REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS
OF SAN BERNARDINO COUNTY
AND RECORD OF ACTION
June 10, 2025
FROM
NOEL CASTILLO, Director, Department of Public Works - Transportation
SUBJECT
Title
Contract with Dokken Engineering for Professional Engineering, Environmental Services and Construction Support for the Replacement of 30 Bridges on National Trails Highway at Various Locations
End
RECOMMENDATION(S)
Recommendation
1. Approve Contract with Dokken Engineering to provide professional engineering, environmental services and construction support for the Replacement of 30 Bridges on National Trails Highway at various locations, in the amount not-to-exceed $7,134,805.61, for a term of five years, from June 10, 2025 through June 10, 2030, with the option to extend the contract term for up to two additional one-year terms, by mutual agreement of the parties.
2. Authorize the Director of the Department of Public Works to execute the contract extensions set forth in Recommendation No. 1 on behalf of the County, subject to County Counsel review.
3. Direct the Director of the Department of Public Works to transmit any approved contract extensions to the Clerk of the Board of Supervisors within 30 days of execution.
(Presenter: Noel Castillo, Director, 387-7906)
Body
COUNTY AND CHIEF EXECUTIVE OFFICER GOALS & OBJECTIVES
Ensure Development of a Well-Planned, Balanced, and Sustainable County.
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 additional Discretionary General Funding (Net County Cost). The costs for the design phase of the replacement of 30 bridges on National Trails Highway in various locations (Project) will be funded with 50% Local Partnership Program (LPP) funds administered by San Bernardino County Transportation Authority (SBCTA) and a 50% local match funded with Discretionary General Funding (DGF) allocated to the Department of Public Works (Department) as part of the 2014-15, 2015-16, 2016-17, and 2024-25 Budgets. Sufficient revenue and appropriation have been included in the Department’s 2025-26 Road Operations Recommended Budget (6650002000 H15273) and will be included in future recommended budgets as necessary.
BACKGROUND INFORMATION
The Project involves replacing 30 bridges, this includes 28 timber bridges and two other bridges relating to one pipe culvert (Signal Ditch), and one concrete box culvert (Blossom Ditch), with concrete bridges all located on National Trails Highway (NTH), also known as Route 66. This two-lane road holds significant historical and local circulation importance. The segment of the NTH between Ludlow and Mountain Springs Road qualified as eligible for the National Register of Historic Places and the California Register of Historical Resources, although not all bridges within this segment are eligible as contributing features.
The 28 timber bridges to be replaced were constructed in 1929, 1930, and 1931 and span over ditches or "flash flood washes". Signal Ditch was built in 1997 and Blossom Ditch was built in 1953. The existing timber bridges vary in length but share similar construction components. The typical existing timber trestle bridges are composed of simply-supported timber stringer spans with a laminated timber deck supported on timber strutted abutments and bents consisting of timber piles. The bridges are approximately 28 feet wide and 20 feet or less in span length, with guardrails that are substandard.
On July 23, 2024 (Item No. 51), the Board of Supervisors approved Agreement No. 24-1003172 with SBCTA, for bridge reconstructions on NTH, from the community of Daggett to Mountain Springs Road near the Goffs area.
