Skip to main content
File #: 12919   
Type: Consent Status: Passed
File created: 9/15/2025 Department: Public Works-Transportation
On agenda: 9/23/2025 Final action: 9/23/2025
Subject: Contract with M.C.M. Construction, Inc., for the Rock Springs Road Bridge Over the Mojave River Project in the unincorporated area of Apple Valley
Attachments: 1. MAP-PW-Trans-9-23-25 Rock Springs Road Bridge Over Mojave River, 2. ATT-PW-Trans-9-23-25 Addendum No. 1-H15087-Rock Springs, 3. ATT-PW-Trans-9-23-25 Addendum No. 2-H15087-Rock Springs, 4. R1-CON-PW-Trans 9-23-25 Con with MCM Construction Inc. for Rock Springs Road Bridge Over the Mojave River_v2

REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS

OF SAN BERNARDINO COUNTY

AND RECORD OF ACTION

 

September 23, 2025

 

FROM

NOEL CASTILLO, Director, Department of Public Works - Transportation

 

SUBJECT

Title

Contract with M.C.M. Construction, Inc., for the Rock Springs Road Bridge Over the Mojave River Project in the unincorporated area of Apple Valley

End

 

RECOMMENDATION(S)

Recommendation

1.                     Approve Addendum No. 1, issued on June 4, 2025, and Addendum No. 2, issued on June 30, 2025, to the bid documents for the Rock Springs Road Bridge Over the Mojave River Project in the unincorporated area of Apple Valley.

2.                     Award a construction contract to M.C.M. Construction, Inc., in the amount of $19,227,651, for the Rock Springs Road Bridge Over the Mojave River Project in the unincorporated area of Apple Valley.

3.                     Authorize a contingency fund of $1,922,765 for the Rock Springs Road Bridge Over the Mojave River Project in the unincorporated area of Apple Valley.

4.                     Authorize the Director of the Department of Public Works to approve the expenditure of the contingency fund of $1,922,765 for verified quantity overruns for this unit priced construction contract.

5.                     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 $210,000 of the $1,922,765 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: 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 Rock Springs Road Bridge Over the Mojave River Project in the unincorporated area of Apple Valley (Project) is funded with federal Highway Bridge Program funds administered by the California Department of Transportation (Caltrans), Measure I Major Local Highway Program funds administered by the San Bernardino County Transportation Agency (SBCTA), Regional Transportation Development Mitigation Plan fees collected for the Victor Valley Sphere of Influence, and Discretionary General Funds allocated to the Department of Public Works (Department) in the 2014-15 Recommended Budget. Sufficient appropriation and revenue are included in the Department’s 2025-26 Road Operations budget (6650002000 H15087) and will be included in future recommended budgets as necessary.

 

BACKGROUND INFORMATION

The Project is a coordinated effort between San Bernardino County and Caltrans to improve Rock Springs Road by replacing the existing two-lane low-water crossing over the Mojave River with a two-lane bridge. The new bridge will feature four-foot shoulders, a concrete barricaded sidewalk with streetlights on the south side, and drainage improvements. Additionally, the Project includes channel grading, rock slope protection, asphalt paving, installing the Midwest Guardrail System (a safety barrier commonly used along roadways to prevent vehicles from leaving the roadway), striping, and signage.

 

On June 2, 2015 (Item No. 67), the Board of Supervisors (Board) adopted the Mitigated Negative Declaration, mitigation monitoring reporting program, and directed the Clerk of the Board to file and post the Notice of Determination on June 5, 2015, as required under the California Environmental Quality Act. On March 19, 2015, Caltrans determined the Project is Categorically Excluded pursuant to Title 23 of the Code of Federal Regulations, Section 327 for compliance under the National Environmental Policy Act.

 

On July 9, 2019 (Item No. 32), the Board approved Cooperative Agreement No. 19-468 (Funding Agreement No. 19-10022002) with SBCTA authorizing the County to receive reimbursement for the Project, in an amount not to exceed $1,456,938. On December 19, 2023 (Item No. 69), the Board approved Amendment No. 1 to Cooperative Agreement No. 19-468, increasing the project funding by $7,028,567, from $20,234,837 to $27,263,404, of which the County is responsible for $3,593,215.

 

PROCUREMENT

On March 18, 2025, the Assistant Executive Officer approved the Project’s plans and specifications, pursuant to County Policy 11-15, and authorized the Director of the Department to advertise the Project for bids. This Project was advertised in the San Bernardino County Sun newspaper on May 13, 2025, and released on the County Electronic Procurement Network (ePro) on May 7, 2025. A notice inviting bids was also provided to specified construction trade journals identified pursuant to Public Contract Code Section 22036.

 

The following addenda were issued during the bidding phase:

 

                     Addendum 1: Provided responses to questions asked by potential bidders, amended the project special provisions, amended the project plans, revised the bid opening date, provided the as-built plans, agreements, and reports.

 

                     Addendum 2: Provided responses to additional questions asked by potential bidders, amended the project special provisions, amended the project plans, and drafted Stormwater Pollution Prevention Plan.

 

On July 17, 2025, the following 10 bids were received:

 

Contractor

Location

Total Bid

M.C.M. Construction, Inc.

North Highlands, CA

$19,227,651.00

Powell Constructors, Inc.

Fontana, CA

$21,618,711.30

Ames Construction, Inc.

Corona, CA

$22,045,038.80

Riverside Construction Company, Inc.

Riverside, CA

$22,367,536.20

Griffith Company

Brea, CA

$22,811,998.30

Nationwide Contracting Services, Inc.

Huntington Beach, CA

$29,578,526.56

Reyes Construction

Pomona, CA

Non-Responsive

Myers & Sons Construction, LLC

Sacramento, CA

Non-Responsive

Steve P. Rados, Inc.

Santa Ana, CA

Non-Responsive

Beador Construction Company, Inc.

Costa Mesa, CA

Non-Responsive

 

Upon receipt of the bids, the Department determined that the bid submissions from Reyes Construction, Myers & Sons Construction, LLC, and Steve P. Rados, Inc. were non-responsive due to failure to provide their Good Faith Effort Package as required by the instructions to bidders. Beador Construction Company, Inc. was deemed non-responsive for providing an incomplete cost proposal.

 

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

 

This Project will have a 10 percent contingency fund of $1,922,765 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 $210,000 of the $1,922,765 contingency fund.

 

REVIEW BY OTHERS

This item has been reviewed by County Counsel (Aaron Gest, Deputy County Counsel, 387-5455) on September 16, 2025; Purchasing (Dylan Newton, Buyer III, 387-3377) on August 26, 2025; and County Finance and Administration (Kathleen Gonzalez, Administrative Analyst, 387-5412) on September 6, 2025.