REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS
OF SAN BERNARDINO COUNTY
AND RECORD OF ACTION
REPORT/RECOMMENDATION TO THE BOARD OF DIRECTORS
OF THE SAN BERNARDINO COUNTY FIRE PROTECTION DISTRICT
AND RECORD OF ACTION
March 10, 2026
FROM
DAN MUNSEY, Fire Chief/Fire Warden, San Bernardino County Fire Protection District
MOE YOUSIF, Interim Director, Project and Facilities Management Department
SUBJECT
Title
Budget Adjustment and Construction Contract with Oakview Constructors, Inc. for the County Fire Station 227 New Build Project
End
RECOMMENDATIONS
Recommendation
1. Acting as the governing body of San Bernardino County:
a. Approve a budget increase of $6,769,759 to Capital Improvement Program Project No.22-015, from $7,000,000 to $13,769,759, due to construction cost escalation with the lowest responsible bid exceeding the available construction budget for the County Fire Station 227 New Build Project (Four Votes required).
b. Authorize the Auditor-Controller/Treasurer/Tax Collector to post the necessary budget adjustments within the Capital Improvement Program 2025-26 budget, as detailed in the Financial Impact section (Four votes required).
2. Acting as the governing body of the San Bernardino County Fire Protection District:
a. Approve Addendum No. 1 dated November 25, 2025, which provided responses to contractors’ questions and provided revisions to the specifications, drawings and Bid Documents.
b. Find the bid proposals to be non-responsive for failing to submit a Bid Package as required in the Bid Documents for the following vendors:
i. Far West Contractors
ii. ACC Contractors, Inc.
iii. Royal Construction Corporation
c. Find the bid proposal from Wakeco, Inc to be non-responsive for failing to provide a valid bid bond as required by Public Contract Code Section 20483.
d. Find the bid proposal from RCCI Company to be non-responsive for failing to list an electrical sub-contractor with a current license.
e. Find that the specifications calling for the installation of the Westnet station alerting system, and not allowing substitution of an equal product, is acceptable under Public Contract Code section 3400(c)(2), as installation of this system is required in order to match other products in use on a particular public improvement either completed or in the course of completion.
f. Award a Construction Contract to Oakview Constructors, Inc. in the amount of $9,408,000, with a construction completion date of 365 calendar days from the date of issuance of the Notice to Proceed for the County Fire Station 227 New Build Project in the City of San Bernardino.
g. Authorize the Project and Facilities Management Department to order any necessary changes or additions in the work being performed under the contract for a total amount not to exceed an aggregate amount of $210,000, inclusive of any changes authorized by Recommendation 2(f), pursuant to Public Contract Code Section 20142.
h. Authorize the Director of Project and Facilities Management Department to accept the work when 100% complete and execute and file a Notice of Completion.
i. Authorize the Fire Chief/Fire Warden or Deputy Fire Chief to accept the Westnet station alerting system when complete and sign the Acceptance Test Plan and Final System Acceptance Certificate.
j. Authorize the Auditor-Controller/Treasurer/Tax Collector to post the budget adjustments to the San Bernardino County Fire Protection District’s 2025-26 budget, as detailed in the Financial Impact section (Four votes required).
(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). The County Fire Station 227 New Build Project Capital Improvement Program (CIP) Project No. 22-015 (Project) (WBSE 10.10.1202), with a total revised budget of $13,769,759, will be funded by the San Bernardino County Fire Protection District (SBCFPD) through its Valley Regional Service Zone budget (5802272434). The Project’s funding includes $3,500,000 received from the Yuhaaviatam of San Manuel Nation in 2018. Once the project is completed and all funds have been expended, SBCFPD may request matching funds from the Station Replacement Reserve Fund to offset the amount expended by SBCFPD for any amount expended over $7,000,000.
