Loading...
HomeMy WebLinkAbout05 - Seismic Retrofit of San Diego Creek Bridges & Goldenrod Pedestrian OvercrossingCITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. s October 12, 2010 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Tom Sandefur, Associate Civil Engineer 949 - 644 -3312 ortsandefur @NewportBeachCa.gov SUBJECT: SEISMIC RETROFIT OF SAN DIEGO CREEK BRIDGES AND GOLDENROD PEDESTRIAN OVERCROSSING - AWARD OF CONTRACT NO. 3531 ISSUE Staff requests City Council approval to award the Bridge Seismic Retrofit Project to Beador Construction Company. RECOMMENDATIONS 1. Approve the project plans and specifications. 2. Award Contract No. 3531 to Beador Construction Company for the Total Bid Price of $706,034.00, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $71,000 to cover the cost of unforeseen work. DISCUSSION The 1971 San Fernando earthquake exposed a number of deficiencies in the State of California's ( Caltrans') bridge design methods. Caltrans determined that all bridges within the State should be made capable of surviving a maximum credible earthquake. Some damage was felt to be inevitable, but collapse was believed to be preventable with appropriate "seismic retrofitting ". Caltrans' seismic retrofit program was initiated immediately after that earthquake. The initial round of retrofitting was completed in 1987 after 1300 State highway system bridges had been retrofitted. Bridge Seismic Retrofits Project Award of Contract No.3531 October 12, 2010 Page 2 The City participated in this effort by retrofitting the Balboa Island Bridge in 1980 and Lido Isle and Little Balboa Island Bridges in 1984. These three bridges were retrofitted at the City's sole expense. The October 1989 Loma Prieta earthquake brought about a second phase of bridge seismic retrofit in which all 12,000 publicly -owned bridges within the State would be reanalyzed to determine their resistance to collapse due to a large earthquake. In 1990, City staff began working with Caltrans officials to expedite this second phase seismic analysis of the City's 10 bridges. The City retained Dokken Engineering to prepare a detailed seismic analysis and to present their findings in a "Strategy Meeting" at Caltrans' Sacramento offices. Various alternatives for strategy were considered but Caltrans did not issue approval and State - approved funding to proceed with design. In 1994, Caltrans changed its methodology for bridge seismic analysis. Dokken Engineering prepared another analysis and report and again presented their findings in a "Strategy Meeting." In 1996, Caltrans published a "mandatory seismic retrofit list," which indicated three of the City's bridges required retrofit work. They also approved 80% Highway Bridge Replacement and Rehabilitation (HBRR) funding provided by the Federal Highway Administration (FHWA) and 20% State Seismic Retrofit funding to design and construct the retrofits and issued approval to proceed with the three bridges. The retrofit work was completed on these bridges (Balboa Island, Lido Isle, and Newport Island) by January 1999. That work complete, the City, with Dokken Engineering, then began to work on the next group of bridges in the City that require seismic retrofit. Design on this group (Jamboree Road North and Southbound over San Diego Creek and the Goldenrod Pedestrian Overcrossing) began in 2004. The retrofit design has gone through extensive environmental permitting. In addition, in 2009, Caltrans required that another Strategy Meeting be held to review the bridges. As a result of that meeting, Caltrans requested the retrofit strategy be changed again and a new set of plans generated. Caltrans eventually signed off on the Plans and Specifications in July 2010, allowing us to advertise the project. The current reimbursement for this work involves 88.53% of the cost being covered by the FHWA funds and the City match portion (11.47 %) being covered by State Proposition 1 B funds administered by Caltrans. The retrofit plans for the Jamboree Road bridges include abutment backwall retrofits, bent infill walls, and a new structural approach slab. For Goldenrod Pedestrian Overcrossing the retrofit consists of retrofitting the fixed and expansion bents, retrofitting the abutments, and wrapping the columns in steel casings. 