Loading...
HomeMy WebLinkAboutCO 2025-127 - HR Green Pacific, Inc Docusign Envelope ID:C152F29C-9348-40CB-A37D-881902797A2E City of Rancho Cucamonga CONTRACT NUMBER 2025-127 AGREEMENT FOR DESIGN PROFESSIONAL SERVICES THIS AGREEMENT is made and entered into this 1 day of July, 2025, by and between the City of Rancho Cucamonga, a municipal corporation ("City") and HR Green Pacific, Incorporated, a California Corporation ("Consultant"). RECITALS A. City has heretofore issued its request for proposals to perform the following design professional services: On-Call Civil Services ("the Project"). B. Consultant has submitted a proposal to perform the professional services described in Recital "A", above, necessary to complete the Project. C. City desires to engage Consultant to complete the Project in the manner set forth and more fully described herein. D. Consultant represents that it is fully qualified and licensed under the laws of the State of California to perform the services contemplated by this Agreement in a good and professional manner. AGREEMENT NOW, THFREFORE, in consideration of performance by the parties of the mutual promises, covenants, and conditions herein contained, the parties hereto agree as follows: 1. Consultant's Services. 1.1 Scope and Level of Services. Subject to the terms and conditions set forth in this Agreement, City hereby engages Consultant to perform all technical and design professional services described in Recitals "A" and "B" above, including, but not limited to On-Call Civil Services, all as more fully set forth in the Consultant's proposal, dated March 28, 2019 and entitled "Scope of Work", attached hereto as Exhibit "A", and incorporated by reference herein. The nature, scope, and level of the services required to be performed by Consultant are set forth in the Scope of Work and are referred to herein as "the Services." In the event of any inconsistencies between the Scope of Work and this Agreement,the terms and provisions of this Agreement shall control. 1.2 Revisions to Scope of Work. Upon request of the City, the Consultant will promptly meet with City staff to discuss any revisions to the Project desired by the City. Consultant agrees that the Scope of Work may be amended based upon said meetings, and, by amendment to this Agreement, the parties may agree on a revision or revisions to Consultant's compensation based thereon. A revision pursuant to PSA with professional liabilio) insurance(Design) Page 1 Last Revised:01 11,2018 Docusign Envelope U C152F29C-934B-40CB-A37D-881902797A2E this Section that does not increase the total cost payable to Consultant by more than ten _percent (10%) of the total compensation specified in Section 3, may be approved in writing by City's City Manager without amendment. 1.3 Time for Performance. Consultant shall perform all services under this Agreement in a timely, regular basis consistent with industry standards for professional skill and care, and in accordance with any schedule of performance set forth in the Scope of Work, or as set forth in a "Schedule of Performance", if such Schedule is attached hereto as Exhibit"NA". 1.4 Standard of Care. As a material inducement to City to enter into this Agreement, Consultant hereby represents that it has the experience necessary to undertake the services to be provided. In light of such status and experience, Consultant hereby covenants that it shall follow the customary professional standards in performing the Services. 1.5 Familiaritv with Services. By executing this Agreement, Consultant represents that, to the extent required by the standard of practice, Consultant (a) has investigated and considered the scope of services to be performed, (b) has carefully considered how the services should be performed, and (c) understands the facilities, difficulties and restrictions attending performance of the services under this Agreement. Consultant represents that Consultant, to the extent required by the standard of practice, has investigated any areas of work, as applicable, and is reasonably acquainted with the conditions therein. Should Consultant discover any latent or unknown conditions, which will materially affect the performance of services, Consultant shall immediately inform City of such fact and shall not proceed except at Consultant's risk until written instructions are received from the City Representative. 2. Term of Agreement. The term of this Agreement shall be two (2) months and shall become effective as of the date of the mutual execution by way of both parties' signature (the "Effective Date"). No work shall be conducted; service or goods will not be provided until this Agreement has been executed and requirements have been fulfilled. 3. Compensation. 3.1 Compensation. City shall compensate Consultant as set forth in Exhibit A, provided, however, that full, total and complete amount payable to Consultant shall not exceed $25,000, including all out of pocket expenses, unless additional compensation is approved by the City Council. City shall not withhold any federal, state or other taxes, or other deductions. However, City shall withhold not more than ten percent (10%) of any invoice amount pending receipt of any deliverables reflected in such invoice. Under no circumstance shall Consultant be entitled to compensation for services not yet satisfactorily performed. PSA with professional liability insurance(Design) Page 2 . Jose Revised:01`1I•`2018 Docusign Envelope ID-C152F29C-934B-40CB-A37D-881902797A2E The parties further agree that compensation may be adjusted in accordance with Section 1.2 to reflect subsequent changes to the Scope of Services. City shall compensate Consultant for any authorized extra services as set forth in Exhibit A. 4. ._ Method of Payment. 4.1 Invoices. Consultant shall submit to City monthly invoices for the Services performed pursuant to this Agreement. The invoices shall describe in detail the Services rendered during the period and shall separately describe any authorized extra services. Any invoice claiming compensation for extra services shall include appropriate documentation of prior authorization of such services. All invoices shall be remitted to the City of Rancho Cucamonga, California. 4.2 City shall review such invoices and notify Consultant in writing within ten (10) business days of any disputed amounts. 4.3 City shall pay all undisputed portions of the invoice within thirty (30) calendar days after receipt of the invoice up to the not-to-exceed amounts set forth in Section 3. 4.4 All records, invoices, time cards, cost control sheets and other records maintained by Consultant relating to services hereunder shall be available for review and audit by the City. 5. Representatives. 5.1 City Re resentative. For the purposes of this Agreement, the contract administrator and City's representative shall be Miguel Sotomayor, Principal Civil Engineer, or such other person as designated in writing by the City ("City Representative"). It shall be Consultant's responsibility to assure that the City Representative is kept informed of the progress of the performance of the services, and Consultant shall refer any decisions that must be made by City to the City Representative. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the City Representative. 5.2 Consultant Re resentative. For the purposes of this Agreement, Carolina Fernandez is hereby designated as the principal and representative of Consultant authorized to act in its behalf with respect to the services specified herein and make all decisions in connection therewith ("Consultant's Representative"). It is expressly understood that the experience, knowledge, capability and reputation of the Consultant's Representative were a substantial inducement for City to enter into this Agreement. Therefore, the Consultant's Representative shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services hereunder. _Consultant may not change the Responsible Principal without the prior written approval of City. 6. Consultant's Personnel. FSA if professional liabtliry=insurance(Design) ,doge 3'. Last Reused;01 1 201 Docusign Envelope ID;C152F29C-934B-40CB-A37D-881902797A2E 6.1 All Services shall be performed by Consultant or under Consultant's direct supervision, and all personnel shall possess the qualifications, permits, and licenses required by State and local law to perform such Services, including, without limitation, a City business license as required by the City's Municipal Code. 6.2 Consultant shall be solely responsible for the satisfactory work performance of all personnel engaged in performing the Services and compliance with the standard of care set forth in Section 1.4. 6.3 Consultant shall be responsible for payment of all employees' and subcontractors' wages and benefits, and shall comply with all requirements pertaining to employer's liability, workers' compensation, unemployment insurance, and Social Security. By its execution of this Agreement, Consultant certifies that it is aware of the provisions of Section 3700 of the California Labor Code that require every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the Services. 6.4 Consultant shall indemnify, defend and hold harmless City and its elected officials, officers and employees, servants, designated volunteers, and agents serving as independent contractors in the role of City officials, from any and all liability, damages, claims, costs and expenses of any nature to the extent arising from Consultant's violations of personnel practices and/or any violation of the California Labor Code. City shall have the right to offset against the amount of any fees due to Consultant under this Agreement any amount due to City from Consultant as a result of Consultant's failure to promptly pay to City any reimbursement or indemnification arising under this Section 6. 7. Ownership of Work Product. 7.1 Ownership. All documents, ideas, concepts, electronic files, drawings, photographs and any and all other writings, including drafts thereof, prepared, created or provided by Consultant in the course of performing the Services, including any and all intellectual and proprietary rights arising from the creation of the same (collectively, "Work Product"), are considered to be "works made for hire" for the benefit of the City. Upon payment being made, and provided Consultant is not in breach of this Agreement, all Work Product shall be and remain the property of City without restriction or limitation upon its use or dissemination by City. Basic survey notes, sketches, charts, computations and similar data prepared or obtained by Consultant under this Agreement shall, upon request, be made available to City. None of the Work Product shall be the subject of any common law or statutory copyright or copyright application by Consultant. In the event of the return of any of the Work Product to Consultant or its representative, Consultant shall be responsible for its safe return to City. Under no circumstances shall Consultant fail to deliver any draft or final designs, plans, drawings, reports or specifications to City upon written demand by City for their delivery, notwithstanding any disputes between Consultant and City concerning payment, performance of the contract, or otherwise. This covenant shall survive the termination of PSA tr0h professional habiliiy°insurance(Design) Page 4 . Last Revised 0141 201 Docusign Envelope ID;C152F29C-934 -40C -A37D-881902797A2E this Agreement. City's reuse of the Work Product for any purpose other than the Project, shall be at City's sole risk. 7.2. Assignment of Intellectual Property Interests: Upon execution of this Agreement and to the extent not otherwise conveyed to City by Section 7.1, above, the Consultant shall be deemed to grant and assign to City, and shall require all of its subcontractors to assign to City, all ownership rights, and all common law and statutory copyrights, trademarks, and other intellectual and proprietary property rights relating to ' the Work Product and the Project itself, and Consultant shall disclaim and retain no rights whatsoever as to any of the Work Product, to the maximum"extent permitted by law. City shall be entitled to utilize the Work Product for any and all purposes, including but not limited to constructing, using, maintaining, altering, adding to, restoring, rebuilding and publicizing the Project or any aspect of the Project. 7.3 Title to Intellectual Property. Consultant warrants and represents that it has secured all necessary licenses, consents or approvals to use any instrumentality, thing or component as to which any intellectual property right exists, including computer software, used in the rendering of the Services and the production of the Work Product and/or materials produced under this Agreement, and that City has full legal title to and the right to reproduce any of the Work Product. Consultant shall defend, indemnify and hold City, and its elected officials, officers, employees, servants, attorneys, designated volunteers, and agents serving as independent contractors in the role of City officials, harmless from any loss, claim or liability in any way related to a claim that City's use is violating federal, state or local laws, or any contractual provisions, relating to trade names,_licenses, franchises, patents or other means of protecting intellectual property rights and/or interests in products or inventions. Consultant shall bear all costs arising from the use of patented, copyrighted, trade secret or trademarked documents, materials, software, equipment, devices or processes used or incorporated in the Services and materials produced under this Agreement. In the event City's use of any of the Work Product is held to constitute an infringement and any use thereof is enjoined, Consultant, at its expense, shall: (a) secure for City the right to continue using the Work Product by suspension of any injunction or by procuring a license or licenses for City; or (b) modify the Work Product so that it becomes non- infringing. This covenant shall survive the termination of this Agreement. 8. Status as Independent Contractor. Consultant is, and shall at all times remain as to City, a wholly independent contractor. Consultant shall have no power to incur any debt, obligation, or liability on behalf of City or otherwise act as an agent of City. Neither City nor any of its agents shall have control over the conduct of Consultant or any of Consultant's employees, except as set forth in this Agreement. Consultant shall not, at any time, or in any manner, represent that it or any of its officers, agents or employees are in any manner employees of City. Consultant shall pay all required taxes on amounts paid to Consultant under this Agreement, and to defend, indemnify and hold City harmless from any and all taxes, assessments, penalties, and interest asserted against City by reason of the independent contractor relationship created by this Agreement. PSR writh professional irabiho}insurance(Design) Page# Last Revised:01.1 P2018 Docusign Envelope ID:C152F29C-934B-40CB-A37D-8 1902797A2E Consultant shall fully comply with the workers' compensation law regarding Consultant and Consultant's employees. 9. Confidentiality. Consultant may have access to financial, accounting, statistical, and personnel data of individuals and City employees. ,Consultant covenants that all data, documents, discussion, or other information developed or received by Consultant or provided for performance of this Agreement are confidential and shall not be disclosed by Consultant without prior written authorization by City. City shall grant such authorization if applicable law requires disclosure. All City data shall be returned to City upon the termination of this Agreement. Consultant's covenant under this Section shall survive the termination of this Agreement. This provision shall not apply to information in whatever form that is in the public domain, nor shall it restrict the Consultant from giving notices required by law or complying with an order to provide information or data when such an order is issued by a court, administrative agency or other legitimate authority, or if disclosure is otherwise permitted by law and reasonably necessary for the Consultant to defend itself from any legal action or claim. 10. Conflict of Interest 10.1 Consultant covenants that it presently has no interest and shall not acquire any interest, direct or indirect, which may be affected by the Services, or which would conflict in any manner with the performance of the Services. Consultant further covenants that, in performance of this Agreement„ no person having any such interest shall be employed by it. Furthermore, Consultant shall avoid the appearance of having any interest, which would conflict in any manner with the performance of the Services. Consultant shall not accept any employment or representation during the term of this Agreement which is or may likely make Consultant "financially interested" (as provided in California Government Code §§1090 and 87100) in any decision made by City on any matter in connection with which Consultant has been retained. 10.2 Consultant further represents that it has not employed or retained any person or entity, other than a bona fide employee working exclusively for Consultant, to solicit or obtain this Agreement. Consultant has not paid or agreed to pay any person or entity, other than a bona fide employee working exclusively for Consultant, any fee, commission, gift, percentage, or any other consideration contingent upon the execution of this Agreement. Upon any breach or violation of this warranty, City shall have the right, at its sole and absolute discretion, to terminate this Agreement without further liability, or to deduct from any sums payable to Consultant hereunder the full amount or value of any such fee, commission, percentage or gift. 10.3 Consultant has no knowledge that any officer or employee of City has any interest, whether contractual, noncontractual, financial, proprietary, or otherwise, in this transaction or in the business of Consultant, and that if any such interest comes to the knowledge of Consultant at any time during the term of this Agreement, Consultant shall immediately make a complete, written disclosure of such interest to City, even if such interest would not be deemed a prohibited "conflict of interest" under applicable laws as described in subsection 10.1. PSA with professional habiliq=insurance(Design) Page 6 Last Revised:011 t 2018 Docusign Envelope ID C152F29C-934B-40CB-A37D-881902797A2E 11. Indemnification. 11.1 Design Professional Services. To the fullest extent permitted by law,the Consultant shall, at its sole cost and expense, indemnify, defend, and hold 'harmless the City, its elected officials, officers, attorneys, agents, employees, designated volunteers, successors, assigns and those City agents serving as independent contractors in the role of City officials(collectively "Indemnitees" in this Section 11.0), from and against any and all damages, costs, expenses, liabilities, claims, demands, causes of action, proceedings,judgments, penalties, liens, stop notices, and losses of any nature whatsoever, including fees of accountants and other professionals, and all costs associated therewith, and reimbursement of attorneys' fees and costs of defense (collectively "Claims"), whether actual, alleged or threatened, to the extent arising out of, pertaining to, or relating to, in whole or in part, the negligence, recklessness or willful misconduct of the Consultant, and/or its officers, agents, servants, employees, subcontractors, contractors or their officers, agents, servants or employees(or any entity or individual for which or whom the Consultant shall bear legal liability) in the performance of design professional services under this Agreement by a"design professional,"as the term is defined in California Civil Code § 2782.8(c). The indemnification obligation herein shall not in any way be limited by the insurance obligations contained in this Agreement.Notwithstanding the foregoing and as required by Civil Code § 2782.8(a), in no event shall the cost to defend the Indemnitees that is charged to Consultant exceed Consultant's proportionate percentage of fault. 11.2 Other Indemnities. With respect to claims and liabilities which do not arise in connection with the performance of professional services by a"design professional", as that term is defined in California Civil Code Section 2782.8(c), including, but not limited to, those claims and liabilities normally covered by commercial general and/or automobile liability insurance, and to the maximum extent permitted by law, Consultant shall,,at its sole cost and expense, protect,, defend, hold harmless and indemnify the Indemnitees from and against any and all damages, costs, expenses, liabilities, claims, demands, causes of action, proceedings,judgments, penalties, liens, stop notices, and losses of any nature whatsoever, including fees of accountants, attorneys and other professionals, and all costs associated therewith, and the payment of all consequential damages (collectively "Damages"), in law or equity, whether actual, alleged or threatened, which arise out of, pertain to, or relate to the acts or omissions of Consultant, its officers, agents, servants, employees,subcontractors, materialmen, suppliers, or contractors, or their officers, agents, servants or employees (or any entity or individual for which or whom Consultant shall bear legal liability) in the performance of this Agreement, except to the extent the Damages arise from the active or sole negligence or willful misconduct of any of the Indemnitees, as determined by final arbitration or court decision or by the agreement of the Parties. Consultant shall defend the Indemnitees in any action or actions filed in connection with any Damages with counsel of the Indemnitees' choice, and shall pay all costs and expenses, including all attorneys' fees and experts' costs as they are actually incurred in connection with such defense. Consultant shall reimburse the Indemnitees for any and all legal expenses and costs PS4 walr professional liability insurance(Drsigm1 Page 7 Last Rerised:01,11 2018 Docusign Envelope ID:;C152F29C-934 0C -A37D-8819o2797A2E incurred by the Indemnitees in connection therewith. The indemnification obligation herein shall not in any way be limited by the insurance obligations contained in this Agreement. . 11.3 Nonwaiver of Rights. Indemnitees do not, and shall not, waive any rights that they may possess against Consultant because of the acceptance by City, or the deposit with City, of any insurance policy or certificate required pursuant to this Agreement. 11.4 Waiver of Right of Subrogation. Except as otherwise expressly provided in this Agreement, Consultant, on behalf of itself and all parties claiming under or through it, hereby waives all rights of subrogation against the Indemnitees, while acting within the scope of their duties, from all claims, losses and liabilities arising out of or incident to activities or operations performed by or on behalf of the Consultant. 11.5 Survival. The provisions of this Section I I shall survive the termination of the Agreement and are in addition to any other rights or remedies which Indemnitees may have under the law. Payment is not required as a condition precedent to an Indemnitee's right to recover under this indemnity provision, and an entry of judgment against Consultant shall be conclusive in favor of the Indemnitee's right to recover under this indemnity provision. 12. Insurance. 12.1 Liability Insurance. Consultant shall procure and maintain in full force and effect for the duration of this Agreement, insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the services hereunder by Consultant, and/or its agents, representatives, employees and subcontractors. 12.2 Minimum Scope of Insurance. Unless otherwise approved by City, coverage shall be at least as broad as: (1) Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001). (2) Insurance Services Office form number CA 0001 (Ed. 1187)covering Automobile Liability, code 1 (any auto). (3) Worker's Compensation insurance as required by the State of California, and Employer's Liability Insurance. (4) Professional Liability insurance in a form approved by the City, having an extended reporting period of not less than three (3) years after completion of the Services which shall provide protection against claims of professional negligence arising out of Consultant's performance of the Services and otherwise complying: with all applicable PSA with professional ha8ility insurance(Design) Page 8 Last Rerised 01 11 2018 Docusign Envelope ID-C152F29C-934B-40CB-A37D-881902797A2E provisions of this Section 12. The policy shall be endorsed to include contractual liability to the extent insurable. 