Skip to main content
File #: 12598   
Type: Consent Status: Passed
File created: 7/28/2025 Department: Project and Facilities Management
On agenda: 8/5/2025 Final action: 8/5/2025
Subject: Award Job Order Contracts for General Building, General Engineering, Mechanical, and Demolition and Abatement Services
Attachments: 1. ATT-PFMD-080525-Addendum No. 1 - Narrative GBJOC20 - General Building JOC, 2. ATT-PFMD-080525-Addendum No. 1 - Narrative GEJOC17 - General Engineering JOC, 3. ATT-PFMD-080525-Addendum No. 1 - Narrative HCGBJOC3 - Healthcare General Building JOC, 4. ATT-PFMD-080525-Addendum No. 1 - Narrative HCGEJOC3 - Healthcare General Engineering JOC, 5. ATT-PFMD-080525-Addendum No. 1 - Narrative MJOC18 - Mechanical JOC, 6. ATT-PFMD-080525-Addendum No. 1 - Narrative DAJOC3 - Demolition and Abatement JOC, 7. ADD-CON-PFMD-080525 - General Building JOC Blackstone Builders Inc-Approved by CC (002), 8. ADD-CON-PFMD-080525 - General Building JOC Dalke and Sons Construction Inc-Approved by CC (002), 9. ADD-CON-PFMD-080525 - General Building JOC Elegant Construction Inc - Approved by CC (002), 10. ADD-CON-PFMD-080525 - General Building JOC Exbon Development Inc-Approved by CC (002), 11. ADD-CON-PFMD-080525 - General Building JOC Harry H Joh Construction-Approved by CC (002), 12. ADD-CON-PFMD-080525 - General Building JOC Horizons Construction Company International Inc-Approved by CC, 13. ADD-CON-PFMD-080525 - General Building JOC MIK Construction Inc-Approved by CC (002), 14. ADD-CON-PFMD-080525 - General Building JOC New Creation Engineering and Builder Inc dba New Creation Builders-Approved by CC (002), 15. ADD-CON-PFMD-080525 - General Building JOC Optimus Construction and Painting Inc-Approved by CC (002), 16. ADD-CON-PFMD-080525 - General Building JOC Prime Painting Contractors Inc-Approved by CC (002), 17. ADD-CON-PFMD-080525 - General Building JOC SJDB Inc-Approved by CC (002), 18. ADD-CON-PFMD-080525 - Mechanical JOC ABM Building Solutions LLC-Approved by CC (002), 19. ADD-CON-PFMD-080525 - Mechanical JOC Athena Engineering Inc-Approved by CC (002), 20. ADD-CON-PFMD-080525 - Mechanical JOC D Burke Mechanical Corp-Approved by CC (002), 21. ADD-CON-PFMD-080525 - Mechanical JOC Los Angeles Air Conditioning Inc-Approved by CC (002), 22. ADD-CON-PFMD-080525-General Engineering JOC - Angeles Contractor Inc-Approved by CC (002), 23. ADD-CON-PFMD-080525-General Engineering JOC - Exbon Development Inc-Approved by CC (002), 24. ADD-CON-PFMD-080525-General Engineering JOC - Horizons Construction Company International Inc-Approved by CC (002), 25. ADD-CON-PFMD-080525-General Engineering JOC - New Creation Engineering and Builders Inc-Approved by CC (002), 26. ADD-CON-PFMD-080525-General Engineering JOC - PUB Construction Inc-Approved by CC (002), 27. ADD-CON-PFMD-080525-General Engineering JOC - SJDandB Inc-Approved by CC (002), 28. ADD-CON-PFMD-080525 - Demolition and Abatement JOC ATI Restoration LLC dba ATI-Approved by CC (002), 29. ADD-CON-PFMD-080525 - Demolition and Abatement JOC Integrated Demolition and Remediation Inc-Approved by CC (002), 30. ADD-CON-PFMD-080525 - General Building JOC Angeles Contractor Inc - Approved by CC, 31. R3-BAI-PFMD-080525-Award Job Order Contracts, 32. Item #53 Executed BAI, 33. 25-551 Executed Contract, 34. 25-552 Executed Contract, 35. 25-553 Executed Contract, 36. 25-554 Executed Contract, 37. 25-555 Executed Contract, 38. 25-556 Executed Contract, 39. 25-557 Executed Contract, 40. 25-558 Executed Contract, 41. 25-559 Executed Contract, 42. 25-560 Executed Contract, 43. 25-561 Executed Contract, 44. 25-562 Executed Contract, 45. 25-563 Executed Contract, 46. 25-564 Executed Contract, 47. 25-565 Executed Contract, 48. 25-566 Executed Contract, 49. 25-567 Executed Contract, 50. 25-568 Executed Contract, 51. 25-569 Executed Contract, 52. 25-570 Executed Contract, 53. 25-571 Executed Contract, 54. 25-572 Executed Contract, 55. 25-573 Executed Contract, 56. 25-574 Executed Contract

 REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS

OF SAN BERNARDINO COUNTY

AND RECORD OF ACTION

 

August 5, 2025

 

FROM

DON DAY, Director, Project and Facilities Management Department

         

SUBJECT                      

Title                     

Award Job Order Contracts for General Building, General Engineering, Mechanical, and Demolition and Abatement Services

End

 

RECOMMENDATION(S)

Recommendation

1.                     Approve the following Addenda to the Bid Documents:

a.                     Addendum No. 1 to the Bid Documents for General Building Job Order Contractor, dated May 16, 2025, which revised the bid documents and provided answers to bidder’s questions.

b.                     Addendum No. 1 to the Bid Documents for General Engineering Job Order Contractor, dated May 16, 2025, which revised the bid documents and provided answers to bidder’s questions.

c.                     Addendum No. 1 to the Bid Documents for General Mechanical Job Order Contractor, dated May 16, 2025, which revised the bid documents and provided answers to bidder’s questions.

d.                     Addendum No. 1 to the Bid Documents for Demolition / Abatement Job Order Contractor, dated May 16, 2025, which revised the bid documents and provided answers to bidder’s questions.

e.                     Addendum No. 1 to the Bid Documents for Healthcare General Building Job Order Contractor, dated May 16, 2025, which revised the bid documents and provided answers to bidder’s questions.

f.                     Addendum No. 1 to the Bid Documents for Healthcare General Engineering Job Order Contractor, dated May 16, 2025, which revised the bid documents and provided answers to bidder’s questions.

2.                     Find the bid proposal from PUB Construction, Inc., in the category of General Building to be nonresponsive for failing to properly follow the instructions for bid pricing (Zone 2, Adjustment Factor 5 must be 30% higher than Zone 1, Adjustment Factor 1) as required in the Bid Proposal.

3.                     Find the bid proposal from Elegant Construction Inc., in the category of General Engineering to be nonresponsive for failing to acknowledge any and all Addendums as required in the Bid Proposal and instructions.

4.                     Find the bid proposal from Horizons Construction Company International, Inc., in the category of Mechanical to be nonresponsive for failing to meet the C-4 License requirement in the Bid Proposal.

5.                     Reject all bids received for Healthcare General Building Job Order Contract services, finding the rejection of the bids in the best general interest of the County.

6.                     Reject all bids received for Healthcare General Engineering Job Order Contract services, finding the rejection of the bids in the best general interest of the County.

7.                     Approve Job Order Contracts to provide General Building Job Order Contract services throughout the county, in an amount not to exceed $4,900,000, for the period of August 5, 2025, through August 4, 2026, with the following contractors:

a.                     Horizons Construction Company International, Inc.

b.                     New Creation Engineering & Builders, Inc., dba New Creation Builders

c.                     Optimus Construction & Painting, Inc.

d.                     Exbon Development, Inc.

e.                     SJD&B, Inc.

f.                     Angeles Contractor, Inc.

g.                     MIK Construction, Inc.

h.                     Dalke & Sons Construction, Inc.

i.                     Prime Painting Contractors, Inc.

j.                     Harry H. Joh Construction, Inc.

k.                     Elegant Construction, Inc.

l.                     Blackstone Builders, Inc.

8.                     Approve Job Order Contracts to provide General Engineering Job Order Contract services throughout the county, in an amount not to exceed $4,000,000, for the period of August 5, 2025, through August 4, 2026, with the following contractors:  

a.                     Horizons Construction Company International, Inc.

b.                     SJD&B, Inc.

c.                     PUB Construction, Inc.

d.                     New Creation Engineering & Builders, Inc., dba New Creation Builders

e.                     Angeles Contractor, Inc.

f.                     Exbon Development, Inc.

