Skip to main content
File #: 13397   
Type: Consent Status: Passed
File created: 12/8/2025 Department: Multijurisdictional Items
On agenda: 12/16/2025 Final action: 12/16/2025
Subject: Contracts for On-call Public Works Maintenance Services
Attachments: 1. ADD-CON-PW-Trans 12-16-25_Advantage Backhoes, 2. ADD-CON-PW-Trans 12-16-25_All of the Above Tree Service, 3. ADD-CON-PW-Trans 12-16-25_All Pro Sweeping, 4. ADD-CON-PW-Trans 12-16-25_Amer General Engineering, 5. ADD-CON-PW-Trans 12-16-25_Amtek Construction, 6. ADD-CON-PW-Trans 12-16-25_Arizona Pipeline, 7. ADD-CON-PW-Trans 12-16-25_ASAP Construction, 8. ADD-CON-PW-Trans 12-16-25_Bear Valley Paving, 9. ADD-CON-PW-Trans 12-16-25_Carter Enterprises Group, Inc dba Pavement Rehab Company, 10. ADD-CON-PW-Trans 12-16-25_Construction Truck Supply Inc, 11. ADD-CON-PW-Trans 12-16-25_Crafco, 12. ADD-CON-PW-Trans 12-16-25_Crimson Marie, 13. ADD-CON-PW-Trans 12-16-25_Cutting Edge Parts, 14. ADD-CON-PW-Trans 12-16-25_Daringer Construction, 15. ADD-CON-PW-Trans 12-16-25_Dependable Grading, 16. ADD-CON-PW-Trans 12-16-25_Desert Environmental, 17. ADD-CON-PW-Trans 12-16-25_Down Stream Services, 18. ADD-CON-PW-Trans 12-16-25_Ellis Fence Co, 19. ADD-CON-PW-Trans 12-16-25_Fence Ellent, 20. ADD-CON-PW-Trans 12-16-25_Gentry General Engineering, 21. ADD-CON-PW-Trans 12-16-25_Golden West Arbor Services, 22. ADD-CON-PW-Trans 12-16-25_Hardy and Harper, 23. ADD-CON-PW-Trans 12-16-25_Herc Rentals, 24. ADD-CON-PW-Trans 12-16-25_Porter Rents, 25. ADD-CON-PW-Trans 12-16-25_Pavement Recycling, 26. ADD-CON-PW-Trans 12-16-25_Onyx Paving, 27. ADD-CON-PW-Trans 12-16-25_Mariposa Tree Mngmnt, 28. ADD-CON-PW-Trans 12-16-25_M Brey, 29. ADD-CON-PW-Trans 12-16-25_Larry Jacinto Construction, 30. ADD-CON-PW-Trans 12-16-25_Lake Arrowhead Construction, 31. ADD-CON-PW-Trans 12-16-25_L Curti Truck and Equipment, 32. ADD-CON-PW-Trans 12-16-25_K-VAC Environmental, 33. ADD-CON-PW-Trans 12-16-25_Kirtley Construction, 34. ADD-CON-PW-Trans 12-16-25_Kellar Equipment, 35. ADD-CON-PW-Trans 12-16-25_Jeremy Harris Construction, 36. ADD-CON-PW-Trans 12-16-25_James Dickey (Jimco), 37. ADD-CON-PW-Trans 12-16-25_James Clark Trucking, 38. ADD-CON-PW-Trans 12-16-25_IE Fence, 39. ADD-CON-PW-Trans 12-16-25_Houston and Harris, 40. ADD-CON-PW-Trans 12-16-25_Horizon Construction, 41. ADD-CON-PW-Trans 12-16-25_High Desert Underground Inc, 42. ADD-CON-PW-Trans 12-16-25_Statewide Traffic (AWP), 43. ADD-CON-PW-Trans 12-16-25_Sustainable Mitigation, 44. ADD-CON-PW-Trans 12-16-25_The Tree Guys, 45. ADD-CON-PW-Trans 12-16-25_Three Peaks Corp, 46. ADD-CON-PW-Trans 12-16-25_Traffic Management, 47. ADD-CON-PW-Trans 12-16-25_Trinity Equipment, 48. ADD-CON-PW-Trans 12-16-25_Twining, 49. ADD-CON-PW-Trans 12-16-25_United Pacific Services, 50. ADD-CON-PW-Trans 12-16-25_Vance Corporation, 51. ADD-CON-PW-Trans 12-16-25_W and J Lazaro (Alexis), 52. ADD-CON-PW-Trans 12-16-25_Weaver Grading, 53. ADD-CON-PW-Trans 12-16-25_PowerTech, 54. ADD-CON-PW-Trans 12-16-25_RMA Group, 55. ADD-CON-PW-Trans 12-16-25_S Porters Inc, 56. ADD-CON-PW-Trans 12-16-25_San Luis Equipment Rental, 57. ADD-CON-PW-Trans 12-16-25_SAVI Construction, 58. ADD-CON-PW-Trans 12-16-25_SJD and B, 59. ADD-CON-PW-Trans 12-16-25_Chrisp Company, 60. ADD-CON-FCD 12-16-25_IE Fence, 61. ADD-CON-FCD 12-16-25_Houston