REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS
OF SAN BERNARDINO COUNTY
AND RECORD OF ACTION
April 8, 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 Contract with Angeles Contractor, Inc. for the Sheriff Colorado River Station Remodel Project in Needles
End
RECOMMENDATION(S)
Recommendation
1. Approve Amendment No. 4 to Construction Contract No. 23-929 with Angeles Contractor, Inc., for the Sheriff Colorado River Station Remodel Project in Needles, increasing the contract amount by $281,412, from $10,391,615 to $10,673,027 for the additional scope of work, with no change to the construction contract term of 393 days (Four votes required).
2. Approve Change Order No. 7 to Construction Contract No. 23-929 with Angeles Contractor, Inc., increasing the total amount by $12,032, from $10,673,027 to $10,685,059, for additional scope of work, with no change to the construction contract term of 393 days, for the Sheriff Colorado River Station Remodel Project in Needles (Four votes required).
(Presenter: Don Day, 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.
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 Colorado River Station Remodel Project (Project) (WBSE 10.10.1220) budget of $13,952,484 is funded from Discretionary General Funding ($6,594,490) and Proposition 172 funds ($7,357,994), as part of the 2024-25 Capital Improvement Program (CIP) budget approved by the Board of Supervisors (Board).
BACKGROUND INFORMATION
Approval of Amendment No. 4 (A4) to Construction Contract No. 23-929 (Contract) will compensate Angeles Contractor, Inc. (Angeles) in the amount of $281,412 attributable to the requirement of additional work that was not accounted for in the original bid documents. Amendment No. 4 encompasses labor, materials, and equipment necessary to install data and power receptacles for live-scan computer machines, add three new can lights in the Records Office, provide temporary generators to adjacent site buildings, purchase and install two ceiling fans in the Multipurpose Room, and construct spread footings in the Sheriff’s secured parking lot to accommodate a solar carport, which became necessary due to unforeseen underground utilities not identified in the record drawings. Additionally, the scope includes installation of Moisture Resistant Primer (MRP), Moisture Tex, and carpet tile, reflects a credit for the omission of a temporary door in the IDF room, and covers the relocation of an electrical transformer, along with an extension of temporary generator rental fees for an additional three weeks, procurement and installation of two additional security cameras to restore surveillance coverage obstructed by the carport. The Project also includes installation of underground conduit and junction boxes to support the camera connections. Additionally, this request includes the procurement and installation of an audio alarm mechanism and two card readers to enhance access control in the building, ensuring improved security and compliance with facility requirements.
Approval of Change Order No. 7 (CO7) will compensate Angeles, in the amount of $12,032, for necessary additional work not included in the original bid documents for various changes including replacing 21 door frames due to wall dimension discrepancies.
The Sheriff’s Colorado River Station, built in 1974 and previously shared with the City of Needles Police Department, requires a remodel to address its outdated design, accommodate increased staffing needs, and modernize the facility. Despite minor updates since 1989, the station and adjacent County-occupied building, totaling 9,678 square feet (sq. ft.), are inefficient. The remodel will enhance operational efficiency through upgrades to mechanical systems, compliance with the Americans with Disabilities Act, and the integration of innovative technologies and utilities. This includes the installation of advanced door and intercom controls, as well as surveillance cameras. This is in line with approved CIP Project No. 22-030.
On March 14, 2023 (Item No. 31), the Board authorized the Project and Facilities Management Department (PFMD) to advertise for competitive bids for the Project. On March 17, 2023, PFMD advertised in the Daily Press, six plan rooms, and on the County’s Electronic Procurement Network via Request for Proposals (RFP) No. ANE223-ANE2C-4925. On May 3, 2023, three bids were received.
On August 22, 2023 (Item No. 50), the Board awarded a $9,115,000 construction contract to Angeles Contractor, Inc., the lowest responsive and responsible bidder, for the construction contract term of 393 days.
On April 23, 2024 (Item No. 40), the Board approved Change Order No. 1 (CO1) with Angeles, in the amount of $373,654, for lead abatement, solar carport costs, ceramic heaters, and program logic controller updates. CO1 increased the contract from $9,115,000 to $9,488,654 with no impact to the construction schedule.