12.3 Minimum Limits of Insurance. Consultant shall maintain limits no less than: (1) Commercial General Liability: $2,000,000 per occurrence for bodily injury, personal injury and property damage. Commercial General Liability Insurance with a general aggregate limit shall apply separately to this Agreement or the general limit shall be twice the required occurrence limit. (2) Automobile Liability: $2,000,000 per accident for bodily injury and property damage. (3) Employer's Liability: $1,000,000 per accident and in the aggregate for bodily injury or disease and Workers' Compensation Insurance in the amount required by law. (4) Professional Liability'. $1,000,000 per claimiaggregate. (5) The Insurance obligations under this agreement shall be the greater of(i) the Insurance coverages and limits carried by the Contractor; or(ii) the minimum insurance requirements shown in this Agreement. Any insurance proceeds in excess of the specified limits and coverage required which are applicable to a given loss, shall be available to the City. No representation is made that the minimum insurance requirements of this Agreement are sufficient to cover the obligations of the Contractor under this Agreement. 12.4 Deductibles and Self-Insured Retentions. Any deductibles or self insured retentions must be declared to and approved by the City and shall not reduce the limits of coverage. City reserves the right to obtain a full certified copy of any required insurance policy and endorsements. 12.5 Other Insurance Provisions. (1) The commercial general liability and automobile liability policies are to contain the following provisions on a separate additionally insured endorsement naming the City, its officers, officials, employees, designated volunteers and agents serving as independent contractors in the role of City officials as additional insureds as respects: liability arising out of activities performed by or on behalf of Consultant; products and completed operations of PSA with professional liability insurance(Design) Page 4 Last Revised-01 112018 Docusign Envelope ID:C152F29C-934B-40CB-A37D-881 o2797A2E Consultant; premises owned, occupied or used by Consultant; and/or automobiles owned, leased, hired or borrowed by Consultant. The coverage shall contain no limitations on the scope of protection afforded to City, its officers officials employees, designated volunteers or agents serving as independent contractors in the role of City officials which are not also limitations applicable to the named insured. (2) For any claims related to this Agreement, Consultant's insurance coverage shall be primary insurance as respects City, its officers, officials, employees, designated volunteers and agents serving as independent contractors in the role of City or officials. Any insurance or self- insurance maintained by City, , its officers, officials, employees, -designated volunteers or agents serving as independent contractors in the role of City officials shall be excess of Consultant's insurance and shall not contribute with it. (3) Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (4) Each insurance policy required by this clause shall be endorsed to state that coverage shall not be canceled except after 30 days prior written notice by first class mail has been given to City (ten (10) days prior written notice for non-payment of premium). Consultant shall provide thirty (30) days written notice to City prior to implementation of a reduction of limits or material change of insurance coverage as specified herein. (5) Each insurance policy, required by this clause shall expressly waive the insurer's right of subrogation against City and its elected officials, officers, employees, servants, attorneys, designated volunteers, and agents serving as independent contractors in the role of City officials. (6) Each policy shall be issued by an insurance company approved in writing by City, which is admitted and licensed to do business in the State of California and which is rated A:VII or better according to the most recent A.M. Best Co. Rating Guide. (7) Each policy shall specify that any failure to comply with reporting or other provisions of the required policy, including PSAii-A professional liability insurance fDerignl Page 10 Last Revised 01'11,1018 Docusign Envelope ID:C152F29C-934B-40CB-A37D- 1902797A2E breaches of warranty, shall not affect the coverage required to be provided. (8) Each policy shall specify that any and all costs of adjusting and/or defending any claim against any insured, including court costs and attorneys' fees, shall be paid in addition to and shall not deplete any policy limits. (9) Contractor shall provide any and all other required insurance, endorsements, or exclusions as required by the City in any request for proposals applicable to this Agreement. 12.6 Evidence of coverage.Prior to commencing performance under this Agreement, the Consultant shall furnish the City with certificates and original endorsements, or copies of each required policy, effecting and evidencing the insurance coverage required by this Agreement including (1) Additional Insured Endorsement(s), (2) Worker's Compensation waiver of subrogation endorsement, and (3) General liability declarations or endorsement page listing all policy endorsements. The endorsements - shall be signed by a person authorized by the insurer(s) to bind coverage on its behalf. All endorsements or policies shall be received and approved by the City before Consultant commences performance. If performance of this Agreement shall extend beyond one year, Consultant shall provide City with the required policies or endorsements evidencing renewal of the required policies of insurance prior to the expiration of any required policies of insurance. 12.7 Contractor agrees to include in all contracts with all subcontractors performing work pursuant to, this Agreement, the same requirements and provisions of this Agreement including the indemnity and insurance requirements to the extent they apply to the scope of any such subcontractor's work. Contractor shall require its subcontractors to be bound to Contractor and City in the same manner and to the same extent as Contractor is bound to City pursuant to this Agreement, and to require each of its subcontractors to include these same provisions in its contract with any sub- subcontractor. 13. Cooperation. In the event any claim or action is brought against City relating to Consultant's performance or services rendered under this Agreement, Consultant shalt render any reasonable assistance and cooperation that City might require. City shall compensate Consultant for any litigation support services in an amount to be agreed upon by the parties. 14. Termination. City shall have the right to terminate this Agreement at any time for any or no reason on not less than ten (10) days prior written notice to Consultant. In the event City exercises its right to terminate this Agreement, City shall pay Consultant for any services satisfactorily rendered prior to the effective date of the termination, provided Consultant is not then in breach of this Agreement. Consultant shall have no other claim against City by reason of such termination, including any claim PSA is A professional 11a8day insurance(Design) Page 11 Last Rewsed 0111111018 Docusgn Envelope ID,C152F29C-934 -40C -A37D-881902797A2E for compensation. City may terminate for cause following a default remaining uncured more than five (5) business days after service of a notice to cure on the breaching party. Consultant may terminate this Agreement for cause upon giving the City ten (10) business days prior written notice for any of the following: (1) uncured breach by the City of any material term of this Agreement, including but not limited to Payment Terms; (2) material changes in the conditions under which this Agreement was entered into, coupled with the failure of the parties to reach accord on the fees and charges for any Additional Services required because of such changes. 15. Notices. Any notices, bills,invoices, or reports authorized or required by this Agreement shall be in writing and shall be deemed received on (a) the day of delivery if delivered by hand or overnight courier service during Consultant's and City's regular business hours; or (b) on the third business day following deposit in the United States mail, postage prepaid, to the addresses set forth in this Section, or to such other addresses as the parties may, from time to time, designate in writing pursuant to the provisions of this Section. All notices shall be addressed as follows: If to City: Rancho Cucamonga Engineering Department Attn: Miguel Sotomayor, Principal Civil Engineer 10500 Civic Center Drive Rancho Cucamonga, CA 91730 If to Consultant: HR Green Pacific, Incorporated Timothy J. Hartnett, Principal 1260 Corona Pointe Court, Suite 305 Corona, CA 92879 16. Non-Discrimination and Equal Employment Opportunity. In the performance of this Agreement, Consultant shall not discriminate against any employee, subcontractor, or applicant for employment because of race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation. -Consultant will take affirmative action to ensure that subcontractors and applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation. 17. Assignment and Subcontracting. Consultant shall not assign or transfer any interest in this Agreement or subcontract the performance of any of Consultant's obligations hereunder without City's prior written consent. Except as provided herein, any attempt by Consultant to so assign, transfer, or subcontract any rights, duties, or obligations arising hereunder shall be null, void and of no effect. 18 Compliance with Laws. Consultant shall comply with all applicable federal, state and local laws, ordinances, codes and regulations in force at the time PSA with professional hability insurance(Design) Page 11 Last Revised:014 P2018 Docusign Envelope ID°C152F29C-934B-40CB-A37D-881902797A2E Consultant performs the Services. Consultant is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq., ("Prevailing Wage Laws"), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance" projects. If the Services are being performed as part of an applicable "public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more,Consultant agrees to fully comply with such Prevailing Wage Laws. The applicable prevailing wage rate determinations can be found at http i/W lsr' re a ey eter inat ion.htrn Consultant shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at the Consultant's principal place of business - and at the Project site. Consultant shall defend, indemnify and hold the City, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 19. Non-Waiver of Terms, Rights and Remedies. Waiver by either party of any one or more of the conditions of performance under this Agreement shall not be a waiver of any other condition of performance under this Agreement. In no event shall the making by City of any payment to Consultant constitute or be construed as a waiver by City of any breach of covenant, or any default which may then exist on the part of Consultant, and the making of any such payment by City shall in no way impair or prejudice any right or remedy available to City with regard to such breach or default. 20. Attorney's Fees. In the event that either party to this Agreement shall commence any legal action or proceeding to enforce or interpret the provisions of this Agreement, the prevailing party in such action or proceeding shall be entitled to recover its costs of suit, including reasonable attorney's fees and costs of experts. 21. Exhibits; Precedence. All documents referenced as exhibits in this Agreement are hereby incorporated in this Agreement. In the event of any material discrepancy between the express provisions of this Agreement and the provisions of any document incorporated herein by reference, the provisions of this Agreement shall prevail. 22. Applicable Law and Venue. The validity, interpretation, and performance of this Agreement shall be controlled by and construed under the laws of the State of California. Venue for any action relating to this Agreement shall be in the San Bernardino County Superior Court. 23. Construction. In the event of any asserted ambiguity in, or dispute regarding the interpretation of any matter herein, the interpretation of this Agreement shall not be resolved by any rules of interpretation providing for interpretation against the party who causes the uncertainty to exist or against the party who drafted the Agreement or who drafted that portion of the Agreement. F3A w th professional habiliq tnsuranee(Design) pa 1� Last Revised. 01 11,1018 Docuslgn Envelope ID;C152F29C-934 -40C -A37D-881902797A2E 24. Entire Agreement. -This Agreement consists of this document, and any other documents, attachments and/or exhibits referenced herein and attached hereto, each of which is incorporated herein by such reference, and the same represents the entire and integrated agreement between Consultant and City. This Agreement supersedes all prior oral or written negotiations, representations or agreements. This Agreement may not be amended, nor any provision or breach hereof waived, except in a writing signed by the parties which expressly refers to this Agreement. IN WITNESS WHEREOF,the parties, through their respective authorized representatives,have executed this Agreement as of the date first written above. Consultant Name: HR Green Pacific, Cityo Cucamonga Inco a .abY. Aso, 7/15/2025 1 2:08 PM PDT B }.vw 7/15/2025 1 11:33 AM CoBTy Name Date Y: Name Date vice President Director of Engineering Services City Engineer Title Title Qocuswnndby: City of Rancho Cucamonga r k 7/15/202 1 11:45 AM C Name Date Name Date Secretary Title Title (two signatures required if corporation) P5A with professional lrabtlitl insurance(Design) PaFr 14 Last Reused:01=11 2018 Doeusign Envelope ID:C152F29C-934B-40C -A37D-8819o2797A2 Approval, Buyer 11,Purchasing Alternate Risk Management Coordinator EXHIBIT A SCOPE OF SERVICES REQUEST FOR PROPOSAL, EXHIBIT A- 1" CONSULTANT PROPOSAL, EXHIBIT " A- 2" PSA it A professional liabday,insurance(Design) Page 13 Last Revised:01=11'2018 Docusign Envelope ID:C152F29C-934B-40CB-A37D-81902797A2E EXHIBIT B SCHEDULE F PERFORMANCE NIA PSR u A professional liabiluir insurance(Design) Paw m Last Rerised,01/111018 Docusign Envelope ID:C152F29C-934 -40C -A37D-$$1002797A2E REQUEST FOR PROPOSAL EXHIBIT " -1" Docusign Envelope ID:C152F29C-934B-40CS-A37D-881902797A2E RANCHO CUCAMONGA a � REQUEST FOR STATEMENT OF QUALIFICATIONS("S ")AND PROPOSALS(" F ")#1 / -017 R -CALL CIVIL AND TRAFFIC ENGINEERING DESIGNSERVICES City Rancho Cucamonga Procurement ivisio 10500 Civic Center Drive Rancho Cucamonga,California 91730 Deadline for Submissions* March28,2019 by 9: 0 a.m. Docusign Envelope 10:C152F29C-934 -40CB-A37D-881902797A2E City of Rancho Cucamonga Request for Statement of Qualifications("SO ')and Proposals(" FP") 18/19-017 for On-Call Civil and Traffic Engineering Design Services Table of ContenU 1. OVERVIEW tm .......... ... ... :...®, ,,,.:,,,,, . .. ......... ......... ,...., ....... ...,.,.... .......,.,, ,.,a, ,,. „....... ............4 1,1 GENERAL I1AC QA ...... ....... ..a3, .,,, , ,f, .,...... ......;.. ...,..,;.. .,, ..,,,....... .... ....... L2SOL101ATION DELWERY AND UNEDULEOFEVENT5.....: .... .. .1 ......n. ,,,..,, ,.r „ ,P;:a .,....o., .,,,..,r. . .,w , .... 4 1.3 CRE PANCIES OR x,MI .,,�„ 11,, I., ...I ...... .. ........a m,,,,.,. ............ .,,,.., ; 4 lad Nu E S. ...... ........a ,,.,.... ,,,.,,.,, .., „ ,. ,..... . .,.....;....,, ,.:, ,,,. M .,,.,,, ..,.. ......... .,,3.,, .. ... ... ,_ 1,5 QUESTIONS ANtt CLARIFICATIONS....... .... ..,,........,T, , .. . ,fit ,...;; ,.. ,..: ...,... ;<, .,, , .,., 5 1,6 DiSPOSIrrioNMATEMAL AND COW IDE.NTIALORP T INFORWTIOM 1.7 KNOWLEDGE RE 4, I wTS.. ,,, ";a ..,� .. ........ ........ ......., ....,,,.. ......,.. .....,.eo., 3-8 RESERVATOON OF RI S._. ...: ......... ......, ........,w , , .,.... ...... .,,.., ; .:. „t,.. ;. , ,., , . . 1.9 CAL IA`S PUBLIC RECORDS ACT... ............... ........ .....7, . ..... � ..,..... ......... .....,,,._,,,, .. , 2. MINIMUM E UIRE IFS, ,,,,, ,,, , ,, ,,,,,,,. ..a............,......,......... .....,�................................,. „..... .... ...,. 24 BUSMSS LXENS1.,,.":, „..... 22 PfKVAJUNG; AIGES...,,,,.., „ . ....... .................. . ...... ... .. ...,..... ....... ,. ,.,,, , ,. ,,,,...., ...,,....,. 2.3 REPRESENTATIVES....... ......; ;,,. ,,, .,<„ ..y : ....... ,,:.r.. ,...;,, ...,,..a ........, ..,.„ .., ............ .4 EMKOYEE CONDUCT.................... .. ...... .... ....... . ......... ............... ....... ........, ..,..,... .. ..o... , SOUCJITATION RESPONSE FORMAT AND SUBMISSION UI EME ....... ......... ,,.............. .............................. .9 11 Com LETTER INT U N. .... , .«. .... ............P.......,„ ,,,,. . ,a. ........ „ 12 TAStr Of COWENTS... ........... „ . a, ,,..,._ ........o .......;,.... , ..,...... 10 33 ExtCUTWE SUMMARY..,, ...... ........... .. .......... .. . ......: ....... ........... .., ....., .. ...., .e ___. .,.,....a„ , 3, ,._10 3AEXPE N .... ,......; ;;,,,., .,A. . . ...... ....o.... ...,. .. ...,..... , . . .o....... 3.51 THIRD-PA ISIUBCONT I .,,,, 3, ,,,,,.. " .....3. .o....o. ........ ... . ..... .......:a ......,:x ._. STAFIF BIOGRAPHIES_,_ ........,o ....,::..,. „ ,.,:w. ......, ,7 r SOKWATIONICE . ......... .....T ............, ..,..,,,. . 3.8 NON-DISCRE CONFILICTt INTE T.., ...., ....o...: ......... .......... . ................... ,........ ......... 3.9 PROFESSIONAL Stsma AGAtEMENT.............a.. .......::... . ....: . ... ............... ........ ... .,. ®1II Ac xNOWLEDGEMENT OF INSURANCE,oa ..,. . o ... 1 .11. ADDENCiumAmCPAUDGEMENT....,m.,,,,.. ,a ...., ...... ...........,, ....... ,.,, . .... . ........o ,,..,,,,: 1 3,12 WNSULTANITCERWICATION .,­ ........ ......... ..,..,,.., ..,.., ., „ ,,,.: ,....o.., ......,:......, 3,13 PARTICIPATION CLAUSE ...... . „ ..,, s ........a ........:.....t ,. ........ ,........1 .14 Sw&NATuar or AuTmowy...... ........ k.,, .t,.,„ ............ .....,,. ,,,,E., , .,. ,,. 3 ......... .......,. ,.. , ., .I._.r...1 Submittals coe.I r a28m t Icy9°00artil Page of ,? Docusign Envelope 10:,C152F29C-934B-40CB-A370-881902797A2E City of Rancho Cucamonga Request for Statement of Qualifications("SOC')and Proposals("W")#18/19-017 for On-Call Civil and Traffic Engineering Design Services .15 COMP COMPAW REFERENCES—.— ........ ....... .:. ........ r ................. ,,,.. .. ,13 3.16 UNE ITEM PRtUNG..,..,,..„,,,. ......... ........ ... :. .... ......... ®..,,,,, .,,, ....w; , 4. SCOPE OF SEI;VJCE' . ........ ......... ................................. . ........................... &c..... 4.1 PROJECT LDESCRfP1rr101 ;,,,,,,, ,, , , ,,,,u. ......... ....,, e ... ... „ , ,. .. 4.2 DESSERVICES REQUIREMENTS....... ... .... : ........: ........ .... .... . . ... :.s. .........:. ..,,..........., t, § .. ..:t. ..,....,4 . .1 CMt ENGIN€ RSNO DESIGN SEMCES...........,.:...... ... ... .. .... ......... ......... ....r,.., ..,, ..: .... ......... .,.......y. 1 4.2.E TKAFFICENGINEERING DES ......... ........r.. .., ,, ...... ;. o....::... ....,,: .. .. ,,; ....... . .,....... ......,...1 .3 PAYMENTSa,.. .... .....,..m......... ..:.. „ , ........ ...,,..,,...,.. „ ,, . , . ......... ........ ,: ,. ..,., .4 ConUact Term. ......... ......:::..,,, .... ., F.... ... ....... . ............ ..,....., ..,.,,...15 5. EVALUATION I AND CONSULTANTSIELECTIONPROCESS­ ............................. . ......... ....... : .................................. 5.1 IWTIAt SC fNIN+ .....® E.vAwATm Acrym ....o...: ...........,,,,, , „ ..,,.y ............ ,., .,:., ,,. . ......... .....,;:. ......,., s,3 CosT EVALUATION „ ..... . ........ ......... ........ :. .... .... ......... ........ .........1 .4 REiI RIEN C ECKS........ ....... . ......... ......... ....... ......... .. ... ..............,,...... „ ..,..,.., . , „. , .5 ICE TPONS/IN RVIEWS.......::...... .... .. ......: ......... ....... ..... . .. .., .... . ..,...... ,,,..., , ...,,.:.,,,,,..... .17 5,6 FIXANaAL DocummwioN.......... .,,,,,,...,..: , . ......... .......:. ........ ,.., ..,.a ...... .. .......:, .......:, ..,,,....17 -.7 BEST AND FINAL, OfE .... . ... . ........ ....... ..........,:... ............1 5.8 CONSULTANMtECTION.......,.,.,......... ..n,a... ........,, ..... : . . .... .r 5.9 JIM R OF INTENT To AWARD ......; ........ .. ... .... .... .... ....<.,, ,,,. JS 'EXHIBIT A,CITY OF RANCHO CUCAMONGAL CONFLICT OF 1 NTERE N- OSURE STATEMENT- . ......... ....... .19 -EXHIBIT 8,PROFESSIONAL SERVICES AGREE MEW EXCEPTIONS SUMMARY........ ........: .....*, , ,.....,.. ......,. ..,,........ "EXHIBIT O,ACKNOWLEDGMENT MENT OF INSURANCE E UIR EI AND CERTIFICATION N F ABILITY TO PROVIDE AND MAINTAIN COVERAGES SPECIFIED..... ... .... .. ........... .......... ., ,.. ................I.- .gy ....... .,,..., Q ...............................21 "EXHIBIT DADDENDUM ACKNOWLEDGEMENT".......r...................... .,..... ...... ..... ......... ......... ....... .. ......................22 -EXHIBIT ECONSULTANTS CERTIFICATION FOAM". ... ......... ........ ........ ....... ........L .,................ .....,,........ .,, -EXHIBIT F, PART110PATtON CLAUSE................ ......a:. ......... ...,... ......,, ..., ....... .......... ...,.. ....... ........................... 4 '"EXHIBIT G,SIGNATURE OF AUTHORIM -EXHIBIT FI,REFERENCES TLRSHEET............................................ . .. ...... ... ...... ......... ......... ......... ................. ..26 Submittals Due: March 28,2019 by 9:00 am Page 3 of 27 Docusign Envelope ID;C152F29C-934B-40C -A37D-881902797A2E City of Rancho Cucamonga Request for Statement of Qualifications("SO ')and Proposals(" FP") 18/19-017 for On-Call Civil and Traffic Engineering Design Services 1. OVERVIEW _1.1 GENERAL BACKGROUND The City of Rancho Cucamonga (hereinafter "City") is inviting qualified Consultants to submit a Statement of Qualifications("SOQ")and Proposal response(hereinafter"Solicitation")for On-Call Civil and Traffic Engineering Design Services in accordance with the specifications and information provided herein. The City intends to create a Qualified Consultants List that the City will rotate through as projects become available. Consultants wishing t0 participate in this Solicitation must be registered as a Consultant on the City's Vendor List, there is no exception to this requirement. Consultant registration can be accomplished by visiting the following link; ttps D=14433. Only those responses received from registered Consultants will be accepted. _Responses must be submitted by the named Consultant that has downloaded the Solicitation, this information is indicated in the bid system and provides the ability to tabulate the responses in accordance to the named Consultants. Submitting a response under a Consultant name that does not appear on the Prospective Bidders list will deem the submittal as non-responsive and disqualify said response from further consideration. 1.2 SOLICITATION DELIVERY AND SCHEDULE OF EVENTS Solicitation responses must be received electronically via Planet Bids prior to the due date and time specified in the below Schedule of Events. please note, there will be no paper responses accepted. The City shall not be responsible for any delays by transmission errors. Schedule of Events: Post Solicitation February 28, 2019 Questions Due March 13, 2019 by 12:00 pm Addendum Issued March 19, 2019 Solicitation Response Due Date March 28, 2019 by 9:00 am Consultant Interviews/Presentation TBD Letter of Intent to Award TBD (The City reserves the right to change schedule of events without prior notice or responsibility to Consultant.) 1.3 DISCREPANCIES OR OMISSIONS Consultants finding discrepancies'or omissions in this Solicitation or having any doubts as to the meaning or intent of any part thereof shall submit such questions or concerns in writing electronically via Planet Bids. No responsibility will be accepted for oral instructions. Addenda issued in correspondence to this Solicitation shall Submittals Due, March 28,2019 by 9:00 am Page 4 of 27 Docusign Envelope ID:C152F29C-934B-40CB-A37D-881902797A2E City of Rancho Cucamonga Request for Statement of Qualifications("SOW)and Proposals("RFP") 18/19-017 for On-Call Civil and Traffic Engineering Design Services be considered a part of this Solicitation and shall become part of any final Contract that may be derived from this Solicitation. 