and Harris, 62. ADD-CON-FCD 12-16-25_Horizons Construction, 63. ADD-CON-FCD 12-16-25_High Desert Underground, 64. ADD-CON-FCD 12-16-25_Hercs Rentals, 65. ADD-CON-FCD 12-16-25_Hardy and Harper, 66. ADD-CON-FCD 12-16-25_Golden West Arbor Services, 67. ADD-CON-FCD 12-16-25_Gentry General Engineering, 68. ADD-CON-FCD 12-16-25_Fence Ellent, 69. ADD-CON-FCD 12-16-25_Ellis Fence Company, 70. ADD-CON-FCD 12-16-25_Down Stream Services, 71. ADD-CON-FCD 12-16-25_Desert Environmental Services, 72. ADD-CON-FCD 12-16-25_Dependable Grading Inc, 73. ADD-CON-FCD 12-16-25_Daringer Construction, 74. ADD-CON-FCD 12-16-25_Cutting Edge Parts, 75. ADD-CON-FCD 12-16-25_Crimson Marie Company, 76. ADD-CON-FCD 12-16-25_Crafco, 77. ADD-CON-FCD 12-16-25_Construction Truck Supply, 78. ADD-CON-FCD 12-16-25_Carter Enterprises Group, Inc dba Pavement Rehab Company, 79. ADD-CON-FCD 12-16-25_Bear Valley Paving, 80. ADD-CON-FCD 12-16-25_ASAP Construction, 81. ADD-CON-FCD 12-16-25_Arizona Pipeline Company, 82. ADD-CON-FCD 12-16-25_Anthony Hoag dba Sustainable Mitigation, 83. ADD-CON-FCD 12-16-25_Amtek Construction, 84. ADD-CON-FCD 12-16-25_Amer General Engineering, 85. ADD-CON-FCD 12-16-25_All the Above Tree Service, 86. ADD-CON-FCD 12-16-25_All Pro Sweeping, 87. ADD-CON-FCD 12-16-25_Advantage Backhoes, 88. ADD-CON-FCD 12-16-25_Chrisp Company, 89. ADD-CON-FCD 12-16-25_James Clark Trucking, 90. ADD-CON-FCD 12-16-25_James Dickey, 91. ADD-CON-FCD 12-16-25_Jeremy Harris Construction, 92. ADD-CON-FCD 12-16-25_Kellar Equipment, 93. ADD-CON-FCD 12-16-25_Kirtley Construction, 94. ADD-CON-FCD 12-16-25_K-Vac Environmental, 95. ADD-CON-FCD 12-16-25_L Curti Truck and Equipment, 96. ADD-CON-FCD 12-16-25_Lake Arrowhead Construction, 97. ADD-CON-FCD 12-16-25_Larry Jacinto Construction, 98. ADD-CON-FCD 12-16-25_M Brey, 99. ADD-CON-FCD 12-16-25_Mariposa Tree Management, 100. ADD-CON-FCD 12-16-25_MD Rubberized, 101. ADD-CON-FCD 12-16-25_Onyx Paving, 102. ADD-CON-FCD 12-16-25_Pavement Recycling, 103. ADD-CON-FCD 12-16-25_Porter Rents, 104. ADD-CON-FCD 12-16-25_PowerTech, 105. ADD-CON-FCD 12-16-25_RMA Group, 106. ADD-CON-FCD 12-16-25_S Porter Inc, 107. ADD-CON-FCD 12-16-25_San Luis Equipment Rental, 108. ADD-CON-FCD 12-16-25_SAVI Construction, 109. ADD-CON-FCD 12-16-25_SJD&B, Inc., 110. ADD-CON-FCD 12-16-25_Statewide Traffic (AWP), 111. ADD-CON-FCD 12-16-25_The Tree Guys, 112. ADD-CON-FCD 12-16-25_Three Peaks, 113. ADD-CON-FCD 12-16-25_Traffic Managment, 114. ADD-CON-FCD 12-16-25_Trinity Equipment, 115. ADD-CON-FCD 12-16-25_Twining, 116. ADD-CON-FCD 12-16-25_United Pacific Services, 117. ADD-CON-FCD 12-16-25_Vance Corporation, 118. ADD-CON-FCD 12-16-25_W& J Lazaro Inc DBA Alexis Trucking, 119. ADD-CON-FCD 12-16-25_Weaver Grading, 120. R1-CON-FCD 12-16-25_MD Rubberized, 121. Item #128 Executed BAI, 122. 25-935 Executed Contract, 123. 25-936 Executed Contract, 124. 25-937 Executed Contract, 125. 25-938 Executed Contract, 126. 25-939 Executed Contract, 127. 25-940 Executed Contract, 128. 25-941 Executed Contract, 129. 25-942 Executed Contract, 130. 25-943 Executed Contract, 131. 25-944 Executed Contract, 132. 25-945 Executed Contract, 133. 25-946 Executed Contract, 134. 25-947 Executed Contract, 135. 25-948 Executed Contract, 136. 25-949 Executed Contract, 137. 25-950 Executed Contract, 138. 