9.                     Approve Job Order Contracts to provide Mechanical Job Order Contract services throughout the county, in an amount not to exceed $4,000,000, for the period of August 5, 2025, through August 4, 2026, with the following contractors:

a.                     Athena Engineering, Inc.

b.                     ABM Building Solutions, LLC

c.                     D. Burke Mechanical Corp.

d.                     Los Angeles Air Conditioning, Inc.

10.                     Approve Job Order Contracts to provide Demolition and Abatement Job Order Contract services throughout the county, in an amount not to exceed $4,000,000, for the period of August 5, 2025, through August 4, 2026, with the following contractors:

a.                     ATI Restoration LLC, dba ATI

b.                     Integrated Demolition and Remediation, Incorporated

11.                     Grant discretionary authority to Project and Facilities Management Department, Chief of Project Management, Supervising Project Managers, and Project Managers to approve any and all plans, specifications, and project descriptions for projects performed by Job Order Contract contractors, including, but not limited to, building repairs/remodels, parking lot repair, roadway rehabilitation, Americans with Disabilities Act upgrades, utility improvements, landscape, signage, roof rehabilitations, and electrical system improvements, as these individuals shall determine in their discretion are necessary.

12.                     Authorize the Chief of Project Management, or the Supervising Project Manager, to issue individual job orders under the Job Order Contracts.

13.                     Authorize Project and Facilities Management Department to accept the work when 100% complete and execute and file the Notice of Completion for Projects and Job Orders.

(Presenter: Don Day, 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

This item will not result in the use of additional Discretionary General Funding (Net County Cost). These unencumbered contracts will be funded from projects approved as part of the Capital Improvement Program (CIP) or reimbursed from the departments who initiate projects with their own or other funding.

 

BACKGROUND INFORMATION

Public Contract Code Section 20128.5 authorizes the County to use Job Order Contract (JOC) Services to rapidly engage contractors to perform the repair, renovation, remodeling, or other repetitive work at existing public facilities utilizing a unit price structure. Experience with this process has shown that the JOC procurement method offers several advantages over traditional procurement methods for construction services, which require the development of detailed bid documents, advertisement of the project, and procurement of individual project-related construction contracts and approvals. The JOC method results in both time and cost savings.

 

The recommended contracts will allow the Project and Facilities Management Department (PFMD) to continue the savings of time, effort, and cost through the JOC program, thereby achieving the County and Chief Executive Officer’s goals and objectives to operate in a fiscally-responsible and business-like manner and improve County government operations.

 

PROCUREMENT

On April 8, 2025 (Item No. 34), the Board of Supervisors (Board) authorized PFMD to advertise for competitive bids for 12 General Building JOC contracts with a value of $4,900,000 each, six General Engineering JOC Contracts with a value of $4,000,000 each, four Mechanical JOC contracts with a value of $4,000,000 each, two Demolition and Abatement JOC contracts with a value of $4,000,000 each, five Healthcare General Building JOC contracts with a value of $4,000,000 each, and five Healthcare General Engineering JOC contracts with a value of $4,000,000 each. On April 11, 2025, PFMD advertised for bids in the Daily Press, six Plan Rooms, and on the County’s Electronic Procurement Network (ePro) in accordance with the County’s formal bidding procedures. On April 30, 2025, prospective bidders attended the mandatory pre-bid meeting. 

 

Bids received are based on the bid adjustment factor provided by each contractor, which the contractor multiplies against “pre-priced” unit costs (compiled in a project task catalog), which is part of the contract. In addition, the lowest bid is determined by a formula applied to the eight bid factors submitted for the categories of General Building, General Engineering, Mechanical, and Demolition and Abatement or the two bid factors submitted for Healthcare General Building, and Healthcare General Engineering, which vary based on the location, time of day, and response time required for the project. The adjustment factor represents all of the contractor’s costs (indirect and direct). Profit is not included in the pre-priced unit costs.

 

On May 28, 2025, the following fifteen (15) bids were received for the General Building JOC:

 

Contractor

Location

Bid Factor

Horizons Construction Company International, Inc.

Orange, CA

0.7995

New Creation Engineering & Builders, Inc., dba New Creation Builders

Bellflower, CA

0.9775

Optimus Construction & Painting, Inc.

