San Bernardino header
File #: 5170   
Type: Consent Status: Passed
File created: 11/24/2021 Department: Real Estate Services-Project Management Division
On agenda: 12/7/2021 Final action: 12/7/2021
Subject: Award Construction Contract with Hamel Contracting, Inc., for the Fuel Tank Infrastructure Phase lll Project
Attachments: 1. ATT-RESD-PM-120721-Addendum No. 2 - Revised Bid Proposal Form, 2. ATT-RESD-PM-120721-Addendum No. 2 Construction Sheets, 3. ATT-RESD-PM-120721-Addendum No. 2 Fuel Tank Infrastructure Phase IIII, 4. CON-RESD-PM-120721-Award Contract Fuel Tank Infrastructure Phase III, 5. ATT-RESD-PM-120721-Addendum No. 1 Fuel Tank Infrastructure Phase III, 6. Item #54 Executed BAI, 7. 21-975 Executed Contract

REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS

OF SAN BERNARDINO COUNTY

AND RECORD OF ACTION

 

December 7, 2021

 

FROM

TERRY W. THOMPSON, Director, Real Estate Services Department - Project Management

         

SUBJECT                      

Title                     

Award Construction Contract with Hamel Contracting, Inc., for the Fuel Tank Infrastructure Phase lll Project

End

 

RECOMMENDATION(S)

Recommendation

1.                     Approve the following addenda to the bid documents for the Fuel Tank Infrastructure Phase lll Project located at 15000 Tokay Street in Victorville.

a.                     Addendum No. 1 to the bid documents, issued August 19, 2021, which revised the bid opening date.

b.                     Addendum No. 2 to the bid documents, issued September 14, 2021, which revised the bid opening date, replaced the Bid Proposal with a revised Bid Proposal, provided revised Construction Sheets - C0.10, C0.20, C1.10, C2.10, C2.12, and S1.10, and responded to bidders’ questions.

2.                     Award a construction contract in the amount of $680,008 to Hamel Contracting, Inc., of Murrieta, CA, for a contract period of 120 calendar days from the date of the issuance of the Notice to Proceed for the Fuel Tank Infrastructure Phase lll Project.

3.                     Authorize the Director of the Real Estate Services Department to order any necessary changes or additions in the work being performed under the contract for a total amount not to exceed $46,500 pursuant to Public Contract Code Section 20142.

4.                     Authorize the Director of the Real Estate Services Department to accept the work when 100% complete and execute and file the Notice of Completion.

 (Presenter: Terry W. Thompson, Director, 387-5000)

Body

 

COUNTY AND CHIEF EXECUTIVE OFFICER GOALS & OBJECTIVES

Improve County Government Operations.

Operate in a Fiscally-Responsible and Business-Like Manner.

Ensure Development of a Well-Planned, Balanced, and Sustainable County.

 

FINANCIAL IMPACT

This item will not result in the use of additional Discretionary General Funding (Net County Cost).  The Fuel Tank Infrastructure Phase III Project (Project) (WBSE 10.10.0857) budget of $1,000,000 is funded from the Fleet Management Department (Fleet) Internal Service Fund Retained Earnings.  The project budget is comprised of the following components:

 

Description

Amount

Project Design

$ 147,000

Project Management, Inspection and Testing

$   59,991

Construction

$ 680,008

Construction Contingency

$   68,001

Project Contingency

$   45,000

Total Project Budget

$ 1,000,000

 

Sufficient appropriation and revenue are included in the 2021-22 Capital Improvement Program (CIP) budget to award this contract.

 

BACKGROUND INFORMATION

Approval of this item will allow the Real Estate Services Department - Project Management (RESD-PM) to proceed with the construction of the Fuel Tank Infrastructure Phase III Project located in Victorville.  The Project Scope is to install two 10,000-gallon fuel tanks, one diesel fuel, and one unleaded fuel, including a new generator adjacent to the High Desert Fleet Services Center to serve County employees that work in and the around the High Desert area. 

 

The California Environmental Quality Act (CEQA) Guidelines require an environmental study be prepared for the Project.  On August 22, 2017 (Item No. 49), the Board of Supervisors (Board) adopted the Initial Study and Mitigated Negative Declaration (IS/MND) for the High Desert Fleet Service Center Project, and directed the Clerk of the Board to file and post the Notice of Determination as required under CEQA.  On July 13, 2021 (Item No. 43), the Board approved an addendum to the IS/MND for the High Desert Fleet Service Center Project and directed the Clerk of the Board to re-file and post the Notice of Determination as required by CEQA. 

 

This Project is consistent with County Administrative Office approved CIP Request No. 20-030.

 

PROCUREMENT

On July 13, 2021 (Item No. 43), the Board authorized RESD-PM to advertise for competitive bids for the Project.  RESD-PM advertised for bids in the Daily Press on July 16, 2021, and on the County Electronic Procurement Network (ePro).  On July 27, 2021, 11 contractors attended a mandatory job walk.  On August 19, 2021, Addendum No. 1 was issued, which included revising the bid-opening date from Tuesday, August 24, 2021 at 2:00 p.m. to Wednesday, September 15, 2021 at 10:00 a.m.  On September 14, 2021, Addendum No. 2 was issued, which included answers to questions submitted by bidders, revised the bid opening date from Wednesday, September 15, 2021 at 10:00 a.m. to Thursday, September 23, 2021 at 10:00 a.m., provided a revised Bid Proposal and provided revised Construction Sheets - C0.10, C0.20, C1.10, C2.10, C2.12, and S1.10.

 

On September 23, 2021, the following six bids were received:

 

Name

Location

Bid

Hamel Contracting, Inc.

Murrieta, Ca

$680,008

Birdgroup Construction

Rancho Cucamonga, Ca

$908,758

Dalke & Sons Construction, Inc.

Riverside, Ca

$913,480

R.E. Chaffee Construction, Inc.

Wrightwood, Ca

$1,022,000

Cornerstone Renovations, Inc.

Rancho Cucamonga, Ca

$1,093,800

Air & Lube Systems, Inc.

Sacramento Ca,

$1,139,930

 

RESD-PM recommends the Board award the construction contract to Hamel Contracting, Inc., the lowest responsive and responsible bidder.

 

REVIEW BY OTHERS

This item has been reviewed by County Counsel (Katherine Hardy, Deputy County Counsel, 387-5455) on October 6, 2021; Fleet Management (Ron Lindsey, Director, 387-7870) October 26, 2021; Real Estate Services - Fiscal (Mark Coombs, Accountant III, 387-4465) on October 26, 2021; Purchasing Department (Bruce Cole, Supervising Buyer, 387-2464) on November 3, 2021; Real Estate Services - Project Management (Kevin Ryan, Assistant Director, 387-5000) on November 10, 2021; Real Estate Services Department (Jennifer Costa, Assistant Director, 387-5380) on November 10, 2021; Finance (Wen Mai, Principal Administrative Analyst, 387-4020) on November 15, 2021; and County Finance and Administration (Matthew Erickson, County Chief Financial Officer, 387-5423) on November 19, 2021.

 

(BL: 361-7215)