Long Beach, CA
File #: 13-0628    Version: 1 Name: PW/PRM/FM - Plans/Specs for Bayshore North, South and 62nd Place Restrooms
Type: Contract Status: CCIS
File created: 7/5/2013 In control: City Council
On agenda: 7/23/2013 Final action: 7/23/2013
Title: Recommendation to adopt Plans and Specifications No. R-6933 for improvement of Bayshore North, Bayshore South and 62nd Place Restrooms (Tidelands Beach Restrooms-Bid Package 2); award to and authorize City Manager to execute the contract with Sunpeak Construction, Inc., in an amount of $750,000 plus a 15 percent contingency amount of $112,500, if necessary, for a total not to exceed $862,500, and any amendments thereto. (District 3)
Sponsors: Public Works, Financial Management, Parks, Recreation and Marine
Indexes: Contracts
Attachments: 1. 072313-R-18sr&att.pdf, 2. 072313-R-18 Handout-L Goodhue.pdf
Related files: 14-0476
TITLE
Recommendation to adopt Plans and Specifications No. R-6933 for improvement of Bayshore North, Bayshore South and 62nd Place Restrooms (Tidelands Beach Restrooms-Bid Package 2); award to and authorize City Manager to execute the contract with Sunpeak Construction, Inc., in an amount of $750,000 plus a 15 percent contingency amount of $112,500, if necessary, for a total not to exceed $862,500, and any amendments thereto.  (District 3)
 
DISCUSSION
The restrooms at Bayshore North, Bayshore South and 62nd Place are in a dilapidated condition and are in need of renovation to improve security and utility in these popular beach and Alamitos Bay destinations. The work at the project locations will consist of replacing the existing men's and women's restrooms with individual stall buildings at 62nd Place and Bayshore South,  renovating the interior of Bayshore North and adding concrete paving to provide access to the new facilities.  The new restrooms are designed to be fully accessible in accordance with the American with Disabilities Act.  A location map is attached.
 
City Council's adoption of the plans and specifications and award of the contract to the lowest responsible bidder are being recommended in order to implement this project.  The project was advertised for bids on February 22, 2013, and bids were opened on March 20, 2013.  In addition to placing an advertisement for bids in the Long Beach Press Telegram, bid documents were made available through the City's weblink at, http://www.PlanetBids.com <http://www.planetbids.com/> in a continuing effort to increase participation of local businesses, Minority Business Enterprises (MBEs), Women Owned Business Enterprises (WBEs), Small Business Enterprise (SBEs), and Disadvantaged Business Enterprises (DBEs).  
 
For this bid, 1,320 firms registered on the website were notified via automatic email notice, including 141 located in Long Beach.  Seventy-three sets of bid documents were downloaded or purchased by prospective bidders and 17 bids were received.  Of the bidding firms, none are local businesses SBE or WBE/DBE firms, however, seven are MBE firms.  Sunpeak Construction, Inc., of Newport Beach, California, has been determined to be the lowest responsible bidder, and is not an identified MBE, DBE, SBE or WBE firm.
 
The restrooms located at Bayshore North, Bayshore South, and at 62nd Place were subject to the Department of Development Services Site Review Process and are authorized for local discretionary approvals by the certified Local Coastal Program.  
 
The Planning Bureau issued a Notice of Final Action on February 11, 2013 and subsequently issued a Local Coastal Development Permit on April 8, 2013.  The procedural CEQA requirements for this project have been met, and a Notice of Exemption was filed on January 22, 2013.
 
This matter was reviewed by Deputy City Attorney Linda Vu on July 2, 2013 and by Budget Management Officer Victoria Bell on July 3, 2013.
 
SUSTAINABILITY
 
The projects have been designed to be unobtrusive and preserve as much of the natural beach area as practical. To reduce energy consumption, natural ventilation and lighting systems will be installed and exterior lights will be on timers.
 
TIMING CONSIDERATIONS
City Council action on this matter is requested on July 23, 2013, to authorize commencement of this capital improvement project.  Construction is projected to begin in October 2013.
 
FISCAL IMPACT
The contract award is for an amount not to exceed $862,500.  The project funding is budgeted in the Tidelands Operations Fund (TF 401) in the City Manager Department (CM).  This project will create an estimated 9 full-time equivalent (FTE) jobs during construction.
 
SUGGESTED ACTION
Approve recommendation.
 
Respectfully Submitted,
ARA MALOYAN, PE                              
ACTING DIRECTOR OF PUBLIC WORKS      
 
GEORGE CHAPJIAN
DIRECTOR OF PARKS, RECREATION AND MARINE
 
JOHN GROSS
DIRECTOR OF FINANCE
 
 
 
APPROVED:
 
PATRICK H. WEST
CITY MANAGER