the LB-MUST Project. On April 19, 2016, the City Council authorized a Cooperative Implementation Funding Agreement between the City and California Department of Transportation (Caltrans). Per the Agreement, Caltrans provided $28 million for the design and construction of the LB-MUST Project with funding to be released over six Fiscal Years (FY), from FY 15 through FY 20.

 

Phase One of the project consists of constructing the LB-MUST facility and further expansion of conveyance systems via diversion pump stations, utilization of existing underground storm drains, and construction of above-ground biofiltration (Exhibit C). Site preparation along the east bank of the LAR, beginning at Ocean Boulevard and ending approximately 500 feet north of Shoemaker Bridge, will also be included in Phase One. The scope of work includes: clearing and grubbing, rough grading activities for retention basins and open channel conveyance facilities, nature trail and bikeway construction, and storm drain pipe installation. Construction of this phase started in the winter of 2017, and is tentatively scheduled for completion in the summer of 2020.

 

Phase One of the LB-MUST Project will cost approximately $30 million in grant funds and includes stormwater treatment facility construction and site preparation along the east bank of the LAR beginning at Ocean Boulevard and ending approximately 500 feet north of the Shoemaker Bridge. The entire LB-MUST Project Masterplan, subject to funding, will cost between $150 to $200 million and extends approximately eight miles along the LAR, from State Route 91 to Ocean Boulevard (Exhibit A). The project will include construction of a stormwater treatment facility near the existing Shoemaker Bridge.

 

In conformance with the California Environmental Quality Act (CEQA), the LB-MUST Project was found to have no significant adverse effect on the environment and does not require the preparation of an Environmental Impact Report. Mitigated Negative Declaration No. ND03-17 was prepared for this project and certified on September 27, 2017. A Mitigation and Monitoring Reporting Program has been developed and will be incorporated into the project to provide adequate mitigation for any potential impacts (Exhibit B).

 

On-call Engineering and Architectural Services

 

On-call professional engineering and architectural services will be needed to provide technical expertise for the LB-MUST Project in the following areas: water treatment facility engineering, above-ground biofiltration and pipeline conveyance design, diversion pump station engineering, and overall architectural design. After the LB-MUST facility is built, staff anticipates numerous additional funding opportunities to be available via grants or partnerships with other agencies to provide funding for future phases of the project. Having on-call professionals familiar with the project will provide staff with the responsiveness to take advantage of these grant funds and partnership opportunities. 

 

A Request for Qualifications (RFQ) was advertised in the Long Beach Press-Telegram on May 10, 2017, and 6,246 potential firms specializing in professional engineering and architectural services were notified of the RFQ opportunity. Of those firms, 143 downloaded the RFQ via the City’s electronic bid system. The RFQ document was also 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 RFQ announcement was also included in the Purchasing Division’s weekly update of Open Bid Opportunities, which is sent to 22 local, minority, and women-owned business groups. Sixteen Statement of Qualifications (SOQs) were received on June 19, 2017. Of those 16 firms, four were Minority-owned Business Enterprises (MBEs), one was a Disabled Business Enterprise (DBE), none were Women-owned Business Enterprises (WBEs), eight were certified Small Business Enterprises (SBEs), and two were Long Beach businesses (Local).

 

The SOQs were evaluated based on the criteria set forth in the RFQ and ten firms were invited to interview in October. The selection committee, comprised of staff from Public Works, Development Services and Water Departments, unanimously determined that four of the ten firms were best qualified to provide on-call professional engineering and architectural services for the LB-MUST Project:

 

1. Stantec Consulting Services, Inc., of San Diego, CA (not a MBE, WBE, SBE, or Local)

2. California Watershed Engineering Corporation, of Fullerton, CA (MBE, DBE, and SBE)

3. HDR Engineering, Inc., of Irvine, CA (not a MBE, WBE, SBE, or Local)

4. Gillis + Panichapan Architects, Inc., of Costa Mesa, CA (MBE and SBE)

 

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 the RFQ specifications. Through outreach, 666 Long Beach vendors were notified to submit SOQs, of which 19 downloaded the RFQ and two submitted SOQs. The Purchasing Division is committed to continuing to perform outreach to local venders to expand the bidder pool. 

 

Amendment to As-needed Engineering Services Contract

 

On December 15, 2015, the City Council approved a contract, in the amount of $3,000,000, for as-needed professional engineering services with Koa Consulting, Inc. (Koa), of Huntington Beach, CA. Koa provided planning-level guidance for the LB-MUST Project and generated the Masterplan, including 30 percent of the design documents.  The level of effort for the planning and preliminary design consumed approximately $2,000,000 of Koa’s contract authority.  Approximately $1,000,000 of the remaining authority was used for tasks related to the Shoemaker Bridge Replacement Project and coordination with the Interstate 710 Corridor Improvement Project.  Approval is requested to increase the existing contract amount by $1,500,000 to allow Koa to continue providing professional engineering services for projects, including the LB-MUST Project.

 

This matter was reviewed by Deputy City Attorney Amy R. Webber on January 8, 2018 and by Budget Analysis Officer Julissa José-Murray on January 9, 2017.

 

TIMING CONSIDERATIONS

City Council action on this matter is requested on January 23, 2018, to ensure the use of Caltrans grant funding before the grant funding deadline.

 

 

FISCAL IMPACT

The total estimated project cost for the Phase One of the LB-MUST Project is $30 million, which includes design, construction, construction management, inspection, labor compliance, and project oversight.  The total cost is supported by $28 million from Caltrans grant funding and $2 million in grant funding from the RMC. Of the total cost, $28,000,000 is already budgeted. An increase of appropriation in the amount of $2,000,000 is requested in the Capital Projects Fund (CP) in the Public Works Department (PW), offset by the RMC grant funds, to complete the project budget. There is no match or in-kind requirement for either grant.

 

The aggregate contract authority for the on-call professional engineering and architectural services, awarded per RFQ PW17-085, will not exceed $5,000,000 for the three-year term. The contract authority for as-needed professional engineering services with Koa will not exceed $4,500,000 for the remainder of the contract term, ending on December 31, 2018. Should additional contract authority be necessary, staff will request City Council approval at such time. Sufficient appropriation for this contract is budgeted in the Capital Projects Fund (CP) in the Public Works Department (PW).

 

The award of these contracts will provide continued support to our local economy by assisting in the preservation of employment for seven full-time employees and two part-time employees residing in Long Beach. The number of additional local jobs created by the LB-MUST Project will not be known until construction contracts for all phases of the project are awarded and construction has commenced.

 

SUGGESTED ACTION

Approve recommendation.

 

Respectfully Submitted,

CRAIG A. BECK                                          

DIRECTOR OF PUBLIC WORKS

 

 

 

APPROVED:

 

PATRICK H. WEST

CITY MANAGER