Loading...
HomeMy WebLinkAbout14 - Balboa Island Seawall CapQ SEW PORT CITY OF �m NEWPORT BEACH c�<,FORN'P City Council Staff Report October 10, 2017 Agenda Item No. 14 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: David A. Webb, Public Works Director - 949-644-3311, dawebb@newportbeachca.gov PREPARED BY: Bob Stein, Assistant City Engineer, rstein(c�newportbeachca.gov PHONE: 949-644-3322 TITLE: Balboa Island Seawall Cap — Award of Contract No. 7066-1 (15H11) ABSTRACT: Staff has received construction bids for the Balboa Island Seawall Coping Extension project and is requesting City Council's approval to award the construction contract to Bosco Constructors, Inc. of Chatsworth, California and authorize the City Manager to approve Amendment No. 4 with COWI Marine of North America for project support services. RECOMMENDATION: a) Find this project exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15301 under Class 1 (Existing Facilities) of the CEQA Guidelines, because it has no potential to have a significant effect on the environment; b) Approve the project drawings and specifications; c) Award Contract No. 7066-1 to Bosco Constructors, Inc. for the total bid amount of $1,444,444.00, and authorize the Mayor and City Clerk to execute the contract; d) Establish a contingency of $ 216,000 (approximately 15% of Total Bid) to cover the cost of unforeseen work not included in the original contract; and e) Authorize the City Manager to execute Amendment No. 4 to the current Professional Services Agreement with COWI Marine North America Inc. for a not to exceed fee of $93,360 for additional design, and bidding and construction support services. FUNDING REQUIREMENTS: The adopted budget includes sufficient funding for this task. It will be expensed to the Capital Improvement Program budget. Account Description Account Number Amount Balboa Island Seawall Cap 10101-980000-15H11 $ 1,796,804.00 Total: $ 1,796,804.00 14-1 Balboa Island Seawall Cap — Award of Contract No 7066-1 (151-111) October 10, 2017 Page 2 As the projects involves construction and repair on a seawall that is nearly 90 years old, staff recommends establishing fifteen percent for contingency purposes for unforeseen conditions associated with the construction and potential additional repairs on the seawalls and walkways as construction progresses. Proposed fund uses are: Vendor Bosco Constructors, Inc. Bosco Constructors, Inc. COWI Marine North America Inc On-call vendors Various DISCUSSION: Purpose Amount Construction Contract $ 1,444,444.00 Construction Contingency $ 216,000.00 Consultant Services $ 93,360.00 Material & Geotechnical testing $ 40,000.00 Printing and Incidentals $ 3,000.00 Total: 1,796,804.00 This project will construct an approximate 9 -inch high cap on the north, south and west sides of Balboa Island. With the cap, the top elevation of the south side seawall (up to the Collins Avenue Bridge) will be 9.0 feet NAVD88 (which is equal to 9.2 feet Mean Lower Low Water) and 8.5 feet NAVD88 on the south side. With careful monitoring and continuing routine maintenance of the seawalls and new cap, it is expected that the cap should provide ten or more years of overtopping protection for the island. A full seawall project update was presented to City Council on August 8, 2017. To maintain the existing access to the public beaches, the project will leave twenty-nine gaps in the new seawall cap, with one gap located at every street end. There would also be gaps in the new seawall cap at the four public docks. During high tide and storm surge events, temporary barriers will be installed across the gaps. The barriers would be installed approximately 48 hours in advance of a potential flood event and removed within 48 hours after the event. Tide and storm events would be monitored by the Municipal Operations Department and Public Works. The installation and removal of the temporary barriers, as well as the maintenance of the gap openings, will require additional annual funding for staffing, equipment, materials, labor, storage, repairs and evaluations, which is currently estimated annually at $50,000. There are 79 private docks, four with gangways, within the project area. The approximate 9 -inch high cap extension will be constructed across the entrances to these docks and gangways. To facilitate entry onto these private facilities, a short concrete step will be constructed on the lower portion of the existing seawall cap, similar to what was done on Little Balboa Island when that seawall cap was installed. In addition to the seawall cap extension, cracked portions of the existing seawall will be repaired, patched and sealed using specialty methods as specified in the contract documents. Also, several cracked/deteriorated segments of the concrete boardwalk on the west end of the island will also be removed and replaced. 