A-28)
PUBLIC WORKS DEPARTMENT, BOARD OF DIRECTORS, FLOOD
CONTROL AND WATER CONSERVATION DISTRICT
Consider recommendations regarding agreements for Routine Maintenance, 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, ratify, 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, to respond to
emergency situations, prevention and repair work, and for any other flood control purposes for the
period of July 1, 2024 through June 30, 2025 with the following contractors:
i) Bob’s Backhoe and Trucking (a local vendor) in the amount of not to exceed $2,000,000.00;
ii) CalPortland Construction (a local vendor) in the amount of not to exceed $1,000,000.00;
iii) Cushman Contracting Corporation (a local vendor) in the amount of not to exceed
$1,000,000.00;
iv) Granite Construction Company (a local vendor) in the amount of not to exceed $2,000,000.00;
v) Lash Construction Company (a local vendor) in the amount of not to exceed $2,000,000.00;
vi) R.W. Scott Construction Company, Inc. (a local vendor) in the amount of not to exceed
$2,000,000.00;
vii) Specialty Construction Inc. (a local vendor) in the amount of not to exceed $1,000,000.00;
viii) Tomasini Excavation (a local vendor) 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 Agreement for
Services of Independent Contractor with Tierra Contracting Inc. (a local vendor) in the amount of
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, 2024 through June 30, 2025 in a form substantially
similar to the template, and upon the review and concurrence of the Auditor Controller, Risk
Management, and County Counsel;
c) Approve, ratify, and authorize the Chair to execute 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, 2024 through June 30, 2025 with the following consultants:
i) Bengal Engineering, Inc. (a local vendor) in the amount of not to exceed $300,000.00;
ii) Filippin Engineering (a local vendor) in the amount of not to exceed $600,000.00; and