Legislation Details

File #: 14129   
Type: Consent Status: Agenda Ready
File created: 5/8/2026 Department: San Bernardino County Flood Control District
On agenda: 5/19/2026 Final action:
Subject: Cooperative Agreement with City of Rialto for Repairs, Maintenance, and Emergency Work
Attachments: 1. CON-FCD 5-19-26 Cooperative Agreement City of Rialto, 2. Map-FCD 5-19-26 Cooperative Agreement City of Rialto
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

 

                                          May 19, 2026

 

FROM

NOEL CASTILLO, Chief Flood Control Engineer, Flood Control District

 

SUBJECT

Title                     

Cooperative Agreement with City of Rialto 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 Rialto, for minor flood control facility repairs, maintenance, and emergency work on facilities within the incorporated area of the City of Rialto, for a total not-to-exceed amount of $500,000 over the term, with individual projects not to exceed $60,000, and an aggregate total amount of $100,000 per fiscal year, for the period of July 1, 2026 through June 30, 2031.

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

Body

 

COUNTY AND CHIEF EXECUTIVE OFFICER GOALS & OBJECTIVES

Improve County Government Operations.

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 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 on the maintenance or repair needs for each project and are not known at this time; however, costs are limited to a not-to-exceed amount of $60,000 per project and an aggregate total of $100,000 per fiscal year, for a total not-to-exceed amount of $500,000 over the five-year term.

 

All work requested by the City of Rialto (City) will be performed by District staff or contractors and will be 100% reimbursable by the City. All work requested by the District will be performed by City staff or contractors and will be 100% reimbursable by the District. Reimbursable costs for both agencies are limited to $60,000 per project, and a not-to-exceed an aggregate total amount of $100,000 per fiscal year.

 

Sufficient appropriation and revenue will be included in the District’s 2026-27 recommended Zone 2 and Zone 3 budgets (1920002522 and 1930002526) and future recommended budgets.

 

BACKGROUND INFORMATION

The proposed Cooperative Agreement with the City of Rialto for Repairs, Maintenance, and Emergency Work (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 and unincorporated areas of the 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 request 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 the start of 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 they submit another request for additional maintenance and repair work under the Agreement.

 

Upon Board of Supervisors (Board) approval, the Agreement term will be through June 30, 2031, unless the  Board approves a term extension or the Agreement is terminated early by either party, upon providing the other party with a 30-day advance written notice. The City Council approved this item at its meeting on March 10, 2026.

 

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.

 

PROCUREMENT

Not applicable.

 

REVIEW BY OTHERS

This item has been reviewed by County Counsel (Sophie A. Curtis, Deputy County Counsel, 387-5455) on May 6, 2026; and County Finance and Administration (Matthew Dalton, Administrative Analyst, 387-5005) on May 2, 2026.