1.4 CONTINGENCIES This Solicitation should not be considered as a Contract to purchase goods or services but is a Request for Solicitation and Statement of Qualifications and Solicitation in accordance with the Terms and Conditions herein and will not necessarily give rise to a Contract. However, Solicitation responses should be as detailed and complete as possible to facilitate the formation of a Contract based on the Solicitation response(s) that are pursued should the City decide to do so. Completion of this Solicitation form and its associated appendices are a requirement. Failure to do so may disqualify your Solicitation response submittal. Consultants must submit signed Solicitation responses by the due date and time as specified herein. Consultants will be considered non-responsive if the above requirements are not submitted as requested. If only one Solicitation response is received,the City reserves the right to reject the response and re-bid the Solicitation. Any Scope of Services, Contingencies, Special Instruction and/or Terms and Conditions applicable to this Solicitation and any Purchase Order derived thereafter shall be effective as of the issue date of Purchase Order (the "Effective Date"), and shall remain in full force and effect until sixty (60) days after the City has accepted the work in writing and has made final payment,unless sooner terminated by written agreement signed by both parties. 2.5 QUESTIONS AND CLARIFICATIONS All questions or clarification requests must be submitted directly through Planetbids on or before March 13, 2019, by 12:00 p.m. Answers and/or clarifications will be provided in the form of an Addendum and will be posted for download from Planetbids system in accordance with the above"Schedule of Events". From the issuance date of this Solicitation until a Consultant is awarded, Consultants are not permitted to communicate with any City staff or officials regarding this procurement, other than during interviews, demonstrations,and/or site visits, except at the direction of Ruth Cain, CPPB, Procurement Manager, the designated representative of the City of Rancho Cucamonga. 1.6 DISPOSITION OF MATERIAL AND CONFIDENTIAL OR PROPRIETARY INFORMATION All materials submitted in response to the Solicitation will become the property of the City and will be returned only at the City's option and at the expense of the Consultant submitting the Solicitation response. A copy of the Solicitation response will be retained for official files and become a public record. Any material that a Submittals Due:March 28,2019 by 9:00 am Page 5 of 27 Docusign Envelope ID:C152F29C-934B-40CB-A37D-881902797A2E City of Rancho Cucamonga Request for Statement of Qualifications("SO ")and Proposals("RFP") 1 /19-017 for On-Call Civil and Traffic Engineering Design Services Consultant considers as confidential but does not meet the disclosure exemption requirements of the California Public Records Act should not be included in the Consultant's Solicitation response as it may be made available to the public. If a Consultant's Solicitation response contains material noted or marked as confidential and/or proprietary that, in the City's sole opinion, meets the disclosure exemption requirements, then that information will not be disclosed pursuant to a written request for public documents. if the City does not consider such material to be exempt from disclosure, the material may be made available to the public, regardless of the notation or markings. If a Consultant is unsure if its confidential and/or proprietary material meets disclosure exemption requirements, then it should not include such information in its Solicitation response because such information may be disclosed to the public. 1.7 KNOWLEDGE OF REQUIREMENTS The Consultant shall carefully review all documents referenced and made a part of the Solicitation document to ensure that all information required to properly respond has been submitted or made available and all requirements are priced in the Solicitation response. Failure to examine any documents, drawings, specifications, or instructions will be at the Consultant's sole risk. Consultants shall be responsible for knowledge of all items and conditions contained in their Solicitation responses and in this Solicitation, including any City issued clarifications, modifications, amendments, or addenda. The City will provide notice of any changes and clarifications to perspective Consultants by way of addenda to the City's website; however, it is the Consultant's responsibility to ascertain that the Solicitation response includes all addenda issued prior to the Solicitation due date. 1.8 RESERVATION OF RIGHTS The issuance of this Solicitation does not constitute an agreement by the City that any contract will be entered by the City. The City expressly reserves the right at any time to: • Waive or correct any defect or informality in any response, Solicitation, or Solicitation procedure. • Reject any or all Solicitations • Reissue a Request for Statement of Qualification and Solicitation. • Prior to submission deadline for Solicitations, modify all or any portion of the selection procedures, including deadlines for accepting responses, the specifications or requirements for any materials, equipment or services to be provided under this Solicitation, or the requirements for contents or format of the Solicitation. Submittals Due:March 28,2019 by 9:00 am Page 6 of 27 Docusign Envelope ID:C152F29C-934B-40CB-A37D-881902797A2E City of Rancho Cucamonga Request for Statement of Qualifications("SOQ")and Proposals("RFP")#18/19-017 for On-Call Civil and Traffic Engineering Design Services • The City recognizes that price is only one of several criteria to be used in judging a product or service, and the City is not legally bound to accept the lowest Solicitation response. • The City reserves the right to conduct pre-award discussions and/or pre-Contract negotiations with any or all responsive and responsible Consultants who submit Solicitation responses. • Procure any materials, equipment or services specified in this Solicitation by any other means. • Determine that no project will be pursued. • The City reserves the right to inspect the Consultant's place of business prior to award or at any time during the contract term or any extension thereof, to determine the Consultant's capabilities and qualifications. 1.9 CALIFORNIA'S PUBLIC RECORDS ACT The City of Rancho Cucamonga complies with the California Public Records Act, Government Code Section 6253. (a) Public records are open to inspection always during the office hours of the state or local agency and every person has a right to inspect any public record, except as hereafter provided. Any reasonably segregable portion of a record shall be available for inspection by any person requesting the record after deletion of the portions that are exempted by law. Neither an Solicitation in its entirety, nor proposed prices shall be considered confidential and proprietary. Notwithstanding the foregoing, companies are hereby notified that all materials submitted in response to this Solicitation are subject to California's Public Records Act. The City's receipt, review, evaluation or any other act or omission concerning any such information shall not create an acceptance by the City or any obligation or duty to prevent the disclosure of any such information except as required by Government Code Section 6253. Companies who submit information they believe should be exempt from disclosure under the Public Records Act shall clearly mark each document as confidential,proprietary or exempt, and state the legal basis for the exemption with supporting citations to the California Code. Pursuant to California Law,if the information is requested under the Public Records Act, the City shall make a final determination if any exemption exists for the City to deny the request and prevent disclosure. The City will withhold such information from public disclosure under the Public Records Act only if the City determines, in its sole discretion, that there is a legal basis to do so. 2. MINIMUM REQUIREMENTS 2.1 BUSINESS LICENSE The selected Consultant(s)awarded a Contract shall be required to obtain a Rancho Cucamonga Business License no later than five (5) business days from notification of award prior to being issued a Purchase Order. Awarded Submittals Due:March 28,2019 by 9:00 am Page 7 of 27 Docusign Envelope ID C152F29C-934B-40CB-A37D-881902797A2E City of Rancho Cucamonga Request for Statement of Qualifications('SOQ°')and Proposals("RFP")#18/19-017 for On-Call Civil and Traffic Engineering Design Services Consultant(s) must possess and maintain all appropriate licenses/certifications necessary in the performance of duties required under this Solicitation and will provide copies of licenses/certifications immediately upon request throughout the term of the Contract. 2.2 PREVAILING WAGES Where labor is required for public work as a part of any requirement covered by this Solicitation, pursuant to the provisions of the Labor Code of the State of California, Consultant shall pay no less than those minimum wages. 2.3 REPRESENTATIVES Should the awarded Consultant(s) require the services of a third-party to complete the Scope of Services indicated in this Solicitation,the awarded Consultant(s) will not assign,transfer,convey or otherwise dispose of the contract or its right, title or interest in or to the same, or any part thereof. Any attempt by the awarded Consultant(s) to so assign, transfer, or subcontract any rights, duties, or obligations arising hereunder shall be null, void and of no effect. The awarded Consultant(s) shall be solely responsible for the satisfactory work performance of all personnel engaged in performing the Services including Consultants subcontractor. All Services shall be performed by the awarded Consultant(s)or under the awarded Consultant's direct supervision,and all personnel shall possess the qualifications, permits, and licenses required by state and local law to perform such services. The awarded Consultant(s) shall be responsible for payment of all employees' and subcontractors' wages and benefits and shall comply with all requirements pertaining to employer's liability, workers' compensation, unemployment insurance, and Social Security. By its execution of this Agreement, Consultant certifies that it is aware of the provisions of Section 3700 of the California Labor Code that require every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of that Code and agrees to comply with such provisions before commencing the performance of the services. In case of default by the Consultant, the City may take the following actions which shall include but not be limited to; cancellation of any purchase order, procurement of the articles or service from other sources and may deduct from unpaid balance due to the Consultant, or may bill for excess costs so paid, and the prices paid by the City shall be considered the prevailing market prices paid at the time such purchase is made, withholding of payment until final resolution. Cost of transportation, handling, and/or inspection on deliveries, or Consultants for delivery, which do not meet specifications, will be for the account of the Consultant, Submittals Due:March 28,2019 by 9:00 am Page 8 of 27 Docusign Envelope ID:C152F29C-934B-40CB-A37D-881902797A2E City of Rancho Cucamonga Request for Statement of Qualifications("SOW)and Proposals(°'RFP") 18/1 -017 for On-Call Civil and Traffic Engineering Design Services City Representative: For the purposes of this Agreement, the contract administrator and City's representative shall be Gianfranco Laurie,Senior Civil Engineer, or such other person as designated in writing by City ("City's Representative"). It shall be the Consultant's responsibility to assure that City's Representative is kept informed of the progress of the performance of the services, and the Consultant shall refer any decisions that must be made by City to City Representative. _Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the City Representative. Consultant Representative: For the purposes of this Agreement, is hereby designated as the representative of the successful Consultant authorized to act in its behalf with respect to the services specified herein and make all decisions in connection therewith ("Consultant's Representative"). It is expressly understood that the experience, knowledge, capability and reputation of the Consultant's Representative were a substantial inducement for City to enter into this Agreement. Therefore,the Consultant's Representative shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services hereunder. The successful Consultant may not change the Consultant's Representative without the prior written approval of City's Representative. 2.4 EMPLOYEE CONDUCT All Consultant personnel must observe all City regulations in effect at the location where the Services are being conducted. While on City property,the Consultant's personnel shall be subject to oversight by City staff. Under no circumstances shall the Consultant's or Consultant's sub-contractor personnel be deemed as employees of the City. Consultant or Consultant's subcontractor personnel shall not represent themselves to be employees of the City. Consultant 's personnel will always make their best efforts to be responsive, polite, and cooperative when interacting with representatives of the City, or any other City employees. The Consultant's personnel shall be required to work in a pleasant and professional manner with City employees, outside Consultant and the public. Nothing contained in this Solicitation shall be construed as granting the Consultant the sole right to supply personal or contractual services required by the City or without the proper City approval and the issuance of a Purchase Order. 3. SOLICITATION RESPONSE FORMAT AND SUBMISSION REQUIREMENTS Completion of this Solicitation form and its associated Exhibits are a requirement. To be considered responsive and evaluate Consultant responses fairly and completely Consultants must comply with the format and submission requirements set out in this Solicitation, and provide all information requested. Failure to comply Submittals Due: March 28,2019 by 9:00 am Page 9 of 27 Docusign Envelope ID:C152F29C-934B40CB-A37D-881902797A2E City of Rancho Cucamonga Request for Statement of Qualifications("SC a')and Proposals("RFP")#19/19-017 for On-Call Civil and Traffic Engineering Design Services with this instruction will deem said Solicitation response as non-responsive and will not receive further consideration in the evaluation process. If only one Solicitation response is received,the City reserves the right to discard the response, re-bid or proceed with the Procurement process. Solicitation submittals are due by the due date and time indicated in the above schedule of events. Submittals shall be submitted electronically via Planet Bids; no paper Solicitation responses will be accepted. Solicitation responses must include the following information and in the exact order and format as shown. 3.1 COVER LETTER/INTRODUCTION Solicitation responses must include the complete name and address of Consultant and the name, mailing address, and telephone number of the contact person regarding the Solicitation response. A signature by an authorized representative must be included on each Solicitation response. Said signature will be considered confirmation of the Consultants ability and willingness to comply with all provisions stated herein. 3.2 TABLE OF CONTENTS The Table of Contents must be a comprehensive listing of the contents included in your Solicitation response. This section must include a clear definition of the material,exhibits and supplemental information identified by sequential page numbers and by section reference numbers. Each section of the Solicitation response will be separated by a title page at the beginning of each section. 3.3 EXECUTIVE SUMMARY The Executive Summary shall condense and highlight the contents of the Consultant's Solicitation response to provide the Evaluation Committee with a broad understanding of the Consultant's approach, Solicitation, experience and staffing. 3.4 EXPERIENCE The Consultant shall provide a concise statement demonstrating the Consultant's Solicitation, experience, expertise and capability to perform the requirements of this Solicitation. Provide a brief history of your company, including; • The number of years in business, • The firms service commitment to customers, • If the firm is involved in any pending litigation that may affect its ability to provide its proposed solution or ongoing maintenance or support of its products and services. Submittals Due: March 28,2019 by 9:00 am Page 10 of 27 Docusign Envelope ID:C152F29C-934B-40CB-A37D-881902797A2E City of Rancho Cucamonga Request for Statement of Qualifications("SO ")and Proposals("RFP") 1 /19-017 for On-Call Civil and Traffic Engineering Design Services State whether your firm is an individual proprietorship, partnership, corporation, or private nonprofit firm, and the date your company was formed or incorporated. 3.5 THIRD-PARTY/SUBCONTRACTORS If the Consultant intends to subcontract, a detailed list of any sub-contractors, partners, or third-party Consultants who will be involved in the implementation of the proposed services including but not limited to: • Description of the Consultant's experience with each of the proposed subcontractors, • Three (3) customer references for each subcontractor to include references names, addresses, and telephone numbers, for products and services like those described in this Solicitation, • Describe the specific role of each. 3.6 STAFF BIOGRAPHIES Submit the resumes of the individuals who will be performing the services for the City. Resumes shall be formatted in the following order. • Position with the Company, • Length of time with the Company, Licenses, registrations and certifications as required by law to perform the Scope of Work described herein, • Educational background, • Role in the Project, • Experience with the minimum requirements stated herein, Work history on similar or like projects with the other municipalities. 3.7 SOLICITATION RESPONSE Under this section Consultants shall provide a full, detailed response to the City's Scope of Services listed herein. Consultants should be as thorough as possible in their response as it may be the only opportunity to convey information regarding your business, ability and qualifications to complete the services needed. 3.8 NON-DISCLOSURE CONFUCTOF INTEREST Specify any possible conflicts of interest with your current clients or staff members and the City. A signed "Exhibit A, Conflict of Interest and Non-Disclosure Agreement" included herein must be submitted under this section. Submittals Due:March 28,2019 by9:00 am Page 11 of 27 Docusi n Envelope IDi C152F29C-934 -40CB-A37D-881902797A2E City of Rancho Cucamonga Request for Statement of Qualifications("SO a')and Proposals("RFP") 18/19-017 for On-Call Civil and Traffic Engineering Design Services 3.9 PROFESSIONAL SERVICE AGREEMENT in addition to the acceptance of the City's Terms and Conditions, the successful Consultant will be required to enter into a Professional Services Agreement ("PSA") with the City of Rancho Cucamonga, a "Sample" of which is attached in the City's bid system for review. All requirements of said PSA must be completed by the successful Consultant and signed by both applicable parties prior to any services being rendered. This Solicitation sets forth some of the general provisions which may be included in the final PSA. In submitting a response to this Solicitation, Consultant will be deemed to have agreed to each clause unless otherwise indicated in "Exhibit B, Professional Services Agreement Exceptions Summary" and the City agrees to either accept the objection or deviation or change the PSA language in writing. Failure to raise any objections at the time of this Solicitation response submittal will result in a waiver of objection to any of the contractual language in the PSA at any other time. The signed Exception Summary shall be included under this section of the Solicitation response. 3.10 ACKNOWLEDGEMENT OF INSURANCE Consultants must meet all insurance requirements as outlined in the Professional Services Agreement. Ability to comply with said requirements must be indicated with signature of "Exhibit C, Acknowledgement of Insurance Requirements and Certification of Ability to Provide and Maintain Coverages Specified",which must be submitted with the Bid under the Insurance tab. The awarded Consultant will be responsible for providing the required Certificates of Insurance and must be the Named Insured on the Certificates. Certificates of Insurance from any other entity other than the awarded Consultant, will not be accepted. 3.11 ADDENDUM ACKNOWLEDGEMENT The Consultant shall hereby acknowledge they have received all posted Addendums,if any. It is the Consultant's responsibility to log into the Bid System to identify and download the number of addenda that have been posted. Addenda issued in correspondence to this Solicitation shall be considered a part of this Solicitation and shall become part of any final Contract that may be derived from this Solicitation. Consultants must indicate their acknowledgement of any Addendums by way of signature on "Exhibit D,Addendum Acknowledgement" and must be included under this section of the Solicitation response. 3.12 CONSULTANT CERTIFICATION Consultants must verify by way of signature to "Exhibit E, Consultant Certification Form" that Consultant nor any of its proposed subcontractors are currently under suspension or debarment by any state or federal government agency,and that neither Consultant not any of its proposed subcontractors are tax delinquent with the State of California. The signed exhibit must be included under this section of the Solicitation response. Submittals Due:March 28,2019 by 9`:00 am Page 12 of 27 Docusign Envelope ID`.C152F29C-934 0CI3-A3713-881902797A2E City of Rancho Cucamonga Request for Statement of Qualifications("SOQ°°)and Proposals(" FP") 18/19-017 for On-Call Civil and Traffic Engineering Design Services 3.13 PARTICIPATION CLAUSE Consultants shall provide a completed "Exhibit F, Participation Clause with the Consultants Solicitation response. This will indicate a Consultants agreement to or not to allow other entities to utilize the Solicitation response and awarded contract as a piggyback option. 3.14 SIGNATURE of AUTHORITY "Exhibit G", Signature of Authority must be included with the Consultant solicitation response. Unsigned Solicitation responses will not be accepted. The Signature of Authority declares that the Consultant has carefully examined the instruction indicated herein including all terms and condition and specifications, and hereby proposes and agrees, if the Consultants Solicitation response is accepted, Consultant agrees to furnish all material in accordance with the instruction and specifications in the time and manner prescribed for the unit cost amounts set forth in the Consultants Solicitation response. 3.15 COMPANY REFERENCES Provide a minimum of four (4) references, preferably with other municipalities in which similar services are being performed. References must be for work performed or completed within the past three (3) years. "Exhibit H, Reference orksheet", must be complete and uploaded into the Planet Bid system under the "Response Type" section identified as "Exhibit H". While the Reference Worksheet accompanies your Solicitation response it is not to be discussed in any other area of the Solicitation response other than the "Response Type" section in Planet Bids. 3.16 LINE ITEM PRICING Line item pricing for this Solicitation must be provided directly in the Planet Bids system under the "Line Items" tab. This pricing is not an estimate and is firm fixed price for each item Misted. Consultants pricing quotes outside of the pricing listed in Planet Bids under the"Line Items"tab will not be accepted or considered for award. Any additional cost required should be noted in the additional cost line item and a summary of the cost provided in the notes section of the line item.__While Line item pricing accompanies your Solicitation response it is not to be discussed in any other area of the Solicitation response other than the "Line Item" tab in Planet Bids. The City will not be obligated to any estimated pricing or pricing not identified in the "Line Item" tab in Planet Bids. Failure to provide the required Line Item pricing in the required format will cause Consultants Solicitation response to be considered as non-responsive and be eliminated from proceeding any further in the process. Any questions or clarifications regarding how to correctly submit Lint Item pricing should be submitted by the "Questions Due" date and time indicated in the schedule of events. 4. SCOPE OF SERVICES Submittals Due,-March 28,2019 by 9:00 am Page 13 of 27 Docusign Envelope ID:C152F29C-934B-40CB-A37D-881902797A2E City of Rancho Cucamonga Request for Statement of Qualifications("SOO!')and Proposals("W") 1 /19-017 for On-Call Civil and Traffic Engineering Design Services 4.1 PROJECT DESCRIPTION The City intends to select multiple firms for the services indicated herein. The City may desire to seek Short Term Contract Engineering Staff Services for a specific project on an as needed basis. The City will NOT provide dedicated work space or office space for this individual. However, the City will provide a way to share electronic files on-line to the individual to complete assigned tasks. The City reserves the right to request Solicitations from other consulting firms that are not on the on-call list for special projects that the City determines requires specific skills and experience or larger projects. 