Skip to main content
File #: 13838   
Type: Consent Status: Agenda Ready
File created: 3/16/2026 Department: San Bernardino County Flood Control District
On agenda: 3/24/2026 Final action:
Subject: Contract with H L Hitchcock Construction Inc. for the Cut-Off Wall Installation Project in the San Bernardino area
Attachments: 1. CON-FCD-3-24-26-Con with H L Hitchcock Construction Inc. for Cut-Off Wall Project, 2. ATT-FCD-3-24-26 Cut off Wall Project Addendum No. 1 - F02851, 3. MAP-FCD-3-24-26 Cut-Off Wall Installation W.O. F02851
Date Action ByActionResultAction DetailsAgenda DocumentsVideo
No records to display.

REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS

OF SAN BERNARDINO COUNTY FLOOD CONTROL DISTRICT

AND RECORD OF ACTION

 

                                          March 24, 2026

 

FROM

NOEL CASTILLO, Chief Flood Control Engineer, Flood Control District

 

SUBJECT

Title                     

Contract with H L Hitchcock Construction Inc. for the Cut-Off Wall Installation Project in the San Bernardino area

End

 

RECOMMENDATION(S)

Recommendation

Acting as the governing body of the San Bernardino County Flood Control District:

1.                     Approve Addendum No. 1, issued on January 15, 2026, to the bid documents for the Cut-Off Wall Installation Project in the San Bernardino area.

2.                     Award a construction contract to H L Hitchcock Construction Inc. in the amount of $245,046.50 for the Cut-Off Wall Installation Project in the San Bernardino area.

3.                     Authorize a contingency fund of $24,504 for the Cut-Off Wall Installation Project in the San Bernardino area.

4.                     Authorize the Chief Flood Control Engineer to approve the expenditure of the contingency fund of $24,504 for verified quantity overruns for this unit priced construction contract.

5.                     Authorize the Chief Flood Control Engineer to order any necessary changes or additions in the work being performed under the contract for a total amount not to exceed $24,504, pursuant to Public Contract Code Section 21061(d).

6.                     Authorize the Chief Flood Control Engineer to accept the work when 100% complete and execute and file the Notice of Completion.

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

Body

 

COUNTY AND CHIEF EXECUTIVE OFFICER GOALS & OBJECTIVES

Promote and Fulfill the Countywide Vision.

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 Cut-Off Wall Installation Project in the San Bernardino area (Project) will be funded by property tax revenue. Sufficient appropriation is included in the 2025-26 District’s Zone 2 budget (1920002522 F02851).

 

BACKGROUND INFORMATION

Approval of this item will award a contract to H L Hitchcock Construction Inc. for the construction of the Project, which consists of the installation of a cut-off wall, minor grading, and seepage repair to address potential flooding concerns. The Project is located at Meridian Avenue and San Bernardino County Transportation Authority (SBCTA) railroad tracks within portions of Assessor’s Parcel Numbers’ 0142-132-03-0000 and 0142-802-02-0000. The Project is the result of a Settlement Agreement between property owner Diana Richardson and San Bernardino County et al., Case No. CIVSB2133067, in which the parties agreed that the construction of the Project was necessary to mitigate flooding risks. The Project will create a barrier that prevents the movement of water or soil in and out of the ground.

 

On October 21, 2025 (Item No. 64), the Board of Supervisors (Board) approved License Agreement No. 24-1003101 between the San Bernardino County Flood Control District (District) and SBCTA under which the District will construct and maintain the cut-off wall on SBCTA property. In the same item, the Board determined the Project is exempt under the California Environmental Quality Act (CEQA), approved the Project as defined in the Notice of Exemption, and directed the Real Estate Services Department to file and post said notice.

 

This Project will have a ten percent contingency fund of $24,504 to compensate the contractor for verified quantity overruns, as well as changes in the contract under certain circumstances. Under an established formula based on the contract amount, Public Contract Code Section 21061(d) allows the Board to authorize the Chief Flood Control Engineer to order changes in the contract, including for unforeseen conditions or design shortfalls, should they become necessary in the future, for a total amount not to exceed $24,504 of the contingency fund.

 

Following Board approval of this item, construction is anticipated to commence in May 2026 and be completed by June 2026.

 

PROCUREMENT

On November 25, 2025, the Assistant Executive Officer approved the Project’s plans and specifications, as well as authorized the Chief Flood Control Engineer to advertise the Project for bids. This Project was advertised in the San Bernardino County Sun newspaper on December 17, 2025, and released on the County electronic procurement network (ePro) on December 16, 2025. The notice inviting bids was also provided to the specified construction trade journals identified pursuant to Public Contract Code Section 22036.

 

Addendum No. 1 was issued during the bidding phase to amend the Project Special Provision, amend the Brown Pages, amend the Green Pages, and provide answers to questions asked by bidders

 

On January 22, 2026, the following five bids were received:

 

Contractor

Location

Total Bid

H L Hitchcock Construction Inc.

Rancho Cucamonga, CA

$245,046.50

Matcon General Engineering, Inc.

Corona, CA

$296,719.60

Van Engineering Inc.

Wildomar, CA

$337,800.00

Roadway Engineering & Construction Corp.

Perris, CA

$357,960.00

KEC Engineering

Corona, CA

$808,795.00

 

The District reviewed the bids received and determined they are responsive and recommends awarding a contract to H L Hitchcock Construction Inc., the lowest responsive and responsible bidder. No appeal/protest letters were received.

 

REVIEW BY OTHERS

This item has been reviewed by County Counsel (Sophie A. Curtis, Deputy County Counsel, 387-5455) on February 17, 2026; Purchasing (Dylan Newton, Buyer III, 387-3377) on February 19, 2026; and County Finance and Administration (Kathleen Gonzalez, Administrative Analyst, 387-5412) on March 6, 2026.