Lancaster, CA

1.0051

PUB Construction, Inc.

Diamond Bar, CA

1.0191

Exbon Development, Inc.

Garden Grove, CA

1.0276

SJD&B, Inc.

Walnut, CA

1.0575

Angeles Contractor, Inc.

City of Industry

1.0600

MIK Construction, Inc.

Artesia, CA

1.0748

Dalke & Sons Construction, Inc.

Riverside, CA

1.0795

Prime Painting Contractors, Inc.

Northridge, CA

1.1558

Harry H. Joh Construction, Inc.

Paramount, CA

1.1823

Elegant Construction, Inc.

Irvine, CA

1.2725

Blackstone Builder, Inc.

Corona, CA

1.2761

Vincor Construction, Inc.

Brea, CA

1.2765

Dewberry Design-Builders, Inc.

Cerritos, CA

1.4486

 

PFMD recommends that the Board find the bid proposal of PUB Construction, Inc. to be nonresponsive for failing to properly follow the instructions for bid pricing (Zone 2, Adjustment Factor 5 must be 30% higher than Zone 1, Adjustment Factor 1) as required in the Bid Documents. On June 30, 2025, PFMD sent notification of disqualification to PUB Construction, Inc. via electronic mail and the United States Postal Service Certified Mail and no response was received.

 

PFMD recommends that the Board award a General Building JOC to Horizons Construction Company International, Inc., New Creation Engineering & Builders, dba New Creation Builders, Optimus Construction & Painting, Inc., Exbon Development, Inc., SJD&B, Inc., Angeles Contractor, Inc., MIK Construction, Inc., Dalke & Sons Construction, Inc., Prime Painting Contractors, Inc., Harry H. Joh Construction, Inc., Elegant Construction, Inc., and Blackstone Builders, Inc., the lowest responsive and responsible bidders, in an amount not to exceed $4,900,000. 

 

On May 28, 2025, the following nine (9) bids were received for the General Engineering JOC:

 

Contractor

Location

Bid Factor

Horizons Construction Company International, Inc.

Orange, CA

0.7995

SJD&B, Inc.

Walnut, CA

0.8000

PUB Construction, Inc.

Diamond Bar, CA

0.8000

Elegant Construction, Inc.

Irvine, CA

0.8633

New Creation Engineering & Builders, Inc., dba New Creation Builders

 Bellflower, CA

 0.8990

Angeles Contractor, Inc.

City of Industry, CA

0.8996

Exbon Development, Inc.

Garden Grove, CA

1.0251

Matcon General Engineering, Inc.

Corona, CA

1.0665

Bitech Construction, Inc.

Buena Park, CA

1.1750

 

PFMD recommends that the Board find the bid proposal of Elegant Construction, Inc. to be nonresponsive for failing to acknowledge any and all addendums as required in the Bid Documents and instructions. Notice of PFMD’s recommendation was sent on June 30, 2025, PFMD sent notification of disqualification to PUB and CSI via electronic mail and the United States Postal Service Certified Mail and no response was received.

 

PFMD recommends that the Board award a General Engineering JOC to Horizons Construction Company International, Inc., SJD&B, Inc., PUB Construction, Inc., New Creation Engineering & Builders, dba New Creation Builders, Angeles Contractor, Inc., and Exbon Development, Inc., the lowest responsive and responsible bidders, in an amount not to exceed $4,000,000.

 

On May 28, 2025, the following six (6) bids were received for the Mechanical JOC:

 

Contractor

Location

Bid Factor

Horizons Construction Company International, Inc.

Orange, CA

0.9561

Athena Engineering, Inc.

San Dimas

0.9779

ABM Building Solutions

Tustin, CA

0.9820

D. Burke Mechanical Corp.

Norco, CA

1.2369

Los Angeles Air Conditioning, Inc.

La Verne, CA

1.2398

Mesa Energy Systems, dba Emcor Services Mesa Energy

Irvine, CA

1.4612

 

PFMD received a bid protest on May 29, 2025, challenging the intent to award a Mechanical JOC contract to Horizons Construction Company International, Inc., as the C-4 license requirement was not met by the vendor. After an investigation, Horizons Construction Company International, Inc. was found to not possess the required licensing requirement for the Mechanical JOC category and was deemed non-responsive. As Horizons Construction Company International, Inc. was found nonresponsive, D. Burke Mechanical Corp. was then notified as to the intent to award a Mechanical JOC contract. PFMD has not received any other protests. 

