Long Beach, CA
File #: 22-0885    Version: 1 Name: PW - Bilge system pumps on the Queen Mary D1
Type: Contract Status: CCIS
File created: 7/14/2022 In control: City Council
On agenda: 8/2/2022 Final action: 8/2/2022
Title: Recommendation to adopt Specifications No. ITB PW22-056 and award a contract to Rockwell Engineering & Equipment Co., Inc., of Tustin, CA, for furnishing and delivering bilge system pumps, in a total amount of $235,594, authorize a 10 percent contingency in the amount of $23,559, for a total contract amount of $259,153, and, authorize City Manager, or designee, to execute all documents necessary to enter into the contract, including any necessary subsequent amendments. (District 1)
Sponsors: Public Works
Attachments: 1. 080222-C-21sr
Related files: 36337_000

TITLE

Recommendation to adopt Specifications No. ITB PW22-056 and award a contract to Rockwell Engineering & Equipment Co., Inc., of Tustin, CA, for furnishing and delivering bilge system pumps, in a total amount of $235,594, authorize a 10 percent contingency in the amount of $23,559, for a total contract amount of $259,153, and, authorize City Manager, or designee, to execute all documents necessary to enter into the contract, including any necessary subsequent amendments.  (District 1)

 

DISCUSSION

City Council approval is requested to enter into a contract with, Rockwell Engineering & Equipment Co., Inc., for furnishing and delivering bilge system pumps for the Queen Mary (Project).

 

Since the City of Long Beach (City) has retaken control of the Queen Mary, essential repairs and replacing critical systems are being made to allow the vessel to be reopened to the public. A new bilge system will aid in maintaining the ship’s stability in case of flooding and enable emergency crews to evacuate the passengers safely. These pumps will provide a safe condition and the ability for emergency and repair crews to address any sources of excess water in the ship.

 

A total of nine (9) vertical well pumps will be procured and installed as part of the overall bilge system pumps, which will consist of eleven (11) total pumps. This bilge pump system is intended to serve as an emergency safety measure to discharge excess water from the bottom of the ship (G-Deck) that may compromise the ship’s stability in the event of unintended water intrusion through the hull of the ship or potentially from excess water from a firefighting event (external firefighting water or water from the existing firefighting sprinkler system onboard the ship). There is no current concern of the ship’s stability, but this bilge pump system is intended to protect the Queen Mary asset in case of an unanticipated emergency event.

 

The bilge system pumps will be automatically triggered through a signal from the level switches attached to each pump being sent to the main bilge system’s programmable logic center, thus activating pumps in sequence depending on the location of the water influx.

 

The bilge system pumps will be powered by a an emergency power generator located at the wharf aft (towards the stern) of the ship.

 

This bid was advertised in the Long Beach Press-Telegram on April 28, 2022, and 90 potential bidders specializing in construction services, materials, and supplies were notified of the bid opportunity. Of those bidders, 20 downloaded the bid via the City's electronic bid system. The bid document was also made available by 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>. A bid announcement was also included in the Purchasing Division's weekly update of Open Bid Opportunities, which is sent to 42 local, minority, and women-owned business groups. Two bids were received on June 21, 2022. Of those two bidders, one was a Minority owned Business Enterprise (MBE), none were Woman-owned Business Enterprises (WBEs), none were certified Small Business Enterprise (SBEs), or and none were Long Beach businesses (Locals). Rockwell Engineering & Equipment Co., Inc., of Tustin, CA, CA (not an MBE, WBE, SBE, or Local), was the lowest responsive 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, 12 Long Beach vendors were notified of the bid opportunity, of which two 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 Vanessa S. Ibarra on July 13, 2022, Purchasing Agent Michelle Wilson on July 7, 2022, and by Budget Management Officer Nader Kaamoush on July 15, 2022.

 

TIMING CONSIDERATIONS

City Council action to adopt Specifications No. ITB PW22-056 and award a contract concurrently is requested on August 9, 2022, to ensure the contract is in place expeditiously to allow the installation of the pumps before October 2022. 

 

FISCAL IMPACT

The total amount of the contract will not exceed $259,153, inclusive of a 10 percent contingency. The estimated cost of the essential repairs is $6,000,000, which includes the contract award, consulting services, design, plan check and permit inspection fees, utility fees, construction support, project labor compliance, and related project support. The Public Works Department has sufficient appropriation to support the Project in the Tidelands Area Fund Group.

 

On December 8, 2021, the State Lands Commission (SLC) approved the use of Tidelands Funds for the Project in the amount of $5,000,0000. Subsequently, on June 23, 2022, the SLC was informed of additional expenditures in the amount of $1,000,000

 

Any Operations and Maintenance (O & M) cost resulting from this recommendation will be included under the recently approved Hotel Management Agreement with Evolution Hospitality. The Economic Development Department will return to City Council with a request for appropriation for this and other Queen Mary-related costs as part of the Fiscal Year (FY) 22 Year-End Budget Performance Report. These expenses will be offset to the extent possible by revenue generated from the Queen Mary, Harry Bridges Special Events Park, and leases in the vicinity of the former Queen Mary leasehold. Any expenses not offset within the Tidelands Area Fund Group will to be covered by the Tidelands Operating Fund Group.

 

This recommendation has no staffing impact beyond the normal budgeted scope of duties and is consistent with existing City Council priorities. Approval of this recommendation will provide continued support to the local economy. 

 

SUGGESTED ACTION

Approve recommendation.

 

Respectfully Submitted,

ERIC LOPEZ

DIRECTOR OF PUBLIC WORKS

 

 

 

APPROVED:

 

THOMAS B. MODICA

CITY MANAGER