San Bernardino header
File #: 782   
Type: Consent Status: Passed
File created: 7/30/2019 Department: Public Works-Transportation
On agenda: 8/6/2019 Final action: 8/6/2019
Subject: Contract with Matich Corporation for the Park Boulevard Reconstruction Project, Joshua Tree Area
Attachments: 1. CON-PW-Trans 8-6-19 Con with Matich Corporation for Park Boulevard, 2. MAP-PW-Trans 8-6-19 Con with Matich Corporation for Park Boulevard, 3. Item#30 Executed BAI, 4. Executed Contract No. 19-517

REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS

OF THE COUNTY OF SAN BERNARDINO

AND RECORD OF ACTION

 

August 6, 2019

 

FROM

KEVIN BLAKESLEE, Director, Department of Public Works - Transportation

         

SUBJECT                      

Title                     

Contract with Matich Corporation for the Park Boulevard Reconstruction Project, Joshua Tree Area

End

 

RECOMMENDATION(S)

Recommendation

1.                     Award a construction contract to Matich Corporation San Bernardino, CA, in the amount of $1,272,544 for the Park Boulevard Reconstruction Project in the Joshua Tree area (Project).

2.                     Authorize a contingency fund of $127,254 for the Project.

3.                     Authorize the Director of Public Works to approve the expenditure of the contingency fund of $127,254 for verified quantity overruns for this unit priced construction contract.

4.                     Authorize the Director 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 $76,127 of the $127,254 contingency fund, pursuant to Public Contract Code section 20142.

5.                     Authorize the Director of Public Works to accept the work when 100% complete and execute and file the Notice of Completion.

(Presenter: Kevin Blakeslee, 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 Project is funded by Measure I 2010-2040 Morongo Basin Subarea Major Local Highway Program (MLHP) revenues. The San Bernardino County Transportation Authority is the administrator of the MLHP revenues and shall reimburse the County for eligible Project costs. Sufficient appropriation is included in the 2019-20 Road Operations budget (6650002000 14H14844) and will be included in future recommended budgets.

 

BACKGROUND INFORMATION

The Project involves pulverizing the existing asphalt surface, removing a portion of the pulverized material, placing cement treated base and paving with new asphalt concrete (AC).  The Project also involves placing AC dikes and reconstructing concrete gutters. By preserving and improving the structural integrity of the existing roadway surface, the Project aligns with the County and Chief Executive Officer’s goals and objectives by ensuring the development of a well-planned, balanced, and sustainable County, and by providing for the safety, health and social service needs of County residents. All work for the Project will be done within the existing road right-of-way.

On December 5, 2017 (Item No. 45), the Board of Supervisors (Board) determined that the Project was exempt under the California Environmental Quality Act, approved the Project as defined in the Notice of Exemption, and directed the Clerk of the Board to file and post said notice.

Following Board approval of this item, construction is anticipated to commence mid-August, 2019 and be completed by the end of October, 2019.

 

PROCUREMENT

On April 16, 2019 (Item No. 34), the Board approved the Project’s plans and specifications, as well as authorized the Director of the Department of Public Works to advertise the Project for bids.  This Project was advertised in the Daily Press on May 7, 2019, in the Precinct Reporter on May 9, 2019, and released on the County Electronic Procurement Network (ePro) on May 7, 2019.  Notice inviting bids was also provided to specified construction trade journals as required by Public Contract Code section 22036. On June 6, 2019, the following six bids were received:

 

Contractor

Location

Total Bid

Matich Corporation

San Bernardino, CA

$1,272,544.00

Granite Construction Co.

Indio, CA

$1,321,231.00

Onyx Paving Company, Inc.

Anaheim, CA

$1,396,000.00

Hardy & Harper, Inc.

Lake Forest, CA

$1,517,999.10

All American Asphalt

Corona, CA

$1,735,858.00

Vance Corporation

Bloomington, CA

$1,828,069.00

 

The Department has reviewed the bids received and determined that they are responsive, and recommends entering into a contract with Matich Corporation, the lowest responsible bidder.  Subsequent to the bid opening, the Department had received a bid protest from the second low bidder, Granite Construction Co., on June 13, 2019.  It protested the low bidder’s bid for various inconsistencies.  The Department has reviewed the protest in conjunction with legal counsel and rejected it, via a letter dated July 3 2019, as failing to specify a valid basis under which the Low Bidder’s bid must be rejected as non-responsive.  The Department has determined that Matich’s bid was responsive and the inadvertent errors they had on the bid documents did not provide them with an advantage or benefit, nor did it affect the overall amount of the bid, therefore the errors addressed by the protest were inconsequential to the final results. 

 

This Project will have a 10 percent contingency fund of $127,254 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 $76,127 of the $127,254 contingency fund.

 

REVIEW BY OTHERS

This item has been reviewed by County Counsel (Suzanne Bryant, Deputy County Counsel, 387-5455) on July 3, 2019; Purchasing (Jason Cloninger, Lead Buyer, 387-8258) on July 2, 2019; Finance (Wen Mai, Administrative Analyst, 387-4020) on July 17, 2019; and County Finance and Administration (Matthew Erickson, County Chief Financial Officer, 387-5423) on July 18, 2019.