File #: 2019-0364    Version: 1 Name:
Type: Action Item Status: Passed
File created: 9/10/2019 In control: Board of Port Commissioners
On agenda: 11/5/2019 Final action: 11/5/2019
Title: RESOLUTION APPROVING PLANS AND SPECIFICATIONS AND AWARDING CONTRACT NO. 2019-04 TO BELLINGHAM MARINE INDUSTRIES IN THE AMOUNT OF $1,882,623.00 (BASE BID AND ADDITIVE BID) FOR THE DOCK 2 REPLACEMENT & DOCK 3 REPAIR AT TUNA HARBOR PROJECT AS AUTHORIZED BY THE BOARD IN THE FISCAL YEAR 2020 MAJOR MAINTENANCE BUDGET
Attachments: 1. 3. 2019-0364 Attachment A, 2. 3. 2019-0364 Draft Resolution

DATE:                      November 5, 2019

 

SUBJECT:

 

Title

RESOLUTION APPROVING PLANS AND SPECIFICATIONS AND AWARDING CONTRACT NO. 2019-04 TO BELLINGHAM MARINE INDUSTRIES IN THE AMOUNT OF $1,882,623.00 (BASE BID AND ADDITIVE BID) FOR THE DOCK 2 REPLACEMENT & DOCK 3 REPAIR AT TUNA HARBOR PROJECT AS AUTHORIZED BY THE BOARD IN THE FISCAL YEAR 2020 MAJOR MAINTENANCE BUDGET

Body

 

EXECUTIVE SUMMARY:

 

This action will adopt the plans and specifications and authorize the award of a major maintenance construction contract to replace the existing floating Dock 2 and repair the existing floating Dock 3 at the Tuna Harbor.

The plans and specifications defining the contract work includes replacement of the existing severely damaged floating Dock 2 and repair of existing deteriorated or damaged floating dock elements of Dock 3. After work completion, Dock 2 will be a new dock with improved materials and utilities and Dock 3 will be restored and maintained to its original condition. Both docks will provide sound and functional berths for commercial fishing vessels.

The contract documents were advertised on August 15, 2019.  On September 30, 2019, three (3) bids were received ranging from $1,882,623.00 to $2,395,694.00.  These bids are the total bids including base bid and additive bid.  The responsive bids are listed in Attachment A.  The lowest bid, submitted by Bellingham Marine Industries in the amount of $1,882,623.00, is considered responsive and responsible.  Staff recommends that the Board award the Contract to this bidder. 

 

RECOMMENDATION:

 

Recommendation

Adopt a resolution approving plans and specifications and awarding Contract No. 2019-04 to Bellingham Marine Industries for construction of the major maintenance project, Dock 2 Replacement & Dock 3 Repair at Tuna Harbor in the amount of $1,882,623.00.

Body

 

FISCAL IMPACT:

 

This project is included in the Fiscal Year 2020 Major Maintenance-Capital Program with an allocated budget of $2,400,000 to complete the construction.  Approval of this agenda item will authorize the construction contract expenditure of $1,882,623.00 from the Major Maintenance-Capital funding appropriation.

 

Compass Strategic Goals:

 

Award of this construction contract will implement the Major Maintenance Program, approved by the Board to be in alignment with the District’s vision, mission and support the following Strategic Goals.

 

                     A thriving and modern maritime seaport.

                     A Port with a healthy and sustainable bay and its environment.

                     A Port that is a safe place to visit, work and play.

 

DISCUSSION:

 

Dock 2 and Dock 3, originally built in 1983 and 1978 respectively along with Dock 1, provide berthing for commercial fishing vessels at Tuna Harbor, located southeast of the G Street Mole.  Dock 2 and Dock 3 were repaired in 2014.  A structural inspection in June 2018 revealed that Dock 2 had suffered severe deterioration and had six finger docks condemned due to the condition of structure. It requires complete replacement to restore it back into service.  Dock 3 has loose connections at the junctions of the finger docks and main walkway which require replacement to prevent future failure of the finger docks. It also has damaged guide pile brackets and edge fendering, loose deck planks, and requires repairs to keep the dock in service.  The electrical service also needs to be upgraded to meet marine operations’ requirements.

The Contract includes the following Base Bid and Additive Bid:

 

                     Base Bid - demolition and removal of the existing wooden framed floating dock system (Dock 2), including all appurtenances such as electric services, potable water utilities, pontoons, cleats, edge fenders, etc.; design and construction of a new heavy weather aluminum framed or concrete modular dock system (Dock 2) including all appurtenances such as the electrical service, power centers, domestic water system, cleats, edge fenders, etc.;  provide structural repairs to the existing wooden framed floating dock system (Dock 3).