4.2 DESIGN SERVICES REQUIREMENTS 4.2.1 CIVIL ENGINEERING DESIGN SERVICES Civil Engineering Design Services that will be provided under this on-call contract may include but not be limited to the following: 1. Provide civil engineering oversight, design and drafting service using AutoCAD Civil 3D (or approved equal) electronic drawing program and files. 2. Preparation of street, storm drain, landscaping,trails and highway improvement plans. 3. Provide engineering and structural calculations, structural drawings, shoring plans and calculations, hydrology, hydraulic and flood plain studies, and erosion control plans. - 4. Provide project study reports, project reports,value engineering analysis and feasibility studies. S. Provide specification and bid document writing,and regulatory agency permit processing. 6. Provide preliminary planning and cost estimating for various projects. 7. Provide environmental clearance for CEQA. 8. 'Provide right-of-way engineering, and legal descriptions and plats. 9. Provide improvement plan check on variety of engineering plans, specifications and documents. 10. Attend any meetings that the City deems necessary. 4.2.2 TRAFFIC ENGINEERING DESIGN SERVICES Traffic Engineering Design Services that will be provided under this on-call contract may include but not be limited to the following: 1. Provide traffic engineering oversight, design and drafting service using AutoCAD (or approved equal) electronic drawing program and files. Submittals Due:March 28,2019 by 9`00 am Page 14 of 27 Docusign Envelope ID:C152F29C-934B-40CB-A37D-881902797A2E City of Rancho Cucamonga Request for Statement of Qualifications("SOW)and Proposals("RFP") 18/19-017 for On-Call Civil and Traffic Engineering Design Services 2. Preparation of traffic signal, signing and striping, signal interconnect, flashing beacons, and temporary traffic control plans. 3. Conduct or review traffic engineering, traffic analysis, and transportation planning studies or project specific traffic related issues analysis. 4. Perform traffic signal warrants, pedestrian studies and other warrants/studies as requested. 5. Review traffic impact analyses and scoping agreements related to subdivisions or development projects. 6. Provide traffic signal timing plans and coordination timing plans for new or modified traffic signals. 7. Provide technical specification and engineering estimates. 8. Provide speed data analysis, intersection control studies including multi-way stop sign control. 9. Provide traffic signal or alternatives, safety studies, and miscellaneous traffic engineering services. 10. Attend any meetings that the City deems necessary. 4.3 PAYMENTS The services will be paid in accordance with Consultant's hourly rate(s)as shown on the "Line Items" tab where Consultants shall submit all required pricing. Hourly rate(s)shall cover the cost of staff time and all other direct and indirect costs and fees, including vehicle, cell phone, computer, lap top, I-Pad and other equipment necessary to perform the services. 4.4 Contract Term The initial contract period after the award of the contract by the City Council will commence on July 1, 2019 through June 30, 2024.The contract may be extended for two(2)additional one(1)year terms upon agreement of both parties and City Council approval. S. EVALUATION AND CONS ULTANTSELECTION PROCESS 5.1 INITIAL SCREENING All Solicitation responses will undergo an initial review to determine responsiveness to the instructions herein. Those Solicitation responses initially determined to be compliant by meeting the Solicitation requirement as indicated herein will proceed to the next phase of the evaluation process. 5.2 EvALuATIioN ACTIVITIES Compliant Solicitation responses proceeding to the next phase of the evaluation process are then evaluated by an Evaluation Committee. The Solicitation submittals are scored and assigned a ranking of one (1) through ten (10), ten being the highest possible score. The following criteria have been assigned percentages that the criteria will be scored against, based upon but not limited to the following evaluation criteria factors: Submittals Due: March 28,2019 by 9:00 am Page 15 of 27 Docusgn Envelope ID,1 C152F29C-934B-40CB-A37D-881902797A2E City of Rancho Cucamonga Request for Statement of Qualifications("SOW)and Proposals( RFP") 18/19-017 for On-Call Civil and Traffic Engineering Design Services Evaluation Criteria Description Percentage' Cost 10% Consultant Experience 15% Extent to which the Consultants services or goods meet the City's needs 15% Consultant's understanding of the City's Scope of Services and overall quality of work plan; 20% logic, clarity and specificity of work plan Firms competence to perform the required services as indicated by technical training, 15% education and skillset of the firm's personnel who would be assigned to perform said services Consultant's management approach and organization of team including project 15% communication, schedule and budget control Past performance with the City or other government entity or previous clients with respects 10% o factors such as control of costs, quality of work, and meeting of deadlines 5.3 COST EVALUATION Cost Proposals are evaluated and scored based on the following calculations; Score =Lowest Proposal Cost/Cost of Proposal being scored X Maximum Points Available (10) The score is then calculated by the criteria percentage identified herein and added to the average scoring calculations. 5.4 REFERENCE CHECKS If determined to be required reference checks are conducted by the Procurement Division and the requesting department may or may not be present during the process. The reference checks may be conducted by phone with the information being scribed or conducted by a written form, submitted to the Consultant's reference contact. _Reference contacts will be asked a set of predetermined questions for response and to provide a score from one (1) to ten (10), ten being the highest. Scores are then tabulated and added to the spreadsheet with the other criteria scores. It is imperative that Consultants provide up to date and accurate information regarding contact information for reference checks. All scores are then tabulated into the final Consultant ranking. Evaluators do not see the Consultant References or pricing line items. The proposed pricing is evaluated by the Procurement Division during the initial review of the Solicitation response, only to ensure that the proposed cost is not over the City's budgeted amount or Not-to-Exceed amount for the project. Submittals Due: March 28,2019 by 9:00 am Page 16 of 27 Docusign Envelope ID;C152F29C-934 0CB-A37D-881902797A2E City of Rancho Cucamonga Request for Statement of Qualifications("SOW)and Proposals("RFP") 18/19-017 for On-Call Civil and Traffic Engineering Design Services 5.5 DEMONSTRATIONS/INTERVIEWS Upon completion of the Solicitation evaluations and data analysis, and Only if necessary, selected top ranked Consultants will be provided an opportunity to interview and conduct a demonstration or presentation to further expand on their Solicitation response. ,Consultant interviews/demonstrations are scored and assigned a ranking of one (1)through ten (10),ten being the highest possible score. 5.6 FINANCIAL DOCUMENTATION Consultants that proceed to the short-list may be required to submit financial documentation as proof of its firm's financial stability and strength. A financial review will be conducted by the City Finance Department. Should a Consultant wish for its financials documentation to be treated as proprietary or be returned upon completion of the review, the documentation must clearly be marked as such. The fallowing documentation will be required of each Consultant on the short-list: • A copy of the Consultant's most recent annual report. • Audited(by a third party), balance sheets and income statements for the past three(3)years. • If audited data is not'available,Consultant shall submit copies of complete tax returns for the past three (3) years. • Describe any regulatory censure and past or pending litigation related to services provided by the Consultant. + Indicate all applicable information regarding Consultant ownership changes in the last three (3) years. 5.7 BEST AND FINAL OFFER Upon completion of Consultant presentations, the City reserves the right to conduct pre-award discussions and/or pre-contract negotiations with all or only top ranked Consultants.The City may request a Best and Final Offer to be submitted from one or all finalists. 5.8 CONSULTANT SELECTION The final Consultants selection is based on which Consultant is the most qualified and responsive, meeting the City's requirements,offering the best value at the most competitive price. The City is not obligated to award to the lowest price Solicitation. The City may conduct negotiations with several Consultants simultaneously. The City may also negotiate contract terms with the selected Consultants prior to award. The City, at its sole discretion, reserves the right, unless otherwise stated, to accept or reject all or any Solicitation responses, Or any part thereof, either separately or to waive any informality and to split Or make the award in any manner determined to be in the best interest of the City. Submittals Due: March 28 2019 by 9:00 am Page 17 of 27 Docusign Envelope ID,C152F29C-934B-40CB-A37D-881902797A2E City of Rancho Cucamonga Request for Statement of Qualifications("SOQ°)and Proposals(" FP") 18/19-017 for On-Call Civil and Traffic Engineering Design Services 5.9 LETTER OF INTENT To AWARD After a final Consultants selection is determined, a Letter of Intent to Award (L01) will be posted for review by all participating, responsive Consultants. If contract negotiations cannot be concluded successfully, City may negotiate a contract with the next highest scoring Consultant or withdraw the Solicitation entirely. Negotiations shall be confidential and not subject to disclosure to competing Consultants until a Contract is awarded. Submittals Due:March 28,2019 by 9:00 am Page 18 of 27 Docusign Envelope ID;C152F29C-934B-40CB•A37DR1902797A2 City of Rancho Cucamonga Request for Statement of Qualifications("SOW)and Proposals("RFP")#18/19-017 for On-Call Civil and Traffic Engineering Design Services "EXHIBIT A,CITY OF RANCHO CUCAMONGA CONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT- It is the policy of the City of Rancho Cucamonga to prevent personal or organizational conflict of interest,or the appearance of such conflict of interest, in the award and administration of City Contracts, including, but not limited to Contracts for Professional Services Agreements ("PSA")with potential Consultants. I do not have specific knowledge of confidential information regarding Solicitation responses received in response to the Request for Statement of Qualifications(SO ")and Proposals("RFP") 1 /19- 17 forOn-Call Civil and Traffic Engineering Design Services. I agree not to disclose or otherwise divulge any information pertaining to the contents,status,or ranking of any Solicitation response to anyone. I understand the terms and "disclose or otherwise divulge°" to include, but are not limited to, verbal conversations, written correspondence, reproduction of any part or any portion of any Solicitation response, or removal of same from designated areas. I,the undersigned, hereby certify that the following statements are true and correct and that I understand and agree to be bound by commitments contained herein. (Print Name) (Relationship to the City) (Relationship to the Consultants) (Signature) (Date) Must be included in final Solicitation submittal. Submittals Due:March 28,2019 by 9:00 am Page 19 of 27 Docusign Envelope ID;;C152F29C-9348-40CB-A37D-881902797A2E City of Rancho Cucamonga Request for Statement of Qualifications("SOQ')and Proposals("RFP")#18/19-017 for On-Call Civil and Traffic Engineering Design Services "EXHIBIT B, PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY" Mark the appropriate Choice, below: Consultants accepts the PSA without exception.-- OR Consultants proposes exceptions to the PSA. Summarize all exceptions on a separate document. Enclose a written summary of each change and title as "Exception Summary", which shall include the Consultants' rationale for proposing each such exception.Each exception must be labeled with the Section number in the PSA. Failure to properly reference exceptions in the submitted summary may deem the response as non-responsive. Signature Printed Name Title Date Must be included in final Solicitation submittal. Submittals Due:March 28,2019 by 9:00 ant Page 20 of 27 Docusgn Envelope ID;C152F29C-934B-40CB-A371)-881902797A2E City of Rancho Cucamonga Request for Statement of Qualifications("SOW)and Proposals("RFP") 18/19-017 for On-Call Civil and Traffic Engineering Design Services "EXHIBIT C,ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO PROVIDE AND MAINTAIN COVERAGES SPECIFIED" I, the (President,Secretary, Manager, Owner or Representative) of ,certify that the (Name of Company, Corporation or Owner) Specifications and General Provisions regarding insurance requirements as stated within the Professional Services Agreement (PSA), for the Purchase Contract designated Request for Statement of Qualifications ("SO ")and Proposals(" FP") 18/1 -017 for On-Call Civil and Traffic Engineering Design Services have been read and understood and that our Consultants is able to provide and maintain the coverage as specified in the PSA. Failure to grovide said coverage, upon re guest to finalize the PSA l2rior to award shall be sufficient cause for immediate disqualification of award. Failure to maintain said coverage shall result in termination of the contract. Signature Printed Name Title Date Must be included in final Solicitation submittal. Submittals Due:March 28,2019 by 9.00 am Page 21 of 27 Docusign Envelope ID:C152F29C-934E-40CB-A37D-881902797A2E City of Rancho Cucamonga Request for Statement of Qualifications("SO(X)and Proposals("RFP") 18/19-017 for On-Cali Civil and Traffic Engineering Design Services "EXHIBIT D,ADDENDUM ACKNOWLEDGEMENT" The Consultants hereby acknowledges the following Addenda Number(s)to this Solicitation have been received, if any. Consultants understands failure to acknowledge any addenda issued may cause the Solicitation response to be considered non-responsive. It is the Consultants' responsibility to log into the Bid System to identify and download the number of addenda that have been posted. Signature Printed Name Title Date Must be included in final Solicitation submittal. Submittals Due:March 28,2019 by 9.00 am Page 22 of 27 Docusign Envelope ID:C 1 52F29C-934B-40CB-A37D-881902797A2E City of Rancho Cucamonga Request for Statement of Qualifications("S ")and Proposals("RFP") 1 /19-017 for On-Calf Civil and Traffic Engineering Design Services "EXHIBIT E, CONSULTANTS CERTIFICATION FORM- 1 certify that neither (Consultants) nor any of its proposed subcontractors are currently under suspension or debarment by any state or federal government agency, and that neither Consultants nor any of its proposed subcontractors are tax delinquent with the State of California. I acknowledge that if Consultants or any of its subcontractors subsequently are placed under suspension or debarment by a local, state or federal government entity, or if Consultants or any of its subcontractors subsequently become delinquent in California taxes, our Solicitation may be disqualified. Signature Printed a Title Date Must be included in final Solicitation submittal. Submittals Due: March 28,2019 by 9:00 am Page 23 of 27 Docusign Envelope ID:C152F29C-934B-40CB-A37D-88I902797A2E City of Rancho Cucamonga Request for Statement of Qualifications("SOQ')and Proposals("RFP") 18/19-017 for On-Call Civil and Traffic Engineering Design Services "EXHIBIT F, PARTICIPATION CLAUSE- it is hereby understood that other government entities,such as cities,counties,and special/school districts may utilize this Solicitation response at their option for equipment or services at the Solicitation response price for a period of days. Said entities shall have the option to participate in any award made because of this solicitation. Any such piggy-back awards will be made independently by each agency, and the City of Rancho Cucamonga is not an agent, partner-or representative of these agencies and is not obligated or liable for any action of debts that may arise out of such independently negotiated piggy-back procurement. Each public agency shall accept sole responsibility of its own order placement and payments of the Consultants. Successful Consultants will extend prices as proposed herein to other governmental agencies, please specify. YES NO Must be included in final Solicitation submittal. Submittals Due: March 2 ,2019 by 9:00 am Page 24 of 27 Docusign Envelope ID:C152F29C-934B-40CB-A37D-881902797A2E City of Rancho Cucamonga Request for Proposals("RFP")and Statement of Qualifications("SO ") 18/19-017 for On-Call Civil and Traffic Engineering Design -EXHIBIT G,SIGNATURE OF AUTHORITY' The undersigned firm declares that he has carefully examined the specifications and read the above terms and conditions, and hereby proposes and agrees, if this Solicitation response is accepted, to furnish all material in accordance with the specifications and instructions, in the time and manner therein prescribed for the unit cost amounts set forth in the following Solicitation response. THE CONSULTANTS IN SUBMITTING THIS SOLICITATION RESPONSE MUST FILL IN THE FOLLOWING INFORMATION. FAILURE TO DO SO MAY DEEM YOUR SOLICITATION RESPONSE AS NON-RESPONSIVE. Company Name: Address: (Street,su.#city,State,Zip) Telephone Fax E-mail address: Web Address: Authorized Representative:1print) Title: Signature: Date: Must be included in final Solicitation submittal. Submittals Due: by Page 25 of 27 Docusign Envelope ID:C152F29C-934B-40CB-A37D-881902797A2E City of Rancho Cucamonga Request for Statement of Qualifications("SOQ")and Proposals("RFP") 18/19-017 for On-Call Civil and Traffic Engineering Design Services "EXHIBIT H, REFERENCES ORKSHEET" The following References Worksheet must be complete, please do not mark "See Attached". This Exhibit must be complete and uploaded into the Planet Bid system under the applicable "Response Type"section. Provide a minimum of four (4) clients that are similar in size to the City of Rancho Cucamonga that your company has conducted comparable or like services. Preferred references should be government agencies and be a current customer within the past three (3)years.Please verify accuracy of contact information. To be submitted as an attachment in the Planet Bid system under the "Response Type" section identified as "Exhibit ". G o. £ Company Name Contact Name and Title Company Address Contact Telephone Number Contact Email Description of Comparative Services and Project Cost(please be specific) Company Name Contact Name and Title Company Address Contact Telephone Number Contact Email Description of Comparative Services and Project Cost(please be specific) Submittals Due: March 28,2019 by 9:00 am Page 26 of 27 Docusign Envelope ID:C152F29C-934 0CB-A37D-881902797A2E City of Rancho Cucamonga Request for Statement of Qualifications("SO ")and Proposals(" FP") 18/19-017 for On-Call Civil and Traffic Engineering Design Services ,.� ,.��\�,uZ�.`'�1.\.�',�4 �r.ti 5 �;';�. '~•�'..tt{ '''\za �`.:z. ,..,~5 x.. .1 .�,,.,, ,�... � ,:,., �)\ �ts,c., z .,� � �,. �\.�.�. �� y� 44.. s �. r.`� �Y,.,.'3',,� ct~<, .,p 74 ��{ ,?c�, .�: ��\, t)....,i; ,..:.. .:.. ..::. � .,,.,, �, �"�,.\ dS."•3`1.�ti �, ���v �,a � �; Company Name Contact Name and Title Company Address Contact Telephone Number Contact Email Description of Comparative Services and Project Cost(please be specific) I '��\\�� Company Name Contact Name and Title Company Address Contact Telephone Number Contact Email Description of Comparative Services and Project Cost(please be specific) Submittals Due: March 28,2019 by 9:00 am Page 27 of 27 Docusign Envelope ID:C152F29C-934B-40CB-A37D-881902797A2E � 0 NGA Addendum o.001 Request for Statement of Qualifications("'S ")and Proposals (" IF ")#2 /19-01T For On-Call Civil and Traffic Engineering Design March 19, 2019 Questions/Answers/Clarifications Ladies and Gentlemen. This is Addendum No. 001 for Request for Statement of Qualifications ("S ") and Proposals (" FP") (hereinafter "Solicitation") 1 / -017 forOn-Call Civil and Traffic Engineering Design. This Addendum will address questions and clarification requests as submitted Consultant. Only those questions submitted in writing are being addressed and can be found in the below table. The due date for Request for Statement of Qualifications ("SOW) and Proposals (" P") 18/19-017 forOn-Call Civil and Traffic Engineering Design is March 28, 2019 by 9:00 am If there are any questions regarding this Addendum, please contact Cheryl Combs, Procurement Technician at ( 09) 77 - 55 erely, Al Ruth Cain, CPPB, Procurement Manager City of Rancho Cucamonga Procurement Division Docusign Envelope ID:C152F29C-934B-40CB-A37D-881902797A2E City of Rancho Cucamonga Request for Statement of Qualifications("SOW)and Proposals(RFP)#18f19-017 For On-Call Civil and Traffic Engineering Design Mf RFR Ikeviistons ;. It has come to the attention of the Procurement Division that Consultant's have been reaching out to City staff. Please note that doing so can cause you to be consider non- responsive and disqualified from further consideration in the Solicitation process. Please 1 refer to Page 5 of the Solicitation section 1.5. From the issuance date of this Solicitation until a Consultant is awarded, Consultants are not permitted to communicate with any City staff or officials regarding this procurement, other than during interviews, demonstrations, and/or site visits, except at the direction of Ruth Cain, CPPB, Procurement Manager, the designated representative of the City of Rancho Cucamonga. 2 As a point of clarification; it is the City's intent to create a qualified vendor list however, we will only be selecting up to three (3)vendors for award. Please consider Section 5.2 Evaluation Activities to be revised as follows by way of this Addendum. Cost Criteria has been removed and the 10%has been reallocated accordingly. Evaluation Criteria Description Percentage Consultant Experience 15% Extent to which the Consultants services or goods meet the City's needs 15% Consultant's understanding of the City's Scope of Services and overall 20% 3 quality of work plan; logic, clarity and specificity of work plan Firms competence to perform the required services as indicated by 20% technical training, education and skillset of the firm's personnel who would be assigned to perform said services Consultant's management approach and organization of team including 15% project communication, schedule and budget control Past performance with the City or other government entity or previous 15% clients with respects to factors such as control of costs, quality of work, and meeting of deadlines Please consider 5.3 Cost Evaluation to be revised as follows by way of this Addendum. Section 5.3 Cost Evaluation deleted in its entirety. Addendum No.001 Page 2 of 7 ocusi n Envelope 1 ;C152F29C-934B-40CB-A37D-881902797A2E City of Rancho Cucamonga Request for Statement of Qualifications("S ")and Proposals( FP)#18{1 - 17 For On-Call Civil and Traffic Engineering Design Must firms propose on both the Civil All firms must propose on both Civil and Traffic Engineering esi n Services discipline and Engineering Design Services to be considered k 5 the Traffic Engineering Design Services responsive. The City will not entertain proposals discipline in order to be deemed responsive? from any firm submitting for one of the two ti r, will the City entertain proposals for only disciplines. s one of the two disciplines? Exhibits A, B, C, D, E, F, G, and H are required Yes,that is correct. from the prime consultant only and not from sub-consultants-correct? City of Rancho Cucamonga Section 1.5—Whom should the cover letter Procurement Division noted under Section 3.1 be addressed to? Attn: Ruth Cain,CPPB, Procurement Manager Section 3. —Section requires references of Exhibit H is for the Prime only. Subcontractor each subcontractor. Can these references be references should be included in the text of the 8 provided in the text of the proposals?Will proposals. there be a need for submittal of an "Exhibit H"for the references of each and every subcontractor? f Section 3.10 requires placement of the Please consider the language in Section 3.10 revised 9 Exhibit C under an "Insurance Tab." Where is to state, "which must be submitted with the e this"Insurance Tab" located on Planet Bids? _ Solicitation under the"Exhibit A, B,C,D, E,F,G"tab I Are exhibits A, B,C, D, E, F, and G to be Yes 10 uploaded into Planet Bids as a single i attachment? Section 3.16—Line item Pricing—on Planet Line stern Pricing - in Plant Bids, Line Items tab has Bids, Line Items tab--It is understood that been _modified to include additional line item the hourly rates for the eight classifications classifications for respective sib-consultants. listed under item description column are intended to reflect the hourly rates of the prime consultant. How will the hourly rates i of the sub-consultants that the prime 11 consultants may have as part of their team be addressed? For example, if the hourly rate of the Senior classification for the prime consultant is 200 and the hourly rate of the Senior classification of its sub-consultant is $250—how and where will this be reflected in the prime consultant's proposal/on the Planet Bids System? 