REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS
OF SAN BERNARDINO COUNTY
AND RECORD OF ACTION
April 21, 2026
FROM
NOEL CASTILLO, Director, Department of Public Works -Transportation
SUBJECT
Title
Contract for Cultural Services for the Needles Highway Segment 1C Project, in the Needles Area
End
RECOMMENDATION(S)
Recommendation
Approve Contract with Cogstone Resource Management Inc. to provide archaeological, paleontological, and cultural monitoring services for the Needles Highway Segment 1C Project in the Needles area, in an amount not to exceed $253,976, for the term of April 21, 2026 through June 30, 2027.
(Presenter: Noel Castillo, Director, 387-7906)
Body
COUNTY AND CHIEF EXECUTIVE OFFICER GOALS & OBJECTIVES
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 contract with Cogstone Resource Management Inc. (Cogstone) will be funded with San Bernardino County Transportation Authority’s (SBCTA) Major Local Highway Program (MLHP) funds and will provide cultural, tribal, and paleontological resource services for the Needles Highway Segment 1C Project in the Needles area (Project), in an amount not to exceed $253,976. Sufficient appropriation and revenue are included in the Department of Public Works (Department) 2025-26 Road Operation’s budget (6650002000 H15179) and will be included in future recommended budgets as necessary.
BACKGROUND INFORMATION
The Project will reconstruct pavement and implement drainage improvements along approximately 2.15 miles of Needles Highway from David Drive to approximately 0.1 mile north of Not’cho Road in the Needles area. The Project includes pavement removal and reconstruction, subgrade treatment, asphalt paving, drainage improvements, and related roadway enhancements necessary to improve roadway conditions, enhance safety, and extend the service life of this regional transportation corridor.
On January 27, 2026 (Item No. 39), the Board of Supervisors (Board) approved a construction contract with Granite Construction Company for the Project. Construction activities for the Project will involve ground-disturbing work that may encounter previously unidentified cultural, archaeological, tribal, or paleontological resources. As a result, environmental mitigation measures and monitoring requirements identified through the Project’s environmental review must be implemented during construction. The Project’s environmental compliance obligations arise from the California Environmental Quality Act (CEQA), the National Environmental Policy Act (NEPA), and Section 106 of the National Historic Preservation Act, as well as associated regulatory permits and environmental commitments.
To satisfy these requirements, the Department requires professional cultural resources, archaeological, tribal coordination, and paleontological services to support implementation of the Project. These services include pre-construction surveys, establishment of monitoring areas, archaeological and paleontological monitoring during ground-disturbing activities, coordination with Native American tribal representatives, evaluation and documentation of any resources encountered during construction, and preparation of all required monitoring records and regulatory compliance reports. These activities must be performed in accordance with applicable federal, state, and local environmental laws and regulatory guidance, including the Caltrans Standard Environmental Reference, which governs cultural resource compliance for transportation projects.
The contract with Cogstone will provide these professional services to ensure that Project construction activities remain in compliance with all applicable environmental mitigation measures and regulatory requirements. Cogstone’s responsibilities include performing archaeological and paleontological monitoring, coordinating with tribal representatives during construction activities, implementing procedures if cultural resources or human remains are encountered, and preparing monitoring documentation and regulatory compliance reports necessary to support the Project’s completion.
Consistent with the Project’s environmental commitments and tribal consultation requirements, subcontracting with the Fort Mojave Indian Tribe and/or the AhaMakav Cultural Society is required. A tribal monitor will be present during ground-disturbing construction activities to ensure compliance with tribal monitoring requirements and to facilitate timely coordination should cultural resources be encountered during construction.
The Department anticipates beginning construction of the Project in late April or early May 2026. Approval of this contract will allow the Department to implement the required cultural, tribal, and paleontological monitoring and reporting services necessary to support construction activities and ensure compliance with environmental mitigation measures and regulatory requirements.
This action aligns with the County and the Chief Executive Officer’s goals and objectives by working cooperatively and in a fiscally-responsible manner with the Tribal stakeholders as necessary to construct the Project.
PROCUREMENT
On January 23, 2026, the Department issued Request for Proposals (RFP) No. PWG125-LANDD-5706 to solicit proposals from qualified firms to provide cultural, archaeological, tribal coordination, and paleontological resource services required to support implementation of County projects. The requested services include pre-construction surveys, monitoring during ground-disturbing construction activities, tribal coordination, evaluation of cultural or paleontological discoveries, and preparation of regulatory compliance documentation required under applicable environmental laws and project mitigation measures.
The following proposals were received:
|
Vendor |
Dollar Amount |
|
Aspen Environmental Group |
Decline to Bid |
|
BCR Consulting LLC |
$217,910 |
|
Cogstone Resource Management Inc. |
$253,976 |
|
FCS International (non-responsive) |
Did Not Submit on Time |
Proposals specific to the Project were received and evaluated based on the firm’s qualifications, technical approach, relevant experience with transportation and infrastructure projects, key personnel, and cost. Three proposals were received prior to the submission deadline. One firm declined to bid and one firm submitted a proposal after the deadline and was deemed non-responsive.
The proposals were evaluated by the Department’s representatives. Cogstone was selected as the most qualified, cost-efficient consultant based on its technical approach to the scope of work, understanding of the Department’s needs, and immediate availability of staff. No appeals and/or protests were received.
REVIEW BY OTHERS
This item has been reviewed by County Counsel (Aaron Gest, Deputy County Counsel, 387-5455) on March 16, 2026; Purchasing (Dylan Newton, Buyer III, 387-3377) on March 18, 2026; and County Finance and Administration (Kathleen Gonzalez, Administrative Analyst, 387-5412) on April 6, 2026.