Legislation Details

File #: 14071   
Type: Consent Status: Passed
File created: 4/27/2026 Department: Project and Facilities Management
On agenda: 5/5/2026 Final action: 5/5/2026
Subject: Design-Build Agreement with Morillo Construction, Inc. for the 303 West 5th Street Design-Build Project
Attachments: 1. ATT-PFMD-050526-Addendum No. 1-303 W. 5th Street Design Build, 2. ATT-PFMD-050526-Addendum No. 2-303 W. 5th Street Design Build, 3. ADD-ATT-PFMD-050526-Addendum No. 1-SBCLimited AsbestosLead-BasedMaterialsSurveyReport, 4. ADD-ATT-PFMD-050526-Addendum No. 1-SBC-Supplemental Abestos Survey Report, 5. ADD-ATT-PFMD-050526-Addendum No. 1-Seismic Assesment Draft Report Part 1 of 2, 6. ADD-ATT-PFMD-050526-Addendum No. 1-Seismic Assesment Draft Report Part 2 of 2, 7. ADD-ATT-PFMD-050526-Addendum No. 2 Supplemental Geotechnical Study, 8. ADD-COV-PFMD-050526-303 W. 5th Street Design Build Project_1699, 9. ADD-ATT-PFMD-050526-Addendum No. 1-250903_303 W 5th Pre-Bid Conference-Power Point, 10. ADD-ATT-PFMD-050526-Addendum No. 1-Dry Utility Due Diligence Report_7.9.25, 11. ADD-ATT-PFMD-050526-Addendum No. 1-Exhibit D_ClarificationModification Criteria Documents, 12. ADD-ATT-PFMD-050526-Addendum No. 1-Exhibit E_ Criteria Document Drawings, 13. ADD-ATT-PFMD-050526-Addendum No. 1-Exhibit U – CDH & Office of Homeless Services Program, 14. ADD-ATT-PFMD-050526-Addendum No. 1-Exhibit U - Revised CDH_OHS_Program 100625, 15. ADD-ATT-PFMD-050526-Addendum No. 1-RRP-RFI Log 09.24.25, 16. ADD-ATT-PFMD-050526-Addendum No. 1-SBC_Landscape Requirements, 17. ADD-ATT-PFMD-050526-Addendum No. 1-SBC-303-RFP-RFI LOG 9.24.25, 18. R1-ADD-EXH-PFMD-050526-303 W. 5th Street Design Build Project, 19. R1-ADD-EXH-PFMD-050526-303 W. 5th Street Design Build Project-Redlined, 20. ADD-CON-PFMD-050526-303 W. 5th Street Design Build Project

 REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS

OF SAN BERNARDINO COUNTY

AND RECORD OF ACTION

 

                                          May 5, 2026

 

FROM

MOE YOUSIF, Interim Director, Project and Facilities Management Department 

    

SUBJECT                      

Title                     

Design-Build Agreement with Morillo Construction, Inc. for the 303 West 5th Street Design-Build Project

End

 

RECOMMENDATIONS

Recommendation

1.                     Find that the 303 West 5th Street Design-Build Project is exempt under the California Environmental Quality Act Guidelines, Section 15301, Class 1, Existing Facilities, which applies to minor alterations, repairs, or reuse of existing structures that result in negligible or no expansion of use and Section 15311, Class 11, Accessory Structures, which applies to the construction or placement of minor accessory structures, such as small parking lots, that are appurtenant to existing commercial, industrial, or institutional facilities.

2.                     Approve a budget increase to Capital Improvement Program Project No. 25-076, in the amount of $19,654,511, for the 303 West 5th Street Design-Build Project budget, increasing the total project’s budget from $1,000,000 to $20,654,511.

3.                     Approve the following addenda to the bid documents for the 303 West 5th Street Design-Build Project:

a.                     Addendum No. 1 dated October 14, 2025, which modified and changed bid documents and exhibits, changed and updated proposal schedules, revised the basis of design documents, added additional reference documents, and provided responses to proposer questions.

b.                     Addendum No. 2 dated November 17, 2025, which added geotechnical study sheets.

4.                     Award Design Build Services Agreement to Morillo Construction, Inc., in the amount of $15,530,000, which includes $50,000 for the voluntary alternate No. 1 All Gender Restroom, as the design builder for the 303 West 5th Street Design-Build.

5.                     Authorize the Project and Facilities Management Department to approve any necessary changes or additions in the work being performed under the Design-Build Services Agreement, for a total not to exceed $210,000, pursuant to Public Contract Code Section 20142

6.                     Direct the Project and Facilities Management Department to file the Notice of Exemption in accordance with the California Environmental Quality Act

7.                     Authorize the Director of the Project and Facilities Management Department to accept the work when 100% complete and execute and file the Notice of Completion

8.                     Authorize the Auditor-Controller/Treasurer/Tax Collector to post the necessary budget adjustments as detailed in the Financial Impact section (Four votes required).

(Presenter: Moe Yousif, Interim Director, 387-5000)

Body

 

COUNTY AND CHIEF EXECUTIVE OFFICER GOALS & OBJECTIVES

Improve County Government Operations.

Provide for the Safety, Health and Social Service Needs of County Residents.

 

FINANCIAL IMPACT

Approval of this item will result in the use of Discretionary General Funding (Net County Cost). The proposed increase of $19,654,511 for the 303 W. 5th Street Design Build Project will be funded from the Building Replacement Reserve. The Project was approved by the Board of Supervisors (Board) on August 20, 2024 (Item No. 54), with an initial allocation of $1,000,000, with the understanding that the Project and the Project and Facilities Management Department would return to the Board with a request to increase appropriations to support full project delivery.

