Skip to main content
File #: 13632   
Type: Consent Status: Passed
File created: 1/30/2026 Department: Public Works-Transportation
On agenda: 2/10/2026 Final action: 2/10/2026
Subject: Contract with Calmex Engineering, Inc., for the Barstow Skyline North ADA Ramps and Mill and Overlay Project in the Barstow Area
Attachments: 1. ATT-PW-Trans 2-10-26 Con with Calmex Engineering, Inc. for Barstow Skyline North ADA Ramps, 2. CON-PW-Trans 2-10-26 Con with Calmex Engineering, Inc. for Barstow Skyline North ADA Ramps, 3. Map-PW-Trans 2-10-26 Con with Calmex Engineering, Inc. for Barstow Skyline North ADA Ramps, 4. Item #34 Executed BAI, 5. 26-82 Executed Contract

REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS

OF SAN BERNARDINO COUNTY

AND RECORD OF ACTION

 

                                          February 10, 2026

 

FROM

NOEL CASTILLO, Director, Department of Public Works - Transportation 

         

SUBJECT                      

Title                     

Contract with Calmex Engineering, Inc., for the Barstow Skyline North ADA Ramps and Mill and Overlay Project in the Barstow Area

End

 

RECOMMENDATION(S)

Recommendation

1.                     Approve Addendum No. 1, issued on December 12, 2025, to the bid documents for the Barstow Skyline North ADA Ramps and Mill and Overlay Project in the Barstow area.

2.                     Award a construction contract to Calmex Engineering, In., in the amount of $1,409,679, for the Barstow Skyline North ADA Ramps and Mill and Overlay Project in the Barstow area.

3.                     Authorize a contingency fund of $140,967 for the Barstow Skyline North ADA Ramps and Mill and Overlay Project in the Barstow area.

4.                     Authorize the Director of the Department of Public Works to approve the expenditure of the contingency fund of $140,967 for the verified quantity overruns for this unit priced construction contract,

5.                     Authorize the Director of the Department of Public Works to order an necessary changes or additions in the work being performed under the contract for a total amount not to exceed $82,983 of the $140,967 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: Noel Castillo, Director, 387-7906)

Body

 

COUNTY AND CHIEF EXECUTIVE OFFICER GOALS & OBJECTIVES

Promote and Fulfill the Countywide Vision.

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). The Department of Public Works (Department) is funded by Gas Tax revenue, fee revenue, and other state and local funding. The construction contract of $1,409,679 and any use of the proposed contingency fund for the Barstow Skyline North ADA Ramps and Mill and Overlay Project in the Barstow area (Project) is funded with $346,465 in Community Development Block Grant funding, and the remaining cost of the Project is funded by Measure I. Sufficient appropriation and revenue are included in the Department’s 2025-26 Road Operations budget (6650002140 TX1800).

 

BACKGROUND INFORMATION

The Project involves pavement rehabilitation on approximately two miles of roads on Camarillo Avenue, Lombardy Avenue, Navarone Court, Palermo Street, San Bruno Avenue, Torres Avenue and Tripoli Avenue, removal and reconstruction of damaged curb and gutter, spandrel, and cross gutter, and reconstruction of curb ramps at various locations in accordance with current design standards and pursuant to the Americans with Disabilities Act (ADA) guidelines.

 

On August 15, 2025, the Department’s environmental staff reviewed this Project and determined that a categorical exemption in accordance with the California Environmental Quality Act (CEQA) Guidelines, Title 14 of the California Code of Regulations, Section 15301(c) Class 1 and Section 15302(c) Class 2 is appropriate. The Class 1 exemption allows for repair and maintenance activities on existing roads, sidewalks, gutters, and similar facilities that involve negligible or no expansion of use beyond that existing at the time of the lead agency’s determination. The Class 2 exemption allows for the replacement or reconstruction of existing structures and facilities where the new structure will be located on the same site as the structure replaced and will have substantially the same purpose and capacity as the structure replaced. The Notice of Exemption was filed and posted by the Clerk of the Board on August 21, 2025.

 

This Project will have a 10 percent contingency fund of $140,967 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, Public Contract Code section 20142 allows the Board of Supervisors (Board) to authorize the Director of the Department 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 $82,983 of the $140,967 contingency fund.

 

Following Board approval of this item, construction is anticipated to commence in the Spring of 2026 and be completed by the Summer of 2026.

 

PROCUREMENT

On October 30, 2025, the Assistant Executive Officer approved the Project’s plans and specifications, as well as authorized the Director of the Department to advertise the Project for bids. This Project was advertised in the San Bernardino County Sun newspaper on November 19, 2025, the Daily Press on November 19, 2025, and released on the County electronic procurement network (ePro) on November 18, 2025. The notice inviting bids was also provided to specified construction trade journals identified pursuant to Public Contract Code section 22036.

 

The following addendum was issued during the bidding phase:

 

Addendum No.1:                     Amended the project special provision with revised pages for notice to bidders, special provisions and proposal pages, Amended the project plans with revised plan sheet, provided responses to questions asked by bidders.

 

On December 18, 2025, the following eight bids were received:

 

Contractor

Location

Total Bid

Calmex Engineering, Inc.

Bloomington, CA

$1,409,679.00

Onyx Paving Company, Inc.

Yorba Linda, CA

$1,441,000.00

Gentry General Engineering, Inc.

Colton, CA

$1,603,118.00

Sully-Miller Contracting Company

Brea, CA

$1,688,933.50

Vance Corporation

Beaumont, CA

$1,799,890.50

KNC Construction Inc.

Apple Valley, CA

$2,382,827.15

Jergensen Concrete, Inc.

Phelan, CA

$3,693,056.10

Roadway Engineering & Construction Corp

Perris, CA

Non-Responsive

 

Upon receipt of the bids, the Department determined that the bid submission from Roadway Engineering & Construction Corp, was deemed non-responsive because the proposal page was not signed as part of their submittal as required by the Bid Instructions.

 

The Department has reviewed the remaining bids received and determined that they are responsive, and recommends entering into a contract with Calmex Engineering, Inc., the responsive, lowest responsible bidder. No appeal/protest letters were received.

 

REVIEW BY OTHERS

This item has been reviewed by County Counsel (Aaron Gest, Deputy County Counsel, 387-5455) on December 30, 2025; Purchasing (Dylan Newton, Buyer III, 387-3377) on January 8, 2026; and County Finance and Administration (Kathleen Gonzalez, Administrative Analyst, 387-5412) on January 27, 2026.