12 Section 3.16—Line Item Pricing- Planet Bids Line Item Pricing-in Planet Bids, Line items tab has Line Item tab—Are the"Other Direct been modified to include additional Other Direct Addendum No.001 Page 3 of 7 Docusi n Envelope ID,C152F29C-9 -40C -A37 -881902797 City of Rancho Cucamonga Request for Statement of Qualifications("S ")and Proposals(RFP)#18/1 -017 For On-Call Civil and Traffic Engineering Design _ .. - m ---- -- Expenses" li ite to be only for one item? Expenses line items.This line item is to compensate Since there is not a specific project that the out of pocket expenses such as permit fees, proposers are proposin a fee on,what reproduction, printing, postage, etc, Other Direct would be the basis of the "Other Direct Expenses may be invoiced at cost plus up to 10%for Expenses"? Is the intent to seta markup administration services, percentage for the direct expenses that the t proposer may expend? Sctionm3.1 —Line Item Pricing- Planet Bids Line Item Pricing- in Planet Bids, Line items tab has Line Item tab—Are the "Reimbursable been modified to include additional Reimbursable Expenses" limited to be only for one item? Expenses line items.This line item is to compensate Since there is not a specific project that the mileage incurred by office employees. Mileage may 1 I proposers are proposing a fee on,what be invoiced at the standard mileage rates. would be the basis of the"Reimbursable Expenses"? Would vehicle mileage and printing costs for example be considered as reimbursable expenses? Section 3.16—Line Item Pricing-Planet Bids Line�Item Pricing- In Planet Bids, Line items tab has Line Item tab—Are the"Additional Costs" been modified to include extra Additional Costs line limited to be only for one item?Since there is items, This line item is to consider supplemental not a specific project that the proposers are service fees such as overtime rates. V proposing a fee on,what would be the basis I 14 of the"Additional Costs"? What would be ' appropriate examples of additional costs? Can more than one item be listed under "Additional Costs"? Does Planet Bids system allow for more than one item entry under "Additional costs"? How would this be done? n the Planet Bids screen, under the "Line Yes, please enter the descriptions for each item"tab when submitting line item pricing respective line items under the comment®s column for"Other Direct Expenses","Reimbursable located on the far right of the screen, 15 Expenses", and "Additional Costs,"the"Item Description" cells are locked and there are no provisions for entering item description.Are e to enter item descriptions under comments column provided on that screen? n Planet Bids, under the"Line Items"tab, If you do not have a comment you do not need to 16 the"Comments"column cells are editable. provide one. What information is the City looking for to be provided as a comment? Section 3.16—Line Item Pricing will the unit Yes,the hourly rates listed shall apply for the entire 17 prices provided under the line items be set five-year contract through June 30, 2024. for the entire five years of the contract term. Adjustments to the hourly rates thereafter may be J Addendum No. 001 Page 4 of 7 Docusign Envelope I ;C152F29C-93 -40C -A37D- 102797 City of Rancho Cucamonga Request for Statement of Qualifications("SOX)and Proposals(RFP)#18/1 -017 For Can-Call Civil and Traffic Engineering Design Will there be provisions for adjustments of negotiated six (6) months prior to entering into the the unit prices/hourly rates, particularly for two (2) additional one (1) year contract extension the classifications that may fall under term. This will take place in December 2021. Both prevailing wage requirements? parties must agree to the amended hourly raters. Section 3.1 —Line Item Pricing- Planet Bids Only if you have any. Line Item tab--Are the proposers required to 18 provide costs for"Other Direct Expenses," "Reimbursable Expenses,"and "Additional Costs"? Section 4.3— it is stated that "Hourly rate(s) Hourly rates shall include direct and indirect costs shall cover the cost of staff time and all direct and fees as listed in Section 4.3 Payment. However, and indirect costs and fees, including vehicle, please include Other Direct Expenses,Reimbursable 19 cell phone, computer, laptop, I-Pad and other Expenses,and Additional Costs for each line item as equipment necessary to perform the described in this addendum herein, See responses services". Under Section 3.16,direct costs to Questions# , 10, and 11. are required to be entered into Planet Bids system. Please clarify. _.—�..-.... .......... Section 5.3—Cost Evaluation—Section refers I Please see revislon # to the lowest proposal cost and the cost of the proposal that is being scored.The S FP does not require preparation o E 20 costs by the proposers. How will the cost evaluation be performed?How will the pricing noted on Line Item 's 9, 1 , and 11 on Planet i 's"Line Items" tab effect the cost evaluation? Section 5. —Reference Checks-"R"_ ference It could be either at the City's discretion, T55._.__ etion. contacts will be asked a set of predetermined questions for response and to provide a score from one( )to ten (10),ten being the 21 highest".Will the scoring of the references be conducted through written communication with the references or will it be conducted over the phone? o we have to submit for both civil and Please see Question #5 for answer 22 traffic? Can we just submit for one or the other? �mmmmm_ Are the requested on-call design services just Request for on-call design services is to shorthst up 23 for individual staff augmentation,such as a to three (3) consultant firms to perform the scope CAD designer, design engineer,or project of services outline in this solicitation. Staff manager,to assist City sta on specific tasks _ ,:. .mmmm_ r. ...., Addendum o.001 Page 5 of 7 Docusign Envelope ID:C152F29C-93 C -A 7D- 81 2797 City of Rancho Cucamonga Request for Statement of Qualifications("SO ")and Proposals(RFP)#18/1 - 17 For On-Call Civil and Traffic Engineering Design for preparation of the contract documents? augmentation may be required for a specific r will the firm(s) also be awarded the design project. 1 of projects to be completed solely by the firm's staff? For this SOQ& RFP1 /19-017,who Is the Page 5 states that Ruth Cain is the point of contact City's representative that we address the for this RFP. Piease see question # for addressing 24 proposal to? Page 5 states that it could be the RFP response. Page 9 indicates that Gianfranco Ruth Cain, Procurement anger and Page 9 Laurie is the point of contact for the project not the states it is Gianfranco Laurie. Please confirm RFP, The City does not have designated Traffic Engineer. 25 Does the City have a Traffic Engineer?Who is However, the City does have three ( ) qualified the present City Traffic Engineer? licensed professional traffic engineers acting as its representatives. The proposal does not have a page limit; however, 26 Does the proposal have a page limit? the City encourages the proposer to stay within 50 pages. Page 15,Contract Term states a period of See response to Question 17, five years. Can the consultant's wage rates 27 be adjusted during this five year period? Can the wage rates be adjusted in the 6th and/or 7th year? I or with Is a Consultant, th without a Please see Question 5 for answer. 1 � suconsultant, required to provide both Civil Engineering Design Services(Section 4.2.1) 2 and Traffic Engineering Design Services (Section .2. ?Or can a Consultant submit an SOQ for only the Civil Engineering Design Services(Section .2. )or Traffic Engineering Design Services(Section .2.2)? May firms propose only on civil engineering Please see Question#5 for answer. 29 or traffic engineering?Or must firms propose on both civil and traffic engineering? i How should proposing firms structure their Yes, proposing firms shall structure their costs 30 cost for section 3.16 Line Item Pricing? Is it based on current hourly rates. based on rates? Just to confirm, proposals have no .m _. age limit, See response to Question 26, 31 correct? When using sub-consultants, how does the See response to Question 11, 32 City match position titles of the subs with its Director, Principal,Senior,Associate, Addendum No.01 Page 6 of 7 Docusign Envelope ID:C152F 9C-93 -4 -A37D-5919 27 7 City of Rancho Cucamonga Request for statement of Qualifications("S ")and Proposals(RFP)#1 /1 -017 For On-Call Civil and Traffic Engineering Design Assistant, Designer,Technician? For example, Civil Engineering Firm,Traffic Engineering Firm,Soils Firm,Structural En r Firm, Environmental Firm, therefore,you have i this case 5 Principal rates. How do I enter this data? No, prime consultants may not perform the work Can prune consultants perform the work orders of their sub-consultants and vice versa. 33 orders of their sub-consultants and vice Unless a prime consultant submits a proposal versa, if mutually qualified? without any sub-consultants and is qualified to perform both on-call design service requests. The current list of on-call consultant firms is as � follow: inspection/Engineering Support 1. Aufbau Corporation i 2. Onward Engineering i Plan Check Support 3 1. Aufbau Corporation 2. HR Green Pacific Incorporated 1 34 Who are the current ern-call consultant firms? Soils and Material Testing 1. Ninyo& Moore i 2. Leighton Consulting Incorporated 30 ,Converse Consultants Survey Services 1. IMEG Corporation i 2. (tick Engineering Company 3. Westland Group Addendum No. 1 Page 7 of 7 Doeusign Envelope ID,C152F29C-934 -40CB-A37D-881902797A2E CONSULTANT SAL EXHIBIT "A-2" Docusign Envelope ID:C152F29C-934 -40C -A37 -881902797A2E SUBMITTED HRGreen. P A C I F I ON CALL CIVIL & TRAFFIC ENGINEERING DESIGN SERVICES e� h a . n RANCHO CLIGAMONGA 1260 Corona Pointe Court, Suite 305 Corona, CA 92879 Office 855, 00.4742 gwentz@hrgreen.ccr Docusign Envelope ID:C152F29C-934B-40CB-A37D-881902797A2E HRGreen, 1° � C F I � RA N� s,4lttlt 4 %; 40 WA x FR 4t.N 14FN'I AI Sr R5 4 F:^. 4 AND DF%''&'4OP1,i4 v 6 L 14V44tO"tiM. 'o'F.A4 4a141 4ttiC IO Docusign Envelope ID:C152F29C-934B-40CS-A37D-881902797A2E MEMain 855.9001.474,,,' Fax 714,333-1886 P A C I F I April 3, 2019 ®1 Cover Letter s. Ruth Cain, CPPB Procurement Manager City of Rancho Cucamonga l Procurement Division 10500 Civic Center Drive Rancho Cucamonga, CA 91730 Re: tin-Call Construction Management and Inspection Services Delivering "Best in Gass" Services Quality, Continuity, Responsiveness, Reliability, Stewardship Dear Ms. Cain and the Selection Committee, n order to meet your construction inspection needs, HR Green Pacific, Inc. (HR Green) will assign a turn of highly experienced and qualified staff with a proven track record for delivering diverse CIP and land development projects. e have collaborated with city staff and developers throughout Southern California to facilitate the delivery of a wide variety of projects while mitigating impacts to the respective cities' infrastructure and constituents. The City and HR Green culture fit seamlessly in our respective approach to project delivery. We wi'I protect the City's best interests by providing comprehensive, quality, responsive, technically proficient and t',,mely services n an on-call environment, you can have confidence that our staff will protect your interests, anticipate your needs, and proaffvely communicate with you. Our D fferentiators d Why We Are Best Suited to Deliver These Services Comprehensive construction management, inspection, and traffic engineering capabilities Exclusively serve public agencies 1 No conflict of interest Proven best practice too"s(e. ., field inspection apes, paperless reporting, thorough documentation, etc.) to save time and money and enhance collaboration Corona office (corporate headquarters) ensures quick response Cross-trained inspectors foster flexibility, stability, consistency, and community engagement Contact Information: HR Green Pacific, Inc. I Corporation 11260 Corona Pointe Court I Suite 305 1 Corona, CA 92879 1 Phone: 855,900.4742 1 George Wentz,, PE I gwentz@hrgreen.corn Our staff will hit the ground running to provide high quality, responsive, cost effective, and customer-oriented public services. Sincerely, r,� �att George AWentz, PE Vice President Docusign Envelope ID`,C152F29C-934 0CB-A37D-881902797A2E y 4.• 9 0„ �„ sobs y�,r. '���d � � •.m X :. ���Fwd� it9V'bks ' r A r 31 Cover LetterQo®:... .a ....s ....... . .;m.. ®®9 .. ........Precedes This 3.3 Executive Summary,.,,.....®...............................-- .... ................--.. .. 1 3.4 Experience .e...............................................— Thirdr# c sulta .,.e...............®,,,,,.........,,,..........,,, ,®...®.® e,... 3.6 StaffIC ra I ....... .......e ..., ®®,,,.........-............--- ....® ............., P A C I F I C 3.7Solicitation Response .,,,,15 3.8 _ 3.15 Requiredr ............,.....,, _...,..®®..®....®®®..---.....................„..- 28 3.16 Line lSubmitted Separately Docusign Envelope ID:C152F29C-934 -40CB-A37D- 81902797 F 3.3 Executive Summary Your On-Cali Civil and Traffic Engineering Design Services requirements perfectly match 1-611 Green team's capabilities, staff re- sources,and performance philosophy. All our proposed staff members are qualified to effic ntiy execute every task assignment listed in this RFP in accordance with the specifications set forth by the City. They will fit your culture,beet your performance expectations,and be team players. We will implement a plan that is responsive to your needs,will remain dynamic to changing conditions,and match the right mix of staff to the clearly defined assignments, Experience FIR Green, Inc.was founded in 1913 and ranks among the Top 500 Design Firms and Tap 100 Construction Management Firms in the United States on ENR's 2016 list A California corporation,the firm provides comprehensive consulting engineer ng services,exclusively serves pblic agencies,maintains multiple offices,and assigns 70+staff from our corporate headquarters In Corona. Many of our staff have multi-faceted building and safety experience,serving as farmer public employees and/or in on-site staff augrnentatson roles. We have served 15+ Inland Empire agencies across a broad spectrum of services tied to your scope of work Third-Party/Subcontractors Our in-house staff and technical experience will be augmented by Ninyo&Moore-Geotechnical Eningeering f Materials Testing, Overland,Pacific, Cutler,LLC,V LA Van Dyke Landscape Architects,and LSA Associates,Inc. Staff Biographies Ala of our proposed staff members have worked as public agency employees or as on-site extension of city staff. Among our team we can leverage registered engineers and certified plans examiners,muter quality and accessibility specialists. Leading our team is Steve i.ariso,PE,Q DIQSP who brings 20+years of design, CIP program management, plan review,and construct on management experience . Jim Smith, PE will serve in a Principal-in-Charge role to ensure the smooth,rapid,and responsive delivery:)i services, Our staff members are capable of administering all task items listed in this RFP and are proficient in the delivery of digital commenting/paperless processing. City Forms HR Greer has included Exh bats A-H in separate section s(Non®Disclosure Conflict of Interest,Professional Service Agreement, A,knowled e,rsent of Insurance,Addendurr Acknowledgement,Consultant Certification,Participation Clause,Signature of Author- t ,and Company References). Line Item Pricing Line item pricing for this solicitation will be submitted per City requirements under the"Line Items"portionof this electronic submittal; 10 On-Call Civil Traffic Engineering iServices HIR r n Docusign Envelope ID:C152F29C-934B-40CB-A37D-881902797A2E 3.4 Experience HR Green, Inc. Years in Business: 106 Qualifications Commitment: We only serve public HR Green, Inc. was founded in 1913 and ranks among the ENR's Top 500 agencies. Design Firms and Top 100 Construction Management Firms in the United Pending Litigation: one States, The firm is a corporation with 450+ employees and 15 offices Date of Incorporation- 1913 throughout the United States. Our California corporate headquarters(HR Capability: Our staff members have Green Pacific, Inc.)-a located In Corona with,additional offices in Orange County and Los Angeles County. Our DID number s 1000050680. We played a key role in the evolution and have 70+ staff in Southern California, any of whom have c;vI1 engineering, growth of 40+ Southern California design engineering, fan check, project/prgram management,and municipalities. FIR Green enjoys a construction management expertise. Over the past few years we have...... longstanding reputation for community provided plan review services to Anaheim. Our firm exclusively serves public stewardship, public service, and agencies and maintains multi-faceted on-ca!l contracts with 40+ Southern technical excellence. California city and counties, providing a wide range of civil engineering, project/program management, plan check, construction management/ inspection, water quality, and staff augmentation services, Our staff have requisite registration/certification and have worked as public employe is and," or in on-site staff augmentation roles. HOW RANCHO CUCAMONGA WILL BENEFIT Wl-iH HR GREEN Our governmental service professionals combMe creativity w,',',,,th reliability to provide staff augmentation and consulting services to local governments. We maintain a collective commitment to our core values: Innovation, Integrity, Commitment, Balance, and Results We provide administration, engineering, public works, p!anning, and building departments with staff to meet the variable workloads without the normal ;ong-term costs, Given our role as City Engineer, Public Works Director, Dty Manager, NPDES Compliance Manager, Land Development Engineer, and Street Superintendent to cities throughout the United States, we bring an interdependent "big picture" approach that effectively blends a,ternaVve delivery options, innovative designs, public works maintenance programming, and full-cost recovery financing pans to des go, construct, operate, and maintain Infrastructure. We deliver electronic planchecking as further det&'sed in this proposa. • • • On-Call Civil and Traffic Engineering Design Services PAGE 2 �- CityofRanchDCucainonga HRGreen- F 0 Docusign Envelope ID:C152F29c®934B-40CB-A37Dm 81902797 Our firm and staff members have received numerous awards from APWA,ACEC,and A CE for the design and construction of in- frastructure projects throughout the U.S.Our staff members have been recognized for rising innovative design techniques,includ- ing rubberized asphalt and other recyclable mat ria°s on road rehabilitation design projects, IS-based design,drainage solutions and green technologies to reduce peak flows and infraV;xture costs;as well as electronic plan check,digital commenting,and mobile software apps for field Inspection. Table ... .E ., :, . . .. �. w e � ` �� �.+ HRGreetl o I p a a N, - '� " sn � ,� �* ��t g z Eta o ..'se c� E n a M e '. to ,. . PAC f D y si C 'i5 's, V 15 Is C15 smvkm by Hat an=no a ca n u ca e ca a ca� on-Site Staffing ✓ ✓ ✓ ✓¢✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓�✓ ✓.✓ d y✓ ✓ ✓ ✓ ✓ ✓ ✓"s✓ ✓ Civil ancilor7rafflcDeslgnlEngineering ✓ ✓.✓ ✓;✓ ✓ ✓ ✓ ✓'✓ ✓ ✓ ✓ ✓;✓ ✓ ✓ ✓ 'lp ✓l ✓ ✓ '� —.. e a . .... i } ICOP ProjecW13rogram Management ✓i✓C✓l✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓€ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓1✓ ✓ City Engineering ✓ ✓ ✓J✓ ✓ It, ✓ ✓_ .....�...,m. .r . y Civil Plan!Map Check ✓ ✓ ✓ ✓i✓ ✓'✓ ✓ ✓,✓ ✓"✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓'✓�'✓ ✓ '� Waster Planning ✓. ✓ ✓ ✓ to, ✓ ✓ ✓ ✓ ✓ ✓ ✓' ✓i✓ ,/ ✓ Grant ritingl ministration ✓ ✓,✓ ✓ ✓`✓ ✓ & ✓ ✓ ✓ ✓_ ✓ ✓ ✓ ✓' Construction Mana ementflnspeetion ✓€ _ ✓ ✓ ✓ ✓„ ✓ ✓ ✓ ✓ ✓ �__. x Srmater C ifan P Review ,..✓� �✓ ✓!✓.✓ .... .�.�.a,� � ✓1.� ...}.� �. , � �. •, t u, Document Control ..... 3`! ✓f✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓"✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Pe rm ng t Counter Support ... q ✓ ✓ ✓° i✓ ✓.✓ ✓ ✓l✓ ✓ ✓ ✓`✓s✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓'.✓ ✓ On-Call Civil and Trafflic Engineering Design Services _..w.... _. . ..._.