Legislation Details

File #: 14202   
Type: Consent Status: Agenda Ready
File created: 5/12/2026 Department: Project and Facilities Management
On agenda: 5/19/2026 Final action:
Subject: Award Progressive Design-Build Phase 1 Contract to Hensel Phelps Construction Co., for the Probation Field Operations Building Project located in San Bernardino
Attachments: 1. ADD-ATT-PFMD-051926-Addendum No. 1 - Narrative -Probation Field Ops, 2. ADD-ATT-PFMD-051926-Addendum No. 2 - Narrative -Probations Field Ops, 3. ADD-ATT-PFMD-051926-Addendum No. 3 - Narrative -Probation Field Ops Project, 4. COV-PFMD-051926-Contract Award-Probation Field Ops Building Project_, 5. ADD-CON-PFMD-051926-Contract Award to McCarthy for Probation Field Ops Building
Date Action ByActionResultAction DetailsAgenda DocumentsVideo
No records to display.

REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS

OF SAN BERNARDINO COUNTY

AND RECORD OF ACTION

 

                                          May 19, 2026

 

FROM

MOE YOUSIF, Interim Director, Project and Facilities Management

TRACY REECE, Chief Probation Officer, Probation Department

         

SUBJECT                      

Title                     

Award Progressive Design-Build Phase 1 Contract to Hensel Phelps Construction Co., for the Probation Field Operations Building Project located in San Bernardino

 End

 

RECOMMENDATIONS

Recommendation

1.                     Approve Addendum No. 1, dated August 28, 2025, for the Probation Field Operations Building Project in San Bernardino, which added additional reference documents and provided clarifications to proposers’ questions and requests for information.

2.                     Approve Addendum No. 2, published October 2, 2025, for the Probation Field Operations Building Project in San Bernardino, which included modifications to the Request for Qualifications and Proposals, contract, submission timelines and responses to the request for clarifications.

3.                     Approve Addendum No. 3, dated October 22, 2025, for the Probation Field Operations Building Project in San Bernardino, which included responses to the request for clarifications.

4.                     Award a Progressive Design-Build Phase 1, Pre-design and Design Services Contract to Hensel Phelps Construction Co., in the amount of $4,836,193, as the design builder for the Probation Field Operations Building Project in San Bernardino.

5.                     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.

6.                     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

Improve County Government Operations.

Operate in a Fiscally-Responsible and Business-Like Manner.

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 contract award for Phase 1 design services, in the amount of $4,836,193, will be funded with the Probation Field Operations Building Project (Project) (WBSE 10.10.1643) budget of $75.7 million.

 

On March 25, 2025 (Item No. 35), the Board of Supervisors (Board) approved $32 million in one-time use of reserves from Probation Department’s (Probation) 2011 Realignment Community Corrections (Assembly Bill (AB) 109) Reserve Funds and $16 million in one-time use of reserves from Probation’s Proposition 172 Reserve Funds to support the Project.

 

On June 11, 2024 (Item No. 110), the Board approved the allocation of $10 million in one-time AB 109 Reserve Funds to support Phase 1 of the Project. Probation has also contributed an additional $17.7 million in departmental savings in FY 2024-25. The total estimated Project funding needed ranges from $98.7 million to $115 million.

 

As the Project advances, any required budget adjustments to address the difference between the current project budget and total estimated funding need will be brought forward to the Board for consideration and approval, if necessary.

 

BACKGROUND INFORMATION

On March 25, 2025 (Item No. 35), the Board authorized the Director of Project and Facilities Management Department (PFMD) to deliver the Project using the Progressive Design-Build procurement method.

The Project involves the development of a new approximately 78,904 square-foot building. The building will be designed to support adult probation services, and will enhance operational efficiency, security, and energy performance. It will include administrative offices, specialized units, training areas, and client-facing space with secured site features such as controlled access and parking to support safe, long-term operations. Currently, Probation operates their field operations services out of two antiquated buildings dating back to the early 1960s that do not provide adequate square footage or functional ability to support its needs.

