Legislation Details

File #: 14197   
Type: Consent Status: Agenda Ready
File created: 5/12/2026 Department: Project and Facilities Management
On agenda: 5/19/2026 Final action:
Subject: Construction Contract to KNC Construction, Inc., for the Yucaipa Regional Park Restroom Replacement Project
Attachments: 1. CON-PFMD-051926-ConsContract-KNCcons-Yucaipa RP Restroom Replacement, 2. ADD-ATT-PFMD-051926-Addendum No.1 - Narrative - Yucaipa Restroom Replacement, 3. ADD-ATT-PFMD-051926-Addendum No.2 - Narrative - Yucaipa Restroom Replacement, 4. ADD-ATT-PFMD-051926-Addendum No.3 - Narrative - Yucaipa Restroom Replacement
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 Department

BEAHTA R. DAVIS, Director, Regional Parks Department

    

SUBJECT                      

Title                     

Construction Contract to KNC Construction, Inc., for the Yucaipa Regional Park Restroom Replacement Project

End

 

RECOMMENDATIONS

Recommendation

1.                     Approve the following addenda to the bid documents for the Yucaipa Regional Park Restroom Replacement Project in Yucaipa:

a.                     Addendum No. 1 dated December 22, 2025, which updated the plans, updated the project manager contact information, and responded to bidder requests for information.

b.                     Addendum No. 2 dated January 5, 2026, which updated the bid opening date and added an Asbestos and Lead Assessment to the project documents.

c.                     Addendum No. 3 dated January 8, 2026, which clarified the Ship-to-Address and the Bill-to Address sections.

2.                     Find the bid proposal from PUB Construction, Inc. to be nonresponsive for failing to list a licensed mechanical subcontractor and a licensed plumbing subcontractor, as required by the bid documents.

3.                     Award Construction Contract, in the amount of $2,165,300, to KNC Construction, Inc., for a contract period of 220 calendar days from the date of the issuance of the Notice to Proceed, for the Yucaipa Regional Park Restroom Replacement Project.

4.                     Authorize the Director of the Project and Facilities Management Department to order any necessary changes or additions to the work being performed under the contract referenced in Recommendation No. 3, in the total amount not to exceed $120,765, 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 a Notice of Completion.

(Presenter: Moe Yousif, Interim Director, 387-5000)

Body

 

COUNTY AND CHIEF EXECUTIVE OFFICER GOALS & OBJECTIVES

Promote and Fulfill the Countywide Vision.

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 Project budget of $3,439,724 is comprised of the following components:

 

Description

Amount

Project Design

 $458,355

Project Management, Inspection and Testing

 $240,178

Construction

$2,377,762

Construction Contingency

$264,196

Project Contingency

 $99,233

Total Project Budget

 $3,439,724

 

BACKGROUND INFORMATION

Recommended No. 3 will award a construction contract to KNC Construction, Inc., for the Yucaipa Regional Park Restroom Replacement Project (Project) (WBSE 10.10.1708) located in Yucaipa.

 

With a long history of serving residents and visitors, Yucaipa Regional Park has been a popular recreational destination for many years. Over time, the park’s four restroom facilities have experienced normal wear and tear from consistent public use. As a result, the restrooms now require full replacement to provide clean, modern facilities that meet current health and safety codes.

 

On August 20, 2024 (Item No. 79), the Board of Supervisors (Board) approved Capital Improvement Program Project No. 25-086, in the amount of $3,439,724.

 

On November 7, 2025, in accordance with County Policy 11-15, the Assistant Executive Officer (AEO) reviewed and approved the Project plans and specifications and authorized the Project and Facilities Management Department (PFMD) to proceed with procurement and advertise for competitive bids.

 

The AEO also approved the Project as categorically exempt from further review under Section 15301(b)(c)(d) (Existing Facilities), and Section 15302(b) (Replacement or Reconstruction) of the California Environmental Quality Act Guidelines (Title 14, California Code of Regulations), which involves the demolition of the existing restroom buildings and the concrete foundation and replacing them with new prefabricated structures.