14-2 Balboa Island Seawall Cap — Award of Contract No. 7066-1 (15H11) October 10, 2017 Page 3 To keep the majority of the boardwalk open during construction, the cap will be constructed in phases within seventeen work areas. Each work area will be approximately 450 feet in length. Construction will occur at no more than three non-consecutive work areas at any given time. Construction in each work area is expected to take between 10 to 15 working days. Each work area will occupy half of the boardwalk adjacent to the seawall (5 feet) while the other half will be available for public access and use. Closure of the entire width of the boardwalk may occur for short periods in order to move equipment and material across the boardwalk or complete specific tasks. Detour signage would indicate pedestrian routes around boardwalk closures during those periods. In addition to approving the construction contract with Bosco Constructors Inc., a contract amendment with the project's design consultant, COWI Marine North America Inc. is also necessary. The additional scope and cost of services, many of which are on a time and material basis, have not been finalized at the time of the staff report preparation. Since time is of the essence to begin construction, staff is requesting authorization for the City Manager to sign the upcoming amendment on a form approved by the City Attorney. The scope and costs are currently estimated at $93,360 and include the cost for many City and community requested additional revisions, studies, mockups and investigations during the design and bidding, construction management and inspection assistance and engineering evaluation of unforeseen conditions/modifications which are expected during construction. On July 27, 2017, the City's Zoning Administrator considered and approved Coastal Development Permit for this project. On August 8, 2017, City Council directed staff to advertise and publicly bid the project for construction to add an approximate 9 -inch high concrete cap to the existing seawall on the north and south sides of Balboa Island. At 10 a.m. on September 20, 2017, the City Clerk opened and read the following bids for this project: The City received multiple bids for this project and the low bid amount is 3.7 percent below the engineer's estimate of $1,500,000.00. The low bidder, Bosco Constructors Inc., possesses a California State Contractors License Classification "A" as required by the project specifications. A check of the contractor's references indicates satisfactory completion of similar projects for other public agencies. 14-3 BIDDER TOTAL BID AMOUNT Low Bosco Constructors Inc. $1,444,444.00 2nd S&H Civilworks 1,543,500.00 3rd Future DB International, Inc. 1,820,817.50 4th Los Angeles Engineering, Inc. 1,850,115.00 5th Bellingham Marine Industries, Inc. 2,259,366.00 6th Access Pacific Inc. 2,278,350.43 7th Environmental Construction, Inc. 2,496,620.00 8th Metro Builders & Engineers Group, Ltd. 2,837,057.00 9th John S. Meek Company Inc. 2,947,292.00 The City received multiple bids for this project and the low bid amount is 3.7 percent below the engineer's estimate of $1,500,000.00. The low bidder, Bosco Constructors Inc., possesses a California State Contractors License Classification "A" as required by the project specifications. A check of the contractor's references indicates satisfactory completion of similar projects for other public agencies. 14-3 Balboa Island Seawall Cap — Award of Contract No 7066-1 (151-111) October 10, 2017 Page 4 Construction is expected to begin in November and be completed by the spring of 2018. Work during the boat parade and holiday season will be put on hold to minimize community impacts. ENVIRONMENTAL REVIEW: Staff recommends the City Council find this project exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15301 under Class 1 (Existing Facilities) of the CEQA Guidelines, because it has no potential to have a significant effect on the environment. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). ATTACHMENTS: Attachment A — Location Map Attachment B — Amendment No. 4 to COWI Marine North America Inc. Professional Services Agreement 14-4 Attachment A Balboa Island Seawall Coping Location Map CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 15H11 8/8/17 14-5 ATTACHMENT B Dr Robert Stein Assistant City Engineer City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 RE: Additional Services for Balboa Island; Change Order Request No. 4 to Contract No. 6419 Professional Services Agreement for Balboa Island Seawall Coping Repair. Dear Bob ADDRESS Cowl Marine North America 3780 Kilroy Airport Way Suite 200 Long Beach, CA 90806 TEL 562-598-9888 FAx 562-256-7001 www cowi-na.com DATE 10/01/17 PAGE 1/3 REF A074385.000 COWI North America, Inc. (COWI) is pleased to present this proposal for the subject services. Per our discussions over the past few weeks, we agreed to provide additional services as detailed in the scope below. SCOPE OF SERVICES The following scope of services is proposed under this Amendment #4. TASK 6 — Revise Barrier for Light Pole Bases Current drawings shows the removing the light poles, continuing the new cap raise underneath with embedded conduits and bolts, replacing the poles ,and reconnecting. Our original proposal was for a steel -plate barrier at the base of the pole that would go around the seaward side of the base and connect back into the concrete cap each side. This concept