2 Bridge Seismic Retrofits Project Award of Contract No.3531 October 12, 2010 Page 3 At 10:00 a.m. on September 15, 2010 the City Clerk opened and read the following bids for this project: The low total bid amount is only 41 % of the Engineer's Estimate of $1,700,000. The large difference between the Engineer's Estimate and the actual bid is likely the result of several factors. First, the heavy civil construction bidding environment is very favorable at this moment due to the low demand for large construction projects. Second, the Engineer's Estimate was prepared using a State cost index set to 2007 when costs were historically high. The low bidder, Beador Construction, possesses a California State Contractors License Classification "A" as required by the project specifications. A check of the Contractors references indicates they have satisfactorily completed similar projects for other municipalities. Pursuant to the Contract Specifications, the Contractor will have 150 consecutive working days to complete the work. ENVIRONMENTAL REVIEW The CEQA review for this project included the following technical studies: • Programmatic Section 4(f), March 2007 • Historic Property Report, July 2006 • Location Hydraulic Study, December 2006 • Natural Environmental Study (Minimal Impacts), September 2006 • Hazardous Waste Initial Site Assessment, May 2006 • Water Quality Assessment Report, May 2006 All mitigation measures identified in the technical studies are incorporated in the PS &E package. The project has received the following permits: • Coastal Development Permit (California Coastal Commission) • Section 1600 (California Department of Fish and Game) • Section 404 (Army Corp of Engineers) • Section 401 Certification of Water Quality (Regional Water Quality Control Board) • Section 402 (National Pollutant Discharge Elimination System Permits) 3 BIDDER TOTAL BID AMOUNT Low Beador Construction Company $706,034.00 2 Peterson -Chase $826,403.60 3 John S. Meek, Inc. $947,696.52 4 Accent Builders $1,058,374.20 5 Powell Constructors $1,066,472.20 6 4 -Con Engineering $1,178,053.60 7 Griffith Company $1,292,694.00 The low total bid amount is only 41 % of the Engineer's Estimate of $1,700,000. The large difference between the Engineer's Estimate and the actual bid is likely the result of several factors. First, the heavy civil construction bidding environment is very favorable at this moment due to the low demand for large construction projects. Second, the Engineer's Estimate was prepared using a State cost index set to 2007 when costs were historically high. The low bidder, Beador Construction, possesses a California State Contractors License Classification "A" as required by the project specifications. A check of the Contractors references indicates they have satisfactorily completed similar projects for other municipalities. Pursuant to the Contract Specifications, the Contractor will have 150 consecutive working days to complete the work. ENVIRONMENTAL REVIEW The CEQA review for this project included the following technical studies: • Programmatic Section 4(f), March 2007 • Historic Property Report, July 2006 • Location Hydraulic Study, December 2006 • Natural Environmental Study (Minimal Impacts), September 2006 • Hazardous Waste Initial Site Assessment, May 2006 • Water Quality Assessment Report, May 2006 All mitigation measures identified in the technical studies are incorporated in the PS &E package. The project has received the following permits: • Coastal Development Permit (California Coastal Commission) • Section 1600 (California Department of Fish and Game) • Section 404 (Army Corp of Engineers) • Section 401 Certification of Water Quality (Regional Water Quality Control Board) • Section 402 (National Pollutant Discharge Elimination System Permits) 3 Bridge Seismic Retrofits Project Award of Contract No.3531 October 12, 2010 Page 4 PUBLIC NOTICE The Notice Inviting Bids was advertised in the City's official publication and in construction industry publications. Prior to starting work two City prepared notices are distributed by the contractor to both residents and businesses. The first notice will be distributed ten days before work in the area and the second notice 48 hours prior to starting work in the area. Geotechnical. Materials, Testing, and Survey Services: Geotechnical, Materials Testing, and Survey Services shall be provided under the Professional Services Agreement with AECOM to supply construction management services on this project. The City Council will consider approval of a Professional Services Agreement with AECOM at it October 12, 2010, meeting. FUNDING AVAILABILITY This work will be paid from federal and state sources with 88.53% of the cost funded from Federal Highway Bridge Rehabilitation Funds and 11.47% funded from Proposition 1 B funds. Both programs are administered by Caltrans and reimbursement will be sought through Caltrans. Sufficient funds are available in the following account for the project: Account Description Contributions Proposed uses are as follows: Vendor Beador Construction, Inc. Beador Construction, Inc. Various Prepared by: Tom Sandefur Associate Civil Engineer Attachments: Project Location Maps Account Number 7251- C5100695 Total Amount $ 778,034.00 $ 778,034.00 Purpose Amount Construction Contract $ 706,034.00 Construction Contingency $ 71,000.00 Printing and Incidentals $ 1,000.00 Total: $ 778,034.00 Submitted by: Works Director 9- LOCATION MAP JAMBOREE ROAD OVER SAN DIEGO CREEK BRIDGE RETROFIT CONTRACT NO. 3531 B YVIEW WAY 5P PROJECT LOCATION m 0 M o BACK BAY J °Q- J CD 6 LOCATION MAP GOLDENROD AVENUE PEDESTRIAN OVERCROSSING CONTRACT NO. 3531 s �O ti ° o� � ,� PROJECT �OCgT /ON o � Q a