 

                     Additive Bid - upgrade of power centers to 50A service; installation of remote utility monitoring at each power center; fire protection system design and construction.

 

The construction work will be coordinated with marine operations to minimize disruption of fisherman’s docking activities. The FLUPSY facility will be temporarily relocated from the end of Dock 2 to east side of the Tuna Boat Pier and will move back to its original location after construction completion.

Construction bid documents, including plans and specifications for Contract No. 2019-04 (Drawing No. EM-2019-02, Project No. MC-0070-01) were advertised on August 15, 2019.  Three (3) bids were received on September 30, 2019.  The bid amounts ranged from $1,882,623.00 to $2,395,694.00, as shown in the table below.

 

 

 

The lowest responsive and responsible bid was received from Bellingham Marine Industries in the total bid amount of $1,882,623.00.  The engineers’ construction cost estimate for both the Base Bid and Additive Bid was $2,299,200.00.

 

Upon Board authorization, construction is expected to commence in December 2019 and will be completed by June 2020.

 

Staff recommends that the Board approve the plans and specifications and awards Contract No. 2019-04, Dock 2 Replacement & Dock 3 Repair at Tuna Harbor, San Diego, California to Bellingham Marine Industries for both the Base Bid and Additive Bid in the total bid amount of $1,882,623.00.

 

General Counsel’s Comments:

 

The Office of the General Counsel has reviewed the agenda sheet and attachment, as presented to it, and approves them as to form and legality.

 

Environmental Review:

 

The proposed Board action, including without limitation, a resolution approving plans and specifications and awarding a contract for the replacement of Dock 2 and repair of Dock 3 at Tuna Harbor, is Categorically Exempt pursuant to California Environmental Quality Act (CEQA) Guidelines Sections 15301 (Existing Facilities), 15302 (Replacement or Reconstruction), and/or 15303 (New Construction or Conversion of Small Structures) and Sections 3.a. (1) and (7), 3.b. (1), and/or 3.c. of the District’s Guidelines for Compliance with CEQA because the project would consist of the repair and replacement of existing docks that would involve no expansion of use beyond that previously existing, would be located on the same site and have substantially the same purpose and capacity as the structure being replaced, and would involve no change of existing use of the property. A CEQA Exemption was previously issued for this project on August 7, 2019. The District has determined none of the six exceptions to the use of a categorical exemption apply to this project (CEQA Guidelines Section 15300.2). Pursuant to Section 15378(c) of the State CEQA Guidelines, the term “project” refers to the activity being approved, which may be subject to several discretionary approvals of governmental agencies and does not mean each separate governmental approval. Accordingly, the proposed Board action is a subsequent discretionary approval of a previously approved project. No further action under CEQA is required.

 

The proposed Board action complies with Sections 21, 35, and 87 of the Port Act, which allow the Board to pass resolutions and to do all acts necessary and convenient for the exercise of its powers, and which authorizes the use of tidelands for the establishment, improvement, and conduct of a harbor, and for the construction, reconstruction, repair, maintenance, and operation of wharves, docks, piers, slips, quays, and all other works, buildings, facilities, utilities, structures, and appliances incidental, necessary, or convenient, for the promotion and accommodation of commerce and navigation. The Port Act was enacted by the California Legislature and is consistent with the Public Trust Doctrine. Consequently, the proposed Board action is consistent with the Public Trust Doctrine.

 

The proposed Board action is considered “excluded development” pursuant to Sections  8.a. (Existing Facilities) (2) and (10), 8.b. (Replacement or Reconstruction) (2) and (3), and/or 8.c. (New Construction or Conversion of Small Structures) of the District’s Coastal Development Permit Regulations because the project would consist of the repair and replacement of existing docks that would involve no expansion of use beyond that previously existing, would be located on the same site and have substantially the same purpose and capacity as the structure being replaced, and would involve no change of existing use of the property. A “Coastal Act Categorical Determination of Exclusion” was previously issued for this project on August 7, 2019, therefore, issuance of a Coastal Development Permit or subsequent Exclusion is not required for the proposed Board action.

 

Equal Opportunity Program:

 

Due to limited known sub opportunities, no SBE goal was established for this contract.

 

PREPARED BY:

 

Joan Siao

Capital Project Manager I, Engineering-Construction

 

Attachment:

Attachment A:                     Tabulation of Bids