------- ------- PAGE 3 City of Rancho Cucamonga H reen. Docusign Envelope ID:C152F29C-934 -40CB-A37D-881902797A2E Ninyo r -® Geotechnical Engineeringf Materials Testing 'Since 1936,Ninyo&Moore has provided geotechnical and environmental consulting, pail check,engineering geology,materials testing and inspection, hazardous waste management,and soil and groundwater remediation consulting services to public agencies throughout Southern California.With an Irvine office,the firm has served many local agencies countywide, including Anaheim.For Anaheim the firm 1,as provided geotechnical engineering design, environmental consulting and materials testing and inspection services during construction of various capital improvement projects,A sdmpl ng of these task orders includes the Resort Gateway Monuments Traffic Signal Installations,the Ponderosa Skate Park,,and the Country Glen,heats Avenue and Placentia Avenue Street and Water Main Improvements.Ninyo&Moore has maintained a 20+year relationship with HR Green staff and with the City of Rancho Cucamonga. City of Rancho Cucamonga,On-Call Materials Testing Services 10500 Civic Center Drive,Rancho Cucamonga,California 9172 Contact: Mr,Curt Billings(90 )477- 700 I curt.billings@cityofrc.us Completion Date: On-Going Ninyo&Moore has been providing on-call geotechnical consulting,and soils and materials testing services for various improvements projects throughout the City of Rancho Cucamonga,California, The scope of services have included geotechnical design services,geologic evaluations,project coordination and nian-a erneni; performing aggregate gradations and verification of asphalt concrete and cement concrete mix designs in general accordance with A `M standards; field technician services for observation,sampling,testing and documentation during subgrade,aggregate base preparat on,trench backtill,and placement of asphalt concrete; batch plant inspection services which include observation,sampling,and documentation during asphalt production at the plant.In addition,they provided laboratory testing of sails,aggregates,as-phalt concrete,and portland cement concrete which included maximum density,optimum moisture content,R®value,extraction(%asphalt),asphalt concrete maximum density,and concrete compressive strength. Ninyo&Moore also provided pick-up and transportation of construction material samples for testing at our laboratory including field samples and batch plant samples,preparation of daily observation reports and test data sheets. City of Fontana, On-Call Geotechnical Consulting Services 353 Sierra Avenue,Fontana, California 933 Contact; Mr.Jeff Kim,Senior Civil Engineer(90 )350-672 d jkirn fontana.org r.Richard Oaxaca,909/30-711 roaxaca@fontana.org Completion Date; 2018 Ninyo&Moore provided on-call geotechnical testing services for the City of Fontana,Community Development Department since 1995.During this period, Ninyo&Moore has provided geotechnical design services,geologic evaluations,third party review,and soils and materials testing and inspection services for over 30 projects for various departments at the City,including Public Works,Building and Safety and Community ve oprnent. Ninyo&Moore services have included geotechnical design, geotechnical observation and testing and materials testing and inspection services,including reinforced concrete, masonry, and welding Inspection services. Geologic mapping and third party technical review for fault evaluations was performed for the City as well as third party geologic and geotechnica review of grading plans for proposed residential development that included blasting and disposal of oversize rock materials. During construction of public works projects,they provided and rnatri s testing services to evaluate the construction materials conformance to the project specifications,Services also included field density testing of storm drain and sewer vain trench backfili,subgrade preparation for sidewalks,curbs gutters,and roadways, and materials testing and laboratory conformance testing of import soils,base materials,Portland cement concrete and asphalt concrete materials. Ninyo&Moore's services also consisted of performing laboratory maximum dry density and optimum moisture content tests and performing in-place field density tests of backfill and subgrade materials in accordance with project MEOn-Call Civil and Traffic Ct ineeriirrg Design Services City of Rancho Cucamonga HR reen. r ..c !P E Docuskin Envelope ID:C152F29C-934 -40CB-A37D-881902797 specifications.We have also performed post-construction evaluations and materials testing including coring of asphalt concrete pavement to evaluate thickness,density and material type,as well as in-place field density testing of trench backfill and roadway subgrade utilizing sand cone test methods as we'l as third party review of compaction grouting operations. upon completion of a project,we submitted a written report to the City of Fontana,as requested,which summarized the results of our geotechnical, materials testing,and third party review services. As Beetled Testing Services,pan Rernardno County,California 385 North Arrowhead Avenue,3rd Floor San Bernardino,California Contact: Ms.Darlynn issert, ( 0 ) 387-5227/darlynn.wissert@pmd.sbcounty.gov Completion Dates 6/202 (second Contract awarded) in o&Moore was retained to provide as-needed geotechnical and materials testing and inspection services for the County of San Bernardino. Services included on-call support of a variety of construction projects throughout the County of San Bernardino Move&Moore performed a geotechnical evaluation and Infiltration testing for the Forensic Science Laboratory at 200 South Lena Road. The purpose was to evaluate the subsurface soli conditions and provide recommendations for construction. They also provided geotechnical and materials testing services on the Forensic Crime Lab Expansion. The project consisted of a new building,approximate y 19,924 sf,a 903 sf mechanical equipment enclosure and shade structure that is approximately 3,024 St. inyo&Moore is aso providing geotechnical inspections and material testing on the General Building Parking Lot Renovatson and Rancho Lena Storm Drain project adjacent to the Forensic Crime Lab. Overland, Pacific, Cutler, LLC Overland,Pacific$Cutler(OPC)was established in 1980 to provide profess;anal services for clients with projects involving rg t of way program management .and and right of way acquisition,feasibility analysis,real estate appraisal,appraisal review, reloca- tion planning and implementation, property management,and utility coordinations They perform these services for transportation, redevelopment,public works, housing,community development,school districts,energy,and utilities.Local,regional, state„,and federal agencies call upon OPC to provide on-call and project based real estate services for their most challenging assignments. OPC provides all disciplines associated with the acquisition of land and right of way,as well as expert relocation assistance and related services.They integrate start-to-finish service,which includes project cost studies and estimates,project planning and management,appraisal and appraisal review,site selection and acquisition,right of way acquisitions and negotiations,title and escrow, relocation plan preparation,relocation assistance, utility coordination, property management,goodwill analysis,fixture and equipment appraisal,eminent domain support,and expert witness testimony.Their staff routinely work with the requirements of locally,state,and federally funded projects.All services are performed in accordance with the regulations and standards of the acquiring agency and the Uniform Relocation Assistance and Real Property Acquls1ion Policies Act of 1970,as amended,and the URA regulations.Their personnel have a working knowledge of Title 49 Cade of Federal Regulations( FR) Part 2 ,State of California eminent domain law,as well as the Caltrans Right of Way Manual and FH A and FTA Guidelines. OPC has worked with FIG Green staff for more than 20 years on various infrastructure projects. BEOn-Call Civil and TrafficEngineering i Services City of Rambo cucamnge PAGE 5 k-RGr n ocusi n Envelope ID:c152F29ca934 A37D- 1 42797 VDLA n Dyke Landscape ArchitectsLandscape Architecture Van Dyke Landscape Architects(V )is a certified small business specl4i;nng in landscape architecture,planning, irrigation de sign,water management services and graphic communication VDLA's highly k=lled staff includes licensed landscape architects, certified irrigation designers,certified irrigation auditors,water managers,and LEER accredited professionals.VDLA has served private and public sector clients in Southern California for over 40 years.Their portfolio includes site assessments, master plans and construction documents for a.wide range of municipal,federal,institutional„corporate and other public and private projects. Their services include design from master planning and concepts to schematics,construction documentation and construction administration of projects.Additionally,they provide related consult,,ng services such as plan checking,technical writing,site inspections and irrigation water audits.The firm.has extensive experience in the region,having worked in the County of Riverside Jurupa galley,La Quint a,Pomona,Yucaipa, Experience with HR Green LA has been working directly under Tina York since 2014 in the newly incorporated city of Jurupa Valley.We have teamed with an been awarded work for plan checking in both the City of Lancaster and most recently the City of Menife .We've had a great working relationship with VDLA for the past 5 years. Riverside County Transpumtion I.and Management Agency 4060 Lemon Street,6th A.Riverside, CA 92502 Contact:Mark Hughes,Senior Engineering Technician 9 1.955NU 1 marhughe@rivco.org Cantu Galleano Ranch Road/I-15 Intrcahnge VDLA provided landscape architectural and conceptual Landscape design services for more than 15 acres of right-of-way land- scape associated with the Cantu Galleons Ranch Road interchange at"interstate 15:, located in Mira Loma,CA.A key component to creating a successful landscape In this region is the;imit d and effective use of irrigation water.All plant material suggested for this project was chosen for proven performance,love maintenance considerations,:and the ability to thrive with very love-water demand.The irrigation system will employ efficient methods of water delivery,including some areas of sub-surface B point-to- point irrigation,ail of which will dramatically decrease the amount of water needed to sustain this landscape. Falega Streetscapes and fled ans 1241 Laguna Canyon Road I Irvine,CA 92618 Contact:Kathy Zechmeister CCAM CMCA,Operations Director 949.448.6098 VDLA has been providing landscape assessments, landscape master planning and detailed landscape renovation plans for common areas within the Tale a community since 2015.Services include site assessments,conceptual designs,graphic exhibits, plant lists,street tree themes,and construction documents for hardscape,landscape and irrigation,and cost estimates.To date. construction document bid packages have been completed for medians and parkways on Avenida Pico and Aveina Vista Hermosa. 'Moz,ongo Rand of Mission Indians 12700 Pumarra Road,Banning, CA 9222 Contact:Karen Woodard,Administrator 951-849-4697 orongo Roundabout VDLA worked in conjunction with The County of Riverside Transportation Department,the Morongo Rand of Mission Indians and Cal Trans to develop conceptual options and construction documents for the roundabouts located at 1-10 and Morongo Trail Heavy solar exposure and high winds were taken into account when completing these designs,which used law volume drip irrgation and native plantings to provide a cost-effect ve and maintainable gateway to the Marengo Casino, Resort and Spa. ®nl F!"Civil and Traffic Engineering Design Services u.. ___NIM City of Rancho Cucamonga HR reen ®ocusign Envelope ID:C I 52F29C-934B-40CB-A37D-881902797A2E LSA Assiciates, LSA Associates,Inc„a California Corporation doing business as LSA,is a diversified environmental,transportation,and communi- ty-planning firm that evolved from a small consulting firm forged by Larry Seeman in 1976,then called Larry Seeman Associates. The firm was designed to meet the need for environmental evaluation as a result of the passage of the California Environmental Quality Act(CEGA).In 1935,LSA formed an employee stock ownership program and is now a 100 percent employee-owned company.LSA has been in business for 42 years, LSA has offices in Carlsbad, Fresno,Irvine,Los Angeles, Pala Springs,Point Richmond,Riverside,Roseville,and San Luis Obispo with a total staff of over 200 full-tune employees capable of fulfilling any project assignment, large or small.Our offices have a combined client base of hundreds of public and private clients,comprising public and private developers. Our Riverside office is equipped to handle the many facets of environmental issues associated with large-scale and small-scale development,residential subdivisions, industrial developments,commercial and office development, institutional facilities, mixed-use development,road- way and infrastructure improvements,Master Plans,and Specific Plans. City of Rancho Cucamonga 10500 Civic Center Drive,Rancho Cucamonga,CA 9173 Contact;Ca dyce Burnett,City Planner 90 .477. 700 Candyce,burnett@cityofrc.us LSA recently prepared the Addendum to the Victoria Gardens Master Plan Final Supplemental EIR and the noise and vibration im- pact analysis and traffic technical studies for the North East(NE) Parcel Public Parking and Public Safety Facility within the Master Plan for the City of Rancho Cucamonga. The City and Rancho Mail,LLC(owner of the Victoria Gardens shopping center are joint applicants for the proposed project,which would include a General Plan amendment,a Master Plan amendment,a development agreement amendment,a Tentative Parcel Map,a ground lease and related approvals to provide for development of a public parking structure and police substation on a va- cant 5.33 acre parcel("NE Parcel")owned by the City in the northeasterly portion of the Master Plan area.The public parking fa- cility and police substation would serve the City°s adjacent Cultural Center,the Victoria Gardens shopping center,and surrounding areas.The public parking facility would initially consist of a surface parking lot consisting of 506 parking spaces and,eventually,a o level parking structure(ground floor plus a single deck level above)providing a maximum of up to 869 total parking spaces, of which approximately 30 spaces would be dedicated for use by the police substation.The public parking facility would serve development already anticipated and planned under the Master Plan,The Master Plan amendment would change the designation of the NE Parcel from Residential to Parking/Civic.The police substation building would be a single story building containing up to 10,00 square feet of building area.. The NE Parcel had previously been approved by the City under the Master Plan for development with 95 three story residential units. Linder the Master Plan amendment,residential uses would no longer be allowed on the NE Parcel.The 95 residential units analyzed in the 2002 FEIR would be added to the Main Street Area in order to preserve the overall existing dwelling unit cap under the Master Plan. City of High and 27215 Base Line,Highland,CA 92346 Contact; Dennis Barton,PE,P(ncipal Project 909.864,68 1 ext,240,dbarton@cityofhighland.org LEA is preparing the environmental documentation on the improvements to the Base Line City Greek Crossing for the City of Highland.The existing Base Line Crossing is a four lane low water crossing over City Creek.The low water crossing has been characterized as having poor drainage and Coltrane has recommended constructing a raised bridge to improve the flow of water into the Santa Ana River.The roadway sections approaching the bridge from the east and the west are tour lane roadways and will need to be raised to meet the raised bridge profile,In order to resolve these problems with the existing crossing,the City intends to replace the existing four lane low water crossing with a raised four lane bridge. The project is a Coltrane District B Local Assistance project. LSA prepared the environmental documents.SE CA ISfM D and EPA CE with supporting cultural resources,flooding and drainage,water quality,biological resources,visual resources,hazard- ous materials,and noise technical studies. On-Call Civil and Traffic i eering Design Services _.,.... _ PAGE City on Rancho Cucamonga HR reen cusign Envelope ID:C152F29C-934B-40CB-A37D-881902797A2E LSA prepared d Biological Assessment(B )for the effects to the endangered San Bernardino kangaroo rat. The City is currently waiting for the US Fish and Wildlife Service to issue a Biological Opinion (BC'tl for dffects to the San Bernardi no kangaroo rat. Canzoneri Gottheirn Law LLP 361 Virginia Ave,Pasadena, CA 91107 Contact.Joshua C.Gott eim,Attorney and Partner, .224.6128,joshua l msn,com LSA recently prepared the Addendum to the Victoria Gardens Master Plan Final Supplemental FIR and the noise and vibration im- pact analysis and traffic technical studies for the North East(NE)Parcel Public Parking and Public Wety Fa,�Jlity within the Master Plan for the City of Rancho Cucamonga. The City and Rancho all,LLC(owner of the Victoria Gardens shopping center are joint applicants for the proposed project, which would include a General Plan amendment,a Master Plan amendment,a development agreement amendment, a Tentative Parcel flap,a ground lease and related approvals to provide for development of a public parking structure and police substat on on a vacant 5.33 acre parcel ("NE Parcel")owned by the City in the northeasterly portion of the faster Plan area.The public parking facility and police substation would serve the City's adjacent Cultural Center,the Victoria Gardens shopping center,and surrounding areas,The public parking facility would initially consist of a surface parking lot consisting of 506 parking spaces and, eventually,a two level parking structure(ground floor plus a single deck level above)providing a maximum of up to 369 total parking spaces,of which approximately 30 spaces would be dedicated for use by the police substation.The public parking facility would serve development already anticipated and planned under the Master Plane The Master Plan amendment would change the designation of the NE Parcel from Residential to Parking/Civic. The police substation building would be a single story building containing up to 10,000 square feet of building area. The NE Parcel had previously been approved by the City under the Master Plan for development with 95 three story residential units.Under the faster Plan amendment, residential uses would no longer be allowed on the NE Parcel..The 95 r si entia`units analyzed in the 2002 FEIR would be added to the Main Street Area in order to preserve the overal existing dwelling unit cap tinder the Master Pan. On-Cal __,_,l and._...._. TrafficEngineeringDesignServices City of Rancho Sohoi Cucamonga HRGrem CEzIc: Docusign Envelope ID:C152F29Cs9345m40CB-A37D®831902797 Staff Biographies Your traffic engineering requirements perfectly match HR Green teams capes lit es,staff resources,and performance philosophy. Traff c safety and mobility are a higu priority for the future.Consequently,we will assign a care team of key, local staff who have a long and successfu track record working at public agencies and/or City staff over the past 30+years. We also have a group of 100+ staff yincludes registered and certified civil, a,~d traffic,transportation operations engineers)who are focused on the planning,program management,design and construction management of traffic and transportation projects throughout the U.S.Th s gives Rancho Cucamonga access to not only dedicated Engineers and a Transportation Planner who are extremely familiar with the local and regional traffic and transportation planning issues,but also a deep resource pool to respond quickly and seamlessly to your needs.We are poised to providing embedded staffing and quick responses as part of our scope of work. —21 RA CHIO CUCA ONGA � KP t'Ihci T r Jim Smith, PE Steve Loriso,PE QSDfQSP e a Mike Ayers, PE Tafer dalai PE Nmyo & Moore Rob Olson aria Doyle, PE Gent6chnical Chase Keys, PE L SA Tim Cutsforth Environmental Overland Rigl7t of Way Engineering V LA Van Dyke Landscape Architecture Landscape Architecture m On-Cali Civil and TrafficEngineering i Services cat �� p Rancha CucaM0nga ME 9 H Green., _ PA I F£it oeusign Envelope 9 : 152 29c-93 0C - 37 -aG1 0 797 E Jim Smith, PE I Principal MONO N'� � eta � . � o.. F •" ffil Length of time with the Company 6 Years 77F�@K NO 'Educational Background Masters, Business Administration 'Bachelor of Science, Civil Engineering .. .., �� 13����j`t91 ��6 ��c, ,. ".a�U ul�� �a',1: „";,���� �'a'x;.1�,s,3v ncroum.u.ur,aa4A3`N`,tWaata•1tisYa'uSu.. lh y "u.� Experience withMinimum it t For nearly 30 years,Jim has served as Public Works Director a City Engineer for eleven South- ern California cities,including the cities for San Bernardino and Cali es .Jim is recognized for his"bigpicture"approach to maximize alternative financing for capital projects.He conceptual- izes projects that can be leveraged,generating greater value to constituents. Work Histoty on Similarrct ® - Contract City E ginekr/P bl c Works Director City of .lurupa Valley,CA.City Engineer/Public Works Director responsible for CIP project administration;the overview and approval for trans- portation, land development,and maintenance activities; grant preparation andadministration; interfacing ith state,federal,and County agencies for project approvals,entitlements,and cooperative agreements;and special district formation and administration (a g„CFDS,LLMDs, etc.) Contract City Fngineer,City of Lake Elsinore.CA, City Engineer responsible for CIP project ad- ministration,permit countersupport,and multi-agency and stakeholder coordination, Oversaw the prioritization,programming,and deliveryof a 1 + milfon CIP program from lannin , through esi and construction. Also,oversaw the preparation of grant applications and staff reports to City Council,as well as lad development/development review,permit process:ng, and utility coordination, Contract City Engineer/Public Works Director, City cif P centia CA,C,ty Engineer/Public Works Director responsible for CiP project administration,permit counter support,andmulti-agency and stakeholder coordination. Oversaw$6.5million in street rehabilitation improvements city- wide r u gas tax funding. City Engineerftblic Works Director,City of Indio,CA City Engineer/Public Works Director responsible for CIP project administration,permit countersupport,and multi"-agency and stakeholder coordination. Was at City for five years during period of$3 Million economic growth and doubling of population. Coordinated prepar do of$500 million Development Impact Fee, oversaw construction of community buildings(e. .,c hall,teen center,community center). Increased water tank storage from to 70 million gallons, Oversaw$5.6 million citywide street rehabilitatian and improvements to Highway 111, involving drainage facilities, roadway widen- mg,and congestion relief elements that required xte siv coordination ih CVAG, Catans and Bureau of Reclamation, Secured$10 million in grant funding through RCTC, ISTEA,and CVAG sources/prog rams.Also,oversaw the designand construction of the 1-1 /Jefferson Street Interchange, Led efforts in Indio to develop an agreement between the Cities of Indio and Coachella,and Burrtec Industries to establish a local MRF On-Call ii is Engineering DesignServices ty rod'Rancho cans mongn PAGE a0 I�Ir��'�en PA e Docusign Envelope ID:C152F29C-934B-40CB-A37D-88i9O2797A2E Steve Loriso, PE Consultant Representative I Project Manager � PRO� 1t re t# „t a fern L so ;;. Length of time with the Company 5 Years .:< � � .c f Certification Cualif�.,ed SWPPP Deveioper/Practicioner(QSQ/QSP), CA 00503 Role in the Project Project Manager/ Cfvi1 Design _Experience i ii it Steve has more than 20 years of design, CIP program management,design management,plan review,and construction management experience of municipal public improvement projects. Types of projects include roads,drainage,water,sewer,traffic,grading,and parking lots. Steve as managed the implementation of the Municipal Separate Storm Seaver System S )Permit for various municipalities; performed review of compliance documents for private and public developments,and acted as the owner's representative and liaison between design teams and general contractors on facility and infrastructure construction projects., Work Historyi it r Projects: Civil Engineering.City of Jurupa Valley,CA City Engineer responsible for managing City's Capital Improvement budget,plan checking Wand development projects,overseeing the design and construction of all capital projects,facilitating the MS4 Permit and stor water quality compliance requirements,and grant writing/administration. Design projects have'involved improvements to arterials/corridors,cilywide pavement rehab"iitatio , major arterial widening, and incorporation of Complete Streets/Road Diet eiements, C'vii Engineering/Program Management City of Pomona. CA Project Manager for the design of various street and alley,,mprovements citywide, Contract Program Manager for the design and construction of various sewer and water projects,as well as the Gold Line and various plan check assignments, Project Manager for$2.5 million street reconstruction project(Temple Avenue to Ridgeway Street). Program anagermc,,,nt,City of Lake Elsinore,CA, Provides CIP management,pro,,ect manage- - ment,quality assurance/quality control,and construction management to help prioritize and program of CIP road and drainage projects involving a large backlog that needs to be expedited through design and construction, ecycled Water CNpeline,Inland Empire Utilities Agency.,City of Chino,CA.Project Manager for the"jack and bore"design of roughly 254 LF.of 30 inch diameter ductile iron pipe under heavily travelled Euclid Avenue. Road/Site Improvements i Paverient Rehabilitation.Cities of San Gabriel,Walnut, Palos Verdes Estates,Azusa,Norco,Lake Elsinore,C . Project Manager for the design and/or construction management of various arterial roadways, road widening,site improvements,and multi-phased pavement rehabilitation projects utilizing a wide variety of rehaluNtation strategies. tormw ter Compliance I Program Management,Various Southern California Cities. imple- mented Permit for Cities of Jurupa Valley,Walnut,Monrovia,San Gabriel,and Bradbury. On-Call Civil and Traffic Engineering DesignServices ``'City of Rancho Cucamonga PAGE 11 HIRGreen. e,. ' R. oc sign Envelope 1 :G15 F C-934 -40C -A37 -8 1 02797 Taier r PE Transportation Engineering Manager '`s",'it'�'"`'e"",rt'ligpoe '�3ja ;'" +��s �. , r cw;sn ffit{ 4 A lal?� B 6? .w»" 6a S'.�2,\aRi'"a }4 Length of time with the Company 2 Years 10 Educational ack ro d Bachelor of Science, Civil Engineering Master of Science, Civil m rin ' TrIN- Walli ° 40VI i. , Ill. . a. . IN.