25-951 Executed Contract, 139. 25-952 Executed Contract, 140. 25-953 Executed Contract, 141. 25-954 Executed Contract, 142. 25-955 Executed Contract, 143. 25-956 Executed Contract, 144. 25-957 Executed Contract, 145. 25-958 Executed Contract, 146. 25-959 Executed Contract, 147. 25-960 Executed Contract, 148. 25-961 Executed Contract, 149. 25-962 Executed Contract, 150. 25-963 Executed Contract, 151. 25-964 Executed Contract, 152. 25-965 Executed Contract, 153. 25-966 Executed Contract, 154. 25-967 Executed Contract, 155. 25-968 Executed Contract, 156. 25-969 Executed Contract, 157. 25-970 Executed Contract, 158. 25-971 Executed Contract, 159. 25-972 Executed Contract, 160. 25-973 Executed Contract, 161. 25-974 Executed Contract, 162. 25-975 Executed Contract, 163. 25-976 Executed Contract, 164. 25-977 Executed Contract, 165. 25-978 Executed Contract, 166. 25-979 Executed Contract, 167. 25-980 Executed Contract, 168. 25-981 Executed Contract, 169. 25-982 Executed Contract, 170. 25-983 Executed Contract, 171. 25-984 Executed Contract, 172. 25-985 Executed Contract, 173. 25-986 Executed Contract, 174. 25-987 Executed Contract, 175. 25-988 Executed Contract, 176. 25-989 Executed Contract, 177. 25-990 Executed Contract, 178. 25-991 Executed Contract, 179. 25-992 Executed Contract, 180. 25-993 Executed Contract, 181. 25-994 Executed Contract, 182. 25-995 Executed Contract, 183. 25-996 Executed Contract, 184. 25-997 Executed Contract, 185. 25-998 Executed Contract, 186. 25-999 Executed Contract, 187. 25-1000 Executed Contract, 188. 25-1001 Executed Contract, 189. 25-1002 Executed Contract, 190. 25-1003 Executed Contract, 191. 25-1004 Executed Contract, 192. 25-1005 Executed Contract, 193. 25-1006 Executed Contract, 194. 25-1007 Executed Contract, 195. 25-1008 Executed Contract, 196. 25-1009 Executed Contract, 197. 25-1010 Executed Contract, 198. 25-1011 Executed Contract, 199. 25-1012 Executed Contract, 200. 25-1013 Executed Contract, 201. 25-1014 Executed Contract, 202. 25-1015 Executed Contract, 203. 25-1016 Executed Contract, 204. 25-1017 Executed Contract, 205. 25-1018 Executed Contract, 206. 25-1019 Executed Contract, 207. 25-1020 Executed Contract, 208. 25-1021 Executed Contract, 209. 25-1022 Executed Contract, 210. 25-1023 Executed Contract, 211. 25-1024 Executed Contract, 212. 25-1025 Executed Contract, 213. 25-1026 Executed Contract, 214. 25-1027 Executed Contract, 215. 25-1028 Executed Contract, 216. 25-1029 Executed Contract, 217. 25-1030 Executed Contract, 218. 25-1031 Executed Contract, 219. 25-1032 Executed Contract, 220. 25-1033 Executed Contract, 221. 25-1034 Executed Contract, 222. 25-1035 Executed Contract, 223. 25-1036 Executed Contract, 224. 25-1037 Executed Contract, 225. 25-1038 Executed Contract, 226. 25-1039 Executed Contract, 227. 25-1040 Executed Contract, 228. 25-1041 Executed Contract, 229. 25-1042 Executed Contract, 230. 25-1043 Executed Contract, 231. 25-1044 Executed Contract, 232. 25-1045 Executed Contract, 233. 25-1046 Executed Contract, 234. 25-1047 Executed Contract, 235. 25-1048 Executed Contract, 236. 25-1049 Executed Contract, 237. 25-1050 Executed Contract, 238. 25-1051 Executed Contract, 239. 25-1052 Executed Contract, 240. 25-1053 Executed Contract, 241. 25-1054 Executed Contract

REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS

SITTING AS THE GOVERNING BOARD OF THE FOLLOWING:

SAN BERNARDINO COUNTY

SAN BERNARDINO COUNTY FLOOD CONTROL DISTRICT

AND RECORD OF ACTION

 

December 16, 2025

 

FROM

NOEL CASTILLO, Director and Chief Flood Control Engineer, Department of Public Works - Transportation & Flood Control District

         

SUBJECT                      

Title                     

Contracts for On-call Public Works Maintenance Services

End

 

RECOMMENDATION(S)

Recommendation

1.                     Acting as the governing body of San Bernardino County, approve contracts with the following 60 vendors in the amount of $10,000,000 each for the period of January 1, 2026, through December 31, 2030, for on-call public works maintenance services, emergency projects, and public projects that do not exceed the amount set forth in California Public Contract Code section 22032(a) (currently set at $75,000):

a.                     Advantage Backhoes LLC (Crestline, CA)

b.                     All of the Above Tree Services (Crestline, CA)

c.                     All-Pro Sweeping, Inc (Hesperia, CA)

d.                     Amer General Engineering (Blue Jay, CA)

e.                     Amtek Construction (Orange, CA)

f.                     Anthony Hoag dba Sustainable Mitigation (Angelus Oaks, CA)

g.                     Arizona Pipeline Company (Rialto, CA)

h.                     ASAP Construction (Calimesa, CA)

i.                     Bear Valley Paving (Big Bear Lake, CA)

j.                     Carter Enterprises Group, Inc dba Pavement Rehab Company (Yorba Linda, CA)

k.                     Chrisp Company (Bloomington, CA)

l.                     Construction Truck Supply Inc (San Bernardino, CA)

m.                     Crafco, Inc. (Chandler, AZ)

n.                     Crimson Marie Company Inc (Phelan, CA)

o.                     Cutting Edge Parts (Yucaipa, CA)

p.                     Daringer Construction (Thousand Oaks, CA)

q.                     Dependable Grading Inc (Needles, CA)

r.                     Desert Environmental Services, Inc. (Victorville, CA)

s.                     Downstream Services Inc (Escondido, CA)