 

PFMD recommends that the Board find the bid proposal of Horizons Construction Company International, Inc. to be nonresponsive for failing to meet the minimum requirement of holding a Class C-4 license as required in the Bid Documents. PFMD sent notification of disqualification to Horizons Construction Company International, Inc. via electronic mail and the United States Postal Service Certified Mail on July 1, 2025 and no response was received.

 

PFMD recommends that the Board award a Mechanical JOC to Athena Engineering, Inc., ABM Building Solutions, LLC, D. Burke Mechanical Corp., and Los Angeles Air Conditioning, Inc., the lowest responsive and responsible bidders, in an amount not to exceed $4,000,000.

 

On May 28, 2025, the following two bids were received for the Demolition and Abatement JOC:

 

Contractor

Location

Bid Factor

ATI Restoration LLC, dba ATI

Anaheim, CA

1.3011

Integrated Demolition and Remediation, Inc.

Anaheim, CA

1.7163

 

PFMD recommends that the Board award a Demolition and Abatement JOC to ATI Restoration LLC, dba ATI and Integrated Demolition and Remediation, Incorporated, the lowest responsive and responsible bidders, in an amount not to exceed $4,000,000.

 

On May 28, 2025, the following eleven (11) bids were received for the Healthcare General Building JOC:

 

Contractor

Location

Bid Factor

Horizons Construction Company International, Inc.

Orange, CA

1.0760

SJD&B, Inc.

Walnut, CA

1.1150

PUB Construction, Inc.

Diamond Bar, CA

1.1200

Exbon Development, Inc.

Garden Grove, CA

1.1320

MIK Construction, Inc.

Artesia, CA

1.1400

MTM Construction, Inc.

City of Industry, CA

1.1580

New Creation Engineering & Builders, Inc., dba New Creation Builders

 Bellflower, CA

 1.1700

Angeles Contractor, Inc.

City of Industry, CA

1.3640

Healthcare Design & Construction LLC

Tustin, CA

1.3660

Harry H. Joh Construction, Inc.

Paramount, CA

1.4000

Vincor Construction, Inc.

Brea, CA

1.4540

 

PFMD recommends that the Board reject all bids received for Healthcare General Building. PFMD intends to rebid this category utilizing the Best Value procurement method that will more heavily examine a bidders qualifications, including their extensive clinical experience, hospital knowledge, and Department of Health Care Access and Information (HCAI) requirements, as opposed to looking solely at a bidders priced bid. PFMD believes rejection of the bids at this time is in the best general interest of the County.

 

On May 28, 2025, the following six (6) bids were received for the Healthcare General Engineering JOC:

 

Contractor

Location

Bid Factor

Horizons Construction Company International, Inc

Orange, CA

0.8980

PUB Construction, Inc.

Diamond Bar, CA

1.0200

New Creation Engineering & Builders, Inc., dba New Creation Builders

 Bellflower, CA

 1.0400

SJD&B, Inc.

Walnut, CA

1.0700

Exbon Development, Inc.

Garden Grove, CA

1.1320

Angeles Contractor, Inc. 

City of Industry, CA

1.4580

 

PFMD recommends that the Board reject all bids received for Healthcare General Engineering.  PFMD intends to rebid this category utilizing the Best Value procurement method that will more heavily examine a bidders qualifications, including their extensive clinical experience, hospital knowledge, and Department of Health Care Access and Information (HCAI) requirements, as opposed to looking solely at a bidders priced bid. PFMD believes rejection of the bids at this time is in the best general interest of the County.

 

On June 30, 2025, PFMD notified all successful and unsuccessful bidders of PFMD’s intended recommendations. No appeals were received.

 

 

REVIEW BY OTHERS

This item has been reviewed by County Counsel (Daniel Pasek, Deputy County Counsel, 387-5455) on June 30, 2025; Purchasing (Ariel Gill, Supervising Buyer, 387-2070) on July 1, 2025; Project and Facilities Management (Don Day, Director, 387-5000) on July 14, 2025; County Finance and Administration (Eduardo Mora, Administrative Analyst II, 387-4376) on July 17, 2025.