Skip to main content
AC Transit Logo
 
Report ID: 19-086a   
Type: Regular - Operations
Meeting Body: Board of Directors - Regular Meeting
Meeting Date: 9/11/2019 Final action:
Recommended Action: Consider approving the award of a firm fixed price construction contract to McNabb Construction, Inc. of Lafayette, in the amount of $419,863, for IFB No. 2019-1461 for the construction of a new operator restroom at the bus turn-around at the intersection of Castro Street and Tewksbury Avenue in Point Richmond.
Attachments: 1. STAFF REPORT, 2. Master Minute Order

TO:                                          AC Transit Board of Directors                                          

FROM:                                          Michael A. Hursh, General Manager

SUBJECT:                     Contract Award for Construction of New Operator Restroom at Point Richmond

                     

ACTION ITEM


RECOMMENDED ACTION(S):

 

Title

Consider approving the award of a firm fixed price construction contract to McNabb Construction, Inc. of Lafayette, in the amount of $419,863, for IFB No. 2019-1461 for the construction of a new operator restroom at the bus turn-around at the intersection of Castro Street and Tewksbury Avenue in Point Richmond.

 

Body

BUDGETARY/FISCAL IMPACT:

 

The award is funded by District Capital and is included in the FY 2019-20 Capital Budget.

 

BACKGROUND/RATIONALE:

 

This contract will replace an existing temporary operator restroom in Point Richmond with a permanent, fully furnished restroom structure intended for the use and convenience of AC Transit Operators.  The new restroom will include all amenities including security enhancements.

 

This contract will result in a firm-fixed price contract with an approximate five-month period of performance. Upon evaluation, McNabb Construction, Inc., has been determined to be the lowest priced responsive and responsible bidder.  The District received six timely bids of which five were determined to be responsive and responsible.   Four bids were below the independent cost estimate and one bid was above.  All of the five (5) responsive and responsible bids were considered fair and reasonable. 

McNabb Construction, Inc.’s bid indicates a Small Business Enterprise (SBE) participation of 72.6%.

 

Procurement Timeline

                     Solicitation Issued                                                                                    7/12/2019

                     Pre-Bid meeting and Job Walk                                          7/19/2019

                     Bid Due Date                                                                                                         8/2/2019

                     Evaluations Complete                                                                                    8/10/2019

 

Vendor Metric

Contracts Compliance has determined that 431 firms were contacted for this offering

                     Number of respondent firms                                                                                                         6

                     Number of responsive and responsible firms                                                               5

 

 

ADVANTAGES/DISADVANTAGES:

 

The advantages of awarding this contract include improved security, hygienic conditions, convenience and comfort for AC Transit Operators at this layover location in Point Richmond.  Staff has not identified any disadvantages to awarding this contract.

ALTERNATIVES ANALYSIS:

 

Staff considered three alternatives:

 

1.                     Continuing the existing conditions that uses a portable restroom at this layover location for AC Transit Operators of the 72M Line.

2.                     Constructing a new operator restroom using traditional on-site construction methods.

3.                     Constructing a new operator restroom using a pre-fabricated restroom building that is placed by crane onto a prepared foundation.

 

The existing conditions of the portable restroom are not favored by Operators and have proven to be unhygienic and difficult to secure.  The current condition was determined to be unacceptable for those reasons. Traditional construction of a new restroom was determined to impact bus service and the site for a longer period of time compared to the pre-fabricated approach.  The site and operational conditions strongly favored the pre-fabricated building alternative.  Staff concluded that construction of the new operator restroom using the pre-fabricated restroom approach would be the most advantageous to the District.

 

PRIOR RELEVANT BOARD ACTION/POLICIES:

 

Staff Report 19-086 Solicitation to Construct New Operator Restrooms at Point Richmond

Board Policy 465 - Procurement Policy


ATTACHMENTS:

None

 

Approved by:

Ramakrishna Pochiraju, Executive Director of Planning & Engineering

 

Reviewed by:

Joe Callaway, Director of Capital Projects

Denise C. Standridge, General Counsel

Claudia L. Allen, Chief Financial Officer

Chris Andrichak, Director of Management and Budget

Gene Clark, Director of Procurement and Materials

Phillip Halley, Contracts Compliance Administrator

 

Prepared by:

Michael Hass, PE, Senior Project Manager