The requested budget increase is necessary to address cost elements that were not fully defined or adequately funded at the time of original budget adoption and that were identified as the project advanced through final design, regulatory review, and competitive bidding. The increase primarily reflects construction cost escalation, with the lowest responsible bid exceeding the available construction budget, as well as higher than anticipated design services, required project administration and inspection, plan check and permit fees, environmental mitigation measures, and the establishment of an appropriate construction contingency. In addition, updated regulatory requirements, current market conditions, and scope refinements necessary to meet operational standards have contributed to the overall cost growth. Approval of this adjustment will align the project budget with actual bid results and compliance requirements, ensuring sufficient funding to proceed with construction and successfully deliver the project.
The following budget adjustments for 2025-26 are necessary to increase the CIP Project No. 22-015 budget:
|
Fund Center |
Commitment Item |
Description |
Action |
Amount |
WBSE |
|
7700003100 |
54304030 |
Structures & Improvements to Structures |
Increase |
$6,769,759 |
10.10.1202 |
|
7700003100 |
55415017 |
Capital Assets Transfer In |
Increase |
$6,769,759 |
10.10.1202 |
The following budget adjustments for 2025-26 are necessary to increase the SBCFPD Valley Regional Service Zone budget:
|
Fund Center |
Commitment Item |
Description |
Action |
Amount |
|
5802272434 |
55405016 |
Capital Assets Transfer Out |
Increase |
$3,769,759 |
|
2434 |
37008880 |
Fund Balance-Reserved-Available Reserves |
Decrease |
$3,769,759 |
The Project is comprised of the following components:
|
Description |
Amount |
|
Project Design |
$1,916,027 |
|
Project Management, Inspection, and Testing |
$ 762,632 |
|
Construction |
$9,408,000 |
|
Construction Contingency |
$ 990,800 |
|
Inspections |
$ 358,800 |
|
Other Costs |
$ 333,500 |
|
Total Project Budget |
$13,769,759 |
BACKGROUND INFORMATION
SBCFPD operates Fire Station No. 227, which provides fire, emergency medical responses, and rescue services for communities in the City of San Bernardino. Fire Station 227 was built over 60 years ago and is scheduled for replacement. Since its initial construction, regulatory building codes have significantly changed and a new building will bring Fire Station 227 up to date and improve its operations to better serve the community. The Project directly supports the SBCFPD’s mission to provide timely and effective emergency services needs for residents. By improving response times and enhancing operational efficiency the Projects will strengthen the County’s overall emergency response capabilities and ensure continued protection for residents and businesses.
On October 21, 2025, (Item No. 60) the Board of Directors for the SBCFPD (Board) adopted the Initial Study and Mitigated Negative Declaration and authorized the Project and Facilities Management Department (PFMD) to advertise for competitive bids.
This Project calls for the installation of the Westnet station alerting system without allowing an equal substitution. Westnet is the alerting system used to dispatch fire services across San Bernardino County Fire Stations managed by the SBCFPD. To maintain consistency and avoid managing multiple contracts, the SBCFPD has designated Westnet as its preferred alerting system. Once installation is complete, the Fire Chief/Fire Warden or Deputy Fire Chief, who are the end users and are familiar with the system’s operation, will review and approve the installation and configuration by signing the Acceptance Test Plan and the Final System Acceptance Certificate. This approval is required before Westnet’s warranty period will begin. Public Contract Code section 3400 allows for the omission of an equal substitution if a specified exemption applies and the Board makes the appropriate finding. For this Project, the applicable exemption is one which allows for requiring a particular product if it is necessary “[i]n order to match other products in use on a particular public improvement either completed or in the course of completion” as stated in Public Contract Code Section 3400(c)(2). Approval of Recommendation No. 2.e will enable SBCFPD to meet this requirement.
The Project is consistent with the County Administrative Office approved CIP No. 22-015.
