San Bernardino header
File #: 5105   
Type: Consent Status: Passed
File created: 11/5/2021 Department: Public Works-Transportation
On agenda: 11/16/2021 Final action: 11/16/2021
Subject: Contract with Gentry General Engineering, Inc. for the Laurel Avenue at Randall Avenue Drainage Improvement Project in the Fontana Area
Attachments: 1. CON-PW-Trans 11-16-21 Con with Gentry General Eng for Laurel Ave at Randall Ave Project, Fontana Area, 2. MAP-PW-Trans 11-16-21 Con with Gentry General Eng for Laurel Ave at Randall Ave Project, Fontana Area, 3. ATT-PW-Trans 11-16-21 Con with Gentry General Eng for Laurel Ave at Randall Ave Project, Fontana Area, Addendum No. 1, 4. ATT-PW-Trans 11-16-21 Con with Gentry General Eng for Laurel Ave at Randall Ave Project, Fontana Area, Addendum No. 2, 5. Item #51 Executed BAI, 6. 21-835 Executed Contract

REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS

OF SAN BERNARDINO COUNTY

AND RECORD OF ACTION

 

November 16, 2021

 

FROM

BRENDON BIGGS, Director, Department of Public Works - Transportation

 

SUBJECT

Title

Contract with Gentry General Engineering, Inc. for the Laurel Avenue at Randall Avenue Drainage Improvement Project in the Fontana Area

End

 

RECOMMENDATION(S)

Recommendation

1.                     Approve Addendum No. 1, issued on September 28, 2021, and Addendum No. 2, issued on October 1, 2021 to the bid documents for the Laurel Avenue at Randall Avenue Drainage Improvement Project in the Fontana Area.

2.                     Award a construction contract to Gentry General Engineering, Inc. (Rancho Cucamonga, CA) in the amount of $148,029 for the Laurel Avenue at Randall Avenue Drainage Improvement Project in the Fontana Area.

3.                     Authorize a contingency fund of $14,802 for the Laurel Avenue at Randall Avenue Drainage Improvement Project in the Fontana Area.

4.                     Authorize the Director of the Department of Public Works to approve the expenditure of the contingency fund of $14,802 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 $14,802 of the $14,802 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: Brendon Biggs, 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 revenue, fee revenue, and other state and local funding.  The cost for the Laurel Avenue at Randall Avenue Drainage Improvement Project in the Fontana area (Project) is $148,029 with a contingency fund of $14,802 and will be funded with Gas Tax revenue. Sufficient appropriation and revenue are included in the Department’s 2021-22 Road Operations budget (6650002000 18H15101).

 

BACKGROUND INFORMATION

The Project consists of removing and replacing the existing curb and gutter, reconstructing asphalt concrete pavement and concrete spandrel, constructing a driveway approach, and repainting traffic striping at the southeast corner of Laurel Avenue and Randall Avenue to improve drainage flows.

 

On June 8, 2021 (Item No. 65), the Board of Supervisors (Board) determined 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.

 

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 to provide for the safety, health and social service needs of County residents by improving roadway drainage. 

 

Following Board approval of this item, construction is anticipated to commence beginning of December 2021 and be completed by end of December 2021.

 

PROCUREMENT

On July 27, 2021 (Item No. 42), 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 August 31, 2021, in the Precinct Reporter on September 2, 2021, and released on the County’s Electronic Procurement Network (ePro) on August 31, 2021.  Notice inviting bids was also provided to specified construction trade journals as required by Public Contract Code section 22036. On October 7, 2021, the following eight bids were received:

 

Contractor

Location

Total Bid

Gentry General Engineering, Inc.

Rancho Cucamonga, CA

$148,029

All American Asphalt

Corona, CA

$150,360

I.E. General Engineering, Inc.

Beaumont, CA

$152,417 (Non-Responsive)

Hardy & Harper, Inc.

Lake Forest, CA

$177,000

Onyx Paving Company

Anaheim, CA

$184,000

Roadway Engineering and Contracting, Inc.

Fontana, CA

$194,435

DM Contracting, Inc.

Colton, CA

$342,075

CT &T Concrete Paving, Inc.

Diamond Bar, CA

$378,840

 

The following addendums were issued during the bidding phase:

 

Addendum No. 1:                     Changed the bid opening date.

 

Addendum No. 2:                     Revised the Fast Setting concrete specification to use Section 41 “Existing Concrete Pavement” and required the contractor to submit a concrete work plan and perform a trial slab on the southern portion of the Project.

 

The Department has reviewed the bids received and determined that they are responsive, with the exception of I.E. General Engineering, Inc. for not acknowledging Addendum No. 1 and recommends entering into a contract with Gentry General Engineering, Inc., the lowest responsible bidder.  No appeal/protest letters were received.

 

This Project will have a 10 percent contingency fund of $14,802 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 $14,802 of the $14,802 contingency fund.

 

REVIEW BY OTHERS

This item has been reviewed by County Counsel (Suzanne Bryant, Deputy County Counsel, 387-5455) on October 14, 2021; Purchasing (Jason Cloninger, Lead Buyer, 387-8258) on October 14, 2021; Finance (Jessica Trillo, Administrative Analyst, 387-4222) on October 25, 2021; and County Finance and Administration (Matthew Erickson, County Chief Financial Officer, 387-5423) on October 31, 2021.