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.