Skip to main content
File #: 13653   
Type: Consent Status: Passed
File created: 2/2/2026 Department: Project and Facilities Management
On agenda: 2/10/2026 Final action: 2/10/2026
Subject: Amendment and Change Order to Construction Contract with Wakeco, Inc., for the ARMC Sterilization System Installation - Mobile SPD Trailer Project
Attachments: 1. CON-PFMD-021026-Amendment-Wakeco-ARMC SPD Trailer, 2. CON-PFMD-021026-Change Order-Wakeco-ARMC SPD Trailer, 3. Item #30 Executed BAI, 4. 24-1212 A-1 Executed Contract, 5. 24-1212 CO-2 Executed Contract

REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS

OF SAN BERNARDINO COUNTY

AND RECORD OF ACTION

 

                                          February 10, 2026

 

FROM

MOE YOUSIF, Interim Director, Project and Facilities Management Department

ANDREW GOLDFRACH, ARMC Chief Executive Officer, Arrowhead Regional Medical Center 

         

SUBJECT                      

Title                     

Amendment and Change Order to Construction Contract with Wakeco, Inc., for the ARMC Sterilization System Installation - Mobile SPD Trailer Project

End

 

RECOMMENDATION

Recommendation

1.                     Approve Amendment No. 1 to Contract No. 24-1212, effective June 23, 2025, for corrective work already performed, with Wakeco, Inc., for the ARMC Sterilization System Installation - Mobile SPD Trailer Project in Colton,  increasing the total contract amount by $91,394.03, from $688,805 to $780,199.03, and extending the construction completion date by an additional 40 calendar days, from August 6, 2025 to September 16, 2025 (Four votes required).

2.                     Approve Change Order No. 2 to Contract No. 24-1212, effective June 23, 2025, adjusting the scope of work for work already performed, with Wakeco, Inc., for the ARMC Sterilization System Installation - Mobile SPD Trailer Project in Colton, decreasing the total contract by $7,563.28, from $780,199.03 to $772,635.75 (Four votes required).

(Presenter: Moe Yousif, Interim Director, 387-5000)

Body

 

COUNTY AND CHIEF EXECUTIVE OFFICER GOALS & OBJECTIVES

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 recommended amendment and change order totaling $83,830.75 will be fully funded within the ARMC Sterilization System Installation - Mobile SPD Trailer Project (Project) (WBSE 10.10.1142), which has a total approved budget of $5,212,983. The Project is funded by State Medi Cal, Federal Medicare, private insurance reimbursements, and other departmental revenues. Funding sources may change in the future depending on legislative activity related to the repeal or replacement of the Affordable Care Act. Sufficient appropriation is included in the 2025-26 Capital Improvement Program budget as approved by the Board of Supervisors (Board) on June 10, 2025 (Item No. 136).

 

BACKGROUND INFORMATION

The Project provides utility connections and supporting infrastructure for a Mobile Sterile Processing Department (SPD) trailer located at the north end of the Arrowhead Regional Medical Center (ARMC) loading dock, enabling continued SPD operations during replacement and remodeling of the permanent SPD decontamination area. The mobile SPD trailer must be fully operational and receive California Department of Public Health licensing prior to commencement of the SPD remodel phase. The scope includes installation of seismic anchor points, a temporary covered access platform, and tie-ins to existing underground utilities, including electrical power, domestic water, fire sprinkler, fire alarm, data, and sanitary sewer services.

 

On July 9, 2024 (Item No. 27), the Board authorized the Project and Facilities Management Department (PFMD) to solicit competitive bids for the Project.  On December 3, 2024 (Item No. 36), the Board awarded Contract No. 24-1212 to Wakeco, Inc. (Contractor), in the amount of $679,000, with a construction contract completion date of 183 days from the date PFMD issued the Contractor a Notice to Proceed.

 

During construction, additional work was identified that was either unknown and not reasonably discoverable prior to contract award, required by State regulatory bodies or third parties, or had been omitted from the previously approved plans, and was necessary for the satisfactory completion of the Project. On June 23, 2025, a Construction Change Directive was issued, authorizing the Contractor to proceed in order to maintain operational readiness and meet the project schedule, and the work has been completed in accordance with that directive.

 

On August 15, 2025, pursuant to delegated authority, the Director of the PFMD approved Change Order No. 1, adding to the scope of work and increasing the amount by $9,805, from $679,000 to $688,805, with a change to the construction contract term extending the completion date by 23 days, from 183 calendar days to 206 calendar days.

 

Approval of Amendment No. 1 (A1), in the amount of $91,394.03, increasing the contract amount from $688,805 to $780,199.03, compensates the Contractor for additional work required to address unforeseen conditions discovered after construction began, including concrete encasement, design error and omissions, existing water quality not meeting the trailer’s requirements, above ground work for associated plumbing for filtration and softening system, grounding cable, addressing excessive existing concrete thickness, and adding splice details. A1 also extends the contract time by 40 calendar days, from 206 calendar days to 246 calendar days.

 

Approval of Change Order No. 2 (CO2) to Contract No. 24-1212, results in a credit to the County in the sum of $7,563.28, from $780,199.03 to $772,635.75.  This was as a result of -several additive and deductive scope adjustments to labor, materials and equipment for an electrical trench, Ground Penetrating Radar scanning, and the use of fire retardant.  CO2 also compensates the Contractor for terminating trailer power into the switchgear, additional investigation required for a coordination study, and a new handrail.

 

The cost impact and contract adjustment associated with A1 and CO2 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 construction contract change orders and amendments to have four vote approval by the Board. The Project is consistent with the Board approved CIP Project No. 21-154.

 

PROCUREMENT

Not applicable.

 

REVIEW BY OTHERS

This item has been reviewed by County Counsel (Daniel Pasek, Deputy County Counsel, 387-5455) on December 23, 2025; Arrowhead Regional Medical Center (Andrew Goldfrach, ARMC Chief Executive Officer, 580-6170)  on December 24, 2025; Project and Facilities Management (Robert Gilliam, Chief of Project Management, 387-3072) on January 5, 2026; and County Finance and Administration (Yael Verduzco, Principal Administrative Analyst, 387-5285) on January 26, 2026.

 

(GA: (909) 387-5000)