Title
Recommendation to Authorize the City Manager to Execute a One-Year Agreement with MCK Services, Inc. for Repair and Resurfacing of Approximately Three Miles of Streets, Phase 38, No. P.W. 02-19-03, in an Amount Not to Exceed $4,016,266.80, Including Contingency, with the Option of Four One-Year Extensions, for a Total Five-Year Expenditure Not to Exceed $20,900,813.73; and
Adoption of Resolution Amending the Fiscal Year 2018-19 Capital Improvement Program Budget by Defunding Revenue and Appropriations in the Pavement Management Project 91610 (2015-17 Capital Budget) by $613,000 Each and Increasing Revenue and Appropriations for Pavement Management Project 91810 (2017-19 Capital Budget) by $613,000 Each. (Public Works 310)
Body
To: Honorable Mayor and Members of the City Council
From: Eric Levitt, City Manager
EXECUTIVE SUMMARY
The City of Alameda (City) has over 125 centerline miles of roadway providing access and circulation to every resident and business in the City. The City’s Pavement Management Program, in combination with the City’s Maintenance Service Center, works to maintain this network through a combination of maintenance and rehabilitation activities including an annual capital project. Phase 38 of the repair and resurfacing of certain streets includes pavement overlays for 13 streets and crack sealing of an additional three streets, totaling approximately three miles of roadway.
BACKGROUND
Repair and resurfacing consists of all work associated with routine maintenance and repair of public streets in the City, depending upon funding available and bid results. Work can include removal and replacement of select portions of pavement, curb, gutter, and sidewalk. The full width of each street will then be resurfaced with asphalt concrete or slurry seal. Then traffic loop detectors, in-pavement crosswalk lights and striping will be replaced identically to their previous configuration. New detectable warnings (truncated domes) will be added to all curb ramps that lack them at present, in accordance with the Americans with Disabilities Act (ADA) Accessibility Guidelines. Additionally, some other public streets can be crack sealed.
This project will overlay 13 streets. The following streets have been identified for a two-inch hot mixed asphalt overlay, with reconstruction of isolated failed pavement areas, wedge planning, traffic/pavement marking removal/replacement, traffic loop replacement, isolated curb and gutter repair, ADA curb ramp upgrades, and adjusting manholes to grade:
- Adams Street, from Bishop Street to High Street
- Broadway, from Shore Line Drive to Otis Drive
- Broadway, from Buena Vista Avenue to Blanding Avenue
- Grand Street, from Buena Vista Avenue to Fortmann Way
- La Jolla Drive, from Broadway to east (end)
- Oak Street, from Santa Clara Avenue to Blanding Avenue
- Park Avenue, from Roosevelt Drive to Otis Drive
- Park Street, from Shore Line Drive to Otis Drive
- Park Street, from Santa Clara Avenue to Buena Vista Avenue
- Pearl Street, from Evelyn Court to Otis Drive
- Roosevelt Drive, from west (end) to Regent Street
- San Antonio Drive, from Chestnut Street to Park Street
- Versailles Avenue, from south (end) to Otis Drive
This project will also crack seal portions of three streets: Santa Clara Avenue, Versailles Avenue, and Marina Drive.
DISCUSSION
To solicit the maximum number of bids and most competitive price, plans and specifications were provided to 19 separate builders’ exchanges throughout the Bay Area. Notices were also sent to contractors on the Public Works Department Contractor List. In addition, notices were placed on the City’s website and published in the Alameda Journal on March 7, 2019. Bids were opened on March 27, 2019. After a bidding period of 21 days, three contractors submitted bids. The bid result is as follows:
|
Bidder |
Location |
Bid |
|
MCK Services, Inc. |
Concord, CA |
$3,346,889 |
|
Gallagher & Burk, Inc. |
Oakland, CA |
$4,069,905 |
|
McGuire & Hester |
Alameda, CA |
$5,630,200 |
Public Works staff contacted two references provided by the lowest bidder and received positive feedback on the ability of the company to meet the project requirements and the quality and timeliness of their work.