was revised early on in the project to raising the base, and details for the plate were never developed. Recently the City decided to keep the light poles at the current elevation and go back to the barrier at the base concept. This task will develop the details needed for both a steel plate barrier (which will be needed at the Type A coping detail along North Bayfront) and a concrete "pour -around" concept for all other bases where there is sufficient room to do so. TASK 7 — Revise Public Access Openings Current drawings show a 3 -ft gap and 8 -ft gap for the public beach access and the public dock openings, respectively. When needed during high tide events, stop boards are placed in slots in the stainless steel end plates each side of the opening to close the gap. Because the boards could float out, sandbags would be placed on top to keep in place. During a meeting on July 27, City operations personnel objected to the use of the sandbags as the means for holding down the boards and requested a more positive means. They also were concerned that the current "no -seal" design would leak too much. Various issues regarding a better system were discussed. This task will develop three different concepts for positive connections of the stop boards and provide rubber seals around the joints. Concepts sketches and 3-D CAD models will be developed to illustrate the designs. Once the City has selected the preferred design, the drawings will be revised accordingly. Other revisions to the drawings as requested by the City are also included in this task. This task does not include the development and/or construction of physical mock-ups, as previously discussed. 14-6 ynilml PAGE 2/3 TASK 8 — Prepare Fundina NOI Per City's request, a funding application was prepared seeking funds from state and federal grants for future project(s). The process has two steps: (1) filing a Notice of Intent; and (2) if invited, submitting a complete proposal. The first action, which required the collecting and organizing data and completing an on-line form, was completed Aug 4th. Other authorized but unused funds were diverted for this use. This Task will restore the funds thus diverted. The City has since elected not to submit the proposal. TASK 9 - Paving and Drainage, Survey, Misc. Changes Per City's request, we included paving and drainage repairs to the project. These occur at the west end, where the paving and drainage was reconstructed as part of the bulkhead revetment placement in the project C2525 — Balboa Island Bulkhead Repair Near Waters Way, dated 6/30/1988. Significant cracking has occurred. A structural paving slab was recommended to replace the failed standard sidewalk. Provisions for demolishing the existing paving and base, recompacting subgrade, placing new base, mudsill, and structural slab were included. Also included is time for reviewing City provided survey information and including spot elevations on the drawings; and miscellaneous changes to the drawings not covered above. TASK 10 — Bid and Construction Phase Services The current contract does not provide for bid and construction phase services. This task will add those service to the contract. All work will be as authorized by the City, and the list of items below may vary, as requested. Bid phase services typically includes: attending pre-bid meeting; responding in writing to potential bidder's questions; prepare addenda, if needed; and review bids. Construction phase services typically includes: attending a pre -construction meeting; reviewing submittals; responding in writing to RFI's; making site visits and observations; preparing change orders, if needed; attending meetings; preparing as -built drawings from contractor's notes; and other activities as requested by City. It is difficult to estimate the required services in advance, since the need is unknown and somewhat based upon the sufficiency of the contractor selected. For purposes of this proposal, the following hours are assumed: Bid Phase Services: 40 hours Construction Phase Services (assuming 100 working days = 20 weeks): 218 hours 1s' 2 weeks: full time = 2 weeks x 40 hrs. / week = 80 hrs. Next 2 weeks: '/2 time = 2 weeks x 20 hrs. / week = 40 hrs. Next 8 weeks: 1 day / week = 8 weeks x 8 hrs. / week = 64 hrs. Remaining: '/2 day / week = 8 weeks x 4 hrs. / week = 32 hrs. Additional hours: 2 hrs. 14-7 PAGE 3/3 FEE PROPOSAL Fees for the above services will be billed in accordance with rates provided in the contract and the following schedule: Task # Task Title Hours CDC Costs 6 Revise Barrier for Light Pole Bases 76 $ 500 $ 14,300 7 Revise Public Access Openings 100 500 17,220 8 Prepare Funding NOI 12 1,500 3,770 9 Paving and Drainage, Survey, Misc Changes 42 8,340 10 Bid and Construction Phase Services 258 170 50,000 Total, this amendment $ 93,630 Thus, our current authorization of $145,187 will increase to $238,817. If this proposal for additional engineering services meets with your approval, we look forward to receiving an executed change order. Thank you. Sincerely, COWI NORTH AMERICA, INC. 4 - gvwolvl� Warren A. Stewart, PE, SE, D.PE Project Manager Cc: J. Gerwick 14-8