Title
Consider recommendations regarding Agreements for Fiscal Year (FY) 2025-2026 for Flood Control maintenance and Real Property services for routine work, Emergency Response Efforts, and as-needed services, as follows:
Acting as the Board of Directors, Flood Control and Water Conservation District:
a) Approve and authorize the Chair to execute the Agreements for Services of Independent Contractor for as-needed work for the Flood Control’s routine maintenance work, response to emergency situations, prevention and repair work, and for any other flood control purposes for the period of July 1, 2025 through June 30, 2026 with the following contractors:
i) Bob’s Backhoe and Trucking (a local vendor) in the amount not to exceed $2,000,000.00;
ii) CalPortland Construction (a local vendor) in the amount not to exceed $1,000,000.00;
iii) Cushman Contracting Corporation (a local vendor) in the amount not to exceed $1,000,000.00;
iv) Granite Construction Company (a local vendor) in the amount not to exceed $2,000,000.00;
v) Lash Construction Company (a local vendor) in the amount not to exceed $2,000,000.00;
vi) R.W. Scott Construction Company, Inc. (a local vendor) in the amount not to exceed $2,000,000.00;
vii) Specialty Construction, Inc. (a local vendor) in the amount not to exceed $1,000,000.00;
viii) Tomasini Excavation (a local vendor) in the amount not to exceed $1,000,000.00; and
ix) V. Lopez Jr. and Sons General Engineering Contractors, Inc. (a local vendor) in the amount not to exceed $1,000,000.00;
b) Authorize the Public Works Director to execute the Agreement for Services of Independent Contractor with Tierra Contracting, Inc. (a local vendor) in the amount not to exceed $1,000,000.00 for as needed work for the Flood Control’s routine maintenance work, to respond to emergency situations, prevention and repair work, and for any other flood control purposes for the period of July 1, 2025 through June 30, 2026 in a form substantially similar to the template attached hereto, and upon the review and concurrence of the Auditor Controller, Risk Management, and County Counsel;
c) Approve and authorize the Chair to execute the Agreement for Services of Independent Contractor with Hamner, Jewell and Associates (a tri-county vendor) for real property and land acquisition services needed for the Capital Improvement Program, Flood Control’s routine maintenance work, to respond to emergency situations, prevention and repair work, and for any other flood control purposes in the amount not to exceed $300,000.00 for the period of July 1, 2025 through June 30, 2026;
d) Approve and authorize the Chair to execute the Agreement for Services of Independent Contractor with Enviroscaping, Inc. (a local vendor) for installation, maintenance, and landscaping of revegetation sites for Capital Improvement Program, Flood Control’s routine maintenance work, to respond to emergency situations, prevention and repair work, and for any other flood control purposes in the amount not to exceed $200,000.00 for the period of July 1, 2025 through June 30, 2026;
e) Authorize the Public Works Director or designee to execute written Notices to Proceed within the scopes of the above listed agreements on an as-needed basis; and
f) Find that the recommended actions to approve as-needed contracts for maintenance, emergency, engineering, real property, revegetation/maintenance services, and other types of flood control work are fiscal activities not constituting a “Project” within the meaning of the California Environmental Quality Act, as set forth in 14 CCR 15378(b)(4).