REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS
OF SAN BERNARDINO COUNTY
AND RECORD OF ACTION
September 24, 2024
FROM
NOEL CASTILLO, Director, Department of Public Works - Transportation
SUBJECT
Title
Contract with CT&T Concrete Paving, Inc. for the Newmark Elementary School Sidewalk Project in the Arrowhead Farms Area
End
RECOMMENDATION(S)
Recommendation
1. Approve Addendum No. 1, issued on August 6, 2024, and Addendum No. 2 on August 19, 2024, to the bid documents for the Newmark Elementary School Sidewalk Project in the Arrowhead Farms Area.
2. Award a construction contract to CT&T Concrete Paving, Inc., in the amount of $1,211,436.09 for the Newmark Elementary School Sidewalk Project in the Arrowhead Farms Area.
3. Authorize a contingency fund of $121,143 for the Newmark Elementary School Sidewalk Project in the Arrowhead Farms Area.
4. Authorize the Director of the Department of Public Works to approve the expenditure of the contingency fund of $121,143 for verified quantity overruns for this unit priced construction contract.
5. Authorize the Director of the Department of Public Works to order any necessary changes or additions in the work being performed under the contract for a total amount not to exceed $73,071 of the $121,143 contingency fund, pursuant to Public Contract Code section 20142.
6. Authorize the Director of the Department of Public Works to accept the work when 100% complete and execute and file the Notice of Completion.
(Presenter: Noel Castillo, Director, 387-7906)
Body
COUNTY AND CHIEF EXECUTIVE OFFICER GOALS & OBJECTIVES
Ensure Development of a Well-Planned, Balanced, and Sustainable County.
Provide for the Safety, Health and Social Service Needs of County Residents.
FINANCIAL IMPACT
Approval of this item will not result in the use of additional Discretionary General Funding (Net County Cost). The Newmark Elementary School Sidewalk Project in the Arrowhead Farms Area (Project) will be funded with the Department of Public Works (Department) existing General Fund allocation for the Maintenance of Effort requirement as part of the Senate Bill 1 - Road Repair and Accountability Act, and with Community Development Block Grant funds administered by the Community Development and Housing Department (CDH). Sufficient appropriation and revenue are included in the Department’s 2024-25 Road Operations budget (6650002000 20H15204).
BACKGROUND INFORMATION
The Project consists of construction of new sidewalks, curbs and gutters, driveway approaches and curb ramps all designed to meet current design standards and Americans with Disabilities Act guidelines. The project also requires the removal of three trees. All necessary right-of-way has been acquired, ensuring no further delays due to land acquisition.
On August 8, 2023 (Item No. 41), the Board of Supervisors (Board) determined that the Project was exempt under the California Environmental Quality Act guidelines and approved the Project as defined in the Notice of Exemption. The Clerk of the Board posted the notice on August 9, 2023.
Pursuant to delegated authority from the United States Department of Housing and Urban Development, on November 14, 2023, CDH reviewed the Project for compliance under the National Environmental Policy Act and determined the Project is Categorically Excluded pursuant to Title 24 of the Code of Federal Regulations, Section 58.34(a)(12).
The Project aligns with the County and the Chief Executive Officer’s goals and objectives of ensuring the development of a well-planned, balanced, and sustainable County by preserving and improving the structural integrity of existing road surfaces and access for pedestrians, including those with disabilities.
Following Board approval of this item, construction is anticipated to commence in October 2024 and be completed by January 2025.
PROCUREMENT
On July 9, 2024 (Item No. 38), the Board approved the Project’s plans and specifications, as well as authorized the Director of the Department to advertise the Project for bids. This Project was advertised in San Bernardino County Sun newspaper on July 23, 2024 and released on the County’s Electronic Procurement Network (ePro) on July 23, 2024. A notice inviting bids was also provided to specified construction trade journals identified pursuant to Public Contract Code section 22036. On August 22, 2024, the following four bids were received:
Contractor |
Location |
Total Bid |
CT&T Concrete Paving, Inc. |
Diamond Bar, CA |
$1,211,436.09 |
DM Contracting, Inc. |
Colton, CA |
$1,426,910.00 |
Gentry General Engineering, Inc. |
Colton, CA |
$1,564,759.00 |
Jergensen Concrete, Inc. |
Phelan, CA |
$1,860,519.00 |
The following addenda were issued during the bidding phase:
Addendum No. 1: Replace website links in Notice to Bidders and General Provisions related to Prevailing Wage. Revise Agency Contacts for the utilities section. Replace pink pages for Federal Minimum Wage. Revise sections in General Construction. Replace proposal page with revised proposal page. Provide a project plan set and replace specified plan sheets with revised plan sheets.
Addendum No. 2: Remove and replace prevailing wage requirements for federal-aid construction contracts, FHWA-1273.
The Department has reviewed the bids received and determined that they are responsive and recommends entering into a contract with CT&T Concrete Paving, Inc., the lowest responsive and responsible bidder. No appeal/protest letters were received.
This Project will have a 10 percent contingency fund of $121,143 to compensate the contractor for verified quantity overruns, as well as changes in the contract under certain circumstances. Under an established formula based on the contract amount, Public Contract Code section 20142 allows the Board to authorize the Director of the Department to order changes in the contract, including for unforeseen conditions or design shortfalls, should they become necessary in the future, for a total amount not to exceed $73,071 of the $121,143 contingency fund.
REVIEW BY OTHERS
This item has been reviewed by County Counsel (Aaron Gest, Deputy County Counsel, 387-5455) on August 27, 2024; Purchasing (Jason Cloninger, Lead Buyer, 387-0321) on August 27, 2024; Finance (Jessica Trillo, Administrative Analyst, 387-4222) on September 4, 2024; and County Finance and Administration (Paloma Hernandez-Barker, Deputy Executive Officer, 387-5423) on September 9, 2024.