San Bernardino header
File #: 3059   
Type: Consent Status: Passed
File created: 10/16/2020 Department: Multijurisdictional Items
On agenda: 10/27/2020 Final action: 10/27/2020
Subject: Contracts for On-Call Storm Maintenance Services
Attachments: 1. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - FCD - Valley Wide Construction Services, Inc., 2. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - FCD - Vance Corporation, 3. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - FCD - W.M. Kanayan Construction, Inc., 4. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - FCD - Weaver Grading, Inc., 5. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - FCD - West Coast Arborists, Inc., 6. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - Trans - Amer General Engineering, Inc., 7. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - Trans - Bacon Wagner Excavating, 8. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - Trans - DBR Investments, Inc. dba DBR General Engineering, 9. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - Trans - Dependable Grading, Inc., 10. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - Trans - Ferreira Construction Company, Inc., 11. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - Trans - Golden West Arbor Services, Inc., 12. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - Trans - Houston and Harris PCS, Inc., 13. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - Trans - James Dickey, Inc., 14. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - Trans - Jeremy Harris Construction, Inc., 15. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - Trans - Lake Arrowhead Construction, Inc. dba Trinity Construction, Inc., 16. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - Trans - S. Porter, Inc., 17. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - Trans - SJD & B, Inc., 18. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - Trans - Sky Construction Services, Inc., 19. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - Trans - Swanson Backhoe, Inc. dba SBI General Engineering, 20. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - Trans - The Tree Guys, Inc., 21. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - Trans - Three Peaks Corp., 22. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - Trans - Travis D Snyder dba Advantage Backhoes, 23. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - Trans - Tri-Star Contracting II, Inc., 24. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - Trans - Valley Wide Construction Services, Inc., 25. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - Trans - Vance Corporation, 26. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - Trans - W.M. Kanayan Construction, Inc., 27. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - Trans - Weaver Grading, Inc., 28. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - Trans - West Coast Arborists, Inc., 29. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - FCD - Amer General Engineering, Inc., 30. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - FCD - Bacon Wagner Excavating, 31. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - FCD - DBR Investments, Inc. dba DBR General Engineering, 32. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - FCD - Dependable Grading, Inc., 33. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - FCD - Ferreira Construction Co., Inc., 34. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - FCD - Golden West Arbor Services, Inc., 35. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - FCD - Houston and Harris PCS, Inc., 36. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - FCD - James Dickey, Inc., 37. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - FCD - Jeremy Harris Construction, Inc., 38. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - FCD - Lake Arrowhead Construction, Inc. dba Trinity Construction, Inc., 39. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - FCD - S. Porter, Inc., 40. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - FCD - SJD & B, Inc., 41. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - FCD - Sky Construction Services, Inc., 42. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - FCD - Swanson Backhoe, Inc. dba SBI General Engineering, 43. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - FCD - The Tree Guys, Inc., 44. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - FCD - Three Peaks Corp., 45. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - FCD - Travis D Snyder dba Advantage Backhoes, 46. CON-PW-Trans-FCD-MULTI 10-27-20 Cons for On-Call Storm Maintenance Services - FCD - Tri-Star Contracting II, Inc., 47. Item #94 Executed BAI, 48. 20-1005 Executed Contract, 49. 20-1006 Executed Contract, 50. 20-1007 Executed Contract, 51. 20-1008 Executed Contract, 52. 20-1009 Executed Contract, 53. 20-1010 Executed Contract, 54. 20-1011 Executed Contract, 55. 20-1012 Executed Contract, 56. 20-1013 Executed Contract, 57. 20-1014 Executed Contract, 58. 20-1015 Executed Contract, 59. 20-1016 Executed Contract, 60. 20-1017 Executed Contract, 61. 20-1018 Executed Contract, 62. 20-1019 Executed Contract, 63. 20-1020 Executed Contract, 64. 20-1021 Executed Contract, 65. 20-1022 Executed Contract, 66. 20-1023 Executed Contract, 67. 20-1024 Executed Contract, 68. 20-1025 Executed Contract, 69. 20-1026 Executed Contract, 70. 20-1027 Executed Contract, 71. 20-1029 Executed Contract, 72. 20-1030 Executed Contract, 73. 20-1031 Executed Contract, 74. 20-1032 Executed Contract, 75. 20-1033 Executed Contract, 76. 20-1034 Executed Contract, 77. 20-1035 Executed Contract, 78. 20-1036 Executed Contract, 79. 20-1037 Executed Contract, 80. 20-1038 Executed Contract, 81. 20-1039 Executed Contract, 82. 20-1040 Executed Contract, 83. 20-1041 Executed Contract, 84. 20-1042 Executed Contract, 85. 20-1043 Executed Contract, 86. 20-1044 Executed Contract, 87. 20-1045 Executed Contract, 88. 20-1046 Executed Contract, 89. 20-1047 Executed Contract, 90. 20-1048 Executed Contract, 91. 20-1049 Executed Contract, 92. 20-1050 Executed Contract, 93. 20-1051 Executed Contract

REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS

OF THE COUNTY OF SAN BERNARDINO

AND RECORD OF ACTION

 

REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS

OF THE SAN BERNARDINO COUNTY FLOOD CONTROL DISTRICT

 AND RECORD OF ACTION

 

October 27, 2020

 

FROM

BRENDON BIGGS, Director/Chief Flood Control Engineer, Department of Public Works - Transportation and Flood Control District 

 

SUBJECT

Title

Contracts for On-Call Storm Maintenance Services

End

 

RECOMMENDATION(S)

Recommendation

1.                     Acting as the governing body of the County of San Bernardino, approve contracts with the following 23 vendors in the amount of $1,250,000 each for the period of October 27, 2020 through June 30, 2025, for on-call storm maintenance services:

a.                     Travis D Snyder dba Advantage Backhoes (Crestline, CA)

b.                     Amer General Engineering, Inc. (Blue Jay, CA)

c.                     Bacon Wagner Excavating (Running Springs, CA)

d.                     DBR Investments, Inc. dba DBR General Engineering (Vista, CA)

e.                     Dependable Grading, Inc. (Moreno Valley, CA)

f.                     Ferreira Construction Co, Inc. (Rancho Cucamonga, CA)

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

h.                     Houston & Harris PCS, Inc. (Grand Terrace, CA)

i.                     James Dickey, Inc. (Rialto, CA)

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

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

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

m.                     Sky Construction Services, Inc. (Rancho Mirage, CA)

n.                     Swanson Backhoe, Inc. dba SBI General Engineering (Upland, CA)

o.                     The Tree Guys, Inc. (Lake Arrowhead, CA)

p.                     Three Peaks Corp. (Calimesa, CA)

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

r.                     Tri-Star Contracting II, Inc. (Desert Hot Springs, CA)

s.                     Valley Wide Construction Services, Inc. (Trona, CA)

t.                     Vance Corporation (Bloomington, CA)

u.                     W.M. Kanayan Construction, Inc. (San Bernardino, CA)

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

w.                     West Coast Arborists, Inc. (Grand Terrace, CA)

2.                     Acting as the governing body of the San Bernardino County Flood Control District, approve contracts with the following 23 vendors in the amount of $1,250,000 each for the period of October 27, 2020 through June 30, 2025, for on-call storm maintenance services:

a.                     Travis D Snyder dba Advantage Backhoes (Crestline, CA)

b.                     Amer General Engineering, Inc. (Blue Jay, CA)

c.                     Bacon Wagner Excavating (Running Springs, CA)

d.                     DBR Investments, Inc. dba DBR General Engineering (Vista, CA)

e.                     Dependable Grading, Inc. (Moreno Valley, CA)

f.                     Ferreira Construction Co, Inc. (Rancho Cucamonga, CA)

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

h.                     Houston & Harris PCS, Inc. (Grand Terrace, CA)

i.                     James Dickey, Inc. (Rialto, CA)

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

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

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

m.                     Sky Construction Services, Inc. (Rancho Mirage, CA)

n.                     Swanson Backhoe, Inc. dba SBI General Engineering (Upland, CA)

o.                     The Tree Guys, Inc. (Lake Arrowhead, CA)

p.                     Three Peaks Corp. (Calimesa, CA)

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

r.                     Tri-Star Contracting II, Inc. (Desert Hot Springs, CA)

s.                     Valley Wide Construction Services, Inc. (Trona, CA)

t.                     Vance Corporation (Bloomington, CA)

u.                     W.M. Kanayan Construction, Inc. (San Bernardino, CA)

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

w.                     West Coast Arborists, Inc. (Grand Terrace, CA)

(Presenter: Brendon Biggs, Director/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 storm maintenance services 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 contracts.

