Laserfiche WebLink
File Number: 20-116 <br /> <br />Curb ramps are a vital component of pedestrian travel. Curb ramps allow wheelchair users to <br />safely cross streets. Curb ramps make sidewalks accessible, regardless of physical ability. <br />Each curb ramp includes a panel of raised domes to warn the vision impaired of a street <br />crossing. <br />Construction of the Annual Street Sealing 2019-20 project is subdivided into three phases; <br />concrete ramps, sewer point repairs, and pavement sealing. The work is split into three contracts <br />because each phase is typically performed by a specialty contractor who generally doesn’t act as <br />a general contractor. This process of phasing the project was performed successfully in the past. <br />Phasing this project also allows for the preparatory work associated with the sealing project, such <br />as curb ramp upgrade and sanitary sewer point repair to be bid earlier, before the pavement <br />sealing work is fully designed. <br />Analysis <br />Bids were opened on May 6, 2020. Seven (7) bids were received ranging between $320,770 <br />and $613,840. The pre-bid engineer’s estimate for construction was $437,310. Staff <br />recommends award to the lowest responsive bid and responsible bidder, FBD Vanguard <br />Construction, Inc. Staff verified the contractor has a valid Contractor’s State License Board <br />license and is registered with the California Department of Industrial Relations. <br />The lowest bid was received from Villalobos & Associates. However, Villalobos & Associates <br />failed to meet the Local Business Participation criteria. Its Good Faith Efforts included meeting 4 <br />of the items listed on the Local Business Outreach Form, but a minimum of 5 items is required, <br />thus, Villalobos & Associates’ bid was deemed non-responsive. FBD Vanguard Construction, <br />Inc. is deemed the lowest responsible bidder. FBD Vanguard’s Local Business Participation <br />Goal was met by successfully completing 6 items listed on the Local Business Outreach Form. <br />One local business, Silman Industries, submitted a bid; however, they were not the lowest bidder <br />even with the local business preference bid reduction applied to its bid. This project is subject to <br />the provisions of the Community Workforce Agreement (CWA) because it is part of a larger <br />project that has been split into smaller contracts, which cumulatively trigger CWA requirements. <br />As is standard in the construction industry, staff balanced site investigation costs with the risk of <br />finding unforeseen conditions during construction as well as the design costs with the level of <br />detail on the plans. As a result, unforeseen conditions may be encountered during construction <br />and plan details may need to be adjusted or clarified. In order to minimize delays to the project <br />and ensure that the scope of work is adjusted as needed to provide the highest quality project for <br />the City, staff requests authorization to negotiate and approve change orders. Therefore, staff <br />requests authority to negotiate and approve individual change orders up to 5% ($16,979) of the <br />original contract amount and cumulative change orders up to 25% ($84,895) of the original <br />contract amount. This will ensure the efficient completion of the project on budget and on <br />schedule. <br />Current Agency Policies <br />·Maintain and enhance San Leandro’s infrastructure <br />Page 2 City of San Leandro Printed on 6/10/2020 <br />514