@ ,,, ORION .l raw Taher has 32 years of experience, during which he managed and oversaw numerous traffic engineering and transportation planning roj ct . As Traffic Engineering Manager and Traffic Engineer with the City of Anah&rn, he had managed the design of numerous traffic engineering projects and managedthe City's day-to-day traffic operations and programs, including aeration and maintenance of 614 miles of streets striping and signing, ith 3,620,000 daily vehicle miles of travel, over 300 traffic signals and 13 chars ea ie message signs.Taber was involved in the review and approvalof traffic impact studies, ITS elements, transportation an e t plans, communication la , traffic signals, pedestrian, bicycled and vehicular access and circulation improvements for all capital projects in the City of Anaherm,, including landmark projects such as the Anaheim Regional Transportation Inter modal Center ( T1C), isney's California due , Anaheim Resort, GardenWalk, and Platinumria e. Taber was the iead for the City of Anaheim in the design and construction of rail safety improvements that resulted in the implementation of u,iet zones at 14 rail crossings on rail subdivisions and an additional S rail crossings on BNSF railroad along Orangethorpe Avenue. He represented the City in Technical Advisory Committee eeti s for numerous projects, including County'County's Urbanail Network Definition Study® Regional Commuter Rail Expansion Program, and Caltr ns° 1- , - 7 and SR 1 freeway and road widening rojects. He served as Project Manager for road diet, traffic signal synchronization, and road ide i g projects throughout Anaheim, i Rob Olson on Analyst Planner 1 .rn a "" 'z '"i`'wi .,Q :`"�1 :"-�,'�"�+�i 3,,,�'"�Ca'i� Length of time with the Company 7 Years pq 0= YC ",-1:+011 mom1011 aj�`�� ��� � o[ 1 j� Role in the Project Transportation Analyst/ Planner Rob has over 20 years of experience in transportation planning and traffic e gjneer .The range of projects�e has managed and participated in 1 Uu es ci a and area- ide transportation master plans, g corridor planning studies,corridor accessibiFty and streetscape plans,traffic impact analyses for numerous development projects,bicycle and pedestrian master plans,negh- borhood traffic management plans,parking plans for communities and private developments,and master plans for major event centers and developments. Rob often rks with multi- iscili a teams on diverse projects that require planning,utilization,an design analyses and tie presentaWrl,of complex traffic and parking issues to agencies,community groups,and the general pub- lic.He has worked closely with both public and pr°vate sector clients on projects in urban areas that required plans incorporating design and operational solutions,Recent projects include traffic studies for project and area wide EI s,on-call neighborhood traffic management plans and reviews,and tra is impact and parking plans for communities and private developments. For the C4 of Anaheim he reviewed temporary construction traffic control plans for the Ktel! 57 Interchange improvements near the ARTIC multi-modal,station. On-Call Civil and Traffic Engineering Design .._ City of Rancho Cucamonga PAGE 1 FiRGri, n. v.�cu r � ocusign Envelope ID: 152F29 - 3 -40 -A 7 -8 1902797 Mike Myers, PE / Design Engineering Task Leader Length of time with the Company 17 Years Educational Background Bachelor of Science, Civil Engineering `fig' ,'' Mike has more than 30 years of public sector engineering experience. He possesses extensive project and construction management knowledge coupled ith strong interpersona, communication ski.Ris, Mike has served as a Senior Project/ Program Manager handling a broad range of municipal,'," consulting services (federal grant funding, design, CIP management, plan review,. assessment engineering, counter services, and construction management) for 20+ Southern California cities. He has designed a various of road i ni , pavement rehabilitation (involving a variety of strategies, such as scurry seal, PCC ADA, and ARHM), site improvement, and et utility (sewer/water/drainage) projects throughout Southern California, including for the Cities of Palos Verdes Estates, Rolling H<lis Estates, Azusa, Moreno Valley, Diamond Bar. Maria , PE CIP IL ., �ti ,i Cluj Sf rl r4 MINN. 1 . Length of time with the Company 3pYearss 1 mIbIYtGr 1Re+�BAtl � �`, —01 Educational Background Bachelor of Science, Civil Engineering y, �. Maria has more than 30 years of public works a i stration.cl7ty� engineering,civil engineering,infrastructure design,wwater quality,and construction management experience throughout California,Her Southern California experience includes traffic ongi- nearing,land development,capital improvement roject design and construction,water quality,pavement managemenL and asset management. Marla had providedoversight to development a i ' ttin of CIP programs. She has also Prepared and administered perati g budgets:. In Pomona, California,she served as Project Manager formillion Mission Boulevard/SR 7 Grade Separation project,which transformed an existing at-gradecross ng into a grade-separated overpass. This project involve extensive community involvement(e. .,monthly e i,,ggs during construction). Coordinated phaseddetouring of traffic during multi-year construction timeframe, Also,worked closely with businesses to maintain ingress/egress ring business hours. DesignChase Keys / CIP Length of time with the Company 6'years m��titi� E�ifnrittrt t . ' 1 a1It f' cle � vlf�tgfr�err�9, �. Role in the Project — Design Engineering Chase brings comprehensive experience desi street improvements, ana in f lived CIP projects,processing permits,re- sponding to public inquiries and utilityconcerns,reviewing vario s utility plans,and has utilized permitting and database software to track public works and development activity through a GIS interface. e hashelped prepare grant applications for federal, state,and regional funding, oreover,he has ass,"sted in both the office and field on construction projects,and processed paperwork through Caltra s and regional transportation agencies. He has served as CIP Manager forte Cities of Jurupa Valley, Beaumont,Palos Verdes Estates, Rolilng Hills Estates,Hemet,Azusa,and Lae Elsinore(design and construction of 0+road widening d pavement rehabidtation projects) in delivering a broad array of CIE and land development projects. On-Calliiil and Traffic EngineeringiServices Ry of PanchD Cucaa anga PAGE 1 HRGreen. 0A c, r: Docusign Envelope Ella c15 c- -40C -A, 7D-&919027 7 Tim Cutsforth / Design Engineering ,� "'" `. ^�"„ °u° ```..v Bch „� s�.O"-`33a , �ON��,� �� � �Z .r �k #f �� c, t C� }r� e �, ��. ; INI X11 Length of time with the Company 7 Years s a.:..a.,r$•; y .,,,:ss,#t..,. ,.. y z.. ?Sk 4'r`z`'```'y'c �.pc..k+gg�s...pp-,"f ti ',��,sm Mv�y( b O'COWN, Role in the Project Design Engineering Tim has 25 years of engineering des,gne permitting, and inspection experience to cities throughout out ern California and the Midwest. In California he bnngs seven years ofwell-rounded experience designing pavement rehabilitation improvements and road widening projects for the Cities of Jurupa Valley, Azusa, Lake Els1nore, to Verdes states. e has also served in a staff augmentation role for 4 cities and a county and brings proficiency in delivering federally- fundedr jec s and extensive er it coordination of diverse infrastructure projects. On-Calliil and Traffic EngineeringDesign Services HIRGireen. PAC r .- Docusign Envelope ID:C152F29C-934 -4oCB-A37D-881902797A2E 3.7 Solicitation Response The City of Rancho Cucamonga heavily leverages consultants to delver civil and irafllc des gn services,with special focus on pavement rehabilitation an spending SB t funds= a tmely manner. HR Green's staff are prepared to provide a full range of civ I and traffic engineering services while working seamlessly with city depart merits,Caltrans,SRCTA,adjacent c=ties,and the County to advance economic prosperity,development mo e�tu , infrastructure improvements,and community safety and c"eanhness, Moreover,our creative approach to using GIS tin b`d packages is a streamlined method to cost-effectively del=ver pavement reha- bilitation projects. HR Green also uses Electronic Plan Check for tamely rev evrs/responsiveness, ApproachOur HP Gme77 provides a"one stop/single source"solution to process,design, review, inspect,and approve new construction and improvements, Our expertise is ideally suited to deliver the highest qua lty services at the least cost,wth optimal e iciency. Need Identification y actively listening and maintaining sensitivty to particular issues,priontes,and organizational culture,HR Green works in partnership internally and with other consultants/contractors/stakeholders to assess diverse needs,special initiatives,goals,and expectations. Strategic Planning/ Program HR Green establishes clear plans of action to institute priorities,Identify stakeholders/processing agencies,set communication protocols,and align services acid staffing levels/expertlse with mutually-defined needs and objectives. Our stag determinesproj- ect funding sources and cash flow requirements for planning,clesigir,construction,and maintenance; establishes processes for achieving agency approval arr;�a strategy for public acceptance; and re*ynes procedures for design management, bid advertising, construction contract award,construction management,operations and maintenance , Our goal is to provide value-added services that yield innovative,yet practical,solutions to promote cost-effectve and timely delivery,while protecthg andenhancing the value of your infrastructure. Our approach will genera ly follow the steps set forth below: Kick-OffMeeting itReconnaissance We ill hold a kick-off eeting with City staff to scuss major features and details of design project; identify Juvi dictional agency approval and/or permit requirements; and establish clear lines of communication. HR Green will discuss any special requirements,constraints,and/or opportunities available that are in the best interest of the City to expedite the project'In a cost-effective and timelymanner; and perform rleld vsit(a)to review and document field conditions verity existing topographic data,and assess specific concerns 6 constraints and issues. OrderTask i ti e will develop,submit, refine,and negotiate task order proposal with City that includes a detailed scope of work,identil cation of subcontract work,deliverables,project milestone schedule,resource requ cements,documentation required from the Caltrans Local Assistance Procedures Manual (if necessary),and budget. Researchvi R Green will obtain existing drawings Riles for topographic and base mapping,as-built data,survey control data,hydrology studies,geotechnical studies,right-of-way maps,and existing utility information from the City. We will hold coordination meetings with stakeholders,including utility agencies, as needed. Initial Evaluation f Agency Coordination Our staff ill identify alternative solutions for key elements of design task order and evaluate feasibility based on various factors (e. .,cost-effectiveness,constructability,uffity Impacts,safety,implementation,schedule,ease of operations and maintenance, s stai abili ,etc.), On-Call Civil and Traffic Engineering DesignServices ",,,City of Rancho Cucamonga A 1 HRGreen. Parr, i ocusign Envelope ID.c1 2F29C- 3 0C ® 37 ® 81 027 7 Environmental Documentation HR Green staff will complete the initial checklist to evaluate the need for CEA or NEPA documentation and coordinate with the ity's Planning Department based on funding and specific project req,,timnants. Design Development R Green will review existing studies and design documents for adequacy,value,comp° tns ,assumptions,and compliance with required standards and criteria to complete preliminary design, ClientAgency Review HR Green will present findings and recommendations to City for review and concurrence. Project Finalization, Approvals, and Permit Processing HR Green staff will incorporate stakeholder feedback and present these co,-nments to City for resolution and direction to finalize plans. Construction Support Deemedthe City HR Green will assist City,as needed,in responding to RAs,evaluating revision requests,providing construction staking,perform- in as-built surveys,and developing "as-built"plans. Some key issues we regularly address on infrastructure projects are highlighted low: inimize Co munity Impacts On-Street Parking Alternatives 1Naintain Ingress / Egress Optimize Pavement Rehabilitation Methods • Efficient Traffic Control Streamline Right-of-Way& Permitting ® Structure Type Selection (Bridge, MSE Retaining Effective Structural Design in Tight Constraints al'a, etc.) (e,g.a Dril': d Shafts vs, Pile Caps) • Aesthetics )A Compliant Sidewalks/Curb Ramps • Develop Complete Streets Incorporate Traffic Calming Pavement Rehabilitation Strategies R Green has ut`.lized various alternative pavement recycling methods to design street rehabilitation projects. Below are some of the alternative pavement recycling methods employed by HR Green staff, i. ARAM -consists of a leveling course,asphalt rubber aggregate membrane(interlayer)and Type 11 slurry, We have used this method extensively for the City of Jur pa Valley(e, ,,.rehab!,itating 70 miles of roadway). 2e Cold Central Plant Recycling (CCRR) —recycle existing asphalt pavement by grinding,taking to a jobsite plant to"rejuvenate"the material, place as a base course of asphalt pavement and cap with a thinner lift of convent:ona. hot mix asphalt pavement. Performed this work on Las Tunas Drive for City of San Gabriel, e Full Depth Reclamation ( ) pulverization of asphalt to class ll type base material in order to recyc:e and reuse existing pavement material, Performed this work on South Campus Drive for City of Pomona. On-Call Civil and TrafficEngineering siServices F City 0 ncho Cucamoesq -PAGE IS HRGreen ocu l n Envelope ID:C152F 9C- 34 -40C ®A 7 -88190 7 Familiarity IFederal and StateProcedures Collective`ry,our staff brings extensive experience delivering federal,state,re ionat,and locally funded transportation projects. Th s includes identifying and procuring grant funding,developing public private partnerships and interagency memoranda of understanding to enhance collaboration( altrans,project design, project management,and construction oversight to support ATP,SB1/RMRA, Highway Safety Improvement Program,SB821 ndn_motorized transportationfacilities,Cal Recycle.HBRR,Safe Routes to School,h cent sales tax,and CDRG funded rojects, Projects we have successfully delivered to comply with federal and/or state procedures include: • Pavement/Street Rehab[itation Me • Roadway Widening .Mall" � e Bridges - .... . — 7 W"p E NAMMIR tB4Ut Road diets, bike lanes, and sidewalk/trail en an ei rk s d �"s1g��1F�n��� 0�@���� � Engineering Design Services On Call Civil and Traffic Eng_ . PAGE 17 HR r en. .e,a v r r. ,assign Envelope ID:C152F29 - ®A37 ® 19077A2E Water/Surface Drainage Over the past S +years HR Green staff members have provided flood control design services for flood control facilities, roads, and appurtenant infrastructure facilities for many Southern California agencies and large agencies throughout the U.S.Our exper ence includes: • for a er+ Floodplain Management: Our experience allows us to identify storrnwater problems through needs assessments and analysis,design the necessary mitigation to those problems and construct the significant improvements, • Flood Control Systems: Through floodplain mapping, levee design and certification,watershed master planning,and design of storm sewers and pumping systems,we have helped numerous communities protect critical infrastructure and public/private props • Restoration + Enhancement: HR Green provides field assessments,stream and riparian corridor improvements, bank and shoreline stabilization,custom urban stream solutions, restoration of wetland lakes and ponds,and detention basin retrofits, Green• Infrastructure: Stormwater Best Management Practices(R Ps) prevent erosion of valuable land and the degradation of precious water resources.Our portfolio includes many award-winning projects involving green infrastructure enhancements. Roadway Drainage4 Demands placed on roadway systems can cause or exacerbate flooding issues.Whether your project is a new highway on new alignment or improvements to existing roadways,HR Green's professionals have extensive experience addressing the conveyance of stormwater, On Call Civil and Traffic Engineering DesignServices City of Rancho Cucamonga PAGE 1 HRGreen Docusign Envelope 1D:C152F29C-934B-40CB-A37D-881902797A2E Staffing Services / Augmentation Track Record of Success HR Green Pacific,Inca as outlined in Table A(page 2)of We proposal,has successfully and sat sfactorily provided staffi'lg and support services.For example,in the City of Lake Els,nore,the firm perforated the follow ng support to the city, counter support CIP development land development plan check and entitlement review Inspection Council Report 9 Presentation Preparation In the City of Beaumont,HR Green provided CIP support services,managed delivery of the GIP,and provided a Land Development Engineer to write conditions of approval„ prepare staff reports,and close out projects. e are specifically �a='ified to work with the City of Rancho Cucamonga for the following reasons, Project Familiarity HR Green has a long history of successful working relationships and has worked on many capital improvement and development projects. Our team has worked to meet day to day and technical demands of short term contract services for specific projects similar to those required by the City of Rancho Cucamonga. Project Team e have provided a unique tea....of professionals that i cue registered engineers,administrators, public work directors,certified water quality experts,and support staff. While most of the 450Green staff members have worked with municipal clients, any of our staff has also worked directly fora government entity, hic gives us a unique perspective on how we s omd provide services to our pl.,c sector clients. The experience and expertise of this team wIll be critical to addressing the i me .,ate ally® _ery requirements of the CIP. Funding Success e have secured and/or provided assistance to cities to obtain grant funding for capital projects, Over the past 10 years HR Green has secured over 200 million in grant funding for its rnunici ai clients.. Having the knowledge and success with funding will position Rancho Cucamonga in maximizing its revenue source to implement a successful and expedited CIP plan. Approach We have provided an Integrated Planning and Design approach for your consideration and provide you with opt,mum fiexibil"tY. R Green has a good understanding of the support that Mould best greet your immediate needs and be available to complete assigned tasks. On-Call Civil and Traffic Engineering Designrvic ���0mng"R PACE 1 HR Green. r A C $F 1 f' oc sIgn Envelope ID:c1 2F29C-934B ® 37r9 81 42797 Civil Engineering Design Services Objective HR Green will provide"best in class"services to the City with eng,neering and enV ronmental services In keeping with core values of responsiveness,reliability,and stewardship.The general scrape of work ino!uses ser ves associated with; completion oaf plans, specifications,estimates,and calculatons,and the use of Auto CAD Civil 3D for approved equal).The scope also includes studies in support of the plan such s; • shoring • hydrology • hydraulics • flood plain • erosion control The work may include providing project study reports,value engineering,and feasa }lity studies.HR Green will write specifications and bid documents as wel,as work with outside agencies to secure and process permits.The consultant will complete right-of- way engineering and provide legal plats as well as perform plan check of plans,specifications,and documents. Our staff will also provide environmental clearance for CEQA and attend standing meetings to obtain project approvals from the City and from various regulatory agencies. HR Green wail provide Civil Engineering Design Services under theOn-Call contract as follows; i verse versee Civil Engineering,design and drafting service using AutoCAD Clvd 3D. I Prepare street,storm drain,landscaping,trats and highway improvement plans. 3. Provide engineering and structural calculations,structural drawings, shoring plans and calculations,hydrology,hy- draulic and flood plain studies,and erosion control plans. . Draft project study reports,projectreports,value engineering analysis and feasability studies. 5. Write bid documents and specifications and process regulatory agency permits. . Calculate preliminary plans and cost estimates for various projects. Facilitate environmental clearance for CEQA. Administer right-of-way engineering,legal desric tons and plats. 9, Perform improvement plan check on variety of engineering plans, specifications,and documents, 10 end any meetings that the City deems necessary. On-Call Civil and Traffic is i e i si Services City of Rancho Cucamonga PAGE 20 HRGreen. Docusign Envelope ID:C152F29C-934 -40CB-A37D-881902797A2 Electronic Plan Check Streamlining the r c ss E HR GREEN TALE: As public agencies face in-house resource availability challenges,staff reduc- Electronic plan check to tions,lira ted funding,and increasingly heavy workloads,there is a grqw,ln e public agencies (federal, state; sire to implement time-saving,cost-effective solutions.In the land development regional, and local) processing and approval area a few of these solutions focus on best practice 1:, i ital commenting for building a processes as well s electronic I d tal tools. nd civil projects Electronic plan review solutions can improve agency efficiency by as much Proficiency using various software as %and is ideally suited for expedited reviews and overall shortening of and database systems turnaround times. i,,;Successful track record using y Considerations electronic plan check for complex, uti- s develop is to Agencies should weighthe following elements when exploring the benefits of 8,000+ its engaging to a paperless,digital plan check system: o private sector design work= Time-effectivenessNo conflict of interest streamline multiple plan c °.- Timely review/Responsiveness - submittals and disciplines times Proven best practices f State-of- maintain rnaru enhance collaboration the-art processes Cost-savings Space reduction iWaste reduction Implementation R Green w,41 maintain accountabifty through the use of formalized r css and streamlined electronic plan check procedures should your agency desire to use these tools.The plan check process+ail`be managedthrough our'° r TM'plan revkew andrace rogr ,a formalized and integrated rk to process whereby Technician, Review,and Experienced Professional manage e u l ty control functions are consistently implemented cad every project, Streamlined Communication HR Green utilizes proactive;hands-on managemento face-to-face meetings; and proven electronicl check system and track- ing tools to streamline service cletivery,enhance communication,and promote transparency. Reviews and comments are accessible in real time electronically to all stakeholders.We also utilize dashboard reports and generate monthly progress reports to track performance metrics and give you immediate access to project status.These tools maximize collaborati n,enhance expedited requests,save money and t e,reduce waste and storage space, build consensus, and promote project transparency. On-Call Civil and Traffic Engineering DesignServices FA9 �IFK,Ireenm Docusign Envelope ID:C152P29C-93 0 ®A37 ® 81902797 Civil Engineering Design Services 1, Data Collectioni i Green will collect existing data reports,data,as-built plans, and project relevant information from the City,County,and other Agencies and obtain rights of entry to support services for survey,geological,environmental,andfor utility potholing. Deliverables;Field review notes,photo logs,a -buiit plans,existing study reports,topographic and assessor maps, right-of-way documents . Surveys and AerialTopographic Mapping: HR Green will research relevant record information including; tract maps, records of survey,parcel reaps,and right-of-way maps.Utilize centerline information from ps as a basis for the survey~ Deliverables:Auto CAD drawing drawiqg of the survey points collected in the field and color aerial oitho photo . UtilityMapping: HR Green ill act as primary point of contact with all Utility owners and participate in ah utility meetings.Our staff will also contact utility owners to verify existing utilities plotted on plans matching the utility owner as-built utility plans and provide design plotting as necessary, Deliverables:Letters to owners requesting as-built plans,as built maps,and utility base map a Traff i This includes traffic data collection and traffic impact analysis,Traffic data collection involves obtaining data from daily traffic volumes during peak hours and daily traff is volumes forte intersections and roadways within the study area,Traffic impact analysis includes preparation of proposed improvements for CE A documentation. This analysis addresses the changes in traffic volumes and patterns in the immediate vacinity tote area of study. N,livera les.Traffic impact analysis and traffic management plan ® Roadway Geometricr i : A comparison will be generated between previous roadway plans and current roadway plans to minimize impacts on any current work being:completed and will make adjustments for existing improvements, The proposed alignment will be designedin accordance with City f Rancho Cucamonga requirements and design guidelines as well as Caltrans HDM design criteria. Deliverab es Geometric Approval Drawings %complete plans), Preliminary Cost Estimates,Preliminary Right-of-Way Map 6. Preliminary i Plans: HR Green shall prepare drainage design for both on and off structure drainage In accordance with San Bernardino County Flood Control and Water Conservation District design standards. Our team will a,so review any available hydrology reports and will prepare a Hydrology and Hydraulic Report in conformance it County and City requirements., Deliverables;Drainage Design Report, 0%Dra a e Plans Environmental