REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS
OF SAN BERNARDINO COUNTY
AND RECORD OF ACTION
April 9, 2024
FROM
NOEL CASTILLO, Director, Department of Public Works - Transportation
SUBJECT
Title
Contract with VSS International, Inc. for the Cedar Street and Other Roads Project in the Oak Hills and Hesperia Areas
End
RECOMMENDATION(S)
Recommendation
1. Approve Addendum No. 1, issued on February 29, 2024, to the bid documents for the Cedar Street and Other Roads Project in the Oak Hills and Hesperia Areas.
2. Award a construction contract to VSS International, Inc. in the amount of $2,185,120 for the Cedar Street and Other Roads Project in the Oak Hills and Hesperia Areas.
3. Authorize a contingency fund of $218,512 for the Cedar Street and Other Roads Project in the Oak Hills and Hesperia Areas.
4. Authorize the Director of the Department of Public Works to approve the expenditure of the contingency fund of $218,512 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 $121,756 of the $218,512 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 Discretionary General Funding (Net County Cost). The Cedar Street and Other Roads Project in the Oak Hills and Hesperia areas (Project) will be funded with Senate Bill 1 (SB1) Road Maintenance and Rehabilitation Account (RMRA) funds. Sufficient appropriation and revenue are included in the Department of Public Works (Department) 2023-24 Road Operations budget (6650002000 34H15173) and will be included in future recommended budgets.
BACKGROUND INFORMATION
The Project consists of pavement rehabilitation of approximately 14.4 miles of roads west of Interstate 15, including pavement striping and markings, curb replacement, and other related work.
On September 12, 2023, (Item No. 46) the Board of Supervisors (Board) determined the Project was exempt under the California Environmental Quality Act, and a Notice of Exemption was filed on September 13, 2023.
The Project aligns with the County and the Chief Executive Officer’s goals and objectives of ensuring development of a well-planned, balanced and sustainable County by preserving and improving the structural integrity of existing road surfaces.
Following Board approval of this item, construction is anticipated to commence May 2024 and be completed by December 2024.
PROCUREMENT
On September 12, 2023 (Item No. 46), 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 the Daily Press on February 6, 2024, in the Precinct Reporter on February 8, 2024, and released on the County electronic procurement network (ePro) on February 6, 2024. Notice inviting bids was also provided to specified construction trade journals as required by Public Contract Code section 22036. On March 7, 2024, the following eight bids were received:
|
Contractor |
Location |
Total Bid |
|
VSS International, Inc. |
West Sacramento, CA |
$2,185,120.00 |
|
Vance Corporation |
Beaumont, CA |
$2,192,780.50 |
|
Copp Contracting |
Buena Park, CA |
$2,355,311.46 |
|
Pavement Coating, Co |
Jurupa Valley, CA |
$2,408,728.47 |
|
All American Asphalt |
Corona, CA |
$2,467,695.40 |
|
Onxy Paving Company |
Anaheim, CA |
$2,499,000.00 |
|
Hardy & Harper, Inc. |
Lake Forest, CA |
$2,600,000.00 |
|
IE General Engineering |
Beaumont, CA |
Non-Responsive |
Addendum No. 1 was issued during the bidding phase, which amended traffic items in the Special Provisions and answered bidders’ questions.
Upon receipt of bids, the Department determined that the bid submitted by IE General Engineering, Inc., was non-responsive due to failure to provide an original signed bid bond. The Department has reviewed the remaining seven bids received and determined that each was responsive, and recommends entering into a contract with VSS International, Inc., the lowest responsible bidder. No appeal/protest letters were received.
This Project will have a 10 percent contingency fund of $218,512 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 Public Works 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 $121,756 of the $218,512 contingency fund.
REVIEW BY OTHERS
This item has been reviewed by County Counsel (Aaron Gest, Deputy County Counsel, 387-5455) on March 12, 2024; Purchasing (Jason Cloninger, Lead Buyer, 387-8258) on March 12, 2024; Finance (Jessica Trillo, Administrative Analyst, 387-4222) on March 19, 2024; and County Finance and Administration (Paloma Hernandez-Barker, Deputy Executive Officer, 387-5423) on March 24, 2024.