Skip to main content
File #: 12597   
Type: Consent Status: Passed
File created: 7/28/2025 Department: San Bernardino County Flood Control District
On agenda: 8/5/2025 Final action: 8/5/2025
Subject: Cooperative Agreement with City of San Bernardino for Repairs, Maintenance, and Emergency Work
Attachments: 1. Map-FCD 8-5-25 City of San Bernardino, 2. CON-FCD 8-5-25 City of San Bernardino

REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS

OF SAN BERNARDINO COUNTY FLOOD CONTROL DISTRICT

AND RECORD OF ACTION

 

                                          August 5, 2025

 

FROM

NOEL CASTILLO, Chief Flood Control Engineer, Flood Control District

 

SUBJECT

Title                     

Cooperative Agreement with City of San Bernardino for Repairs, Maintenance, and Emergency Work

End

 

RECOMMENDATION(S)

Recommendation

Acting as the governing body of the San Bernardino County Flood Control District, approve Cooperative Agreement with the City of San Bernardino for minor flood control facility repairs, maintenance, and emergency work on facilities within the incorporated area of the City of San Bernardino, effective August 5, 2025 through February 28, 2030, in an amount not to exceed $60,000 per project and $100,000 per fiscal year.

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

Body

 

COUNTY AND CHIEF EXECUTIVE OFFICER GOALS & OBJECTIVES

Improve County Government Operations.

Pursue County Goals and Objectives by Working with Other Agencies and Stakeholders.

 

FINANCIAL IMPACT

Approval of this item will not result in the use of Discretionary General Funding (Net County Cost).  The San Bernardino County Flood Control District (District) is funded by property tax revenue, fee revenue, and other local, state, and federal funding. Costs for this work will vary depending upon the maintenance or repair needs for each project.

 

All work performed under the Cooperative Agreement (Agreement) that is requested by the City of San Bernardino (City) will be performed by District staff or contractors and will be 100% reimbursable by the City, in an amount not-to-exceed $60,000 per project and up to $100,000 per fiscal year. All work requested by the District will be performed by City staff or contractors and will be 100% reimbursable by the District, in an amount not to exceed $60,000 per project and up to $100,000 per fiscal year.

 

Sufficient appropriation and revenue have been included in the District’s 2025-26 Zone 2 and Zone 3 budgets (1920002522 and 1930002526) and will be included in future recommended budgets.

 

BACKGROUND INFORMATION

The proposed Agreement authorizes the District and the City to provide mutual aid for repairs, maintenance, and emergency work within the unincorporated and incorporated areas of the City in an amount not to exceed $60,000 per project, up to $100,000 per fiscal year. The City and District have agreed that sharing labor and equipment resources, when necessary, is the most cost-effective and efficient method for maintaining and repairing flood control facilities located within the incorporated City. Work assignments include, but are not limited to, maintenance and repairs for basin access roads, fences, and culvert cleanup. 

 

According to the Agreement, the requesting agency will prepare and submit a work assignment requests to the agency performing the work, outlining the work requested within the scope and budget limitations of the Agreement. The performing agency will then prepare a cost estimate and a project schedule prior to starting the work for the requesting agency’s approval. The requesting agency will be invoiced based on actual costs incurred by the agency performing the maintenance and/or emergency work. The Agreement further provides that the performing agency is under no obligation to perform the work tasks if the agency determines, in its sole discretion, that the current workload prevents it from doing so at the time of the request or if the scope is not feasible with available resources.

 

After completion of all requested work, and upon receipt of an invoice and acceptance of the work by the requesting agency, the requesting agency shall reimburse the performing agency. Additionally, the requesting agency shall be responsible for all future maintenance and repair work, unless it submits another request for additional maintenance and repair work under the Agreement.

 

Upon Board of Supervisors approval, the Agreement will expire on February 28, 2030, or unless it is terminated by either party upon providing the other party a 30-day advance written notice. The City Council approved this item at its meeting on May 21, 2025.

 

Approval of this item aligns with the County and the Chief Executive Officer’s goals of improving County government operations, providing for the safety, health and social service needs of County residents and pursuing County goals and objectives by working with other agencies by providing a streamlined approach to the maintenance and repairs of drainage facilities within the incorporated City, and within the District’s jurisdiction.

 

PROCUREMENT

Not applicable.

 

REVIEW BY OTHERS

This item has been reviewed by County Counsel (Sophie A. Curtis, Deputy County Counsel, 387-5455) on July 9, 2025; and County Finance and Administration (Kathleen Gonzalez, Administrative Analyst, 387-5412) on July 15, 2025.