 

The Department and the District have allocated $500,000 each in their respective 2020-21 budgets for the projected cost of on-call storm maintenance services. Contract amounts are set at $250,000 per year for the term of the contract to allow flexibility on individual projects that are sent out to bid.  The total contract amount assigned to each vendor listed below is $1,250,000 each for the Department and the District for the term of the contracts; however, total annual contract expenditures will be limited to budgeted funds and will not exceed the annual budgeted amount of $500,000 each for the Department and the District for 2020-21. The Department and the District will include sufficient appropriation in future recommended budgets for on-call storm maintenance services.

 

The total contract amounts assigned to each vendor identified in this item are listed below:

 

Contractor Name

Department Contract Amount

District Contract Amount

Travis D Snyder dba Advantage Backhoes

$1,250,000

$1,250,000

Amer General Engineering, Inc.

$1,250,000

$1,250,000

Bacon Wagner Excavating

$1,250,000

$1,250,000

DBR Investments, Inc. dba DBR General Engineering

$1,250,000

$1,250,000

Dependable Grading, Inc.

$1,250,000

$1,250,000

Ferreira Construction Co, Inc.

$1,250,000

$1,250,000

Golden West Arbor Services, Inc.

$1,250,000

$1,250,000

Houston & Harris PCS, Inc.

$1,250,000

$1,250,000

James Dickey, Inc.

$1,250,000

$1,250,000

Jeremy Harris Construction, Inc.

$1,250,000

$1,250,000

S. Porter, Inc.

$1,250,000

$1,250,000

SJD & B, Inc.

$1,250,000

$1,250,000

Sky Construction Services, Inc.

$1,250,000

$1,250,000

Swanson Backhoe, Inc. dba SBI General Engineering

$1,250,000

$1,250,000

The Tree Guys, Inc.

$1,250,000

$1,250,000

Three Peaks Corp.

$1,250,000

$1,250,000

Lake Arrowhead Construction, Inc. dba Trinity Construction, Inc.

$1,250,000

$1,250,000

Tri-Star Contracting II, Inc.

$1,250,000

$1,250,000

Valley Wide Construction Services, Inc.

$1,250,000

$1,250,000

Vance Corporation

$1,250,000

$1,250,000

W.M. Kanayan Construction, Inc.

$1,250,000

$1,250,000

Weaver Grading, Inc.

$1,250,000

$1,250,000

West Coast Arborists, Inc.

$1,250,000

$1,250,000

 

In the event of an emergency, the Department and the District will initially finance emergency costs from their annual budget appropriations. Subsequently, both the Department and the 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

With the upcoming storm season and future storm seasons, the Department and the District will have the ability to call upon a list of pre-approved qualified vendors to provide on-call storm maintenance services.  As projects are identified, the Department and District will contact the pre-qualified 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 Department and the District may contact any contractor directly in order to promptly respond to such emergency and the price will be negotiated at the time of contact.

 

PROCUREMENT

On August 24, 2020 the Request for Qualifications (RFQ) (PWG 121-ADMIN-3914) was released through the County Electronic Procurement Network (ePro) to solicit and create a list of qualified vendors to provide the County and the District with on-call storm maintenance services for road and flood control facilities and augment the subsequent list on a semi-annual basis. In accordance with the terms of the RFQ, the contractors may be utilized for routine maintenance projects, public projects not exceeding the amount identified in Public Contract Code Section 22032 (a) and eligible emergency projects (following applicable provision of the Public Contract Code). Requesting qualifications from vendors before a project or emergency occurs reduces delays in the procurement process which support the goal of operating in a fiscally-responsible and business-like manner, as well as providing for the safety of County residents.

 

This RFQ shall remain open in ePro through November 30, 2024 with semi-annual deadlines for proposal submissions. The Department and District will return to the Board of Supervisors for approval of subsequent contracts resulting from this RFQ. The contracts will remain in effect until June 30, 2025. The Department and the District received 23 proposals for on-call storm maintenance services and determined that all 23 contractors met the requirements specified in the RFQ, including the type of service offered, service locations, and compliance with Department and District terms and conditions. 

 

REVIEW BY OTHERS

This item has been reviewed by County Counsel (Sophie A. Akins and Suzanne Bryant, Deputies County Counsel, 387-5455) on September 24, 2020; Purchasing (Jason Cloninger, Lead Buyer, 387-8258) on September 30, 2020; Finance (Jessica Trillo, Administrative Analyst, 387-4222) on October 1, 2020; and County Finance and Administration (Matthew Erickson, County Chief Financial Officer, 387-5423) on October 9, 2020.