Skip to main content
File #: 12176   
Type: Consent Status: Passed
File created: 5/12/2025 Department: San Bernardino County Flood Control District
On agenda: 5/20/2025 Final action: 5/20/2025
Subject: Budget Adjustment and Construction Contract with CSI Services for the Rancho Cucamonga New Yard Construction Project in Rancho Cucamonga
Attachments: 1. ATT-PFMD-052025-Addendum No. 1-Contract-CSI Services-Rancho Cucamonga New Yard Construction Project, 2. R1-CON-PFMD-052025-Construction Contract with CSI Services for Rancho Cucamonga New Yard Construction Project, 3. Item #100 Executed BAI, 4. 25-321 Executed Contract

REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS

OF SAN BERNARDINO COUNTY FLOOD CONTROL DISTRICT

AND RECORD OF ACTION

 

May 20, 2025

 

FROM

DON DAY, Director, Project and Facilities Management Department

NOEL CASTILLO, Chief Flood Control Engineer, Flood Control District

 

SUBJECT                      

Title                     

Budget Adjustment and Construction Contract with CSI Services for the Rancho Cucamonga New Yard Construction Project in Rancho Cucamonga

End

 

RECOMMENDATION(S)

Recommendation

Acting as the governing body of San Bernardino County Flood Control District:

1.                     Approve Addendum No. 1 to the Bid Documents, dated January 6, 2025, which provided clarifications to contractor questions for the Rancho Cucamonga New Yard Construction Project.

2.                     Find the bid from MWC Group, Inc. non-responsive for failing to submit a Bid Package as required in the Bid Documents.

3.                     Find the bid from Horizons Construction Company International, Inc. non-responsive for not attending the mandatory pre-bid conference, as required in the Bid Documents.

4.                     Award construction contract to CSI Services, in the amount of $4,797,875, for the Rancho Cucamonga New Yard Construction Project.

5.                     Authorize the Project and Facilities Management Department to order any necessary changes or additions in the work being performed under the construction contract, for a total amount not to exceed $150,000 pursuant to Public Contract Code Section 21061(c).

6.                     Authorize the Director of the Project and Facilities Management Department to accept the work when 100% complete and execute and file a Notice of Completion.

7.                     Approve a budget increase in the amount of $230,000, from $5,710,171 to $5,940,171, to Capital Improvement Program Project No. 23-042, for the Rancho Cucamonga New Yard Construction Project.

8.                     Authorize the Auditor-Controller/Treasurer/Tax Collector to post the necessary budget adjustments for Capital Improvement Program Project No. 23-042 to the 2024-25 budget, as indicated in the Financial Impact section (Four votes required).

(Presenter: Don Day, Director, 387-5000)

Body

 

COUNTY AND CHIEF EXECUTIVE OFFICER GOALS & OBJECTIVES

Ensure Development of a Well-Planned, Balanced, and Sustainable County.

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).  The Rancho Cucamonga New Yard Construction Project (Project) (WBSE 10.10.1333) is funded through the San Bernardino County Flood Control District’s (District) Special Assessment Property Tax Revenue, as approved by the Board of Supervisors (Board) as part of the 2024-25 Capital Improvement Program (CIP) budget on June 11, 2024 (Item No. 110).  As the bids received were higher than anticipated, the requested increase is needed to offset the difference between the lowest responsive bid and the Project budget. The appropriation and revenue adjustments recommended are as follows:

 

Fund Center

Commitment Item

Description

Action

 Amount

WBSE

7700003100

54304030

Structures & Improvements to Structures

Increase

$230,000

10.10.1333

7700003100

55415017

Capital Assets Transfers In

Increase

$230,000

10.10.1333

 

The Project is comprised of the following components:

 

Description

Amount

Project Design

 $343,252

Project Management, Inspection and Testing

 $169,257

Construction

 $4,797,875

Construction Contingency

 $479,787

Project Contingency

 $150,000

Total Project Budget

 $5,940,171

 

BACKGROUND INFORMATION

The Project, located at 12158 Baseline Road, in Rancho Cucamonga, will construct a new 4,000-square-foot two-story steel building that will provide additional district offices, and staff meeting space, mechanical and equipment storage, vehicle service bays, updated parking lot, wash rack, asphalt drive isle, concrete masonry site walls, chain-link site walls, to enhance security, and provide a new emergency backup generator. The existing building used by the District has exceeded its useful lifecycle, and the new building will provide vital maintenance and much needed office space.