 

County Policy 11-16 authorizes the Chief Executive Officer, Chief Operating Officer, or an Assistant Executive Officer (AEO) to exercise discretionary authority to utilize the Progressive Design-Build delivery method, including all necessary steps up to award of a contract. On July 9, 2025, the AEO authorized PFMD to release the Request for Qualifications and Proposals (RFQ/P) for the Project.

 

PROCUREMENT

PFMD utilized the Progressive Design-Build method and released to the public the RFQ/P on July 31, 2025. This procurement aids in identifying qualified Design-Build Entities (DBE) based primarily on their expertise and qualifications.

 

During the RFQ/P process, PFMD issued the following addendums:

                     Addendum No. 1, dated August 28, 2025, which added additional reference documents and provided clarifications to proposers’ questions and requests for information.

                     Addendum No. 2, published October 2, 2025, which included modifications to the RFQ/P, contract, submission timelines and responses to the request for clarifications.

                     Addendum No. 3, dated October 22, 2025, which included responses to the request for clarifications.

 

On October 24, 2025, PFMD received a total of six submittals in response to the RFQ/P from the following firms:

 

Design Builder

Location

Hensel Phelps Construction Co. (Hensel Phelps)

Irvine, CA

McCarthy Building Companies, Inc.

Newport Beach, CA

Sundt Construction, Inc.

San Diego, CA

Snyder Langston, LLC

Irvine, CA

Swinerton Builders

Santa Ana, CA

W.E. O’Neil Construction Co. of California

Ontario, CA

 

An evaluation committee consisting of representatives from PFMD and Probation conducted an evaluation to determine the selection of the top three DBEs based on the proposal that provided the best value to the County. The selection committee assessed the submissions using pre-defined criteria to select the DBE pursuant to the procedures for qualifications-based selection pursuant to Government Code Section 22185 et seq.

 

On December 12, 2025, interview letters to the short-listed DBEs and regret letters to unsuccessful DBEs were sent electronically and via the United States Postal Service (USPS). Proposers had 10 calendar days of the issuance date of the shortlisted notification letters to submit a formal protest in writing to the Purchasing Department.  No protests were received. The following three firms were recommended to proceed to the next phase of the competitive process:

 

Design BuilderLocation

 

Hensel Phelps

Irvine, CA

McCarthy Building Companies, Inc.

Newport Beach, CA

Sundt Construction, Inc.

San Diego, CA

 

The successful firm, Hensel Phelps, received the highest overall rating. On February 24, 2026, the notice of award and letters of regret were sent electronically and via USPS, to the three pre-qualified design build entities. The RFP required any appeal to be filed within five working days of receipt of notification. No protests were received during or after the protest period.

 

PFMD recommends the Board award the Phase 1 Progressive Design-Build contract to Hensel Phelps, as the best value to the County for the Project. 

 

Approval of this item will provide the award to Hensel Phelps for the Phase 1 Progressive Design-Build contract, which includes the pre-design and design services that will define the Project scope and advance the design through the appropriate phases to develop documents at a level of completion sufficient to establish a Guaranteed Maximum Price (GMP) for the entire Project. PFMD will negotiate with the contractor based on the GMP.  If an agreement is reached between PFMD and Hensel Phelps and the GMP is finalized, PFMD will return to the Board to request approval for a contract amendment to proceed to Phase 2, which will include full Project construction and final completion.  If an agreement cannot be reached, work on Phase 1 will be completed and PFMD will evaluate further options for completion of the Project including potentially a Design-Bid-Build procurement utilizing the Phase 1 design documents from Hensel Phelps.

 

REVIEW BY OTHERS

This item has been reviewed by County Counsel (Daniel Pasek and Maria Insixiengmay, Deputies County Counsel, 387-5455) on April 17, 2026; Probation (Thomas Kamara, Director of Probation Administration, 387-9631) on April 17, 2026; Purchasing (Ariel Gill, Supervising Buyer, 387-2070) on April 15, 2026; Project and Facilities Management (Sarah Riley, Chief of Project Management, 387-3072) on April 21, 2026; County Finance and Administration (Yael Verduzco, Principal Administrative Analyst, 387-5285 and Matthew Dalton, Administrative Analyst, 387-5005) on May 7, 2026.

 

(LA:909-893-1788)