REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS
OF SAN BERNARDINO COUNTY
AND RECORD OF ACTION
March 25, 2025
FROM
NOEL CASTILLO, Director, Department of Public Works - Transportation
SUBJECT
Title
Contract with Griffith Company and Amendment to Contract with Biggs Cardosa Associates, Inc., for the Glen Helen Parkway Bridge Over Cajon Wash Project in the Devore Area
End
RECOMMENDATION(S)
Recommendation
1. Approve the following Addenda to the bid documents for the Glen Helen Parkway Bridge Over Cajon Wash Project in the Devore area:
a. Addendum No. 1 issued on September 17, 2024;
b. Addendum No. 2 issued on September 23, 2024;
c. Addendum No. 3 issued on October 1, 2024;
d. Addendum No. 4 issued on October 10, 2024;
e. Addendum No. 5 issued on November 7, 2024;
f. Addendum No. 6 issued on November 15, 2024;
g. Addendum No. 7 issued on November 22, 2024;
h. Addendum No. 8 issued on December 2, 2024; and
i. Addendum No. 9 issued on January 6, 2025.
2. Award a construction contract to Griffith Company in the amount of $41,720,920.94 for the Glen Helen Parkway Bridge Over Cajon Wash Project in the Devore area.
3. Authorize a contingency fund of $4,172,092 for the Glen Helen Parkway Bridge Over Cajon Wash Project in the Devore area.
4. Authorize the Director of the Department of Public Works to approve the expenditure of the contingency fund of $4,172,092 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 $4,172,092 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.
7. Approve Amendment No. 5 to Contract No. 14-857 with Biggs Cardosa Associates, Inc., increasing the contract amount by $164,301, from $2,542,211 to $2,706,512, to provide additional construction support for the Glen Helen Parkway Bridge Over Cajon Wash Project in the Devore area, and revise the scope of work and schedule exhibits to provide additional detail but with no change to the contract’s term of October 21, 2014 through December 30, 2027.
(Presenter: Noel Castillo, 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.
Pursue County Goals and Objectives by Working with Other Agencies and Stakeholders.
FINANCIAL IMPACT
Approval of this item will not result in the use of additional Discretionary General Funding (Net County Cost). The Department of Public Works (Department) is funded by Gas Tax revenue, fees, and other federal, state and local funding. The Glen Helen Parkway Bridge Over Cajon Wash in the Devore Area (Project) is funded by the Federal Highway Bridge Program (HBP), administered by the California Department of Transportation (Caltrans), at 88.53% and 11.47% by the County’s local match. The local match is funded with Community Service Upgrades General Fund Reserve as approved by the Board of Supervisors (Board) on July 23, 2024 (Item No. 52). Storm drain expenditures related to the Project are funded by Measure I revenues, administered by the San Bernardino County Transportation Authority (SBCTA), pursuant to Amendment No. 2 to County Contract No. 12-459 approved by the Board of Supervisors (Board) on February 25, 2025 (Item No. 32). Sufficient appropriation and revenue are included in the Department’s 2024-25 Road Operations budget (6650002000 11H14646) and will be included in future recommended budgets, as necessary.
BACKGROUND INFORMATION
The Project consists of the construction of a four-lane bridge over Cajon Wash that will connect to the existing grade separation that crosses over the Union Pacific and Burlington Northern Santa Fe railroad lines. The total estimated cost of $52,151,151 includes $41,720,921 for Construction, $4,172,092 for Construction Contingency, and $6,258,138 for Construction Engineering and other Project related costs.
On November 16, 2010 (Item No. 43), the Board determined that the Project was exempt under the California Environmental Quality Act (CEQA), approved the Project as defined in the Notice of Exemption, and directed the Clerk of the Board to post said notice. Additionally, on June 29, 2012, Caltrans determined the Project was excluded under the National Environmental Policy Act (NEPA) Section 6005 of 23 United States Code 327.