Staff recommends awarding a contract to MCK Services, Inc. for a total amount of $4,016,266.80, which includes a 20% contingency in the amount of $669,377.80. The contractor is not guaranteed any of the contingency amount and use of the contingency will be at the sole discretion of the City for work not originally anticipated in the plans and specification. This contract may be mutually extended on a year-by-year basis, for up to four additional years, at the sole discretion of the Public Works Director, based, at a minimum, on satisfactory performance of all aspects of the contract and upon budgetary approval. If extended, the contract would be for the same terms and cost, plus an annual increase equal to the construction price index increase for the San Francisco Bay Area appropriate to the trades associated with the work as reported in the Engineering News Record for the previous calendar year. The total five-year contract price shall not exceed $20,900,813.73. It is expected that this contract will commence on or about June 2019 and that the work will be completed by December 2019. The specifications also informed the successful bidder that they shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations. The contract is attached as Exhibit 1.
|
Contract |
CPI (Estimated) |
CPI Total Each Year |
TOTAL |
|
Original FY 19-20 |
0% |
N/A |
$ 4,016,266.80 |
|
1st Amend FY 20-21 |
2% |
$ 80,325.34 |
$ 4,096,592.14 |
|
2nd Amend FY 21-22 |
2% |
$ 81,931.84 |
$ 4,178,423.98 |
|
3rd Amend FY 22-23 |
2% |
$ 83,570.48 |
$ 4,262,094.46 |
|
4th Amend FY 23-24 |
2% |
$ 85,241.89 |
$ 4,347,336.35 |
|
TOTAL FIVE YEARS |
8% |
$331,069.55 |
$20,900,713.73 |
FINANCIAL IMPACT
Pavement Management is a recurring rehabilitation project in the Capital Budget and any unspent funds from one budget cycle may be available during the next budget cycle. Approximately $613,000 in funding remains from CIP 91610, Pavement Management established in the Fiscal Year 2015-17 Capital Budget and staff recommends reallocating these funds into CIP 91810, Pavement Management for the Fiscal Year 2017-19 Capital Budget. Following the reallocation of remaining funds, sufficient funding is available within CIP 91810 to complete the contractual work and necessary project administration and inspection. There is no impact to the General Fund.
|
Fund/Account |
Project |
Amount |
|
Capital Improvement Fund (310) |
|
|
|
Transfer In |
91610 |
($613,000) |
|
Contractual Services |
91610 |
($613,000) |
|
Capital Improvement Fund (310) |
|
|
|
Transfer In |
91810 |
613,000 |
|
Contractual Services |
91810 |
613,000 |
MUNICIPAL CODE/POLICY DOCUMENT CROSS REFERENCE
This project is consistent with the Waste and Recycling Initiative of the Local Action Plan for Climate Protection by requiring recycling of 80% of all construction waste.
ENVIRONMENTAL REVIEW
In accordance with the California Environmental Quality Act (CEQA), this project is Categorically Exempt pursuant to CEQA Guidelines section 15301(c), Existing Facilities.
RECOMMENDATION
Authorize the City Manager to execute a one-year agreement with MCK Services, Inc. for repair and resurfacing of certain streets, Phase 38, No. P.W. 02-19-03, in an amount, including contingency, not to exceed $4,016,266.80, with the option of four one-year extensions, for a total five year expenditure not to exceed $20,900,813.73; and
Adopt a Resolution amending the fiscal year 2018-19 Capital Improvement Program Budget by defunding revenue and appropriations in the Pavement Management Project 91610 (2015-17 Capital Budget) by $613,000 each and increasing revenue and appropriations for Pavement Management Project 91810 (2017-19 Capital Budget) by $613,000 each.
Respectfully submitted,
Liam Garland, Public Works Director
By,
Scott Wikstrom, City Engineer
Financial Impact section reviewed,
Elena Adair, Finance Director
Exhibit:
1. Contract