The following 2025-26 budget adjustments are necessary to fully fund the entire Project budget:

 

Fund Center

Commitment Item

Description

Action

Amount

WBSE

1000

37008263

Fund Balance Committed - Capital Project Building Replacement

Decrease

$19,654,511

N/A

1161161000

55305030

Operating Transfers Out

Increase

$19,654,511

N/A

7700003100

40909975

Operating Transfers In

Increase

$19,654,511

10.10.1699

7700003100

54304030

Structures & Improvements to Structures

Increase

$19,654,511

10.10.1699

 

The total Project budget of $20,654,511 is comprised of the following components:

 

Description

Amount

Project Design & Engineering

$  2,394,000

Construction

$14,096,000

Construction Contingency

$  1,414,600

Project Management, Inspection and Testing

$  1,089,392

Furniture, Fixtures and Equipment

$  1,660,519

Total

$20,654,511

 

BACKGROUND INFORMATION

On July 25, 2023 (Item No. 55), the Board approved the acquisition of the building located at 303 West 5th Street in the City of San Bernardino. The building was acquired by the Real Estate Services Department to address the growing need for additional County office space. Currently unoccupied, the building requires several upgrades to be suitable for County use. Constructed in 1977, the property consists of a two-story, approximately 26,553-square-foot facility, located at the southwest corner of 5th Street and Arrowhead Avenue, and is intended to house the Community Development & Housing Department and the Office of Homeless Services (Departments).

 

The Project, delivered via a Design-Build (DB) procurement approach, where the same entity that designs it will also construct it, will include comprehensive upgrades to architectural, structural, mechanical/electrical/plumbing, technology, and security systems, as well as associated parking lot improvements. The facility will be renovated to reflect the Departments’ mission of public service, emphasizing dignity, durability, and economy.

 

It is recommended the Board determine the Project to be categorically exempt from further review under Section 15301, Class 1, Existing Facilities of the California Environmental Quality Act (CEQA) Guidelines which applies to minor alterations, repairs, or reuse of existing structures that result in negligible or no expansion of use and Section 15311, Class 11, Accessory Structures, of the CEQA Guidelines which applies to the construction or placement of minor accessory structures, such as small parking lots, that are appurtenant to existing commercial, industrial, or institutional facilities. 

 

PFMD recommends approval of the Design Build Agreement to Morillo Construction, Inc., the design  build entity determined to provide the best value to the County for design and construction of the Project in San Bernardino.

 

PROCUREMENT

On August 20, 2024 (Item No. 54), the Board authorized Project and Facilities Management Department (PFMD) to utilize the DB project delivery method pursuant to Public Contract Code Section 22160 et. seq., for the delivery of the Project and approved the Pre-Qualification Package for prospective Design-Build Entities (DBE) to submit a Pre-Qualification Package. The purpose of the Pre-Qualification Package was to solicit preliminary information from interested DBEs in order to identify the three most qualified finalists. 

 

On August 19, 2025 (Item No. 42), the Board authorized PFMD to release the Request for Proposal (RFP) Package to the three pre-qualified DBEs including Morillo Construction, Inc, Snyder Langston, LLC, and CDG Builders, Inc., as the second step of a two-step process to utilize the DB project delivery method for the design and construction of the facility. The RFP provided the pre-qualified DBEs with additional proposal bridging documents, project requirements and expectations, allowing them to submit a best and final proposal. 

 

During the RFP process, PFMD issued Addendum No. 1, dated October 14, 2025, for the Project, which modified and changed bid documents and exhibits, changed and updated proposal schedules, revised the basis of design documents, added additional reference documents, and provided responses to proposer questions.

 

In addition, PFMD issued Addendum No. 2, dated November 14, 2025, for the Project, which added an additional Geotechnical study to the reference documents in the RFP.

 

On November 25, 2025, final RFP responses were received from the three pre-qualified DBEs. An evaluation committee consisting of representatives from PFMD conducted an evaluation to determine the selection of the successful DBE based on the proposal that provided the best value to the County. The successful firm, Morillo Construction, Inc., received the highest overall rating.

 

Design Builder

Location

Morillo Construction, Inc.

Pasadena, CA

CDG Builders, Inc.

Irvine, CA

Snyder Langston, LLC.

Irvine, CA

 

On January 2, 2026, notice of award and letters of regret were sent via the United States Postal Service, to the three prequalified DBE. The RFP required any appeal to be filed within five working days of the receipt of notification. No appeals were received during or after the appeal period.

 

PFMD recommends the Board award the Design Build Services Agreement to Morillo Construction, Inc., as the best value to the County, for the Project.

 

REVIEW BY OTHERS

This item has been reviewed by County Counsel (Daniel Pasek, Deputy County Counsel, 387-5455) on March 24, 2026; Purchasing (Jessica Barajas, Supervising Buyer 387-20765) on March 26, 2026; Auditor-Controller/Treasurer/Tax Collector (Charlene Huang, Auditor Controller Manager, 382-7022) on April 1, 2026; Project and Facilities Management (Sarah Riley, Chief of Project Management, 387-5115) on April 1, 2026; and County Finance and Administration (Yael Verduzco, Principal Administrative Analyst, 387-5285) on April 20, 2026.

 

(LA: 909-893-1788)