Long Beach, CA
File #: 19-0558    Version: 1 Name: PW - Naples Island Permanent Seawall Repair-Phase 2 Project D3
Type: Contract Status: CCIS
File created: 5/20/2019 In control: City Council
On agenda: 6/11/2019 Final action: 6/11/2019
Title: Recommendation to adopt Plans and Specifications No. R-7142 for construction of the Naples Island Seawall Repair Phase Two Project; award a contract to Reyes Construction, Inc., of Pomona, CA, in the amount of $13,881,331, with a 13 percent contingency in the amount of $1,804,573, for a total contract amount not to exceed $15,685,904; and, authorize City Manager, or designee, to execute all documents necessary to enter into the contract, including any necessary amendments. (District 3)
Sponsors: Public Works
Attachments: 1. 061119-R-42sr&att.pdf, 2. 061119-R-42 PowerPoint.pdf
Related files: 35285_006, 35285_003, 35285_002, 35285_004, 35285_005, 35285_007, 35285_000

TITLE

Recommendation to adopt Plans and Specifications No. R-7142 for construction of the Naples Island Seawall Repair Phase Two Project; award a contract to Reyes Construction, Inc., of Pomona, CA, in the amount of $13,881,331, with a 13 percent contingency in the amount of $1,804,573, for a total contract amount not to exceed $15,685,904; and, authorize City Manager, or designee, to execute all documents necessary to enter into the contract, including any necessary amendments. 

(District 3)

 

DISCUSSION

City Council approval is requested to enter into a contract with Reyes Construction, Inc., for construction of the Naples Island Permanent Seawall Repair Phase Two Project (Project). This Project is phase two of six phases planned over the next several years with phases one and two being identified as the most critical areas of need.

 

The existing 2,148 linear feet of reinforced concrete walls were originally built in 1938, rehabilitated in 1978, and therefore exceed their expected structural life. The Project will include installation of a new steel sheet-pile seawall, and associated infrastructure, on the water side of the existing vertical concrete seawalls along the areas shown on the attached vicinity map (Attachment A).  The Project also includes new drainage infrastructure and replacement of the public sidewalks. The existing boat dock piles will also be removed and replaced with new concrete piles.

 

This bid was advertised in the Long Beach Press-Telegram on February 15, 2019, and 607 potential bidders specializing in construction services, materials, and supplies were notified of the bid opportunity.  Of those notified, 69 downloaded the bid via the City’s electronic bid system.  The bid document was made available by the Purchasing Division, located on the seventh floor of City Hall, and the Division’s website at www.longbeach.gov/purchasing <file:///\\CLBCHPW\pw$\Council%20LETTERS\FY%2018-19\09%20June\June%2011\www.longbeach.gov\purchasing>.  A bid 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.  Four bids were received on April 2, 2019.  Of those four bidders, one was a Minority-owned Business Enterprise (MBE), one was a Small Business Enterprise (SBE) and none were Disadvantaged Business Enterprises (DBEs), Woman-owned Business Enterprises (WBEs), or Long Beach Businesses (Local). Reyes Construction, Inc., of Pomona, CA (MBE), was the lowest responsible bidder.

 

Local Business Outreach

 

In an effort to align with the City’s outreach goal, Long Beach businesses are encouraged to submit bids for City contracts.  The Purchasing Division also assists businesses with registering on the PlanetBids database to download the bid specifications. Through outreach, 91 Long Beach vendors were notified to submit bids, of which four downloaded, and none submitted a bid.  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 May 21, 2019, by Purchasing Agent Tara Yeats on May 20, 2019, and by Budget Analysis Officer Julissa José-Murray on May 21, 2019.

 

SUSTAINABILITY/ENVIRONMENTAL

 

The seawalls have been engineered to allow for future modifications to address various sea level rise scenarios. Eelgrass, a sensitive underwater habitat, will be monitored and new eelgrass will be planted to offset impacts related to the Project. The plant palette for the Project consists of low-water use species.                      

 

The Project is in conformance with a Mitigated Negative Declaration (State Clearinghouse Number 2010011073), which was approved by the Planning Commission on May 6, 2010.  The California Coastal Commission approved the required Coastal Development Permit on April 12, 2018 (Attachment B).

 

TIMING CONSIDERATIONS

City Council action to adopt Plans and Specifications No. R-7142 and award the contract concurrently is requested on June 11, 2019, to move forward with the implementation of the Project.

 

FISCAL IMPACT

The total estimated cost of the Project is $17,896,146, which includes the contract award of $15,685,904, and the cost of contingency, consulting services, design, plan check and permit inspection fees, utility fees, construction support, project labor compliance, and related project support.  Sufficient funds for the Project are appropriated in the Tidelands Operations Fund Group in the Public Works Department. On April 19, 2018, the State Lands Commission (SLC) approved expenditures for the Project.  All SLC requirements have been met and the City is ready to proceed with construction.  This recommendation has no staffing impact beyond the normal budgeted scope of duties and is consistent with existing City Council priorities.  The award of this contract will provide continued support to the local economy.  The number of additional local jobs created by the Project will not be known until the contractors have completed their hiring and construction has commenced.

 

SUGGESTED ACTION

Approve recommendation.

 

Respectfully Submitted,

CRAIG A. BECK                     

DIRECTOR OF PUBLIC WORKS

 

 

 

APPROVED:

 

PATRICK H. WEST

CITY MANAGER