PROCUREMENT
On October 21, 2025, (Item No. 60) the Board approved the plans and specifications for the Project to advertise for competitive bids. PFMD advertised for bids in the San Bernardino County Sun, six Plan Rooms and on the County Electronic Procurement Network (ePro) via Request for Proposals No. ANE223-ANE2C-6144 on October 24, 2025. On November 6, 2025, prospective bidders attended a mandatory job walk. On November 25, 2025, Addendum No. 1 was issued, which provided responses to contractors’ questions and provided revisions to the specifications, drawings and Bid Documents. On December 16, 2025, the following 22 bids were received:
|
Contractor |
Location |
Bid |
|
Far West Contractors |
Placentia, CA |
$0 (Non-Responsive) |
|
ACC Contractors, Inc. |
Azusa, CA |
$0 (Non-Responsive) |
|
Royal Construction Corp. |
Arcadia, CA |
$0 (Non-Responsive) |
|
RCCI Company |
Azusa, CA |
$9,185,179 (Non-Responsive) |
|
Oakview Constructors Inc. |
Calimesa, CA |
$9,408,000 |
|
Robert Clapper Construction Service, Inc. |
Redlands, CA |
$9,414,000 |
|
Spec Construction, Inc. |
Ontario, CA |
$9,681,800 |
|
Act 1 Construction Inc. |
Norco, CA |
$10,400,000 |
|
Wakeco, Inc |
Temecula, CA |
$10,419,000 (Non-Responsive) |
|
Perera Construction |
Ontario, CA |
$10,595,000 |
|
Dalke & Sons Inc. |
Riverside, CA |
$10,596,480 |
|
Archico Design-Build |
Santa Ana, CA |
$10,786,000 |
|
AMG & Associates, Inc. |
Santa Clara, CA |
$10,787,000 |
|
Diamond Construction Inc. |
Redlands, CA |
$10,800,000 |
|
Builders United |
Las Vegas, NV |
$11,477,700 |
|
Woodcliff Corporation |
Los Angeles, CA |
$11,519,000 |
|
PCN3, Inc |
Los Alamitos, CA |
$11,580,000 |
|
Kemcorp Construction Inc. |
Ontario, CA |
$11,675,000 |
|
Prowest Corp. |
Wildomar, CA |
$12,148,541 |
|
Morillo Construction Co. |
Pasadena, CA |
$12,265,000 |
|
SJ Amoroso Construction Co. |
Costa Mesa, CA |
$12,897,000 |
|
FEC Future Contractors and Engineers, Inc. |
Irvine, CA |
$16,000,000 |
Far West Contractors, ACC Contractors, Inc and Royal Construction Corp. provided a bid bond but failed to submit a completed or correct Bid Package as required in the Bid Documents. The Contractors were notified by certified mail that PFMD would recommend to the Board that their proposal be found non-responsive. PFMD did not receive any appeal request from these contractors.
Wakeco, Inc. bid was non-responsive because it failed to submit a bid bond as required in the bid documents and by Public Contract Code Section 20483. Wakeco, Inc. was notified by certified mail that PFMD would recommend to the Board that their proposal be found non-responsive. PFMD did not receive an appeal request.
RCCI Company (RCCI) failed to list an electrical sub-contractor with a current license, as required in the Bid Proposal. RCCI was notified by certified mail that PFMD would recommend to the Board that their proposal be found non-responsive. PFMD did not receive an appeal request.
PFMD recommends the Board award the construction contract to Oakview Constructors Inc., the lowest responsive and responsible bidder.
REVIEW BY OTHERS
This item has been reviewed by County Counsel (Daniel Pasek, Deputy County Counsel, 387- 5455) on January 14, 2026; San Bernardino County Fire Protection District (Bertral Washington, Deputy Fire Chief, 387-5974) on January 27, 2026; Auditor-Controller/Treasurer/Tax Collector (Charlene Huang, Auditor-Controller Manager, 382-7022) on January 29, 2026; Purchasing (Ariel Gill, Supervising Buyer, 387-2070) on January 27, 2026; Project and Facilities Management (Rob Gilliam, Chief of Project Management, 387-5000) on February 2, 2026; and County Finance and Administration (Yael Verduzco, Principal Administrative Analyst, 387-5285 and Ivan Ramirez, Administrative Analyst, 387-4020) on March 2, 2026.