 

This Project is consistent with County Administrative Office approved CIP request No. 25-086.

 

PROCUREMENT

On November 19, 2025, PFMD advertised the Project for bids, Request for Proposal #ANE223-ANE2C-6160, through the San Bernardino County Sun, six plan rooms, and the County’s Electronic Procurement Network (e-Pro). On December 3, 2025, a total of 23 contractors attended a mandatory job walk.

 

The following addenda were issued:

1.                     Addendum No. 1, dated December 22, 2025, which updated the plans, project manager’s contact information, and responded to bidders’ requests for information

2.                     Addendum No. 2, dated January 5, 2026, which updated the bid opening date and added an Asbestos and Lead Assessment to the project documents.

3.                     Addendum No. 3, dated January 8, 2026, which clarified the Ship-to Address and the Bill-to Address sections.

 

 On January 21, 2026, the Department received the following bids:

 

Contractor Name

Location

Bid Amount

PUB Construction, Inc.

Pomona, CA

 (Non-responsive)

KNC Construction, Inc.

Apple Valley, CA

$2,165,300

Steady Solutions

Thousand Oaks, CA

$2,232,551

Cornerstone Construction Service, Inc.

Upland, CA

$2,242,000

Diamond Construction, Inc.

Redlands, CA

$2,250,000

Three Peaks Corp.

Calimesa, CA

$2,250,630

Fleming Environmental, Inc.

Fullerton, CA

$2,312,282

Patriot Contracting & Engineering

Yorba Linda, CA

$2,319,000

Dalke & Sons Construction, Inc.

Riverside, CA

$2,527,840

Spec Construction Co., Inc.

Ontario, CA

$2,580,500

Cornerstone Renovation, Inc.

Etiwanda, CA

$2,594,000

Vincor Construction Inc.

Brea, CA

$2,671,144

MLC Constructors, Inc.

Corona, CA

$2,821,227

Caltec Corp.

Irvine, CA

$2,832,000

Wakeco, Inc.

Temecula, CA

$2,890,349

HMF Construction, Inc.

Glendora, CA

$2,956,000

 

One letter of protest was received from KNC Construction, Inc., alleging that the apparent low bidder PUB Construction, Inc. did not possess the licenses required by the bid package and failed to identify subcontractors holding the required licenses. Following a thorough evaluation and a consultation with County Counsel, the Department reviewed the protest and determined that PUB Construction, Inc., was non-responsive to the requirements of the bid package. Specifically, PUB Construction, Inc. failed to list subcontractors holding the required Mechanical (C-20) and Plumbing (C-36) licenses, as required by the bid documents and Public Contract Code section 4104. PUB Construction, Inc. was notified by certified mail on January 28, 2026, that PFMD would recommend to the Board that their proposal be deemed non-responsive.

 

A tentative award letter was issued to KNC Construction, Inc. on January 29, 2026, and denial letters were issued to all other responsive bidders on January 28, 2026. A formal response letter was issued to KNC Construction, Inc. on April 30, 2026, informing them that their protest was found valid The Purchasing Department, with support from County Counsel, reviewed the protest procedures followed and found them to be compliant with the RFP documents issued.

 

PFMD and Purchasing recommend that the Board award the construction contract to KNC Construction, Inc. as the lowest responsive and responsible bidder.

 

REVIEW BY OTHERS

This item has been reviewed by County Counsel (Kaleigh Ragon, Deputy County Counsel 387-5455) on May 11, 2026; Regional Parks (Jose Canedo, Deputy Director, 387-2648) on May 11, 2026; Purchasing (Ariel Gill, Supervising Buyer, 387-2070) on May 1, 2026; Project and Facilities Management (Sarah Riley, Chief of Project Management, 387-5115) on April 30, 2026; and County Finance and Administration (Elias Duenas, Administrative Analyst, 387-4052 and Yael Verduzco, Principal Administrative Analyst, 387-5285) on May 4, 2026.