Skip to main content
File #: 13876   
Type: Consent Status: Passed
File created: 3/26/2026 Department: Public Works-Solid Waste Management
On agenda: 4/7/2026 Final action: 4/7/2026
Subject: Contract with J/K Excavation & Grading Co., Inc. for the Phase 1B Liner Construction Project at the Landers Sanitary Landfill
Attachments: 1. ATT-PW-Waste-04-07-26 LSL Phs 1B Liner Project - Addendum 4, 2. ATT-PW-Waste-04-07-26 LSL Phs 1B Liner Project - Addendum 5, 3. CON-PW-Waste 04-07-26 LSL Phase 1B Liner Construction Project, 4. MAP-PW-Waste 04-07-2026 LSL Phase 1B Liner Construction Project at the LSL, 5. ATT-PW-Waste-04-07-26 LSL Phs 1B Liner Project - Addendum 1, 6. ATT-PW-Waste-04-07-26 LSL Phs 1B Liner Project - Addendum 2, 7. ATT-PW-Waste-04-07-26 LSL Phs 1B Liner Project - Addendum 3, 8. Item #27 Executed BAI, 9. 26-253 Executed Contract

REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS

OF SAN BERNARDINO COUNTY

AND RECORD OF ACTION

 

                                          April 7, 2026

 

FROM

NOEL CASTILLO, Director, Department of Public Works - Solid Waste Management

         

SUBJECT                      

Title                     

Contract with J/K Excavation & Grading Co., Inc. for the Phase 1B Liner Construction Project at the Landers Sanitary Landfill

End

 

RECOMMENDATION(S)

Recommendation

1.                     Approve Addendum No. 1, issued on January 15, 2026, Addendum No. 2, issued on January 22, 2026, Addendum No. 3, issued on January 28, 2026, Addendum No. 4, issued on January 29, 2026, and Addendum No. 5, issued on February 2, 2026, to the bid documents for the Phase 1B Liner Construction Project at the Landers Sanitary Landfill.

2.                     Award a construction Contract to J/K Excavation & Grading Co., Inc., in the amount of $10,492,846.50 for the Phase 1B Liner Construction Project at the Landers Sanitary Landfill.

3.                     Authorize a contingency fund of $1,049,285 for the Phase 1B Liner Construction Project at the Landers Sanitary Landfill.

4.                     Authorize the Director of Public Works to approve the expenditure of the contingency fund of $1,049,285 for verified quantity overruns for this unit priced construction contract.

5.                     Authorize the Director of Public Works to order any necessary changes or additions in the work being performed under the contract for a total amount not to exceed $210,000 of the $1,049,285 contingency fund, pursuant to Public Contract Code section 20142.

6.                     Authorize the Director of the Department of Public Works to accept the work when 100% complete and execute and file the Notice of Completion.

(Presenter: David Doublet, Assistant Director, 386-8811)

Body

 

COUNTY AND CHIEF EXECUTIVE OFFICER GOALS & OBJECTIVES

Foster Sustainable Development Through Strategic Partnerships.

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) as the Department of Public Works - Solid Waste Management Division (SWMD) is financed by fee revenue. SWMD establishes fees that are charged to the public and other agencies for utilization of the County’s Waste Disposal System. The construction contract, in the amount of $10,492,847, and any use of the proposed contingency fund for the Phase 1B Liner Construction Project at the Landers Sanitary Landfill (Project) will be funded by SWMD fee revenue. Sufficient appropriation and revenue have been included in the SWMD 2025-2026 budget and will be included in the future recommended budgets to accommodate the contract.

 

BACKGROUND INFORMATION

The County’s Landers Sanitary Landfill (LSL) is located approximately two miles south of the community of Landers and four miles east of State Highway 247 on Winters Road. The existing LSL is a Class III Facility situated on a 638-acrea parcel owned and operated by the San Bernardino County SWMD, of which 92 acres is currently permitted for refuse disposal. The Project involves the installation of a composite liner system within the Phase 1B area, along with a leachate collection and removal system, road improvements, and stormwater management infrastructure. The proposed composite liner will cover approximately 11 acres within the permitted refuse fill area. All work shall be completed in accordance with the approved design documents.

 

This item supports the County and the Chief Executive Officer’s goals and objectives of providing for the safety, health, and social service needs of County residents, maintaining regulatory compliance, continuing to provide uninterrupted disposal capacity and solid waste management services for County residents, and to foster sustainable development through strategic partnerships.

 

Following Board of Supervisors (Board) approval of this item, construction is anticipated to commence in May 2026 and be completed in January 2027.

 

PROCUREMENT

This Project was released on the County’s Electronic Procurement Network (ePro) on December 9, 2025, and advertised in the Daily Journal and Sun newspapers on December 9 and 16, 2025. A notice inviting bids was also provided to specified construction trade journals as required by Public Contract Code section 22036. A mandatory pre-bid meeting and job walk was held on Tuesday, January 13, 2026, and was attended by nine (9) firms.

 

There were five addendums issued during the bidding phase, revising and/or clarifying the Project plans and specifications as follows:

 

1.                     Addendum No. 1: Attached a copy of the Mandatory Prebid Sign-In Sheets; Attached the Western Joshua Tree Conservation Act Incidental Take Permit for reference; revised a section of the Technical Specifications; and responded to bidder questions (January 15, 2026).

2.                     Addendum No. 2: Replaced bid Proposal Checklist and Assembly pages; and responded to bidder questions (January 22, 2026).

3.                     Addendum No. 3: Amended the bid opening date from February 3, 2026, to February 5, 2026; revised two sections of the Technical Specifications; and responded to bidder questions (January 28, 2026).

4.                     Addendum No. 4: Responded to bidder question (January 29, 2026).

5.                     Addendum No. 5: Revised a section and replaced two pages of the Technical Specifications (February 2, 2026).

 

On February 5, 2026, four bids were received:

 

Contractor

Location

Total Bid

J/K Excavation & Grading Co., Inc.

Rialto, CA

$10,492,846.50

Sukut Construction, LLC

Santa Ana, CA

$11,634,140.00

Granite Construction

Indio, CA

$15,547,195.00

Ames Construction

Corona, CA

$15,590,586.00

 

Upon receipt of the bids, SWMD conducted a detailed review of all bids to determine compliance with the bidding requirements set forth in the bid documents. SWMD determined the bids received were responsive and recommends that the Board award the contract to J/K Excavation & Grading Co., Inc., the lowest responsible bidder. No appeal/protest letters were received.

 

This Project will have a total contingency fund of $1,049,285 to compensate the contractor for verified quantity overruns, as well as changes in the contract under specific circumstances permitted by the contract or by law. Under an established formula based on the contract amount, Public Contract Code section 20142 allows the Board to authorize the Director of Public Works to order changes in the Construction Contract, including for unforeseen conditions or design shortfalls, should they become necessary in the future for a total amount not to exceed $210,000 of the $1,049,285 contingency fund.

 

REVIEW BY OTHERS

This item has been reviewed by County Counsel (Aaron Gest, Deputy County Counsel, 387-5455) on February 12, 2026; Purchasing (Dylan Newton, Buyer 387-3377) on February 27, 2026; and County Finance and Administration (Erika Rodarte, Administrative Analyst, 387-4919) on March 23, 2026.