REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS
OF SAN BERNARDINO COUNTY FLOOD CONTROL DISTRICT
AND RECORD OF ACTION
December 16, 2025
FROM
NOEL CASTILLO, Chief Flood Control Engineer, Flood Control District
SUBJECT
Title
Contract with Wilson & Company, Inc., Engineers & Architects for Professional Civil Engineering Services for the Master Plan of Drainage for the Unincorporated Area of Big Bear City and Surrounding Communities
End
RECOMMENDATION(S)
Recommendation
Acting as the governing body of the San Bernardino County Flood Control District:
1. Approve Contract with Wilson & Company, Inc., Engineers & Architects, to provide professional civil engineering services for the Master Plan of Drainage for the unincorporated area of Big Bear City and surrounding communities, in the amount of $649,838 for the period of January 05, 2026, to January 04, 2029.
2. Authorize the Chief Flood Control Engineer or the Assistant Director to add and/or delete services and reallocate funding between tasks as required to complete the work outlined in the Contract in Recommendation No. 1 without increasing the total cost or changing the term of the Contract.
(Presenter: Noel Castillo, Chief Flood Control Engineer, 387-7906)
Body
COUNTY AND CHIEF EXECUTIVE OFFICER GOALS & OBJECTIVES
Ensure Development of a Well-Planned, Balanced, and Sustainable County.
Provide for the Safety, Health and Social Service Needs of County Residents.
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). Funding for the Master Plan of Drainage for the Unincorporated Area of Big Bear City and Surrounding Communities include Flood Mitigation Assistance funds awarded by the U.S. Department of Homeland Security, Federal Emergency Management Agency at a 70% cost share, Prepare CA Match State Funding at a 25% cost share, and the San Bernardino County Flood Control District (District) for the remaining 5% cost share. The District’s 5% cost share is funded by property taxes, fee revenue, and other local, state, and federal funding. The total contract amount of $649,838 is based on the fee schedule presented in the proposal submitted by Wilson & Company, Inc., Engineers & Architects (Consultant). Sufficient appropriation and revenue have been included in the District’s 2025-2026 budget (1960002540-F02847) and will be included in future recommended budgets.
BACKGROUND INFORMATION
Each year, the District designs numerous projects, including, but not limited to, channels, storm drains, basins, box culverts, etc., and utilizes Master Plans of Drainage (MPDs) as a preliminary planning tool to identify project priorities, approximate flow rates, facility sizing, and cost estimates prior to performing a detailed hydrologic and hydraulic study. Currently, the unincorporated area of Big Bear City does not have an MPD, and with recent flooding in this area, this document would help identify and prioritize future flood control facilities.
Under the proposed Contract, the Consultant will provide professional civil engineering services to prepare an MPD for the unincorporated area of Big Bear City and the surrounding communities.
PROCUREMENT
On August 21, 2025, the District released Request for Proposal No. PWG126-FLOOD-6000 (RFP) to solicit proposals through the County’s Electronic Procurement System (ePro). The RFP was sent to vendors who were registered in ePro. On October 2, 2025, the following proposals were received:
|
Consultant |
Location |
|
Q3 |
Foothill Ranch, CA |
|
CWE |
Fullerton, CA |
|
ERSC |
Redlands, CA |
|
Wilson & Company, Inc., Engineers & Architects |
San Bernardino, CA |
An evaluation committee comprised of six representatives from the District reviewed the proposals. Evaluators selected the Consultant based on its approach to the scope of services, qualifications, experience with similar projects, and experience working with the District. District staff is recommending awarding the design contract to the Consultant due to the required expertise, understanding of the District’s goals, and the ability to perform analyses, assessments, outreach, and preliminary design. No appeal and/or protests were received.
REVIEW BY OTHERS
This item has been reviewed by County Counsel (Sophie A. Curtis, Deputy County Counsel, 387-5455) on October 30, 2025; Purchasing (Veronica Pedace, Buyer III, 387-2464) on November 20, 2025; and Finance (Kathleen Gonzalez, Administrative Analyst, 387-5412) on November 25, 2025.