t.                     Ellis Fence Co (Barstow, CA)

u.                     Fence Ellent (Jurupa Valley, CA)

v.                     Gentry General Engineering Inc. (Colton, CA)

w.                     Golden West Arbor Services, Inc. (Pomona, CA)

x.                     Hardy & Harper, Inc (Lake Forest, CA)

y.                     Herc Rentals Inc (Carson, CA)

z.                     High Desert Underground Inc (Apple Valley, CA)

aa.                     Horizons Construction Co. Int'l Inc (Orange, CA)

bb.                     Houston & Harris PCS Inc. (San Bernardino, CA)

cc.                     Inland Empire (IE) Fence and Construction, Inc. (Covina, CA)

dd.                     James Clark Trucking, Inc. (Lake Elsinore, CA)

ee.                     James Dickey Inc., dba Jimco Construction & Equipment Rental (San Bernardino, CA)

ff.                     Jeremy Harris Construction, Inc. (Riverside, CA)

gg.                     Kellar Equipment (Yucaipa, CA)

hh.                     Kirtley Construction Inc. dba TK Construction (San Bernardino, CA)

ii.                     K-VAC Environmental Services, Inc (Rancho Cucamonga, CA)

jj.                     Lake Arrowhead Construction dba Trinity Construction (Blue Jay, CA)

kk.                     L. Curti Truck & Equipment (Redlands, CA)

ll.                     Larry Jacinto Construction, Inc. (Mentone, CA)

mm.                     M. Brey, Inc. dba MBE Construction (Beaumont, CA)

nn.                     Mariposa Tree Management Inc (Irwindale, CA)

oo.                     MD Rubberized Crackfill, LLC (Lake Forest, CA)

pp.                     Onyx Paving Company, Inc (Yorba Linda, CA)

qq.                     Pavement Recycling Systems, Inc. (Jurupa Valley, CA)

rr.                     Porter Rents LLC (Corona, CA)

ss.                     PowerTech, Inc. (Yucaipa, CA)

tt.                     RMA Group dba Certerra RMA Group (Rancho Cucamonga, CA)

uu.                     S. Porter Inc. (Big Bear Lake, CA)

vv.                     San Luis Equipment Rental (San Bernardino, CA)

ww.                     SAVI Construction Inc. (Chino, CA)

xx.                     SJD&B, Inc. (Walnut, CA)

yy.                     Statewide Traffic Safety & Signs Inc dba AWP Safety (Santa Ana, CA)

zz.                     The Tree Guys  (Lake Arrowhead, CA)

aaa.                     Three Peaks Corp. (Calimesa, CA)

bbb.                     Traffic Management LLC (Long Beach, CA)

ccc.                     Trinity Equipment (Colton, CA)

ddd.                     Twining, Inc. (Riverside, CA)

eee.                     United Pacific Services, Inc (South Gate, CA)

fff.                     Vance Corporation (Beaumont, CA)

ggg.                     W& J Lazaro Inc DBA Alexis Trucking (Barstow, CA)

hhh.                     Weaver Grading, Inc. (Beaumont, CA)

2.                     Acting as the governing body of San Bernardino County Flood Control District, approve contracts with the following 60 vendors in the amount of $10,000,000 each for the period of January 1, 2026, through December 31, 2030, for on-call public works maintenance services, emergency projects, and public projects that do not exceed the amount set forth in California Public Contract Code section 22032(a) (currently set at $75,000):

a.                     Advantage Backhoes LLC (Crestline, CA)

b.                     All of the Above Tree Services (Crestline, CA)

c.                     All-Pro Sweeping, Inc (Hesperia, CA)

d.                     Amer General Engineering (Blue Jay, CA)

e.                     Amtek Construction (Orange, CA)

f.                     Anthony Hoag dba Sustainable Mitigation (Angelus Oaks, CA)

g.                     Arizona Pipeline Company (Rialto, CA)

h.                     ASAP Construction (Calimesa, CA)

i.                     Bear Valley Paving (Big Bear Lake, CA)

j.                     Carter Enterprises Group, Inc dba Pavement Rehab Company (Yorba Linda, CA)

