To: Board of Supervisors
Department or Agency Name(s): Sonoma County Public Infrastructure
Staff Name and Phone Number: Johannes J. Hoevertsz, 707-565-2550
Vote Requirement: Majority
Supervisorial District(s): Countywide
Title:
Title
Blanket Purchase Order Agreements for Trucking, Hauling and Related Services
End
Recommended Action:
Recommended action
Award the agreements and authorize the Purchasing Agent to execute the proposed eighteen (18) Blanket Purchase Order Agreements with the following entities for as-needed trucking, hauling and related services and for similar services during emergencies and declared disasters, for an initial term of one (1) year, with the option to extend for up to four (4) additional one-year periods:
-RazorBack Construction;
-Toby’s Trucking, Inc.;
-Parmeter Logging and Excavation, Inc.;
-R and G Trucking, Inc.;
-Kadon Trucking, Inc.;
-Eisenhauer Construction, Inc.;
-Valdivia Trucking, LLC;
-S&S Motors Trucking Inc.; and
-Bohan & Canelis General Engineering, Inc.
end
Executive Summary:
The Department of Public Infrastructure (SPI), Purchasing Division (Purchasing) requests Board approval of proposed Blanket Purchase Order Agreements with the multiple suppliers.
If approved, the contracts will be for one-year terms commencing upon signature after Board of Supervisors approval on August 26, 2025, with four (4) one-year options for extension. The agreements will be available for use by all County departments and affiliated public entities, including Sonoma County Water Agency, Sonoma County Community Development Commission, and Special Districts, for as-needed trucking, hauling and related services.
Two sets of BPO Agreements will be executed with each supplier. The scope of services for each set is the same, however one agreement is for use during normal operations while the second agreement complies with federal reimbursement requirements for use during emergencies and declared disasters.
Discussion:
SPI’s Purchasing Division maintains multiple Blanket Purchase Order (BPO) contracts for as-needed hauling, trucking, and related services for use by all County departments and affiliated agencies. Services include hauling and delivering of road materials, household waste, hazardous materials, green waste, slide material, rock, and other debris to disposal sites or project sites.
County best practice is to establish two, separate BPOs: one BPO for as-needed, non-emergency basis services, and the other for use during emergency and disaster events that may qualify for federal reimbursement. Emergency BPOs (sometimes referred to as “pre-positioned” contracts) ensure critical response capabilities and are immediately available during emergency situations to support continuity of operations and public safety. These emergency contracts are activated during qualifying events and include appropriate terms and conditions for such emergency events, including outlining contractor obligations for mandatory response and compliance with federal program contracting requirements. Additionally, emergency contract costs are tracked separately from non-emergency expenditures for potential reimbursement through federal or state funding sources.
The SPI Purchasing Division issued a Request for Proposals (RFP) for both non-emergency, emergency, on-call trucking, hauling, and related services on March 25, 2025. Notifications were sent to Minority Business Enterprises (MBE) and Women’s Business Enterprises (WBE) as well as local trucking service providers. The County received nine (9) proposals in response to the RFP and all nine proposers met the minimum qualifications. Purchasing is recommending approval of two BPO agreements (one for routine services, the other for emergency needs) with each of the following: Razor Back Construction; Toby’s Trucking, Inc.; Parmeter Logging and Excavation, Inc.; R and G Trucking, Inc.; Kadon Trucking, Inc.; Eisenhauer Construction, Inc., Valdivia Trucking, Inc., S & S Motors Trucking Inc. (dba “Motors Trucking”), and Bohan & Canelis General Engineering, Inc.
Strategic Plan:
N/A
Racial Equity:
Was this item identified as an opportunity to apply the Racial Equity Toolkit?
No
Prior Board Actions:
N/A
Fiscal Summary
Narrative Explanation of Fiscal Impacts:
Appropriations for costs to be incurred under these Blanket Purchase Order Agreements will be available through Department Adopted Budgets and utilized only when the services are deemed necessary by Department management. Departments utilizing these agreements and their respective annual average expenditures for FYs 22-24 include:
• Sonoma Public Infrastructure (SPI): $897,270
• Sonoma County Water Agency (SCWA): $1,350,306
• Open Space District: $3,083
• Economic Development Board: $25,361
Based on the past three years, the combined total average annual cost for trucking, hauling, and related services is $758,673.00.
Narrative Explanation of Staffing Impacts (If Required):
None
Attachments:
Blanket Purchase Order Professional Services Agreements:
1. Razor Back Construction
2. Razor Back Construction - Disaster
3. Toby’s Trucking Inc.
4. Toby’s Trucking inc. - Disaster
5. Parmeter Logging and Excavation
6. Parmeter Logging and Excavation - Disaster
7. R&G Trucking
8. R&G Trucking - Disaster
9. Kadon Trucking
10. Kadon Trucking - Disaster
11. Eisenhauer Construction
12. Eisenhauer Construction - Disaster
13. Valdivia Trucking
14. Valdivia Trucking - Disaster
15. Motors Trucking DBA S & S Trucking
16. Motors Trucking DBA S & S Trucking - Disaster
17. Bohan & Canelis General Engineering, Inc.
18. Bohan & Canelis General Engineering, Inc. - Disaster
Related Items “On File” with the Clerk of the Board:
None