REPORT/RECOMMENDATION TO THE BOARD OF DIRECTORS
OF BLOOMINGTON RECREATION AND PARK DISTRICT
AND RECORD OF ACTION
January 13, 2026
FROM
NOEL CASTILLO, Director, Department of Public Works - Special Districts
SUBJECT
Title
Construction Contract for Ayala Park Shade Structure Project
End
RECOMMENDATION(S)
Recommendation
Acting as the governing body of the Bloomington Recreation and Park District:
1. Approve Addendum No. 1 issued on November 5, 2025, Addendum No. 2 issued on November 6, 2025, and Addendum No. 3 issued on November 10, 2025, to the bid documents for the Ayala Park Shade Structure Project.
2. Award Construction Contract to Western State Builders, Inc., in the amount of $376,922, for the Ayala Park Shade Structure Project.
3. Authorize a contingency fund of $37,692 for the Ayala Park Shade Structure Project.
4. Authorize the Director of the Department of Public Works to order any necessary changes or additions in the work being performed under the construction contract with Western State Builders, Inc., for a total amount not-to-exceed $31,346 of the $37,692 contingency fund, pursuant to Public Contract Code section 20142.
5. Authorize the Director of the Department of Public Works to accept the work when 100% complete, and to execute and file the Notice of Completion.
(Presenter: David Doublet, Assistant Director, 386-8811)
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). On September 21, 2021 (Item No. 18), November 16, 2021 (Item No. 33), February 6, 2024 (Item No. 61), and June 11, 2024 (Item No. 110), the Board of Supervisors (Board) approved an allocation of $4 million, $7 million, $6 million, and $3 million, respectively, to the Board Discretionary Fund - District Specific Priorities Program (Priorities Program), for each of the five supervisorial districts for projects that meet a public purpose, and provide services to citizens that promote health, safety, economic well-being, and other public services that enhance quality of life and meet the needs of County residents. On an annual basis, unspent appropriations for discretionary funding will be carried over into the subsequent year’s budget.
The Ayala Park Shade Structures Project (Project) is funded by the Fifth District’s Priorities Program budget. The total Project budget of $669,479 includes Construction, Construction Contingency, Project Management, Design Services, Inspection Services and other Project related costs. The Project is included in the Bloomington Recreation and Park District’s (District) 2025-26 budget and will be included in the future recommended budgets, as needed.
BACKGROUND INFORMATION
The District maintains two community parks (Ayala Park and Kessler Park), an equestrian arena, sports fields, and a community center that offers various recreational activities for the community of Bloomington. The Department of Public Works - Special Districts (Department), through its Operations Division, directly manages, operates and maintains the District.
The Project consists of new permanent shade structures to be installed at eight existing picnic table locations at Ayala Park. These new permanent shade structures will provide shade and shelter from weather elements to the eight picnic areas and create a more welcoming and accessible environment for the community to use.
On September 18, 2025, pursuant to County Policy No. 11-15, the Assistant Executive Officer (AEO) determined the Project was exempt under the California Environmental Quality Act and directed the Department to file and post said notice. The AEO also approved the Project’s plans and specifications and authorized the Director of the Department of Public Works to advertise the Project for competitive bids.
PROCUREMENT
On October 14, 2025, the Department advertised the Project for bids through the County’s Electronic Procurement Network (e-Pro) (Bid No. SPD126-SPDAD-6120).
During the bidding process, the following addendums were issued:
Addendum No. 1: Revised Section A - Bidding Requirements.
Addendum No. 2: Removed Iran Contracting Act Certification.
Addendum No. 3: Updated Bid Opening date and corresponding call-in information.
On October 23, 2025, a total of sixteen contractors attended the mandatory pre-bid meeting. On November 13, 2025, the Department received the following bids:
|
Contractor Name |
Bid Amount |
|
Western State Builders, Inc. |
$376,922.00 |
|
Toneman Development Corporation |
$407,042.00 |
|
Edra Construction |
$466,000.00 |
|
KNC Construction Inc. |
$485,326.00 |
|
Varn Painting Inc. |
$489,500.00 |
|
Abboud Diamond Construction, Inc. |
$493,020.00 |
|
NoLimit Construction |
$579,712.00 |
|
Environmental Construction, Inc. |
$613,708.00 |
|
R.E. Schultz Corporation, Inc. |
$615,500.00 |
|
KYA Services |
$840,046.88 |
|
MLC Constructors Inc. |
$853,645.00 |
The Department reviewed the bids received for the Project, and determined that the low bid was responsive, and recommends an award of the construction contract to Western State Builders, Inc., as the lowest responsible bidder pursuant to Public Contract Code section 20103.8(b). No appeal/protest letters have been received. ,
This Project will have a contingency fund of $37,692 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 of $376,922, Public Contract Code Section 20142 allows the Board to authorize the Director of Public Works 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 $31,346 of the $37,692 contingency fund.
Upon Board approval, construction is anticipated to commence in Winter 2026 and be completed by Summer 2026.
REVIEW BY OTHERS
This item has been reviewed by County Counsel (Sophie Curtis, Deputy County Counsel, 387-5455) on December 8, 2025; Purchasing (Jason Cloninger, Lead Buyer, 387-0321) on December 4, 2025; and County Finance and Administration (Matthew Dalton, Administrative Analyst, 387-5005) on December 22, 2025.