On May 7, 2024 (Item No. 47), the Board approved Pipeline License Agreement No. 24-378 with Burlington Northern Santa Fe Railway Company (BNSF) for a non-exclusive license for continued permitted use of an approximately 192-foot crossing for the Project. On the same item, the Board approved Pipeline Crossing Agreement No. 24-379 with Union Pacific Railroad Company (UPRR) for a non-exclusive license for continued permitted use of approximately 100-foot crossing for the Project. The Board also found that the continued permitted use of BNSF’s 192-foot crossing and UPRR’s 100-foot crossing for the Project is exempt under CEQA Guidelines Section 15282(g) for railroad grade separation projects as set forth in Section 21080.13 of the Public Resource Code.
On July 23, 2024, (Item No. 52), the Board approved Agreement No. 24-691 with Caltrans to comply with the high-cost project policy for the Project.
Additionally, approval of this item amends Contract No. 14-857 with Biggs Cardosa Associates, Inc., increasing the contract by $164,301 (from $2,542,211 to $2,706,512) for additional construction support on the Glen Helen Parkway Bridge Over Cajon Wash Project in Devore. It also updates the scope of work and schedule exhibits to provide additional details as to the construction management services tasks and revises the schedule to reflect the consultant’s completion of the specific work. The contract term of October 21, 2014 through December 30, 2027, remains unchanged.
Following Board approval of this item, construction is anticipated to commence April 2025 and be completed by March 2027.
PROCUREMENT
On September 10, 2024 (Item No. 52), the Board 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 San Bernardino County Sun newspaper on September 17, 2025, and released on the County electronic procurement network (ePro) on September 17, 2025. The notice inviting bids was also provided to specified construction trade journals identified pursuant to Public Contract Code section 22036. On January 9, 2025, the following five bids were received:
Contractor |
Location |
Total Bid |
Griffith Company |
Brea, CA |
$41,720,920.94 |
Ames Construction Co. |
Corona, CA |
$42,640,887.75 |
Skanska USA Civil West CA District, Inc. |
Riverside, CA |
$45,750,686.00 |
Steve P. Rados, Inc. |
Santa Ana, CA |
$46,931,608.25 |
MCM Construction, Inc. |
North Highlands, CA |
$49,498,272.75 |
The following addenda were issued during the bidding phase:
Addendum No. 1: Replaced entire Special Provisions.
Addendum No. 2: Replaced entire Plan Set.
Addendum No. 3: Revised the bid open date, non-mandatory pre-bid meeting date and bidder
questions deadline.
Addendum No. 4: Revised the bid open date, non-mandatory pre-bid meeting date, and bidder questions deadline; amend Special Provisions; Amend the Project Plans; and revised the proposal pages.
Addendum No. 5: Revised the bid open date.
Addendum No. 6: Revised the bid open date.
Addendum No. 7: Amend the Project Plans; amend the Special Provisions; replace the Federal Prevailing Wage rates; add Project Construction Lead Time Memo and Condition Compliance Matrix; add Railroads Agreements; add As-built Plans for Phase 1; add Geotechnical Report for the Project; add Amendment to Biological Opinion for the project; add Glen Helen Regional Park Plans from Nuvis Landscaping Architecture; add Caltrans Standard Plans; revised the proposal pages; and provided responses to questions asked during the bidding process.
Addendum No. 8: Revised the bid open date.
Addendum No. 9: Amend the Project Plans sheet 57.
The Department has reviewed the bids received, determined that they are responsive, and recommends entering into a contract with Griffith Company, the responsive, lowest responsible bidder. No appeal/protest letters were received.
This Project will have a ten percent contingency fund of $4,172,092 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 Public Works 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 $4,172,092 contingency fund.
REVIEW BY OTHERS
This item has been reviewed by County Counsel Aaron Gest, Deputy County Counsel, 387-5455) on February 28, 2025; Purchasing (Jason Cloninger, Lead Buyer, 387-0321) on February 20, 2025; Finance (Kathleen Gonzalez, Administrative Analyst, 387-5412) on March 5, 2025; and County Finance and Administration (Paloma Hernandez-Barker, Deputy Executive Officer, 387-5423) on March 10, 2025.