Legislation Details

File #: 14068   
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: Amendment and Change Order to Construction Contract with Griffith Company for the Sheriff/Coroner/Public Administrator's Emergency Vehicle Operations Center Asphalt and Lighting Replacement Project
Attachments: 1. CON-PFMD-050526-CO3-Amendment & Change Order-Griffith Company-Sheriff EVOC Asphalt & Lighting Replacement, 2. R1-CON-PFMD-050526-A3-Amendment Change Order-Griffith Company-Sheriff EVOC Asphalt Lighting Replacement

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

SHANNON D. DICUS, Sheriff/Coroner/Public Administrator

         

SUBJECT                      

Title                     

Amendment and Change Order to Construction Contract with Griffith Company for the Sheriff/Coroner/Public Administrator’s Emergency Vehicle Operations Center Asphalt and Lighting Replacement Project

End

 

RECOMMENDATIONS

Recommendation

1.                     Approve Amendment No. 3 to Contract No. 24-690 with Griffith Company, increasing the total contract amount by $954,161.24, from $8,706,456.36 to $9,660,617.60,  with no change to the construction completion date of December 31, 2025, to complete pavement rework, 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. 3 to Contract No. 24-690 with Griffith Company, increasing the total contract amount by $153,153.33, from $9,660,617.60 to $9,813,770.93, due to new change order work requested by the stakeholder, and extending the construction completion date by 90 days, from December 31, 2025, to March 31, 2026 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: 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 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 $6,890,123 from Proposition 172 reserve 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 5,000 law enforcement, fire, and emergency medical services (EMS) personnel annually. An 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 light-emitting diode (LED) lighting, 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.

 

On February 6, 2024 (Item No. 36), the Board authorized Project and Facilities Management Department (PFMD) to solicit competitive bids for the Project.

 

On July 23, 2024 (Item No. 43), the Board awarded construction Contract No. 24-690 to Griffith Company (Contractor) in the amount of $6,861,100, with a construction contract completion date of 365 days from the date PFMD issued Contractor a Notice to Proceed.

 

On June 10, 2025 (Item No. 74), the Board approved Amendment No. 1 to Contract No. 24-690, in the amount of $713,801, increasing from $6,861,100 to $7,574,901, to compensate the Contractor for additional work required to address unforeseen site conditions and regulatory requirements not included in the original contract scope. This work 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.

 

Simultaneously, on June 10, 2025 (Item No. 74), the Board approved Change Order No.1, which increased the Contract by $371,531, increasing from $7,574,901 to $7,946,432, to compensate the Contractor for additional work due to unforeseen conditions that arose during construction. This work included 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.

 

On December 16, 2025 (Item No. 66), the Board approved Amendment No. 2 to Contract No. 24-690 in the amount of $722,380, from $7,946,432 to $8,668,812, to compensate Contractor for additional work required by multiple regulatory agencies to address site grading and berm improvements needed to manage runoff, prevent erosion, and protect sensitive wildlife habitat within the Cajon Wash Lytle Creek Hydrologic Region. The Amendment also included safety and accessibility improvements such as installation of code-compliant stair handrails, construction of an ADA-accessible sidewalk and flatwork, and installation of 15 additional solar lighting assemblies and Federal Aviation Administration (FAA) lights.

 

Also, on December 16, 2025 (Item No. 66), the Board Change Order No. 2 in the amount of $37,644.36, from $8,668,812 to $8,706,456.36, to address additional field conditions including water line adjustments, relocation of safety barriers, parking improvements, electrical conduit modifications, updated solar light foundations, and drainpipe repairs. Due to these additional requirements, a pavement dispute, and extended solar light procurement times caused by tariffs, the project completion date was extended by 119 days from 365 to 484 days.

 

Approval of Amendment No. 3 (A3) to Contract No. 24-690, in the amount of $954,161.24, compensates Contractor for pavement repairs required due to unraveling that occurred in various areas of the Project during the course of construction.  With the cause of the unraveling being difficult to determine, the County and contractor agreed to equally share the total pavement remediation cost of $1,908,322.48. The repairs included removing and replacing sections of asphalt pavement on the track surfaces and parking lots, with an improved asphalt mix to enhance durability, and applying a protective seal coat to the parking areas.

 

Approval of Change Order No. 3 (CO3) to Contract No. 24-690, in the amount of $153,153.33, compensates the Contractor for additional work to address owner-directed field changes not included in the original scope. This includes modification to the high mast lighting arms, high mast lighting conductor upgrades, repairs to three FAA lights, demolition of asphalt concrete pavement and installation of concrete pad at the trash dumpster, new loops with sensors at the entrance gate, and railroad light repairs. Due to this additional work, CO3 also extends the Project completion date by 90 days from December 31, 2025 to March 31, 2026. 

 

The unanticipated additional costs in A3 and CO3 are related to events that took place after the competitive bid process that resulted in the original contract award to the Contractor. Therefore, no additional procurement activities are required.

 

Public Contract Code section 20136 requires all change orders and amendments to construction contracts to have a 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 March 19, 2026; Sheriff (Jose Torres, Administrative Manager, 387-3465) on March 31, 2026; Project and Facilities Management (Jon Aldana, Interim Chief of Project Management, 387-5115) on April 1, 2026; and County Finance and Administration (Yael Verduzco, Principal Administrative Analyst, 387-5285) on April 17, 2026.

 

(EB:677-7950)