Skip to main content
File #: 13421   
Type: Consent Status: Agenda Ready
File created: 12/9/2025 Department: Multijurisdictional Items
On agenda: 12/16/2025 Final action:
Subject: Contracts for On-Call Airport Planning, Architectural/Engineering and Special Services
Attachments: 1. ADD-CON-APT-12-16-2025 RS&H California Inc, 2. ADD-CON-APT-12-16-2025-Coffman & Associates Inc, 3. ADD-CON-APT-12-16-2025-Kimley-Horn and Associates Inc, 4. ADD-CON-CSA60-APT-12-16-2025 Coffman & Associates Inc, 5. ADD-CON-CSA60-APT-12-16-2025 RS&H California Inc, 6. ADD-CON-CSA60-APT-12-16-2025-Kimley-Horn and Associates Inc, 7. ADD-CON-APT-12-16-2025-C&S Engineers Inc, 8. ADD-CON-CSA60-APT-12-16-2025 Mead & Hunt Inc, 9. ADD-CON-APT-12-16-2025 Mead & Hunt Inc, 10. ADD-CON-CSA60-APT-12-16-2025-C&S Engineers Inc
Date Action ByActionResultAction DetailsAgenda DocumentsVideo
No records to display.

REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS

SITTING AS THE GOVERNING BOARD FOR THE FOLLOWING:

SAN BERNARDINO COUNTY

BOARD GOVERNED COUNTY SERVICE AREAS

AND RECORD OF ACTION

 

December 16, 2025

 

FROM

BRETT J. GODOWN, Director, Department of Airports 

 

SUBJECT

Title                     

Contracts for On-Call Airport Planning, Architectural/Engineering and Special Services

End

 

RECOMMENDATION(S)

Recommendation

1.                     Acting as the governing body of San Bernardino County:

a.                     Approve one contract with each of the following consultants, for on-call airport planning, architectural/engineering and special services on an as-needed basis for the period of December 16, 2025, through December 15, 2028, with the option to extend two additional one-year periods, in an amount not to exceed $1,500,000 per contract:

i.                     C&S Engineers, Inc.

ii.                     Mead & Hunt, Inc.

iii.                     Coffman Associates, Inc.

iv.                     Kimley-Horn and Associates, Inc.

v.                     RS&H California, Inc.

b.                     Authorize the Director or Assistant Director of the Department of Airports to execute work orders for services pursuant to the foregoing contracts, provided that the aggregate amount of all work orders do not exceed $1,500,000 per contract, and to verify the respective consultants’ satisfactory completion of services for each work order.

2.                     Acting as the governing body of the Board Governed County Service Area 60 - Apple Valley Airport:

a.                     Approve one contract with each of the following consultants, for on-call airport planning, architectural/engineering and special services on an as-needed basis for the period of December 16, 2025, through December 15, 2028 with the option to extend two additional one-year periods, in an amount not to exceed $1,500,000 per contract:

i.                     C&S Engineers, Inc.

ii.                     Mead & Hunt, Inc.

iii.                     Coffman Associates, Inc.

iv.                     Kimley-Horn and Associates, Inc.

v.                     RS&H California, Inc.

b.                     Authorize the Director or Assistant Director of the Department of Airports to execute work orders for services pursuant to the foregoing contracts, provided that the aggregate amount of all work orders do not exceed $1,500,000 per contract, and to verify the respective consultants’ satisfactory completion of services for each work order.

 

(Presenter: Brett J. Godown, Director, 387-8810)

Body

 

COUNTY AND CHIEF EXECUTIVE OFFICER GOALS & OBJECTIVES

Operate in a Fiscally-Responsible and Business-Like Manner. 

 

FINANCIAL IMPACT

Approval of this item will not result in the use of additional Discretionary General Funding (Net County Cost). The Department of Airports (Department) manages a system of six airports, including five airports on behalf of the San Bernardino County (County) and one airport on behalf of County Service Area 60 - Apple Valley Airport (CSA 60).

 

The contracts between the County and each consultant and the contracts between CSA 60 and each consultant for on-call airport planning, architectural/engineering and special services for the three-year period from December 16, 2025, through December 15, 2028, shall not exceed $1,500,000 per contract. The total not to exceed amount of the County contracts is $7,500,000 and the total not to exceed amount of the CSA 60 contracts is $7,500,000. Adequate appropriation and revenue have been included in both the Department’s and CSA 60’s 2025-26 budget and will be included in future recommended budgets.

 

BACKGROUND INFORMATION

This item will award a total of ten contracts to provide on-call airport planning, architectural/engineering and special services for the County and for CSA 60. Each contract shall not exceed $1,500,000 for a three-year period from December 16, 2025, through December 15, 2028. This item also authorizes the Director or Assistant Director of the Department to execute work orders for services, as needed under the contracts, provided that the aggregate amount of all work orders does not exceed $1,500,000 per contract, and to verify the respective consultants’ satisfactory completion of services for each work order.

 

The consultants were competitively procured, which is in alignment with the Board of Supervisors’ goals and objectives by operating in a fiscally responsible manner.

 

The County and CSA 60 each require the preparation of planning, engineering, and architectural plans, environmental documents, technical reports, permitting assistance, and grant application and reporting assistance to ensure that airport projects comply with all applicable regulations as well as federal and state grant funding requirements. The consultants will be utilized on projects based on specific tasks and assignments, location and availability, and consideration of each consultant’s technical specialties. Each of the consultants will have one contract with the County and one contract with CSA 60 but are otherwise substantially on the same terms and conditions. Work orders for services, as needed, under the contracts will be executed by the Director and Assistant Director of the Department of Airports in an aggregate amount not to exceed $1,500,000 per contract.

 

PROCUREMENT

The County Administrative Office approved and authorized the release of Request for Qualifications (RFQ) APT126-APT-6027 with the Purchasing Department on August 21, 2025, to solicit proposals from interested agencies to provide On-Call Airport Planning, Architectural/Engineering and Special Services for a period of three years with the option to extend two one-year periods. The RFQ was posted to the County’s Electronic Procurement Network (ePro). Eight proposals were received by the established deadline in response to the RFQ by October 2, 2025.

 

Proposer Name

Location

AirOshi

Valley Center, CA

Kimley-Horn and Associates, Inc.

Orange, CA

Mead & Hunt, Inc.

Ontario, CA

IMEG Consultants Corp.

Ontario, CA

Latitude 33

Los Angeles, CA

RS&H California, Inc.

Ontario, CA

C&S Engineers, Inc.

San Diego, CA

Coffman Associates, Inc.

Scottsdale, AZ

 

An evaluation committee comprised of representatives from the Department of Airports and Project and Facilities Management Department evaluated proposals based on qualifications, experience with airport facilities and planning, airport infrastructure design, and knowledge of the federal grant program requirements. Based on the overall scoring of the proposals from the evaluation committee, five consultants were recommended for three-year agreements with both the County and CSA 60. Award letters were sent via email and postal mail on November 4, 2025, to the five selected consulting firms.

 

Denial letters were sent via email and postal mail on November 4, 2025, to:

                     AirOshi

                     IMEG Consultants, Corp.

 

No request for protest were received.

 

Purchasing supports this competitive procurement based on the formal solicitation described above.

 

REVIEW BY OTHERS

This item has been reviewed by County Counsel (Scott Runyan, Principal Assistant County Counsel, 387-5455) on December 2, 2025; Purchasing (Jessica Barajas, Supervisor Buyer, 387-2065) on December 2, 2025; and Finance and Administration (Eduardo Mora, Administrative Analyst II, 387-4376) on December 3, 2025.