To: Honorable Mayor and Members of City Council
From: Julie Lucido, Public Works Director
Prepared By: John Mason, Assistant Engineer
TITLE:
Title
Trancas Street Pavement Rehabilitation
LABEL
RECOMMENDED ACTION:
Recommendation
Adopt a resolution:
(1) authorizing the Public Works Director to award a construction contract to, and execute a construction contract with MCK Services, Inc., for the Trancas Street Pavement Rehabilitation project base bid (City portion) in the bid amount of $2,103,541.15;
(2) authorizing the Public Works Director to execute on behalf of the City a Reimbursement Agreement with County of Napa in an amount up to $1,280,000 to receive reimbursement from the County for the additional cost, including design, construction, contingency, inspection and project management, to rehabilitate the County's portion of Trancas Street;
(3) authorizing the Public Works Director to award additive alternates A and B in an amount up to $1,002,208.50 for pavement rehabilitation on County portions of Trancas Street;
(4) authorizing the Public Works Director to approve change orders and charges for project services up to $460,575 for a total project construction amount not to exceed $3,566,324.65;
(5) amending the FY2025/26 & 2026/27 Capital Improvement Project Plan as documented in Council Budget Amendment 8P3; and
(6) determining that the actions authorized by this resolution are exempt from CEQA.
Body
DISCUSSION:
The proposed construction contract will improve the roadway surface of Trancas Street from Jefferson Street to Highway 121 through a joint effort between the County and the City. The project includes asphalt paving, upgraded pedestrian and bicycle lane striping, and new traffic signage.
Within the City limits, pavement rehabilitation will incorporate a Cold In-Place Recycling (CIR) process, which reuses existing asphalt in place to restore structural strength and surface quality. CIR significantly reduces trucking, fuel use, greenhouse gas emissions, and the consumption of new materials, providing substantial environmental benefits while delivering a durable, cost-effective improvement to the roadway.
City staff invited Napa County to partner with the City on the paving improvements along Trancas Street. The partnership would include the County paying for all costs of paving and other proposed project work outside the City limit and the City would award the construction contract and manage construction.
In effort to get these improvements included on the project, the County Board of Supervisors approved a reimbursement agreement at their September 9, 2025 meeting. The reimbursement agreement will allow the County's work to be completed by the City's contractor as part of the City project. The County will pay 100% of the costs associated with their portion of the work. Partnering with the County provides benefits by reducing overall costs for project improvements through economy of scale and reducing disruptions to community members and roadway users.
The City's portion of the work is being funded by Measure G. In November 2024, Napa voters passed Measure G to increase the citywide sales tax by 1% to provide funding for high-priority projects and City services. Through outreach efforts and surveys, community members expressed a strong desire for the repair of streets and sidewalks. The tax went into effect on April 1, 2025, and significant road repair projects are now underway and more beginning soon. These include construction on Coombs Street, Jefferson Street, within the Westwood Neighborhood, and this project on Trancas Street.
The engineer's estimate of probable construction cost for the Trancas Street project is $4,285,000. Staff publicly bid the project throughout August. On August 27th, 2025, 10 formal bids for construction were received. The bids were as follows:
Base Bid
Bid Alt A
Bid Alt B
*$2,103,541.15
$618,883.75
$383,324.75
*MCK Services, Inc. - Martinez, CA
$2,256,699.25
$528,943.75
$293,164.75
Bay Cities Paving & Grading Inc. - Concord, CA
$2,333,714.25
$958,223.75
$606,768.50
Ghilotti Bros., Inc. - San Rafael, CA
$2,374,242.75
$664,402.00
$450,831.00
O.C. Jones & Sons, Inc. - Berkely, CA
$2,419,119.25
$808,005.00
$492,039.00
Ghilotti Construction Company, Inc. - Santa Rosa, CA
$2,467,508.95
$653,833.75
$338,579.75
Argonaut Constructors - Santa Rosa, CA
$2,564,786.00
$677,397.00
$364,008.00
A. Teichert & Son, Inc. dba Teichert Construction - Pleasanton, CA
$2,571,410.00
$783,979.50
$530,614.75
Team Ghilotti, Inc. - Petaluma, CA
$2,596,099.00
$702,010.00
$423,500.00
Goodfellow Bros. California, LLC - Livermore, CA
$4,268,600.00
$1,268,642.00
$868,600.00
S&H Construction, Inc - Fremont, CA
*Apparent lowest responsible bidder submitting a responsive bid, contract bid documents specified contract award would be based on bids submitted for the base bid portion of the work
The Napa Municipal Code local businesses preference of a three percent (3%) bid reduction factor did not alter the bid results.
Through a joint reimbursement agreement with the County of Napa Public Works Department, the County will be responsible for all costs associated with bid items and inspection for the County Work that are included in Bid Alternates A & B. To ensure clear cost tracking, bid items for County Work are listed separately from those for City Work.
The construction contract bid schedule is as follows:
City Work (Base Bid) $ 2,103,541.15
County Work (Bid Alternative A) $ 618,883.75
County Work (Bid Alternative B) $ 383,324.75
Total Construction Contract = $ 3,105,749.65
The City's existing project budget is sufficient to fully fund the City Work (Base Bid) portion of the construction contract. The County of Napa approved an agreement at their September 9, 2025, board meeting committing to reimburse the City for all costs associated with Bid Alternates A and B. Should the County elect not to proceed with these alternates or reimbursement not be provided, the bid alternates will be excluded from the construction. The proposed Council Budget Amendment No. 8P3 amends the project's FY26 budget adding the County reimbursement amount to the project budget for the purpose of delivering Bid Alternates A and B.
OWNERS PROJECT DELIVERY COSTS & CONSTRUCTION CONTINGENCY
The total construction budget, inclusive of the construction contract of a 10% contingency, and all owner's costs, is anticipated as follows:
MCK Services, Inc. (base bid + alternates A & B) $3,105,749.65
Contingency for unforeseen conditions (10% of bid) $ 310,575.00
Construction management $ 100,000.00
Material testing $ 30,000.00
Engineering staff time $ 20,000.00
Total Recommended Construction Budget = $3,566,324.65
The construction budget includes up to 10% contingency to complete the work. The additional contingency would be available to address unforeseen site conditions and conform the new construction to existing field conditions that may exist. The contingency, contract administration, construction management, inspection costs, and geotechnical testing are estimates. The funds can be used interchangeably between the items listed above. Staff recommends authorization to proceed with the award of the construction contract to proceed with the construction phase of the project.
FINANCIAL IMPACTS:
There are no financial impacts to award the construction contract in the base bid amount indicated. Sufficient funding for the base bid is included in the Trancas Street Rehabilitation (33ST26PW10) project's budget.
Costs incurred related to Bid Alternate A and B will be fully reimbursed by the County of Napa under the proposed reimbursement agreement. To reflect the Bid Alternate costs and corresponding reimbursement from the County, the recommended Council Budget Amendment No. 8P3 amends the FY2025/26 & 2026/27 CIP Budget to obligate $1,280,000 of County of Napa reimbursement funds to 33ST26PW10.
CEQA:
City staff recommends that the City Council determine that the Recommended Action is exempt from CEQA pursuant to CEQA Guidelines Section 15301(c), which exempts the repair or minor alteration of existing streets, sidewalks, gutters, and similar facilities.
DOCUMENTS ATTACHED:
ATCH 1 - Resolution
EX A - Reimbursement Agreement
EX B - Council Budget Amendment 8P3
NOTIFICATION:
None.
|1010|