REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS
OF SAN BERNARDINO COUNTY
AND RECORD OF ACTION
December 16, 2025
FROM
DON DAY, Director, Project and Facilities Management Department SHANNON D. DICUS, Sheriff/Coroner/Public Administrator
SUBJECT
Title
Amendment and Change Order to Construction Contracts with Griffith Company for the Sheriff/Coroner/Public Administrator’s Emergency Vehicle Operations Center Asphalt and Lighting Replacement Project
End
RECOMMENDATION(S)
Recommendation
1. Approve Amendment No. 2 to Contract No. 24-690 with Griffith Company, increasing the total contract amount by $722,380, from $7,946,432 to $8,668,812, and extending the contract term by 119 days, from 365 days to 484 days for the Sheriff/Coroner/Public Administrator’s Emergency Vehicle Operations Center Asphalt and Lighting Replacement Project located at 18958 Institution Road in San Bernardino (Four votes required).
2. Approve Change Order No. 2 to Contract No. 24-690 with Griffith Company, increasing the total contract amount by $37,644.36, from $8,668,812 to $8,706,456.36, with no change to the term of 484 days for the Sheriff/Coroner/Public Administrator’s Emergency Vehicle Operations Center Asphalt and Lighting Replacement Project located at 18958 Institution Road in San Bernardino (Four votes required).
(Presenter: Don Day, 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 not result in the use of additional Discretionary General Funding (Net County Cost). The Sheriff/Coroner/Public Administrator’s (Sheriff) Emergency Vehicle Operations Center (EVOC) Asphalt and Lighting Replacement Project (Project) (WBSE 10.10.1222) with a total budget of $14,851,355 is funded from $7,961,232 in Discretionary General Funding and $6,890,768 from Proposition 172 funds, as approved by the Board of Supervisors (Board) on June 10, 2025 (Item No. 136), as part of the 2025-26 Capital Improvement Program budget.
BACKGROUND INFORMATION
The EVOC facility, built in 1991, includes eight miles of asphalt roadway for training over 5,800 law enforcement, fire, and EMS personnel annually. A recent inspection found extensive cracking and outdated lighting, with roadway conditions worsening from heavy use and deferred maintenance. The Project will remove and repave most asphalt surfaces, re-stripe with reflective paint, and upgrade outdoor lighting to LED, including a signal and six pole lights. These improvements will enhance safety and the professional image of the Sheriff’s Training Center.
The Sheriff EVOC Driver Training Facility is located within a designated wildlife habitat that supports the endangered San Bernardino kangaroo rat, requiring strict environmental protection and regulatory compliance. Further, the site lies within the Cajon Wash Lytle Creek Hydrologic Region, an area prone to flooding, erosion, and seismic activity due to the natural water flow from Cajon Creek and unstable soil conditions. Additional drainage improvements and erosion control mitigation are required to comply with directives from the California Department of Fish and Wildlife and the United States Army Corps of Engineers. San Bernardino County Public Works Department and CG Resource Management and Engineering Inc. confirmed that the Project requires improvements to divert run off water to existing detentions to comply with California Regional Water Quality Control Board requirements.
Approval of Amendment No. 2 to Contract No. 24-690 (Contract) in the amount of $722,380, will compensate Griffith Company (Contractor) for the additional work required to comply with these regulatory requirements, which includes grading and berm work to divert runoff water to existing detention areas to prevent soil erosion and protect wildlife. Approval of Amendment No. 2 will also compensate the Contractor for additional work resulting from design errors and omissions. This includes compensation for the labor, materials, and equipment necessary to: procure and install new handrails on the concrete stairs to meet safety requirements and comply with the California Building Code; construct a new sidewalk and flatwork to provide an accessible path of travel in compliance with the Americans with Disabilities Act; and procure and install 15 additional solar lighting assemblies and Federal Aviation Administration lights.
Construction was originally scheduled for completion on September 3, 2025; however, change order requests, a pavement dispute, and extended lead times for solar lights due to newly imposed tariffs necessitate additional time. As a result, Amendment No. 2 extends the completion date by 119 days to December 31, 2025.
Approval of Change Order No. 2 will increase the contract amount by $37,644.36 to cover additional work not included in the original scope. This work includes adjusting a copper water line, relocating existing k-rail, adding parking bumpers and striping, updating solar light foundation details, modifying existing electrical conduit, and repairing an existing drainpipe.
On February 6, 2024 (Item No. 36), the Board authorized the Project and Facilities Management Department to solicit competitive bids for the Project utilizing the County’s Electronic Procurement Network via Request For proposals (RFP) No. ANE223-ANE2C-5259.
On July 23, 2024 (Item No. 43), the Board awarded the Contract to Contractor in the amount of $6,861,100, for a term of 365 days.
On June 10, 2025 (Item No. 74), the Board approved Amendment No. 1, increasing the contract by $713,801, from $6,861,100 to $7,574,901, to address unforeseen site conditions and regulatory requirements. The added scope included drainage and erosion control improvements, pavement rehabilitation and design revisions, new stall striping, lighting upgrades, signage, guardrails, and an initial review of railroad signal repairs and loop feasibility. The Board simultaneously approved Change Order No. 1, adding $371,531 for additional work such as high-mast lighting pull boxes, extra striping, realignment of the reclaimed water blowoff line, revised parking striping, a new driveway, fence and gate repairs, rock removal, concrete steps, curb extensions, a traffic-rated pull box, relocation of an air relief valve, and electrical repairs caused by rodent damage and faulty wiring.
Public Contract Code section 20136 requires all construction contract change orders and amendments to have four vote approval by the Board.
PROCUREMENT
Not applicable.
REVIEW BY OTHERS
This item has been reviewed by County Counsel (Kaleigh Ragon, Deputy County Counsel, 387-5455) on October 22, 2025; Sheriff (Jose Torres, Sheriff’s Administrative Manager, 387-3465) on October 29, 2025; Purchasing (Ariel Gill, Supervising Buyer, 387-2070) on October 30, 2025; Project and Facilities Management (Robert Gilliam, Chief of Project Management, 387-5115) on November 3, 2025; and County Finance and Administration (Yael Verduzco, Principal Administrative Analyst, 387-5285) on November 26, 2025.
(EB:677-7950)