REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS
OF THE FOLLOWING:
SAN BERNARDINO COUNTY
BOARD GOVERNED COUNTY SERVICE AREAS
AND RECORD OF ACTION
September 23, 2025
FROM
NOEL CASTILLO, Director, Department of Public Works - Transportation and Special Districts
SUBJECT
Title
Contract with Hardy & Harper Inc. for the Blake Street and Other Roads Project - Phase 2 in the Rialto Area
End
RECOMMENDATION(S)
Recommendation
1. Acting as the governing body of San Bernardino County:
a. Authorize the Auditor-Controller/Treasurer/Tax Collector to post the necessary budget adjustments to the Department of Public Works 2025-26 budget, as detailed in the Financial Impact Section (Four votes required).
b. Approve Addendum No. 1, issued on July 11, 2025, Addendum No. 2, issued on July 17, 2025, Addendum No. 3, issued on July 22, 2025, Addendum No. 4, issued on July 25, 2025, Addendum No. 5, issued on July 30, 2025, Addendum No. 6, issued on July 31, 2025, Addendum No. 7, issued on August 4, 2025, to the bid documents for the Blake Street and Other Roads Project - Phase 2 in the Rialto area.
c. Award Construction Contract to Hardy & Harper Inc. in the amount of $1,610,000 for the Blake Street and Other Roads Project - Phase 2 in the Rialto area.
d. Authorize a contingency fund of $161,000 for the Blake Street and Other Roads Project - Phase 2 in the Rialto area.
e. Authorize the Director of the Department of Public Works to approve the expenditure of the contingency fund of $161,000 for verified quantity overruns for this unit priced construction contract.
f. Authorize the Director of the Department 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 $93,000 of the $161,000 contingency fund, pursuant to Public Contract Code section 20142.
g. Authorize the Director of the Department of Public Works to accept the work when 100% complete and execute and file the Notice of Completion.
2. Acting as the governing body of County Service Area 70, SL-1 (Countywide), authorize the Auditor-Controller/Treasurer/Tax Collector to post budget adjustments as detailed in the Financial Impact section, for County Service Area 70, SL-1 (Countywide), to provide funding for the Blake Street and Other Roads Project - Phase 2 in the Rialto area (Four votes required).
(Presenter: Byanka Velasco, Assistant Director, 387-7906)
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 additional Discretionary General Funding (Net County Cost). The Blake Street and Other Roads Project - Phase 2 in the Rialto area (Project), totaling $1,610,000, will be funded with $290,000 in Senate Bill 1 (SB1) Road Maintenance and Rehabilitation Account (RMRA) revenue, $1,300,000 by the use of County Infrastructure General Fund Reserves, and $20,000 by Available Reserves from the County Service Area 70, SL-1 - Countywide.
The following 2025-26 budget adjustments are requested:
Fund/Cost Center |
Commitment Item/G/L Account |
Description |
Amount |
Action |
County Infrastructure General Fund Reserves |
1000 |
37008390 |
Fund Balance - Committed - County Infrastructure Reserve |
$1,300,000 |
Decrease |
1161161000 |
55305030 |
Operating Transfers Out |
$1,300,000 |
Increase |
Transportation Operating Fund |
6650002000 |
40909975 |
Operating Transfers In |
$1,320,000 |
Increase |
6650002000 |
52002445 |
Other Professional & Specialized Services |
$1,320,000 |
Increase |
County Service Area 70, SL-1 (Countywide) |
5750001300 |
55305030 |
Operating Transfer Out |
$20,000 |
Increase |
1300 |
37008880 |
Fund Balance Reserved - Available Reserves |
$20,000 |
Decrease |
BACKGROUND INFORMATION
The Project involves pavement rehabilitation and other various road treatments of approximately 2.92 miles of road in the Rialto area. Additional work includes sidewalk repair, curb and gutter installation, existing curb ramps replacement and reconstruction in accordance with current design standards and pursuant to the Americans with Disabilities Act (ADA) guidelines, and installation of streetlight conduit. The streetlight conduit installation will be funded by the San Bernardino County Service Area Streetlight District and the remaining project scope will be funded by the San Bernardino County Department of Public Works (Department).
This project was prioritized by the Board of Supervisors (Board) as part of the 2022-23 SB1 RMRA project list, which was approved on May 24, 2022 (Item No. 87).
On September 12, 2023 (Item No. 47), the Board determined the Project was exempt under the California Environmental Quality Act, approved the Project as defined in the Notice of Exemption, and directed the Clerk of the Board to file and post said notice, which was posted on September 13, 2023.
Following Board approval of this item, construction is anticipated to commence in the Fall of 2025 and be completed in the Spring of 2026.
PROCUREMENT
On May 12, 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 June 11, 2025, and released on the County electronic procurement network (ePro) on June 10, 2025. A notice inviting bids was also provided to specified construction trade journals identified pursuant to Public Contract Code Section 22036.
On August 7, 2025, the following seven bids were received:
Contractor |
Location |
Total Bid |
Hardy & Harper Inc. |
Lake Forest, CA |
$1,610,000.00 |
Matich Corporation |
San Bernardino, CA |
$1,637,079.00 |
All American Asphalt |
Corona, CA |
$1,689,116.30 |
Onyx Paving Company |
Yorba Linda, CA |
$1,808,000.00 |
VSS International |
Sacramento, CA |
$2,058,120.00 |
LCR Earthwork & Engineering Corporation |
Jurupa Valley, CA |
$2,091,821.50 |
Van Engineering, Inc. |
Wildomar, CA |
$2,869,583.30 |
The following addendums were issued during the bidding phase:
Addendum No. 1: Revised the bid opening date
Addendum No. 2: Amended the project special provisions, amended the project plans, revised the green pages, revised the proposal pages
Addendum No. 3: Revised the bid opening date, amended the project special provisions, revised the proposal pages, provided responses to questions asked by potential bidders
Addendum No. 4: Amended the project special provisions, provided responses to questions asked by potential bidders
Addendum No. 5: Revised the bid opening date, amended the project special provisions
Addendum No. 6: Amended the project special provisions, provided response to a question asked by a potential bidder, revised the proposal pages, revised project plan sheets
Addendum No. 7: Revised the proposal pages
The Department has reviewed the seven bids received and determined that they are all responsive, and recommends entering into a contract with Hardy & Harper Inc., the responsive lowest responsible bidder. No appeal/protest letters were received.
This Project will have a ten percent contingency fund of $161,000 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 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 $93,000 of the $161,000 contingency fund.
REVIEW BY OTHERS
This item has been reviewed by County Counsel (Aaron Gest, Deputy County Counsel, 387-5455) on August 21, 2025; Purchasing (Dylan Newton, Buyer III, 387-3377) on August 26, 2025; Auditor-Controller/Treasurer/Tax Collector (Charlene Huang, Auditor-Controller Manager, 382-7022) on September 9, 2025; and County Finance and Administration (Kathleen Gonzalez, Administrative Analyst, 387-5412 and Principal Administrative Analyst, Amanda Trussell, 387-4773) on September 8, 2025.