File #: 23-00603    Version: 1
Type: Administrative Item Status: Agenda Ready
File created: 6/15/2023 In control: BOARD OF SUPERVISORS
On agenda: 6/27/2023 Final action: 6/27/2023
Title: Consider recommendations regarding agreements for time and material, engineering, and real property services for 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 Public Works Director or designee to execute the Agreements for Services of Independent Contractor for time and material work needed 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, 2023 through June 30, 2024 and upon the review and concurrence of the Auditor Controller, Risk Management, and County Counsel for the following contractors: i) Bob's Backhoe and Trucking (a local vender) in the amount of not to exceed $2,000,000.00; ii) CalPortland Construction (a local vender) in the amount of not to exceed $1,000,000.00; iii) Cushman Contracting Corporation (a local vender...
Sponsors: PUBLIC WORKS DEPARTMENT, BOARD OF DIRECTORS, FLOOD CONTROL AND WATER CONSER
Attachments: 1. Board Letter, 2. Attachment A - Sample of Agreement for T&M work, 3. Attachment B - Sample of Agreement for Engineering and Real Property, 4. Minute Order

Title

 

Consider recommendations regarding agreements for time and material, engineering, and real property services for 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 Public Works Director or designee to execute the Agreements for Services of Independent Contractor for time and material work needed 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, 2023 through June 30, 2024 and upon the review and concurrence of the Auditor Controller, Risk Management, and County Counsel for the following contractors:

 

i) Bob’s Backhoe and Trucking (a local vender) in the amount of not to exceed $2,000,000.00;

 

ii) CalPortland Construction (a local vender) in the amount of not to exceed $1,000,000.00;

 

iii) Cushman Contracting Corporation (a local vender) in the amount of not to exceed $1,000,000.00;

 

iv) Granite Construction Company (a local vender) in the amount of not to exceed $2,000,000.00;

 

v) Lash Construction Company (a local vender) in the amount of not to exceed $2,000,000.00;

 

vi) R.W. Scott Construction Company, Inc. (a local vender) in the amount of not to exceed $2,000,000.00;

 

vii) Specialty Construction Inc. (a local vender) in the amount of not to exceed $1,000,000.00;

 

viii) Tierra Contracting Inc. (a local vender) in the amount of not to exceed $1,000,000.00; and

 

ix) V. Lopez Jr. and Sons General Engineering Contractors, Inc. (a local vendor) in the amount of not to exceed $1,000,000.00;

 

b) Approve and authorize the Public Works Director or designee to execute the Agreements for Services of Independent Contractor for engineering services needed for the Capital Improvement Program, to respond to emergency situations, prevention and repair work, and for any other flood control purposes for the period of July 1, 2023 through June 30, 2024 and upon the review and concurrence of the Auditor Controller, Risk Management, and County Counsel for the following contractors and consultants:

 

i) Bengal Engineering, Inc. (a local vender) in the amount of not to exceed $300,000.00;

 

ii) Filippin Engineering (a local vender) in the amount of not to exceed $600,000.00; and

 

iii) Stantec Consulting Services Inc. (a local vender) in the amount of not to exceed $300,000.00;

 

c) Approve and authorize the Public Works Director or designee 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 of not to exceed $300,000.00 for the period of July 1, 2023 through June 30, 2024 and upon the review and concurrence of the Auditor Controller, Risk Management, and County Counsel; and

 

d) Find that the recommended actions to award contracts for maintenance, emergency, engineering, real property 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).