San Bernardino header
File #: 2324   
Type: Consent Status: Passed
File created: 6/1/2020 Department: Public Works-Transportation
On agenda: 6/9/2020 Final action: 6/9/2020
Subject: Contract with Vance Corporation for the Lone Pine Canyon Road Project, Wrightwood Area
Attachments: 1. ATT-PW-Trans 6-9-20 Con with Vance Corporation for Lone Pine Canyon Road, Wrightwood - Addendum No. 2, 2. ATT-PW-Trans 6-9-20 Con with Vance Corporation for Lone Pine Canyon Road, Wrightwood - Addendum No. 3, 3. ATT-PW-Trans 6-9-20 Con with Vance Corporation for Lone Pine Canyon Road, Wrightwood - Addendum No. 4, 4. ATT-PW-Trans 6-9-20 Con with Vance Corporation for Lone Pine Canyon Road, Wrightwood - Addendum No. 5, 5. ATT-PW-Trans 6-9-20 Con with Vance Corporation for Lone Pine Canyon Road, Wrightwood - Addendum No. 1, 6. MAP-PW-Trans 6-9-20 Con with Vance Corporation for Lone Pine Canyon Road, Wrightwood, 7. CON-PW-Trans 6-9-20 Con with Vance Corporation for Lone Pine Canyon Road, Wrightwood, 8. Item #45 Executed BAI, 9. 20-352 Executed Contract

REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS

OF THE COUNTY OF SAN BERNARDINO

AND RECORD OF ACTION

 

June 9, 2020

 

FROM

BRENDON BIGGS, Interim Director, Department of Public Works -Transportation         

 

SUBJECT

Title

Contract with Vance Corporation for the Lone Pine Canyon Road Project, Wrightwood Area

End

 

RECOMMENDATION(S)

Recommendation

1.                     Approve Addendum No 1, issued on April 21, 2020, Addendum No. 2, issued on April 28, 2020, Addendum No. 3, issued on May 4, 2020, Addendum No. 4 issued on May 7, 2020, and Addendum No. 5, issued on May 13, 2020 to the bid documents for the Lone Pine Canyon Road Project located in the Wrightwood area (Project).

2.                     Award a construction contract to Vance Corporation (Bloomington, CA), in the amount of $2,622,324 for the Project.

3.                     Authorize a contingency fund of $262,232 for the Project.

4.                     Authorize the Director of Public Works and/or Interim Director of Public Works to approve the expenditure of the contingency fund of $262,232 for verified quantity overruns for this unit priced construction contract.

5.                     Authorize the Director of Public Works and/or Interim 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 $143,616 of the $262,232 contingency fund, pursuant to Public Contract Code section 20142.

6.                     Authorize the Director of Public Works and/or Interim Director of Public Works to accept the work when 100% complete and execute and file the Notice of Completion.

(Presenter: Brendon Biggs, Interim 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 Department of Public Works (Department) is funded by Gas Tax revenues, fees, and other state and local funding. The construction contract of $2,622,324 and contingency fund of $262,232 for the Project will be funded with Gas Tax revenue.  Sufficient appropriation and revenue are included in the 2019-20 Road Operations budget (6650002000 14H14276) and will be included in future recommended budgets.

 

BACKGROUND INFORMATION

The Project consists of removing an existing 10-foot by 5-foot concrete box culvert on Lone Pine Canyon Road at Sheep Creek, and replacing it with a new larger arched culvert and wingwalls. The Project also includes reconstructing approximately 400 feet of roadway, regrading areas immediately upstream and downstream of the new culvert structure, and constructing rock slope protection.

 

On September 11, 2012 (Item No. 62), in accordance with the California Environmental Quality Act (CEQA) Guidelines, the Board of Supervisors (Board) adopted a Mitigated Negative Declaration and Notice of Determination for the Sheep Creek and Lone Pine Canyon Road including both flood control improvements and replacement of the Lone Pine Canyon Road culvert. However, due to funding constraints, construction of the road culvert component of the Project was placed on hold until funding could be secured. In 2019, the Department staff revisited the Negative Mitigated Declaration and determined that a subsequent CEQA document is not required because there are no major revisions to the culvert scope of work that would result in new significant environmental effects or an increase in severity of previously identified significant effects.

 

The Project aligns with the County and Chief Executive Officer’s goals and objectives to ensure the development of a well-planned, balanced, and sustainable County and enhance the safety of County residents by improving drainage under Lone Pine Canyon Road at Sheep Creek, and which may help prevent road closures as a result of flood events. All work for the Project will be done within the existing San Bernardino County Flood Control District and road right-of-way.

 

Following Board approval of this item, construction is anticipated to commence beginning of July of 2020 and be completed by end of October of 2020.

 

PROCUREMENT

On March 24, 2020 (Item No. 38), the Board approved the Project’s plans and specifications, as well as authorized the Director of Public Works and/or Interim Director of Public Works to advertise the Project for bids.  This Project was advertised in the Daily Press on April 7, 2020, in the Precinct Reporter on April 9, 2020, and released on the County Electronic Procurement Network (ePro) on April 7, 2020.  Notice inviting bids was also provided to specified construction trade journals as required by Public Contract Code section 22036. On May 18, 2020, the following eight bids were received:

 

Contractor

Location

Total Bid

Vance Corporation

Bloomington, CA

$2,622,324.00

SUKUT Construction

Santa Ana, CA

$2,707,248.00

Empire Equipment Service, Inc.

Mira Loma, CA

$3,115,653.50

Leonida Builders, Inc.

Santa Clarita, CA

$3,170,375.00

Stronghold Engineering, Inc.

Perris, CA

$3,189,604.00

Griffith Company

Brea, CA

$3,438,430.30

Los Angeles Engineering, Inc.

Covina, CA

$3,938,795.00

Riverside Construction, Co.

Riverside, CA

$4,065,837.00

 

The following addendums were issued during the bidding phase.

 

Addendum No. 1:                     Provided the Geotechnical report, structural calculations and one additional plan sheet.

Addendum No. 2:                     Revised various special provision sections and plans related to a revised grading plan, updated permits and utility coordination.

Addendum No. 3:                     Delayed the bid opening to allow time for bidder questions to be answered.

Addendum No. 4:                     Provided answers to bidder questions, and revised various special provision sections related to earthwork quantities, requirements, and payments.

Addendum No. 5:                     Delayed the bid opening, and revised various special provision sections related to backfill requirements, provided an updated proposal package for bidders to use.

 

The Department has reviewed the bids received and determined that they are responsive, and recommends entering into a contract with Vance Corporation, the lowest responsible bidder.  No appeal/protest letters were received.

 

This Project will have a 10 percent contingency fund of $262,232 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 and/or Interim 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 $143,616 of the $262,232 contingency fund.

 

REVIEW BY OTHERS

This item has been reviewed by County Counsel (Suzanne Bryant, Deputy County Counsel, 387-5455) on May 18, 2020; Purchasing (Jason Cloninger, Lead Buyer, 387-8258) on May 19, 2020; Finance (Jessica Trillo, Administrative Analyst, 387-4222) on May 19, 2020; and County Finance and Administration (Matthew Erickson, County Chief Financial Officer, 387-5423) on May 25, 2020.