The 30 bridges are listed as follows:
County Bridge No. |
Caltrans Bridge No. |
Bridge Name |
4 |
54C0117 |
Signal Ditch - (pipe culvert) |
5 |
54C0118 |
Green Ditch |
6 |
54C0119 |
Blue Ditch |
7 |
54C0120 |
Crest Ditch |
8 |
54C0121 |
Crimp Ditch |
9 |
54C0122 |
Ant Ditch |
10 |
54C0123 |
Powerline Ditch |
16 |
54C0138 |
Lava Ditch |
17 |
54C0139 |
Hector Wash |
18 |
54C0140 |
East Hector Wash |
19 |
54C0141 |
Cloud Ditch |
20 |
54C0142 |
Mountain Wash |
11 |
54C0145 |
Bloom Ditch |
12 |
54C0146 |
Blossom Ditch (concrete box culvert) |
13 |
54C0147 |
Lake Ditch |
14 |
54C0148 |
Palm Ditch |
15 |
54C0149 |
Camp Ditch |
28 |
54C0156 |
Circle Ditch (Arch Ditch) |
30 |
54C0232 |
Smoke Ditch |
31 |
54C0233 |
Leaf Ditch |
33 |
54C0236 |
Olive Ditch |
36 |
54C0238 |
Travelers Wash |
50 |
54C0253 |
Retiro Ditch |
52 |
54C0255 |
Cereza Ditch |
53 |
54C0256 |
Banta Ditch |
54 |
54C0257 |
Ballona Ditch |
55 |
54C0258 |
Emden Ditch |
130 |
54C0334 |
Arillo Wash |
137 |
54C0341 |
Falkirk Ditch |
138 |
54C0342 |
Exline Ditch |
According to the terms of the Contract, Dokken Engineering will provide the following professional engineering and environmental services/deliverables associated with Phase I - Project Approval and Environmental Document (PA/ED) of the Project, at an amount not-to-exceed $3,585,183.83:
• Project Management
• 35% Civil Plans
• 35% Bridge Design
• Right-of-Way
• Hydrology/Hydraulics
• Geological/Geotechnical Investigations and Reports
• Utilities Coordination
• Environmental Compliance Documents and Reports
• Cultural Resource Compliance
• Survey
• Railroad Coordination
The Department and Dokken Engineering negotiated a total amount of $7,134,805.61 for the two phases of the Project (Phase I - PA/ED, Phase II - Plans, Specifications, and Estimate (PS&E)), and Construction Support.
The Project funding is allocated to the County by the California Transportation Commission (CTC) by project phase. While Phase I (PA/ED) is authorized to proceed, Phases II (PS&E) may not begin until the CTC approves funding for Phase II and issues a formal Notice to Proceed for Phase II.
The initial Contract term is set for five years. In the event additional time is needed for Construction Support, this proposed Contract includes a provision to allow two one-year contract extensions, by mutual agreement of the parties. This item further delegates authority to the Director of the Department to execute these contract extensions on behalf of the County, subject to County Counsel review. Delegating this authority to the Director streamlines administrative processing and avoids any unnecessary delays, ensuring timely continuation of services to project delivery. If additional funding is needed, the Department shall seek approval from the Board of Supervisors prior to the obligation or expenditure of such funds.
The Project will meet the County and the Chief Executive Officer’s goals and objectives of ensuring the development of a well-planned, balanced and sustainable county and providing for the safety, health and social service needs of county residents by replacing those bridges in need of structural improvements.
PROCUREMENT
The County Administrative Office approved and authorized the release of Request for Proposal (RFP) No. PWG125-TRANS-5792 with the Purchasing Department on March 24, 2025, to solicit proposals from interested and qualified Professional Engineering and Environmental Services for the Project through the County’s Electronic Procurement System (ePro). The RFP was sent to 398 vendors who were registered in ePro. On April 28, 2025, five proposals were received.
Consultant |
Location |
Dokken Engineering |
Folsom, CA |
TranSystem |
Corona, CA |
BKF Engineers |
Newport Beach, CA |
Southstar Engineering and Consulting, Inc. |
Riverside, CA |
KPFF |
Los Angeles, CA |
A selection committee comprised of three representatives from the Department reviewed the proposals. The selection committee evaluated and compiled scores from the proposals in accordance with the criteria set forth in the RFP, and then awarded to the most qualified on May 9, 2025. The selection committee determined that Dokken Engineering was the most qualified consultant, based on its understanding of the work to be done, experience with similar types of work, professional qualifications, capability of developing innovative or advanced techniques, familiarity with state and federal procedures, financial responsibility, and demonstrated technical ability. Staff from the Department’s Transportation Design Division and Consultant, representatives subsequently agreed to the amount of $ 7,134,805.61. No appeals or letters of protest were received. Letters of non-award were sent to the other consultants on May 16, 2025, in which all were given the opportunity to request a debrief.
Construction Support is included in the Contract’s scope of services as an optional task.
REVIEW BY OTHERS
This item has been reviewed by County Counsel (Aaron Gest, Deputy County Counsel, 387- 5455) on May 27, 2025; Purchasing (Jessica Barajas, Supervising Buyer, 387- 2065) on May 16, 2025; Finance (Kathleen Gonzalez, Administrative Analyst, 387-4222) on May 22, 2025; and County Finance and Administration (Paloma Hernandez-Barker, Deputy Executive Officer, 387-5423) on May 23, 2025.