Skip to main content
File #: 12917   
Type: Consent Status: Passed
File created: 9/15/2025 Department: Public Works-Transportation
On agenda: 9/23/2025 Final action: 9/23/2025
Subject: Contract with DT Stellar General Engineering for the South Fontana Americans with Disabilities Act Ramps Project - Phase 1 in the South Fontana Area
Attachments: 1. CON-PW-Trans 9-23-25 con with DT Stellar General Engineering for South Fontana ADA Ramps South Fontana area_v4, 2. MAP-PW-Trans-9-23-25 PS South Fontana Area ADA Ramps

REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS

OF SAN BERNARDINO COUNTY

AND RECORD OF ACTION

 

September 23, 2025

 

FROM

NOEL CASTILLO, Director, Department of Public Works - Transportation

 

SUBJECT

Title

Contract with DT Stellar General Engineering for the South Fontana Americans with Disabilities Act Ramps Project - Phase 1 in the South Fontana Area

End

 

RECOMMENDATION(S)

Recommendation

1.                     Award construction contract to DT Stellar General Engineering, in the amount of $557,819, for the South Fontana Americans with Disabilities Act Ramps Project - Phase 1 in the South Fontana area.

2.                     Authorize a contingency fund of $55,781 for the South Fontana Americans with Disabilities Act Ramps Project - Phase 1 in the South Fontana area.

3.                     Authorize the Director of the Department of Public Works to approve the expenditure of the contingency fund of $55,781 for verified quantity overruns for this unit priced construction contract.

4.                     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 $40,390 of the $55,781 contingency fund, pursuant to Public Contract Code Section 20142.

5.                     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: Byanka Velasco, Assistant 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 Discretionary General Funding (Net County Cost). The South Fontana Americans with Disabilities Act Ramps Project - Phase 1 in the South Fontana area (Project) is funded with grant revenue from the Community Development Block Grant (CDBG) funds administered by the San Bernardino County Community Development and Housing Department (CDH). Sufficient appropriation and revenue are included in the Department’s 2025-26 Road Operations budget (6650002000 H15027).

 

BACKGROUND INFORMATION

The Project involves the installation or reconstruction of 28 curb ramps in accordance with current design standards and pursuant to the Americans with Disabilities Act (ADA) guidelines. The construction work will occur at various locations along Elm Avenue, Poplar Avenue, and Granada Avenue in the South Fontana area. Other improvements include minor sidewalk improvements and signing and striping as needed. All work for the Project will be done within the existing right-of-way. This Project is Phase I of a multi-phase effort to install or reconstruct approximately 146 total ADA ramps in the South Fontana area.

 

On March 14, 2022, the Department of Public Works’ (Department) environmental staff reviewed this Project and determined that a categorical exemption in accordance with the California Environmental Quality Act Guidelines, Title 14 of the California Code of Regulations, Title 14 of the California Code of Regulations, Section 15301(c) Class 1 (existing facilities) and Section 15302(c) Class 2 (replacement or reconstruction), is appropriate. The Class 1 exemption allows for repair and maintenance activities on existing roads, sidewalks, gutters, and similar facilities that involve negligible or no expansion of use beyond that existing at the time of the lead agency’s determination. The Class 2 exemption allows for the replacement or reconstruction of existing structures and facilities where the new structure will be located on the same site as the replaced structure. The Notice of Exemption was filed and posted by the Clerk of the Board of Supervisors (Board) on May 8, 2025.

 

On May 7, 2024 (Item No. 23), the Board approved the Final Program Year 2024-2025 United States Department of Housing and Urban Development Annual Action Plan, of which the Project is included in the project list.

 

Pursuant to delegated authority from the United States Department of Housing and Urban Development, on September 24, 2024, 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).

 

Following Board approval of this item, construction is anticipated to commence in the Fall of 2025 and be completed by Spring of 2026.

 

PROCUREMENT

On June 17, 2025, the Assistant Executive Officer 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 the San Bernardino County Sun newspaper on July 8, 2025, and released on the County Electronic Procurement Network (ePro) on July 9, 2025. A notice inviting bids was also provided to the specified construction trade journals identified pursuant to Public Contract Code Section 22036.

 

On August 7, 2025, the following nine bids were received:

 

Contractor

Location

Total Bid

DT Stellar General Engineering

Winchester, CA

$557,819

LCR Earthwork & Engineering Corporation

Jurupa Valley, CA

$631,020

Gentry General Engineering

Colton, CA

$632,454

Onyx Paving Company, Inc.

Yorba Linda, CA

$678,000

Hardy & Harper, Inc.

Lake Forest, CA

$695,000

Matich Corporation

San Bernardino, CA

$760,686

CT&T Concrete Paving Inc.

Diamond Bar, CA

$775,530

DM Contracting, Inc.

Colton, CA

$856,890

KNC Construction Inc.

-

Non-Responsive

 

Upon receipt of bids, the Department determined that the bid submission from KNC Construction, Inc., was non-responsive because the bidder did not provide a proposal, as required by the instruction to bidders, as part of their submission.

 

The Department has reviewed the remaining eight bids received and determined that they are all responsive, and recommends entering into a contract with DT Stellar General Engineering, the responsive lowest responsible bidder. No appeal/protest letters were received.

 

This Project will have a 10 percent contingency fund of $55,781 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 $40,390 of the $55,781 contingency fund.

 

REVIEW BY OTHERS

This item has been reviewed by County Counsel (Aaron Gest, Deputy County Counsel, 387-5455) on August 21, 2025; Purchasing (Dylan Newton, Buyer III, 387-3377) on August 27, 2025; and County Finance and Administration (Kathleen Gonzalez, Administrative Analyst, 387-5412) on September 6, 2025.