 

On November 19, 2024 (Item No. 66), the Board approved a Memorandum of Understanding (MOU) between San Bernardino County and the District to clarify the duties and responsibilities of both parties regarding project management services rendered by the County, through its Project and Facilities Management Department (PFMD). On the same item, the Board determined the Project to be categorically exempt from further review under Section 15303(c), Class 3 (New Construction or Conversion of Small Structures), of California Environment Quality Act Guidelines (Title 14, California Code of Regulations). This exemption applies to the construction of the new 4,000 square foot steel building, emergency generator, roadways, parking, and underground utilities.

 

Approval of this item will allow PFMD to proceed with the construction of the Project pursuant to the terms of the MOU. This Project is consistent with the County Administrative Office approved CIP Project No. 23-042.

 

PROCUREMENT

On November 19, 2024 (Item No. 66), the Board authorized PFMD to advertise for competitive bids for the Project. On November 26, 2024, PFMD advertised for bids in the San Bernardino County Sun and on the County Electronic Procurement Network (ePro) listed under Requests for Proposals (RFP) No. ANE223-ANE3C-5693. On December 10, 2024, 31 contractors attended a mandatory job walk. On January 6, 2025, Addendum No. 1 was issued which provided responses to contractor questions for the Project. On January 16, 2025, the following 12 bids were received:

 

Contractor

Location

Bid

CSI Services

San Pedro, CA

$4,797,875

Armstrong Cal Builders, Inc.

Stanton, CA

$5,168,000

Horizons Construction Co. Int’l Inc.*

Orange, CA

$5,197,000

RE Chaffee Construction

Wrightwood, CA

$5,260,000

Oakview Construction Inc.

Calimesa, CA

$5,292,000

WakeCo Inc.

Temecula, CA

$5,321,000

D.F. Perez Construction Inc.

Anaheim, CA

$5,502,435

ARC Construction Inc.

La Crescenta, CA

$5,600,000

Newman Midland Corp.

Long Beach, CA

$6,214,760

KEMCORP Construction Inc.,

Ontario, CA

$6,475,000

Diamond Construction Inc.

Redlands, CA

$6,930,000

MWC Group Inc.**

Adelanto, CA

N/A

*  Non-responsive, as the Contractor did not attend the mandatory pre-bid conference.  The Bidder was notified of the non-responsive status at bid opening.  No protest was received.

**Non-responsive, as the Contractor did not submit bid package.  The Bidder was notified of the non-responsive status at bid opening.  No protest was received.

 

PFMD received one bid protest on January 22, 2025, from Armstrong Cal Builders, Inc. (Armstrong). Armstrong asserted that CSI Services was non-responsive as the California Air Resources Board (CARB) Certificate of Compliance numbers were missing for the listed subcontractors, as required by the Bid Documents.  PFMD considered the protest and found there was no error in CSI Services’ bid as none of the subcontractors working on the Project listed by CSI Services own vehicles subject to the CARB In-Use Off-Road Diesel-Fueled Fleets requirements, thus no certificates were required. CSI Services has presented to PFMD the procurement and use of vehicles subject to the CARB In-Use Off-Road Diesel-Fueled Fleets requirements will be done through an equipment rental company, whose CARB certification was verified.

 

PFMD recommends the Board award the construction contract to CSI Services, the lowest responsive and responsible bidder.

 

REVIEW BY OTHERS

This item has been reviewed by County Counsel (Daniel Pasek and Sophie A. Curtis, Deputies County Counsel 387-5455) on February 20, 2025; Public Works (Noel Castillo, Chief Flood Control Engineer, 387-7906) on March 11, 2025; Purchasing (Ariel Gill, Supervising Buyer, 387-2070) on March 28, 2025; Auditor-Controller/Treasurer/Tax Collector (Charlene Huang, Auditor-Controller Manager, 382-7022) on March 31, 2025; Project and Facilities Management (Sarah Riley, Chief of Project Management, 387-5000) on March 31, 2025; Finance (Yael Verduzco, Principal Administrative Analyst, 387-5285, and Kathleen Gonzalez, Administrative Analyst, 387-4222) on May 3, 2025; and County Finance and Administration (Paloma Hernandez-Barker, Deputy Executive Officer, 387-5423) on May 5, 2025.