Legislation Details

File #: 14198   
Type: Consent Status: Agenda Ready
File created: 5/12/2026 Department: Project and Facilities Management
On agenda: 5/19/2026 Final action:
Subject: Progressive Design-Build Phase 1 Contract with McCarthy Building Companies, Inc., for the Department of Public Works Headquarters Replacement Project Located in the City of San Bernardino
Attachments: 1. ADD-EXH-PFMD-051926-Exhibits for Contract Award to McCARTHY-DPW HQs Replacement Project [Part 1 of 4], 2. ADD-EXH-PFMD-051926-Exhibits for Contract Award to McCARTHY-DPW HQs Replacement Project [Part 2 of 4], 3. ADD-EXH-PFMD-051926-Exhibits for Contract Award to McCARTHY-DPW HQs Replacement Project [Part 3 of 4], 4. ADD-EXH-PFMD-051926-Exhibits for Contract Award to McCARTHY-DPW HQs Replacement Project [Part 4 of 4], 5. ADD-COV-PFMD-051926-Contract Award-DPW HQs Replacement Project_, 6. ADD-CON-PFMD-051926-McCARTHY-DPW HQs Replacement Project, 7. ADD-ATT-PFMD-051926-Addendum No. 1 - Narrative -DPW HQs Replacement Project., 8. ADD-ATT-PFMD-051926-Addendum No. 2 - Narrative -DPW HQs Replacement Project, 9. ADD-ATT-PFMD-051926-Addendum No. 3 - Narrative -DPW HQs Replacement Project
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

NOEL CASTILLO, Director, Department of Public Works

    

SUBJECT                      

Title                     

Progressive Design-Build Phase 1 Contract with McCarthy Building Companies, Inc., for the Department of Public Works Headquarters Replacement Project Located in the City of San Bernardino

End

 

RECOMMENDATIONS

Recommendation

1.                     Approve the following addenda to the bid documents for the Department of Public Works Headquarters Replacement Project located in the City of San Bernardino:

a.                     Approve Addendum No. 1, dated September 2, 2025, which added additional reference documents and provided clarifications to the proposers’ questions and requests for information.

b.                     Approve Addendum No. 2, dated October 2, 2025, which included modifications to the Request for Qualifications and Proposals, contract, submission timelines, and responses to the request for clarifications.

c.                     Approve Addendum No. 3, dated October 20, 2025, which included responses to the request for clarifications.

2.                     Award a Progressive Design-Build Phase 1 Contract to McCarthy Building Companies, Inc., in the amount of $3,440,182.85, as the design builder for the Department of Public Works Headquarters Replacement Project in San Bernardino.

3.                     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.

4.                     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 additional Discretionary General Funding (Net County Cost). The Department of Public Works (DPW) Headquarters Replacement Project in the City of San Bernardino (Project) (WBSE 10.10.1777) budget of $79,508,301 is funded with DPW’s contributions to the County Government Center Master Plan Project. The total budget of $78,820,785 includes $687,516 in accrued interest (Fund 3108), amounting to a total of $79,508,301, which also includes a total of $18,564,402.00 in Discretionary General Funding approved by the Board of Supervisors (Board) on June 12, 2018 (Item No. 125) and January 25, 2022 (Item No. 23).

 

At this time, the Project has sufficient appropriation, and revenue is included in the 2025-26 Capital Improvement Program (CIP) budget to fund this contract award.

 

The total estimated funding required for the Project is $98,950,000. As the Project evolves, the Project Facilities Management Department (PFMD) will provide a more accurate estimate, allowing DPW to plan its funding strategy for the remaining funds accordingly.

 

BACKGROUND INFORMATION

On February 25, 2025 (Item No. 34), the Board authorized the Director of PFMD to utilize the Progressive Design-Build procurement method for the Project.

 

The Project, CIP No. 25-165, involves the development of a new 75,000 - 100,000 square-foot building to replace the existing DPW headquarters and potentially incorporate Fleet Maintenance Administration. The building will be strategically designed to accommodate current and future needs that optimize functionality, sustainability, and healthy workplace environments while maintaining the highest standards of quality in alignment with County requirements.

 

To ensure operational excellence and alignment with County goals, the Project is utilizing a Progressive Design-Build delivery method, emphasizing collaboration and the predictability of construction costs and schedules.

 

A key component of this initiative is the development of a comprehensive master plan for the DPW campus. This master plan will holistically optimize the campus layout, including the integration of the new DPW building and demolition of the existing DPW building, installation of EV charging infrastructure, accommodation of parking needs, and current/future Fleet Maintenance operations, with a focus on maintaining operational continuity throughout the construction process. The master plan will also prioritize adaptability, ensuring the campus can respond to technological advancements and operational shifts over time.

 

County Policy 11-16 authorizes the Chief Executive Officer (CEO), Chief Operating Officer (COO), 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 the RFQ/P to the public on July 31, 2025. This procurement aids in identifying qualified Design-Build Entities based primarily on their qualifications and relevant experience.

 

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

                     Addendum No. 1:                      Added additional reference document and provided clarifications to proposers’ questions and requests for information.

                     Addendum No. 2:                      Included modifications to the RFQ/P, contract, submission timelines and responses to the request for clarifications.

                     Addendum No. 3:                      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

Clark Construction Group-California, LP

Los Angeles, CA

McCarthy Building Companies, Inc.

New Port Beach, CA

Rudolph and Sletten, Inc.

Irvine, 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 DPW, conducted an evaluation to select the top 3 DBEs based on the proposal that provided the best value to the County. The selection committee assessed the submissions using predefined 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 ten calendar days from the issuance date of the shortlisted notification letters to submit a formal protest in writing to the County Purchasing Department. No protests were received.

 

The following three firms were recommended to proceed to the next phase of the competitive process:

 

Design Builder

Location

Clark Construction Group-California, LP

Los Angeles, CA

McCarthy Building Companies, Inc.

New Port Beach, CA

Swinerton Builders

Santa Ana, CA

 

The successful firm, McCarthy Building Companies, Inc., from Newport Beach, California, received the highest overall rating. On February 25, 2026, notice of award or letters of regret were sent electronically and via the USPS to the three prequalified design-build entities. The RFP required that any appeal be filed within five working days of receipt of the notification. No appeals were received during or after the appeal period.

 

PFMD recommends the Board award the Phase 1 Progressive Design-Build contract to McCarthy Building Companies, Inc., as the best value to the County, for the Project.

 

Approval of this item will provide McCarthy Building Companies Inc. with the Phase 1 Progressive Design-Build contract, which includes the pre-design and design services that will define the project scope and progress through design phase services to a sufficient completion level to establish a Guaranteed Maximum Price for the entire Project.

 

PFMD will negotiate with the contractor on the GMP at a later date. If an agreement is reached between PFMD and McCarthy Building Companies, Inc., and the GMP is finalized, PFMD will return to the Board to request approval to proceed with a contract amendment to Phase 2, which includes 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.

 

REVIEW BY OTHERS

This item has been reviewed by County Counsel (Daniel Pasek, Deputy County Counsel, 387-5455) on April 14, 2026; Public Works (Noel Castillo, Director, 387-7906) on April 16, 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 22, 2026; and County Finance and Administration (Yael Verduzco, Principal Administrative Analyst, 387-5285) on May 7, 2026.