k.                     Chrisp Company (Bloomington, CA)

l.                     Construction Truck Supply Inc (San Bernardino, CA)

m.                     Crafco, Inc. (Chandler, AZ)

n.                     Crimson Marie Company Inc (Phelan, CA)

o.                     Cutting Edge Parts (Yucaipa, CA)

p.                     Daringer Construction (Thousand Oaks, CA)

q.                     Dependable Grading Inc (Needles, CA)

r.                     Desert Environmental Services, Inc. (Victorville, CA)

s.                     Downstream Services Inc (Escondido, CA)

t.                     Ellis Fence Co (Barstow, CA)

u.                     Fence Ellent (Jurupa Valley, CA)

v.                     Gentry General Engineering Inc. (Colton, CA)

w.                     Golden West Arbor Services, Inc. (Pomona, CA)

x.                     Hardy & Harper, Inc (Lake Forest, CA)

y.                     Herc Rentals Inc (Carson, CA)

z.                     High Desert Underground Inc (Apple Valley, CA)

aa.                     Horizons Construction Co. Int'l Inc (Orange, CA)

bb.                     Houston & Harris PCS Inc. (San Bernardino, CA)

cc.                     Inland Empire (IE) Fence and Construction, Inc. (Covina, CA)

dd.                     James Clark Trucking, Inc. (Lake Elsinore, CA)

ee.                     James Dickey Inc., dba Jimco Construction & Equipment Rental (San Bernardino, CA)

ff.                     Jeremy Harris Construction, Inc. (Riverside, CA)

gg.                     Kellar Equipment (Yucaipa, CA)

hh.                     Kirtley Construction Inc. dba TK Construction (San Bernardino, CA)

ii.                     K-VAC Environmental Services, Inc (Rancho Cucamonga, CA)

jj.                     Lake Arrowhead Construction dba Trinity Construction (Blue Jay, CA)

kk.                     L. Curti Truck & Equipment (Redlands, CA)

ll.                     Larry Jacinto Construction, Inc. (Mentone, CA)

mm.                     M. Brey, Inc. dba MBE Construction (Beaumont, CA)

nn.                     Mariposa Tree Management Inc (Irwindale, CA)

oo.                     MD Rubberized Crackfill, LLC (Lake Forest, CA)

pp.                     Onyx Paving Company, Inc (Yorba Linda, CA)

qq.                     Pavement Recycling Systems, Inc. (Jurupa Valley, CA)

rr.                     Porter Rents LLC (Corona, CA)

ss.                     PowerTech, Inc. (Yucaipa, CA)

tt.                     RMA Group dba Certerra RMA Group (Rancho Cucamonga, CA)

uu.                     S. Porter Inc. (Big Bear Lake, CA)

vv.                     San Luis Equipment Rental (San Bernardino, CA)

ww.                     SAVI Construction Inc. (Chino, CA)

xx.                     SJD&B, Inc. (Walnut, CA)

yy.                     Statewide Traffic Safety & Signs Inc dba AWP Safety (Santa Ana, CA)

zz.                     The Tree Guys  (Lake Arrowhead, CA)

aaa.                     Three Peaks Corp. (Calimesa, CA)

bbb.                     Traffic Management LLC (Long Beach, CA)

ccc.                     Trinity Equipment (Colton, CA)

ddd.                     Twining, Inc. (Riverside, CA)

eee.                     United Pacific Services, Inc (South Gate, CA)

fff.                     Vance Corporation (Beaumont, CA)

ggg.                     W& J Lazaro Inc DBA Alexis Trucking (Barstow, CA)

hhh.                     Weaver Grading, Inc. (Beaumont, CA)

 

(Presenter: Noel Castillo, Director and Chief Flood Control Engineer, 387-7906)

Body

 

COUNTY AND CHIEF EXECUTIVE OFFICER GOALS & OBJECTIVES

Operate in a Fiscally-Responsible and Business-Like Manner.