On July 9, 2024 (Item No. 28), the Board approved Amendment No. 1 (A1) for $133,119 and Change Order No. 2 (CO2) for $142,643, totaling $275,762. These adjustments provided for new site utility drawings, addressed power issues, installed water heaters, repaired concrete slabs, and completed various other modifications. A1 and CO2 increased the contract from $9,488,654 to $9,764,416.
On September 10, 2024 (Item No. 40), the Board approved Change Order No. 3 (CO3) with Angeles, in the amount of $112,039, for roof drain repairs, new water heaters, concrete masonry unit, wall modifications, and additional electrical services. CO3 increased the contract from $9,764,416 to $9,876,455.
On September 24, 2024 (Item No. 53), the Board approved Change Order No. 4 (CO4) with Angeles, in the amount of $62,907 for the procurement, and installation of four Portacool evaporative coolers, drum fans, and extension cords, removal of overhead plumbing pipes to create a new ceiling opening in the multipurpose room, rerouting plumbing lines to feed the City Council’s Chambers areas, installation of new pathways for the Human Machine Interface control system, new card readers for doors and exterior gates. CO4 increased the contract from $9,876,455 to $9,939,362.
On November 19, 2024 (Item No. 32), the Board approved Amendment No. 2 (A2) for $123,779 and Change Order No. 5 (CO5) with Angeles in the amount of $8,848 for grout injections of 60 hollow block cells to address structural integrity concerns, procurement and installation of thermal roof insulation, furnishing and installation of a new conduit in the sally port and breezeway, additional fees necessary for City of Needles and San Bernardino Fire Protection District permits for the installation of a solar carport, providing three new ceiling access panels, additional electrical connections for plumbing fixtures and procurement, installation of T-bar ceiling acoustical insulation to meet current code requirements and for various finish changes to the flooring, acoustic ceiling and corridor paint and credit for the removal of a window in Administrative Sergeant Office 145.
On February 11, 2025 (Item No. 27), the Board approved Amendment No. 3 (A3) for $289,661 and CO6 for $29,965, totaling $319,626 for City of Needles permit fees necessary for the solar carport; relocation of existing electrical junction box and rigid conduit due to a conflict with a doorway and new sewer line; tie-in of a new underground fire water from the City water line; interception of the underground conduits and stub up to connect to a new electrical; furnishing the intermediate distribution frame (IDF) room with temporary door, door hardware, temperature HVAC cooling units and temporary power in advance of a permanent IDF room; construction of 2-hour fire rated walls for separation of City Chamber Council Room and Jail per requirements of County Fire; installation of total filler blocking for ceiling wire in 485 locations; addition of electrical outlets and data ports in the station’s Report Writing Room; and additional permit fees for the fire alarm and overhead fire sprinkler systems and for necessary additional work not included in the original bid documents for various changes including adding can lights in the Supply Storage Room, reconstructing wall frames to enlarge an interview room to include installing two new fire sprinkler heads and relocating one fire sprinkler head, additional electrical work for switchable glass, and changes for electrical, soffit and fire sprinkler changes in the Multipurpose Room. A3 and COR 6 increased the contractor from $10,071,989 to $10,391,615.
The unanticipated additional costs in A4 and CO7 are related to events that took place after the competitive bid process that resulted in the original contract award to Angeles, therefore, no additional procurement activities are required.
Public Contract Code section 20136 requires all construction contract change orders to have four vote approval by the Board.
PROCUREMENT
Not applicable.
REVIEW BY OTHERS
This item has been reviewed by County Counsel (Daniel Pasek, Deputy County Counsel, 387-5455) on March 10, 2025; Sheriff (Jose Torres, Sheriff’s Administrative Manager, 387-3465) on March 13, 2025; Purchasing (Ariel Gill, Supervising Buyer, 387-2148) on March 13, 2025; Project and Facilities Management (Robert Gilliam, Chief of Project Management, 387-5000) on March 17, 2025; Finance (Erika Rodarte, Administrative Analyst, 387-4919, and Yael Verduzco, Principal Administrative Analyst, 387-5285) on March 25, 2025; and County Finance and Administration (Paloma Hernandez-Barker, Deputy Executive Officer, 387-5426) on March 25, 2025.
(EB:677-7950)