REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS
OF SAN BERNARDINO COUNTY
AND RECORD OF ACTION
May 19, 2026
FROM
NOEL CASTILLO, Director, Department of Public Works - Solid Waste Management
SUBJECT
Title
Contract with Sukut Construction, LLC for the Phase 1B Stages 4 and 5 Liner Construction Project at the Victorville Sanitary Landfill
End
RECOMMENDATION(S)
Recommendation
1. Approve Addendum No. 1, issued on March 2, 2026, Addendum No. 2, issued on March 10, 2026, Addendum No. 3, issued on March 18, 2026, and Addendum No. 4, issued on March 30, 2026, to the bid documents for the Phase 1B Stages 4 and 5 Liner Construction Project at the Victorville Sanitary Landfill.
2. Award construction Contract to Sukut Construction, LLC, in the amount of $27,125,875 for the Phase 1B Stages 4 and 5 Liner Construction Project at the Victorville Sanitary Landfill.
3. Authorize a contingency fund of $2,712,588 for the Phase 1B Stages 4 and 5 Liner Construction Project at the Victorville Sanitary Landfill.
4. Authorize the Director of Public Works to approve the expenditure of the contingency fund of $2,712,588 for verified quantity overruns for this unit priced construction contract.
5. Authorize the Director of Public Works to order any necessary changes or additions in the work being performed under the contract for a total amount not to exceed $210,000 of the $2,712,588 contingency fund, pursuant to Public Contract Code section 20142.
6. Approve Escrow Agreement for Security Deposits in Lieu of Retention with Sukut Construction, LLC and Banner Bank, pursuant to Public Contract Code section 22300 for the Phase 1B Stages 4 and 5 Liner Construction Project at the Victorville Sanitary Landfill.
7. Authorize the Director of the Department of Public Works to execute the Escrow Agreement for Security Deposits in Lieu of Retention and to provide and receive written notice under the agreement.
8. Direct the Director of the Department of Public Works to transmit Escrow Agreement for Security Deposits in Lieu of Retention to the Clerk of the Board within 30 days of execution.
9. Authorize the Director of the Department of Public Works to accept the work when 100% complete and execute and file the Notice of Completion.
(Presenter: Noel Castillo, Director, 387-7906)
Body
COUNTY AND CHIEF EXECUTIVE OFFICER GOALS & OBJECTIVES
Foster Sustainable Development Through Strategic Partnerships.
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) as the Department of Public Works - Solid Waste Management Division (SWMD) establishes fees charged to the public and other agencies for utilization of the County’s Waste Disposal System. The construction contract, in the amount of $27,125,875, and any use of the proposed contingency fund in the amount of $2,712,588 for the Phase 1B Stages 4 and 5 Liner Construction Project at the Victorville Sanitary Landfill (Project) will be funded by SWMD fee revenue. This item also directs the placement of withheld retention into an escrow account. Sufficient appropriation and revenue have been included in the SWMD 2025-2026 budget and will be included in future recommended budgets.
BACKGROUND INFORMATION
The County’s Victorville Sanitary Landfill (VSL) is located approximately four miles north of the City of Victorville and seven miles north of the intersection of Interstate 15 (I-15) and State Highway 18. The existing VSL is a Class III facility situated on a 480-acre parcel owned and operated by SWMD, of which 341 acres are designated for refuse disposal. The Project involves the installation of a composite liner system within the Phase 1B Stages 4 and 5 area, along with a leachate collection and removal system, road improvements, and stormwater management infrastructure. The proposed composite liner will cover approximately 28 acres within the permitted refuse fill area. All work shall be completed in accordance with the approved design documents.
This item supports the County and the Chief Executive Officer’s goals and objectives of providing for the safety, health, and social service needs of County residents, maintaining regulatory compliance, continuing to provide uninterrupted disposal capacity and solid waste management services for County residents, and fostering sustainable development through strategic partnerships.
The Environmental Management Division of the Department of Public Works has completed a California Environmental Quality Act review of the proposed Project. It has been determined that the impacts for the proposed Project were already analyzed and mitigated for in the Victorville Sanitary Landfill Expansion Environmental Impact Report (EIR) dated May 2004. On June 15, 2004 (Item No. 24), the Board of Supervisors (Board) certified the EIR for the Victorville Sanitary Landfill Expansion Project; adopted the California Environmental Quality Act (CEQA) Findings and Statement of Overriding Considerations on file with the Clerk of the Board; adopted the Mitigation Monitoring and Compliance Program, comprising Chapter 9.0 of the Final EIR, and directed the Clerk to file the Notice of Determination. The Notice of Determination was then routed through the State Clearinghouse on July 16, 2004, SCH#2002091132.
Following Board approval of this item, construction is anticipated to commence in June 2026 and be completed by May 2027.
PROCUREMENT
On March 3, 2026, as allowed per County Policy 11-15, the Assistant Executive Officer approved the Project’s plans and specifications, and authorized the Director of the Department to advertise the Project for bids. This Project was released on the County Electronic Procurement Network (ePro) on March 3, 2026, and advertised in the Daily Journal and Sun newspapers on March 3 and 10, 2026. A notice inviting bids was also provided to specified construction trade journals as required by Public Contract Code section 22036. A mandatory pre-bid meeting and job walk was held on Tuesday, March 17, 2026, and was attended by four firms.
There were four addenda issued during the bidding phase, revising and/or clarifying the Project plans and specifications as follows:
1. Addendum No. 1: Replaced two pages within the Special Provisions with corrected dates for the Pre-bid meeting, submission deadline for questions, and the Bid Opening Date (3/2/2026).
2. Addendum No. 2: Responded to bidder’s questions (3/10/2026).
3. Addendum No. 3: Attached a copy of the Mandatory Prebid Sign-In Sheets; replaced Bid Schedule and Standard Contract; revised two sections in the Technical Specifications; replaced six (6) Plan Sheets; and added five Plan Sheets for Miscellaneous Civil Improvements (3/18/2026).
4. Addendum No. 4: Replaced Bid Schedule; revised three sections of the Technical Specifications; and responded to bidder’s questions (3/30/2026).
On April 2, 2026, two bids were received:
|
Contractor |
Location |
Total Bid |
|
Sukut Construction, LLC |
Santa Ana, CA |
$27,125,875 |
|
James McMinn Inc. |
Riverside, CA |
$29,772,260 |
Upon receipt of the bids, SWMD conducted a detailed review of all bids to determine compliance with the bidding requirements set forth in the bid documents. SWMD determined the bids received were responsive and recommends that the Board award the contract to Sukut Construction, LLC, the lowest responsible bidder. No appeal/protest letters were received.
This Project will have a total contingency fund of $2,712,588 to compensate the contractor for verified quantity overruns, as well as changes in the contract under specific circumstances permitted by the contract or by law. Under an established formula based on the contract amount, Public Contract Code section 20142 allows the Board to authorize the Director of Public Works to order changes in the Contract, including for unforeseen conditions or design shortfalls, should they become necessary in the future for a total amount not to exceed $210,000 of the $2,712,588 contingency fund.
REVIEW BY OTHERS
This item has been reviewed by County Counsel (Maria Insixiengmay, Deputy County Counsel, 387-5455) on April 9, 2026; Purchasing (Dylan Newton, Buyer, 387-3377) on April 20, 2026; and County Finance and Administration (Kathleen Gonzalez, Administrative Analyst, 387-4222) on May 3, 2026.