Long Beach, CA
File #: 21-0599    Version: 1 Name: PW - Shoemaker Bridge Project Value Analysis Study
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. RFP PW21-017 and award a contract to WSP USA, Inc., of Los Angeles, CA, for the Shoemaker Replacement Bridge Project Value Analysis Study, in the amount of $137,513, with a 10 percent contingency in the amount of $13,752, for a total contract amount not to exceed $151,264, for a period of one year, with the option to renew for an additional one-year period; and, authorize City Manager, or designee, to execute all documents necessary to enter into the contract, including any necessary amendments. (Districts 1,2)
Sponsors: Public Works
Attachments: 1. 070621-C-26sr.pdf
Related files: 35968_001, 35968_000

TITLE

Recommendation to adopt Specifications No. RFP PW21-017 and award a contract to WSP USA, Inc., of Los Angeles, CA, for the Shoemaker Replacement Bridge Project Value Analysis Study, in the amount of $137,513, with a 10 percent contingency in the amount of $13,752, for a total contract amount not to exceed $151,264, for a period of one year, with the option to renew for an additional one-year period; and, authorize City Manager, or designee, to execute all documents necessary to enter into the contract, including any necessary amendments.  (Districts 1,2)

 

DISCUSSION

City Council approval is requested to enter into a contract with WSP USA, Inc. (WSP), for the Shoemaker Bridge Replacement Project (Project) Value Analysis (VA) study to meet federal regulatory requirements on federally-aided projects greater than $50 million on the National Highway System or on bridge projects over $40 million. Though the Shoemaker Bridge is not located on the National Highway System, the bridge project cost is anticipated to be over $40 million. It is anticipated that funding for the Project will be covered by multiple funding sources including, but not limited to, County, State and federal funds.

 

VA is a function-oriented and systematic team approach used to analyze and improve value in a project, product, or process. It is a methodology for solving problems and potentially reducing costs while improving performance and quality.

 

The Request for Proposals (RFP) was advertised in the Long Beach Press-Telegram on January 29, 2021, and 54 potential proposers specializing in value analysis services were notified of the RFP opportunity. Of those proposers, 52 downloaded the RFP via the City’s electronic bid system. The RFP 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 RFP 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. Two proposals were received on March 12, 2021. Of those two proposers, none were Minority-owned Business Enterprises (MBEs), none were Women-owned Business Enterprises (WBEs), one was certified Small Business Enterprises (SBEs), and none were Long Beach vendors (Local).

 

The selection committee determined that WSP, of Los Angeles, CA, was the most qualified firm to provide the services. WSP has over 130 years of history serving notable clients, including the City of Long Beach (City). WSP served as the Program Manager and Construction Manager for the newly opened Gerald Desmond Bridge Project, working extensively with the City, Port of Long Beach, and California Department of Transportation to deliver Southern California’s first signature bridge.

Local Business Outreach

 

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 RFP specifications. Through outreach, 37 Long Beach vendors were notified to submit proposals, of which 52 downloaded and two 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 6, 2021, Business Services Bureau Manager Tara Mortensen on June 7, 2021, and by Budget Management Officer Rhutu Amin Gharib on June 17, 2021. 

 

TIMING CONSIDERATIONS

City Council action to adopt Specifications No. RFP PW21-017 and award a contract concurrently is requested on July 6, 2021, to ensure the contract is in place expeditiously.

 

FISCAL IMPACT

The total cost of the contract will not exceed $151,264, inclusive of a 10 percent contingency. The contract will be part of the design phase of the Project, which will cost approximately $37,900,000 and is funded by Measure R and State Transportation Improvement Program (STIP) over a 5-year period. The total estimated Project is supported by $23,900,000 from Measure R and $14,000,000 from STIP funds budgeted in the Capital Projects Fund Group in the Public Works Department. All eligible expenses will be fully offset by Measure R and STIP funds. STIP funds have a match requirement of $14,000,000 or 54.4 percent of the final design phase of the project cost, whichever is less. The cost match will be funded by Measure R currently budgeted for the Project.  There will be no impact to the City’s General Fund Group.  Total project construction costs will be determined during the design phase. This recommendation has no staffing impact beyond the normal budgeted scope of duties and is consistent with existing City Council priorities.  There is no local job impact associated with this recommendation.

 

SUGGESTED ACTION

Approve recommendation.

 

BODY

[Enter Body Here]

 

Respectfully Submitted,

ERIC LOPEZ

DIRECTOR OF PUBLIC WORKS

 

 

 

APPROVED:

 

THOMAS B. MODICA

CITY MANAGER