REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS
OF SAN BERNARDINO COUNTY
AND RECORD OF ACTION
January 27, 2026
FROM
MOE YOUSIF, Interim Director, Project and Facilities Management Department
ANDREW GOLDFRACH, ARMC Chief Executive Officer, Arrowhead Regional Medical Center
SUBJECT
Title
Construction Contract with Healthcare Design & Construction, LLC, for the Arrowhead Regional Medical Center Nurse Call System
End
RECOMMENDATIONS
Recommendation
1. Approve the following addenda:
a. Addendum No. 1, dated October 27, 2025, to the bid documents for the Arrowhead Regional Medical Center Nurse Call System Project in Colton, which provided a change to the bid date.
b. Addendum No. 2, dated October 29, 2025, which provided answers to contractor pre-bid questions
2. Find the bid proposal from CDG Builders, Inc. to be non-responsive for failing to include the Non-Collusion Declaration as required by the bid documents.
3. Award Construction Contract to Healthcare Design & Construction, LLC, in the amount of $11,211,561, for a contract period of 547 calendar days, from the date of the issuance of the Notice to Proceed, for the Arrowhead Regional Medical Center Nurse Call System Project in Colton.
4. Authorize the Director of the Project and Facilities Management Department to order any necessary changes or additions in the work being performed under the contract, for a total not to exceed $210,000 pursuant to Public Contract Code Section 20142.
5. Authorize the Director of the Project and Facilities Management Department to accept the work when 100% complete and execute and file the Notice of Completion.
(Presenter: Moe Yousif, Interim Director, 387-5000)
Body
COUNTY AND CHIEF EXECUTIVE OFFICER GOALS & OBJECTIVES
Provide for the Safety, Health and Social Service Needs of County Residents.
FINANCIAL IMPACT
Approval of this item will not result in the use of Discretionary General Funding (Net County Cost). The recommended contract award, in the amount of $11,211,561, will be fully funded through the Arrowhead Regional Medical Center (ARMC) Nurse Call System Project (WBSE 10.10.0949), which has a total approved budget of $35,017,866. Funding for the Project is provided by State Medi-Cal, Federal Medicare, private insurance reimbursements, and other departmental revenues. Funding sources may change in the future pending any legislative activity related to the repeal and/or replacement of the Affordable Care Act. The Project was approved by the Board of Supervisors as part of the 2025-26 Capital Improvement Program budget on June 10, 2025 (Item No. 136).
The Project is comprised of the following components:
|
Description |
Amount |
|
Project Design |
$1,627,641 |
|
Project Management, Inspection and Testing |
$1,346,068 |
|
Construction |
$29,500,970 |
|
Construction Contingency |
$2,543,187 |
|
Total |
$35,017,866 |
BACKGROUND INFORMATION
The recommended action will award a construction contract to Healthcare Design and Construction, LLC., for the ARMC Project located in Colton which will replace the existing Nurse Call System as well as install a Real Time Locating System that includes staff badging, equipment tagging, and Centrak Infant Security System. The existing nurse call and related systems are nearly 30 years old and remain on the original platform, creating increasing reliability, supportability, and compatibility risks in today’s hospital environment. Modernizing these systems improves patient safety, staff responsiveness, and operational efficiency while aligning with current healthcare technology standards. The integration of real-time locating and infant security enhances asset visibility, workflow coordination, and infant protection, delivering a comprehensive and future-ready solution. The scope also includes new Patient Information Boards and Digital Panels for patient monitoring.
On June 8, 2025, the Assistant Executive Officer (AEO), pursuant to County Policy 11-15, determined the Project to be categorically exempt from further review under the California Environmental Quality Act Guidelines (Title 14, California Code of Regulations) Section 15301, Class 1, subsection (a), Existing Facilities, as described in the Notice of Exemption. Section 15301 provides a categorical exemption for projects involving minor alterations to existing facilities with negligible or no expansion of capacity. All work involved in the Project is consistent with Class 1 exemptions and, therefore, will not have a significant environmental impact.
This project is consistent with the County Administrative Office approved CIP Request No. 20-163.
PROCUREMENT
On June 8, 2025, the AEO authorized the Project and Facilities Management Department (PFMD) to advertise for competitive bids via Request for Proposals ANE223-ANE2C-6045. PFMD advertised for bids in the San Bernardino Sun on September 3, 2025, and on the County Electronic Procurement Network (ePro). The following Addenda were issued:
1. Addendum No 1, dated October 27, 2025, revised the bid opening date from October 28, 2025, at 10:00 A.M. to November 12, 2025, at 10:00 A.M. to give additional time for review of the pending contractor pre-bid questions and responses.
2. Addendum No. 2, dated October 29, 2025, which provided answers to contractor pre-bid questions
On September 17, 2025, at 8:00 A.M, contractors attended a mandatory job walk. On November 12, 2025, at 10:00 A.M. the following bids were received:
|
Name |
Location |
Bid |
|
Healthcare Design & Construction, LLC |
Tustin, CA |
$11,211,561 |
|
CDG Builders, Inc. |
Irvine, CA |
$10,577,980 (non-responsive) |
CDG Builders, Inc. (CDG Builders) failed to include the Non-Collusion Declaration with their bid proposal as required by the bid documents. CDG Builders, was advised by letter on November 19, 2025, that PFMD would make this recommendation. On November 24, 2025, CDG Builders, provided a letter of protest alleging that the omission was waivable and immaterial. The protest was reviewed and found to lack merit. The guidelines set forth by the County and the California Public Contract Code section 7106 require the Non-Collusion Declaration form to be submitted with all public construction bids.
PFMD recommends the Board find CDG Builders non-responsive and award the construction contract to Healthcare Design and Construction, LLC, the lowest responsive and responsible bidder.
REVIEW BY OTHERS
This item has been reviewed by County Counsel (Daniel Pasek, Deputy County Counsel, 387-5455) December 12, 2025; Arrowhead Regional Medical Center (Andrew Goldfrach, ARMC Chief Executive Officer, 580-6170) on December 12, 2025; Purchasing (Jessica Barajas, Supervising Buyer, 387-2065) on December 17, 2025; Project and Facilities Management (Robert Gilliam, Chief of Project Management, 387-5115) on December 22, 2025; and County Finance and Administration (Yael Verduzco, Principal Administrative Analyst, 387-5285) on January 5, 2026.
(JR: 387-5000)