Laserfiche WebLink
File Number: 17-400 <br />Public Works are included in the scope of work for the subject project. <br />This project will replace defective sewer main lines, reconstruct deteriorated manholes and/or <br />manhole channels, replace deteriorated manhole frames and covers, reroute sewer main lines to <br />improve flow velocity, as well as miscellaneous work items as identified on the project plans. <br />These improvements will increase system reliability, reduce the frequency of required <br />maintenance, reduce the risk of sewage overflows and improve system access to increase <br />efficiency of maintenance operations. Existing improvements disturbed by construction will be <br />restored at the end of this project. <br />Composite non-metallic manhole frames and covers will be utilized at several locations where <br />sewer gases have corroded the existing metal frames and covers. Composite manhole frames <br />and covers are lighter than metal covers and are easier for maintenance staff to handle. <br />Information from other agencies who have used similar frames and covers indicate that they are <br />unattractive to metal thieves and are corrosion resistant. In addition, the composite covers will <br />have locks operable only with special tools to deter unauthorized access. <br />There is storm drain work included in the project at the intersection of Bancroft Ave. and Dutton <br />Ave., which will tie in the southwest corner of the intersection to the main that runs along Bancroft <br />Ave. This work will replace a collapsed arch culvert at that location that no longer functions as <br />originally designed to remove water from the travel way. This work cannot be funded from the <br />Water Pollution Control Plant (WPCP) enterprise accounts established for this project, so a <br />Measure B Local Streets and Roads appropriation is requested for the work as part of this <br />action. <br />Analysis <br />Six companies attended the mandatory pre-bid meeting on August 30, 2017 and from those, <br />three bids were received. Staff contacted the three attendees that did not bid, and asked why they <br />chose not to bid. Two companies replied to the inquiry and stated that San Leandro’s bid <br />process and paperwork was more effort than they were willing to expend. Bids received ranged <br />between $1,160,686 and $1,638,000. Westland Contractors, Inc. submitted the lowest bid of <br />$1,160,686. The pre-bid engineer’s estimate for construction is $907,128. Westland Contractors, <br />Inc. was determined to be the lowest responsive bidder. <br />None of the bidders have an office in San Leandro that would qualify them as a local business per <br />the Local Inclusion Policy Ordinance. Also, none of the bidders met the 25% Local Business <br />Participation Goal by subcontracting with San Leandro businesses for 25% of the contract value. <br />The lowest bidder had no local subcontractors. The lowest bidder provided documentation that <br />demonstrated completion of the required good faith efforts to meet the local business <br />participation goal. <br />This project is subject to the provisions of the Community Workforce Agreement (CWA). Staff <br />advised each bidder of the CWA in writing and verbally at the mandatory pre-bid meetings. Staff <br />gave each contractor contact information for the Bay Area Business Roundtable, an organization <br />hired by the City to provide free guidance in achieving compliance with the CWA. The low bidder <br />signed the Community Workforce Agreement commitment form. <br />Page 2 City of San Leandro Printed on 10/10/2017 <br />20