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). The Department of Public Works-Transportation (Department) is financed by Gas Tax revenue, fee revenue, and other local, state, and federal funding. The San Bernardino County Flood Control District (District) is funded by property tax revenue, fee revenue, and local, state, and federal funding. As these are on-call public works maintenance service contracts, the specific projects have not yet been determined. Depending on the project, one of the above funding sources will be used to fund the cost of the contract.

 

The Department has allocated $6,000,000, and the District has allocated $8,000,000 in their respective 2025-26 budgets for the projected cost of on-call public works maintenance services. Contract amounts are set at $2,000,000 per year for the term of the contracts to allow flexibility on individual projects that are sent out to bid. The total contract amount assigned to each vendor is $10,000,000 each for the County and the District, however total annual contract expenditures will be limited to the budgeted funds and will not exceed the annual budgeted amount of $6,000,000 for the Department and $8,000,000 for the District for 2025-26. The County and District will include sufficient appropriation in future recommended budgets for on-call public works maintenance services.

 

In the event of an emergency, the County and District will initially finance emergency costs from their annual budget appropriations. Subsequently, both the County and District will submit reimbursement claims to the California Emergency Management Agency, the Federal Highway Administration, and the Federal Emergency Management Agency, as may be applicable.

 

BACKGROUND INFORMATION

The County and District will have the ability to call upon a list of pre-qualified vendors to provide on-call public works maintenance services. Contractors on the pre-approved list may be utilized for routine maintenance projects, public projects not exceeding the amount set forth in Public Contract Code section 22032(a) (currently set at $75,000), and emergency projects (following applicable provisions of the Public Contract Code). Requesting qualifications from vendors before projects or emergencies occur reduces delays in the procurement process, which supports the goal of operating in a fiscally-responsible and business-like manner, as well as providing for the safety of County residents.

 

To improve efficiency and streamline emergency response operations, the Department and District have consolidated their respective on-call lists, including on-call storm maintenance and heavy equipment rental services into a single unified on-call list for all maintenance and emergency services. This consolidation supports a more coordinated approach to service delivery and resource management. As part of this effort:

                     Public Works Maintenance contracts originally set to expire on January 31, 2028, will be terminated early, effective December 31, 2025.

 

                     Heavy Equipment Rental services contracts originally set to expire on June 30, 2027, will be terminated early, effective December 31, 2025.

 

The Department and District exercise their contractual right to terminate for convenience with a 30-day notice. Vendors were notified on September 1, 2025 of the early contract termination.

 

As projects are identified, the County and District will contact pre-approved vendors to request bids. The lowest bidder is then selected to provide the requested services for the project. However, conditions other than price are sometimes important and will be considered when necessary. Such conditions will be identified in the request for bids on an individual project. For emergency projects (following applicable provisions of the Public Contract Code), the County and District may contact any contractor directly to promptly respond to such emergencies, and the price will be negotiated at the time of contact.

 

PROCUREMENT

On September 11, 2025, the County Administrative Office authorized the release of Request for Qualifications (RFQ) PWG 126-OPERA-5989 to solicit and create a list of qualified contractors to provide the County and the District with on-call public works maintenance services for work performed on County roads and District facilities. In accordance with the terms of the RFQ, the County and District will be able to augment the list on a semi-annual basis.

 

The County and District received 62 proposals, as listed in Recommendations Nos. 1 and 2. A panel of knowledgeable staff from the County and District reviewed the proposals submitted by vendors and determined 60 vendors meet the minimum qualifications specified in the RFQ, including types of services, service locations, and compliance with County and District terms and conditions. The proposals received from Art’s Concrete Pumping and Southern CA Vegetation Management were vendors were disqualified for not meeting the minimum requirements.

 

The RFQ shall remain open through September 2029 with semi-annual deadlines for proposal submission. The County and the District will return to the Board of Supervisors for approval of subsequent pre-qualified vendors. 

 

REVIEW BY OTHERS

This item has been reviewed by County Counsel (Aaron Gest, Deputy County Counsel, and Sophie A. Curtis, Deputy County Counsel, 387-5455) on December 4, 2025; and Purchasing (Dylan Newton, Lead Buyer, 387-8258) on October 16, 2025; and County Finance and Administration (Kathleen Gonzalez, Administrative Analyst, 387-5404) on November 25, 2025.