TITLE
Recommendation to adopt Plans and Specifications No. R-7011 for the Improvements of 10th Street between Cherry Avenue and Temple Avenue, and Atherton Street between Clark Avenue and Bellflower Boulevard; award a contract to Sequel Contractors, Inc., of Santa Fe Springs, CA, for the Base Bid Section B and Additive A, (bid items 43 through 80), in the amount of $817,740, and authorize a 10 percent contingency in the amount of $81,774, for a total contract amount not to exceed $899,514; and authorize City Manager, or designee, to execute all documents necessary to enter into the contract, including any necessary amendments thereto. (Districts 2,4)
DISCUSSION
City Council approval is requested to enter into a contract with Sequel Contractors, Inc., for street improvements. The street infrastructure on 10th Street, between Cherry Avenue and Temple Avenue, is in need of rehabilitation. The rehabilitation work consists of replacing damaged curbs and gutters, driveways, alley entrances and sidewalks; trimming and root shaving trees; reconstructing areas of deteriorated pavement; cold milling and resurfacing the pavement; and installing pavement markers, markings, traffic striping, signing and curb paint. The vicinity map showing the project location is attached.
Due to a planned Los Angeles County Sanitation District sewer rehabilitation project also scheduled on Atherton Street, this portion is being postponed to preclude imposing a 5-year moratorium on the street, which would unreasonably delay the sewer project or force the Sanitation District to spend significantly more to repave the entire street. Therefore, the award is only for the 10th Street portion and the additive bid items. The Atherton Street portion will be re-bid after completion of the Sanitation District project.
The bid was advertised in the Press-Telegram on May 1, 2015 and 3,424 potential bidders specializing in construction were notified of the bid opportunity. Of those bidders, 73 downloaded the bid via our electronic bid system. The bid document was made available from the Purchasing Division, located on the seventh floor of City Hall, and the Division's website at A bid 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. Bid documents were also sent to several trade publications and plan rooms catering to these groups within the construction industry. Eight bids were received on June 10, 2015. Of those eight bidders, one was a Minority-owned Business Enterprise (MBE), none were Women-owned Business Enterprises (WBEs), four were certified Small Business Enterprises (SBEs), two were Disadvantaged Business Enterprises (DBEs), and one was a Long Beach business (Local). Sequel Contractors, Inc., of Santa Fe Springs, CA (SBE; not MBE, Local), was the lowest responsible bidder.
Local Business Outreach
In an effort to align with our outreach goal, Long Beach businesses are encouraged to submit bids for City contracts. The Purchasing Division also assists businesses with registering on the Bids Online database to download bid specifications. Through outreach, 310 Long Beach vendors were notified to submit bids, of which five downloaded and one 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 Linda Vu on July 7, 2015, and by Budget Management Officer Victoria Bell on August 6,2015.
SUSTAINABILITY
The old asphalt material to be removed under this contract (2,400 tons) will be recycled into new asphalt or utilized as base material on other street projects. The street will be resurfaced with asphalt containing up to 15 percent recycled material. Finally, 444 tons of road base made from recycled concrete, rock, sand and asphalt will be utilized in this project and all concrete work will include recycled waste ash, diverting these materials from our landfills.
In accordance with the California Environmental Quality Act (CEQA), this project has been determined to be statutorily exempt.
TIMING CONSIDERATIONS
City Council action to adopt Plans and Specifications No. R-7011 and award a contract concurrently is requested on August 18, 2015 to ensure that the contract is in place expeditiously.
FISCAL IMPACT
Contract costs will not exceed $899,514, inclusive of the recommended 10 percent contingency of $81 ,774. The total project cost is estimated at $1,169,368 and includes construction, construction management, and project support. Sufficient funds for this project are budgeted in the Gas Tax Street Improvement Fund (SR 181) in the PubliC Works Department (PW). Approval of this recommendation will provide continued support to our local economy by assisting in the preservation of employment for five fulltime employees residing in Long Beach.
SUGGESTED ACTION
Approve recommendation.
Respectfully Submitted,
ARA MALOYAN, P.E.
DIRECTOR OF PUBLIC WORKS
JOHN GROSS
DIRECTOR OF FINANCIAL MANAGEMENT
APPROVED:
PATRICK H. WEST
CITY MANAGER