Skip to main content
File #: 13758   
Type: Consent Status: Passed
File created: 2/27/2026 Department: Project and Facilities Management
On agenda: 3/10/2026 Final action: 3/10/2026
Subject: Rejection of all Prequalification Submittals and Re-advertisement of Best Value Healthcare General Building Request for Qualification
Attachments: 1. ADD-ATT-PFMD-031026-Pre-Qualification- Scorecard-Best Value JOC - Healthcare General Building - F, 2. ADD-ATT-PFMD-031026-Pre-Qualification-Questionnaire-Best Value JOC - Healthcare General Building-Attachment No 4-F, 3. ADD-ATT-PFMD-031026-Pre-Qualification-RFQ-Best Value JOC - Healthcare General Building.F, 4. Item #27 Executed BAI

REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS

OF SAN BERNARDINO COUNTY

AND RECORD OF ACTION

 

                                          March 10, 2026

 

FROM

MOE YOUSIF, Interim Director, Project and Facilities Management

         

SUBJECT                      

Title                     

Rejection of all Prequalification Submittals and Re-advertisement of Best Value Healthcare General Building Request for Qualification

End

 

RECOMMENDATIONS

Recommendation

1.                     Reject all Prequalification Submittals received on January 7, 2026, for the Best Value Healthcare General Building Request for Qualification and find that the rejection of the Prequalification Submittals is in the best general interest of the County.

2.                     Find that awarding annual contracts for healthcare general building projects in the County that do not exceed $3,000,000 for repair, remodeling, or other repetitive work to be done according to unit prices utilizing the Best Value Construction Contract Procurement Method achieves the objective of reducing project costs and expediting the completion of projects.

3.                     Authorize the Project and Facilities Management Department to use the two-step Best Value Construction Contract Procurement Method pursuant to Public Contract Code Section 20155.

4.                     Approve the use of the revised Best Value Job Order Contract Request for Qualification package for Healthcare General Building, to prequalify contractors to propose on the Best Value Construction Contracts for Healthcare General Building.

5.                     Authorize the Director of the Project and Facilities Management Department to re-advertise for the prequalification of contractors seeking to bid for Best Value Job Order Contracts for Healthcare General Building.

6.                     Authorize the Director of the Project and Facilities Management Department to:

a.                     Approve the Request for Qualification shortlist for Healthcare General Building Job Order Contractors.

b.                     Approve a Request for Bids for Best Value Healthcare General Building Package, release the Request for Bids Best Value Healthcare General Building Package to the shortlisted job order contractors, issue any needed addenda or amendments to the Request for Qualifications Package and Request for Bids Package, and take all other necessary steps to obtain responsible and responsive job order contractors for Healthcare General Building, but excluding, awarding a contract.

 

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

Body

 

COUNTY AND CHIEF EXECUTIVE OFFICER GOALS & OBJECTIVES

Improve County Government Operations.

Operate in a Fiscally-Responsible and Business-Like Manner.

 

FINANCIAL IMPACT

Approval of this item will not result in the use of Discretionary General Funding (Net County Cost), as there is no fiscal impact associated with rejecting the current submittals or re-advertising the Request for Qualifications. Any future Job Order Contracts will return to the Board for approval for any contract award.

 

BACKGROUND INFORMATION

On October 9, 2017, the State Legislature passed Senate Bill 793, which amended Public Contract Code (PCC) Section 20155 to authorize counties to use the Best Value (Best Value) Job Order Contracting (JOC) Procurement Method. Best Value JOCs are individual annual contracts, with a maximum value of $3,000,000 each, adjusted annually to reflect the percentage change in the California Consumer Price Index. Best Value JOCs may be extended for two subsequent one-year terms not to exceed $6,000,000 over the two extended terms of the contract. Currently, Project and Facilities Management Department (PFMD) utilizes Job Order Contracts for repair, remodeling, or other repetitive work at County owned facilities, but these current contracts are awarded solely on a low-bid basis that do not consider the experience or qualifications of an individual bidder. The Best Value JOC procurement method considers not only the amount of a bid but also the qualifications of a bidder in order to obtain better quality contractors more likely to complete tasks in a timely and cost-effective manner.

 

On June 11, 2024 (Item No. 63), the Board of Supervisors (Board) adopted the two-step Best Value Construction Contract Procurement Procedures and Criteria pursuant to PCC Section 20155(c), authorized the PFMD to use the two-step Best Value Construction Contract Procurement Method, and approved the use and advertisement of the Best Value Construction Contract Request for Qualification package to prequalify contractors to propose on the Best Value Construction Contracts.

 

On July 25, 2024, PFMD received 27 bids across the six Best Value JOC categories: General Building, General Engineering, Mechanical, Healthcare General Building, Healthcare General Engineering, and Healthcare Mechanical. While the solicitation generated responses, the number and diversity of bids did not meet program expectations.

 

On November 4, 2025 (Item No. 25), the Board rejected all Prequalification Proposals received for all advertised Best Value JOC categories and approved re-advertisement of the Best Value JOC for Healthcare General Building category only, allowing a more targeted approach for the Best Value JOC procurement method.

 

On January 7, 2026, PFMD received six bids for the Best Value JOC for Healthcare General Building. The Board approved "Best Value Construction Contract Procurement Procedures and Criteria” which requires at least three contractors to meet the minimum score required for prequalification to move on to the second step-Request for Bids. During the evaluation and grading period for prequalification submittals received, it was discovered that only one contractor was able to achieve the minimum score required for prequalification. As a result, PFMD recommends rejecting all prequalification submittals in the best interest of the County, and re-advertising the Best Value JOC Healthcare General Building Request for Prequalification to allow increased interest and qualified contractor participation.

 

Approval of this item will reject all prequalification submittals received on January 7, 2026, for the Best Value JOC for Healthcare General Building Request for Qualification and re-authorize PFMD, pursuant to PCC Section 20155 et seq., to utilize the two-step Best Value Construction Contract Procurement Method for JOC Healthcare General Building.

 

PFMD recommends the Board approve the Request for Prequalification packet for Best Value JOC Healthcare General Building, including questionnaire and updated objective scoring criteria, and authorize the Director of PFMD to release it to potential Best Value JOC bidders.

 

Approval of this item will also authorize the Director of PFMD to approve the shortlist of Best Value JOCs for Healthcare General Building, approve a Request for Bids for Best Value JOC Healthcare General Building package, and release that package to the shortlisted JOCs. PFMD will return to the Board for any contract award.

 

PROCUREMENT

Notice of the Request For Qualifications for Healthcare General Building JOC will be re-advertised on March 13, 2026. A mandatory prequalification conference is scheduled for March 30, 2026, at 10:00 a.m. The deadline for requests for clarification is April 10, 2026, at 5:00 p.m., and the deadline to submit the prequalification packages is May 6, 2026, at 10:00 a.m. at PFMD, 620 South E Street, San Bernardino, CA 92415.

 

REVIEW BY OTHERS

This item has been reviewed by County Counsel (Kaleigh Ragon, Deputy County Counsel, 387-5455) on January 22, 2026; Purchasing (Ariel Gill, Supervising Buyer, 387-2070) on February 12, 2026; Project and Facilities Management (Ari Limoochi, Project Controls Manager, 387-5000) on January 27, 2026; and County Finance and Administration (Eduardo Mora, Administrative Analyst II, 387-4376) on February 23, 2026.