Documentation 1. Preliminary Environmental : In accordance with current Caltrans Guidelines,our staff will prepare 5 for the project in support f the engineering and design services to be provided byte design team. HR Green will also meet with City staff,design project engineer,and Caltrans to define the project description and schedule to develop a mutual understanding of the issues that impact the project. De ivera °es:Draft P Sa two rounds of comments,final P S 2m Water Quality Assessment: In the interest of descrbing existing water resources and determining potential project impacts,the WOAR will discuss increases to impervious area, potential increases in runoff volumes,and the amount of water that can be assumed to infiltrate into the ground. This report also addresses pollutants of concern and how potential contamination maye mitigated. (1e,iiver&es:Draft and Final VVQAR Document(Caltrans Template) On-Call _iit and TrafficEngineering siServices City of Rancho cuammonga, PAGE 22 HFIGr n. , a c Docusign Envelope IC:C152 29C-9340-40C -A,37 -3319027 7 3. Floodislain LocationHydraulic Study ( ) and Summary of Floodplain Encroachment _. ( ): Using prev'ously anaillyzed anddocumented in the 30%stage to complete the necessary L S and SFER forms for C (trans review and approval. Deliverables:Completed LHS and SFER forms for rev"Iew and approval(as needed) 4. Juristrictionall WatersWetland li io : The team shall perform a juristicion- al d liniation to determine junstict oval"Waters of the United States'"an "Waters of the State"(including wetlan s),located within the boundaries of the proposed impact areas. Deliverables-Draft juristictlonal delineat'orr,to be appended to, the NES-MI,two rounds of comments,final jurstictional delineation,to be appended to the S® I. 6® NEPA Categoricalion (CE) Coordination: Our consultant will coordinate with Coltrane in prepa- ration fort e CE and NEPA compliance including preparation of Environmental Commitments record,Consultant will also provide ll necessary support docu e for Caltra s to issue a NEPA C . Deliverables- CE with ECR by Cara s,Coordination with Caltrans,Draft Environmental Commitments Record (EC ), one round of comments,and Finai Environmental Commitments Record . Draft CEQA i : Ourte ill incorporate the purpose and need/project description from rior tasks and tech- nical studies to prepare sections for land use and communityinripacts,public safety,public services,recreation,and utilities. From this data,we will create a Draft IS that will be shared with agencies for review comment,then revised in response to agency comments. Deliverables.Draft CEQA, IS/MND,Draft Initial Study,two rounds of comments Preliminary rid Final Engineering 1. Storm Water Pollutioni seen will prepare a StormWater Pollution rven tlo Plan (S )in compliance with the National Puilution Discharge Elimination System ( P S)requirements.The SWPP will address project risk level,source identilfication erosion and sediment contro,maintenance and inspection reporting, training, monitoring and reporting and post construction ana e t. Deliverables; r SWPPP&NOI,Final SWPPP 2. Water Quality : The WOMP shah inc ude source control and post-construct on BIVIP's will be sized according to project.All BMPs will be designed and implemented to reduce or eliminate discharge of Mutants into the storm drairr system. lierables;Preliminary WOMP, Final WOMP Civil Green ill. cor crate any comments or changes made during the review process.Plans shall include;title cover sheet,demollton plan,typical sections, detai s,improvement layout, profile,cross sections,erosion control plans and water pollution presentation plan. Deliverables:60,go,1 %Plans and Specs . Roadway Stormr . r team will coordinate with the City as well as utility owners to determine u°tl- mate facilities planned for project location.Their recommendations will be incorporated into design as well as any necessary improvements. De Iiver ble : 60,9 ,100%Storm r n Parrs 5. Landscape and Irrigation : Consultants i t prepare progress landscape plans in the Ci 's applicable format and andering to MWELO standards,will provide preliminary cost estimates and define specifications. Deliverables:60,90,1 % Landscape and Irrigation Plans On-Callivil and Trafficiri -iServicesME ' 1C ty ct Rancho cucarnosng PAGE23 HRGreen. acu ign Envelope ID: 152 29c- -40C -A37 - 1 027 7 . Water Plans: R Green will coordinate with water districts to determine the exlent of the water relocations required for the project(if necessary) n coordinate placement of waterlines(,,f necessary), Deliverables 60,90,1 0%Water Plans 7. Traffic ControlPlans: Our team will provide traffic control plans for areas affected by project construction Including definition of roadway configuration within li is of work and lane transitions,We will also prepare schematics of advance warning signs and design,legend,and locate all work area signs,barricades,and necessary traffic controls on designated Ian sheets. eliverable& 60,go, 1 %Traffic Control Plans 8. Signing i i Green staff will prepare and sign striping plans showing the areas impacted by construction and affected traffic stripes and signage"In accordance with CA MUTCO and the Go's requirements. Deliverables 60,go, 100%Sign and Striping Plans . Street Lightingi"l prepare bride lighting and roadway alignment plans. This plans include all nec- essary information for street lights including; fixture types,service points,conduit,wiring,circuit diagrams,voltage drop calculations,and service panel information.All plans will be prepared in compliance with Southern California Edison!Rancho Cucamonga Municipal U111ties requirements and guidelines, Deliverables 60,90, 1 0%Street Lighting Plans,Specifications,and Estimate io. Traffic Signal g Traffic signal plans will identffy locations of all new poles,equipment and electrical improve- ments,and ADA compliance of pedestrian push buttons and pole focations.All plans will be preparedin compliance with the City of Rancho Cucamonga deslign standards as well as the most current version of the California Manual on Uniform Traffic Control Devices. Deliverables:60,90, 1 O ip Traff is Signal and Interconnect Pans,Specifications,and Estimate i i. Final Contract Bid Documents: At this stage,the design team will Incorporate the City'City's review comments of the 10 %Roadway PS&E and submit final packages per City requirements.The file will include geotechnical reports and special instructions for the Field Resident Engineer and City Inspectors. Deliverables Section 404 Nationwide Permit GreenTraffic Engineering Design Services HR ill provide TrafficEngineering i n Services as follows: r,Provide traffic engineering oversight, design and drafting service using AutoCAD (or approveequal) electronic drawing ro r m and f.,les. lax Preparation of traffic signal, signing and strip ng signal interconnect, flesh ng beacons, and temporary traffic control plans, 1S,Conduct or review traffic engineering, traffic analysis, and transportation planning studies or project specific trff c related issues analysis, >Perform traffic signal warrants, pedestrian studies and other warrants/studies as requested, r-,Review traffic impact analyses and seeping agreements related to su d.v.s`:o s or development projects. >Provide traffic signal timing plans and coordination timing plans for new or modified traffic signals. L-S Provide technical specification and engineering estimates 1>Provide speed data analysis, intersection control studies incl ding multi-way stop sign control. I>Provide traffic signal or alternatives, safety studies, and 6sceVaneous traffic engineering services. >Attend any meetings that the City deems necessary. On-Calli it and Traffic Engineering DesignServices City of Rancho Cucamonga PAGE 2 HRGreen P..� o � Docu ign Envelope 10:c152F29C®934Ea40C -A37 819027 7 Traffic Calming Improving safety along the agenc s roadway network requires a multi-faceted approach to improve operational efficiencies. Our staff members are recognized national thought leaders in implementing best practice policies,plans,and designs to enhance roadway safety,HR Green staff has literally"written the book",received international awards,and been featured speakers at dozens of professional association seminars discussing the latest best-practices. We have prepared,updated and implement d Traffic Calving/Neighborhood Traffic Management Plans for large cities to reduce neighborhood speeding,high volumes accidents,and successfully address related concerns.Also,our staff has contributed to and written much of the Traffic Calming Design Guidelines and North American Design Guidelines for Traffic Calming Measures published by APWA and ITE and available through their bookstores. On-Callivil and Traffic Engineering DesignServices ME ",_.al7oI Rancho cueamasaga........_.... ����� 02,5 HRGreen. i . Et Docusign Envelope ID:C152F29C-934B-40CB-A37D-881902797A2E OurCapabilities As governmental traffic and transportation management experts,we look at leveraging innovative and value-add approaches that enhance operational and level of service efficiencies,save t," e and money,and reduce community impacts. Fiber l Broadband "Smart City" Consulting I intelligent Transportation Systems Our staff have developed bid documents,overseen bidding,and lnsta!,ed new signal I r master systems,traffic operations center,radio communications for traffic signals,and fiber optics communication systems. This includes developing and managing a colloca Lion program that installed 50s-,rules of conduit at little to no cost to the City of similar i sized as well as state-of-the-art ITS systems and Traffic Operations Center. HR Green maintains a national footprintn the provision of turnkey fiber and broadband T consulting,from visioning,strategic planning,and policy development,to networking engineering,construction oversight,smart city mplementation,and asset management, Nationally,our staff has served cities,counties,special districts:and DOTS from a fiber ... and broadband perspective. Some of our current f recent related experience includes: • Program,,management to a large metropolitan city for citywide fiber Master planning • Network engineering under an accelerated schedule for a citywide fiber network( 50 000 population) • Coordinating regional fiber expansion with multiple agencies along a state highway Many agencies oven significant assets which have recently oecome vastly under-utilized and under-valued,thanks to techno- logical advancements.Statewide,there are thousands of utility-related assets(e.g, underground conduits,streetlights,and fiber optic cables)that can easily be upgraded to serve a vide variety of new purposes that were unforeseen until recent years. It is now possilnt to not only provide all the telecommunication needs of the public agency,as well as broadband Internet services to the community,while providing a signficant economic development advantage to the public agencies choosing to exploit these exciting new opportunities. Small Cell 15G Consulting The new September 26, 2018 FCC Small`Cell reempt on Order is meant to accelerate small cell and 5G deployment national y. However,the Order will shorten the time agencies must process applications for small cells,limit permat and recurring fees for small cell deployments,prohibit agencies from assessing fees that include anything other than a"reasonable approximation"of`reasona e costs",and limit aesthetic review and requirements of facilities. � However,H R Green can help the City rn nt in a significant amount of authority r µ ,. . :v. : ...._..0 , and flexibility by still negotiating vein-win outcomes Oat benefit carriers while ad- dressing ey community concerns,such as aesthetics,availabi ity of high-speed telecommunications,and public safety, This includes,but is not i it d to public policy development,design standards develops ment,plan review,permit processing,cdocati n agreements,and construction inspection. Smart Lighting With the deployment of small cell and 5G telecommunications now imminent,street lighting systems nationally are being re-assessed as potential transmitter locations for future wireless cellular and fixed broadband tic, rnumcations sates. As a Civil and TrafficEngineering ign ServicesME �, .mm City of Rancho Cucamonga PAGE 2 HR reen ocusi n Envelope ICE:C152F29C-934B-40CB-A37D-881902797A2E result,many cities are municipalizing their streetlights,then leasing those locations to their incumbent carriers and creating new sources of revenues,which, in turn gran often help offset the cost of illumination itself, Other cities are exploring options to reduce their energy"footprint,",embracing'green initiatives"and"dark skies"technologies while potentially reducing their street lighting costs significantly. Many cities are now rethinking the entire topic of public illumination.�n addition to the usual cost savings,cities are now posi- tioning themselves for a paradigm shift in street P,i t based emerging or"smart"technologies. Other cities are repurposing their 'street light underground conduits,using them for now electrical conductors,telecommunications,and/or extending their fiber optic networks. In short,alternatives are available in I=ght of the upcoming changes In technology and small cell placement. R Green staff members have been featured speakers at dozens of professioa association seminars discussing the latest best-practices for municipalized and/or innovative use of street lighting.We have worked closely with nearly 20 cities on an intergovernmental street light initiative by organizing and developing strategy sessions to help position these municipalities to purchase thousands of street lights from energy companies and adapt new technologies,such as LEDs and"Small lighting." As the City of Rancho Cucamonga recently completed the purchase of street lights from SCE and the conversion to LED technolo- gy,the City is well positioned in the fast growing"Smart City"initiatives. Funding One important consideration in most traffic projects is funding. HR Green staff have written and received federal and state grants worth millions of dollars and developed and managed a collocation program that installed 50+miles of conduit at little to no cost o a city of 110,000. Funding can come from grants,revenue and savings due to partnerships. Strategic and Public-Private Partnership Development HR Green staff has along history nationally of leveraging strategic and public-private partnerships to save time and money, integrate and expand ITS networks,and securedeveloper-funded public improvements to successfully deliver critical projects or shepherd regional initiatives/programs, On-Call ivil and Traffic Engineering Designricer PAU.�. =-City of Ra�acho Gu��rn4nga T HIRGr en Docusign Envelope ID:C152F29C-9348-44C -A37D-81902797 City of Rancho Cucamonga Request for Statement of Qualificat,ons(`'SOQ"l and Proposals(-RFP")4 /19-017 for on-Call Civil and Traffic Engineering Design Services -EXHIBIT A,CITY OF RANCHO CUCAMONGA CONFUCTOF INTEREST/NON-DISCLOSURE STATEMENVI It is the policy of the City of Rancho Cucamonga to prevent personal or organizational conflict of interest,or the appearance of such conflict of interest, in the award and administration of City Contracts, including, but not limited to Contracts for Professional Services Agreements("PS ")with potential Consultants. I do not have specific knowledge of confidential information regarding Solicitation responses received in response to the Request for Statement of Qualifications(SOW)and Proposals( FP")#19/19-017 for On-Call Civil and Traffic Engineering Desi n Services. I agree not to disclose or otherwise divulge any information pertaining to the contents,status,or ranking of any Solicitation response to anyone.I understand the terms and "disclose or otherwise divulge"to include, but are not limited to,verbal conversations, written correspondence, reproduction of any part or any portion of any Solicitation response,or removal of same from designated areas. I,the undersigned,hereby certify that the following statements are true and correct and that I understand and agree to be bound by commitments contained herein. ,por, e A Anr, (Print Name) onsultan (Relationship to the City) Vie rasid r,t (Relationship to the Consultants) E 0,/o lv (Signature) 3/2 4 (Date) On-Call Civil and TrafficEngineering sign Services I°pity of Rancho Cucaniong HRGreen. 6'.e" ocusign Envelope I ;C152F29C-9 0C - 37 - 1902797 City of Rancho Cucamonga Request for Statement of Qualifications("SOQ')and Proposals(" FP"I N18119-0,17 for On-Call CMI and Traffic Engineering Design Services -EXHIBIT ,PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY- ark the appropriate choice, below: Consultants accepts the RSA without exception. O X Consultants proposes exceptions to the PSA. Summarize all exceptions on a separate document. Enclose a written summary of each change and title as "Exception Summary",which shall include the Consultants' rationale for proposing each such exception. Each exception must be labeled with the Section number in the PSA. Failure to properly reference exceptions in the submitted summary may deem the response as non-responsive. E Signature Ge e A e tx Printed Name Vice Presid 4 Title 3/ Date On-Call Civil and Traffici e ri siServices EM ,,Wy cad Ranchc aocamnoniga PAGE 29 HRGreen . t r Docusign Envelope ID:c152F29c® 34 -4®c -A37D-881 027 7 Exceptions_ 11.1 Design Professional Services.To the fullest extent permitted y law,the Consultant shall,at#& �a¢ indemnify, and hold harmless the City,its elected officials,officers, employees,designated volunteers, successors,assigns and those City agents serving as independent contractors in the role of City officials(collectively"Indemni- tees"in this Section 11. ),from and against any and all damages,costs,e%peffiM, liabilities, a®, ur � , fi . ga,judgments,penalties 4 t "a h __f , ..,xA rT- M, owe ' s,and all costs associated therewith,and reimbursement of attorneys' fees and casts of defense (collectively "Claims"),whether actual,alleged or threatened,to the extent arising out of, pertaining to,or relating to, in whole or in part,the negligence, recklessness or willful misconduct of the Consultant,and/or its officers,agents,servants,employees,subcontractors, contractors or their officers,agents,servants or employees(or any entity or individual for which or whom the Consultant shall bear legal liability)in the performance of design professional services under this Agreement by a"design professional,"as the term is defined in California Civil Code§ 27 2. (c).The indemnification obligation herein shall not in any way be limited by the insurance obligations contained in this Agreement,Notwithstanding the foregoing and as required by Civil Code§27 . (a),in no event shall the cost to defend the Inds niter that is charged to Consultant exceed Consultant's proportionate percentage of fault. Explanation:Can allow a defense obligation for non-PL claims: 11.2 Other Indemnities.With respect to claims and liabilities which do not arise in connection with the performance of profes- sional services by a"design professional",as that term is defined in California Civil Code Section 27g2. (c),including,but not limited to,those claims and liabilities normally covered by commercial general and/or automobile liability insurance, and to the maximum extent permitted by law,Consultant shall,a : stand®hold harmless and indemnify the I demnitees from and against any and all damages,costs, ,liabilities, judgments,penalties,liens, including fees of accountants,attorneys and other professionals,and all costs associated therewith,emPhetw .� t (collectively"Damages"), in law or equity,whether actual,alleged or threatened,which arise out of,pertain to,or relate to the neglecter As of Consultant,its officers,agents,servants, employees, subcontractors, materialmen,suppliers,or contractors,or their officers, agents,servants or employees(or any entity or individual for which or whom Consultant shall bear legal liabill a in the perfor rnance of this Agreement,except tote extent the Damages arise from the . . .a negligence or willful misconduct of any of the Indemnitees,-as determined by final arbitraW,or court dec sion or by the agreement of the Parties: d Consultant shall reimburse the Indemnitees for any and all legal expenses and costs incurred by the Indemnitees in connection threw th.The finds nif cation obligation herein shall not in any way be 1 mated by the insurance obligations contained in this Agreement. pianation:Special Damages:Consequential damages will not be covered by our insurance policies:Must receive CEO approval before executing t 's language. 12 5 Other Ins ance Provisions . efie+— .r : Explanation:Our policies will not contain this language.If we fail to report a ciaim,or lie on our application(breach of warranty) our insurer will not guarantee to provide coverage. e A, m R Explanation:PL policy is defense within the limits,and does deplete coverage Civil and Traffic Engineering DesignServices EM City of Rancho Cucamor,io AGE 30 HRGreen. x: e Docusi n Envelope ID:C152F2 C-93 -40CB-A37D-881902797 City of Rancho Cucamonga Request for Statement of Qua5fications("50(T)and Proposals("RFP") 1 /1 -017 for On-Cal Civil and Traffic Engineering Design Services -EXHIBIT C,ACKNOWLEDGMENT OF INSURANCE UI E T AND CERTIFICATION OF ABILITY T PROVIDE I TI COVERAGES SPECIFIED" I,^Geor Wentz PE the - Vice President (President,Secretary, Manager,Owner or Representative) of FLR Green Pacific lnr ,certify that the (Name of Company,Corporation or Owner) Specifications and General Provisions regarding insurance requirements as stated within the Professional Services Agreement (PSA', for the Purchase Contract designated Request for Statement of Qualifications ("S ")and Proposals(" F ')#1 / 17 forOn-Call Civil and Traffic Engineering Design Services have been read and understood and that our Consultants is able to provide and maintain the coverage as specified in the PSA. Failure to provide said coverage upon request to finalize the PSA prior to award shall a sufficient cause for immediate disqualification of award. Failure to maintain said coverage shall result in termination of the contract. Signature George A Wentz, Printed Name 111rw president.... Title 2 /1 Date On-Call ivil and TrafficEngineering si Services city of Rancho CocanionRa 31 HR reen ocusi n Envelope ID'C152F29C-934 -40C -A37 -8 1902797 City of Rancho Cucamonga Request for Statement of Qualifications("SOQ")and Proposals i"RFP i 1 /19 017 for On Call Civil and Traffic Engineering Design Services -EXHIBIT D,ADDENDUM CK L T„_ The Consultants hereby acknowledges the fol owi,nAddenda Numbers}to this Solicitation have been received, if any, Consultants understands failure to acknowledge any addenda issued may cause the Solicitation response to be considered non-responsive. It is the Consultants`responsibility to log into the Bid System to identify and download the number of addenda that have been posted. Addendum No.001 Signature Qeoree A entz,PE Printed Name Vice President Title _3/zsn3 Date On-Call Civil and Traffic Engineering s Services ...............w _...... .__..., ..® _ .. . Cafyof Ifai�cfrtaCiiariTa�iga PAGE 2 Hbeen, Docusign Envelope ID:C152F29C-934B-40CB-A37D-881902797A2E City of Rancho Cucamonga Request for Statement of Qualifications("SOQ")and Proposals("RFP") 1 /19-017 for On-Call Civil and Traffic Engineering Design Services -EXHIBIT E,CONSULTANTS CERTIFICATION FORM- I certify that neither HR Greert_PacifiC:lnc: (Consultants) nor any of its proposed subcontractors are currently under suspension or debarment by any state orfederal government agency,and that neither Consultants nor any of its proposed subcontractors are tax delinquent with the State of California. I acknowledge that if Consultants or any of its subcontractors subsequently are placed under suspension or debarment by a local, state or federal government entity, or if Consultants or any of its subcontractors subsequently become delinquent in California taxes,our Solicitation may be disqualified. Signature Gear e A Wentz. P Printed Name 1!i.e rsi t Title 3128112 Date MOn-Call Civil and Traffic Engineering DesignServices City of R,atnclho Cucamonga PAR 33 HR,Green KK Docusign Envelope ID,C1529C-934 -40G A7 -881 027 7 City of Rancho Cucamonga Request for Statement of Qualifications("SOW)and Proposals(" FP")#18/19-017 for On-Call CIA and Traffic Engineering Design Services "EXHIBIT F,PARTICIPATION CLAUSE" It is hereby understood that other government entities,such as cities,counties,and special/school districts may utilize this Solicitation response at their option for equipment or services at the Solicitation response price for a period of 10 days. Said entities shall have the option to participate in any award made because of this solicitation. Any such piggy-back awards will be made independently by each agency,and the City of Rancho Cucamonga is not an agent, partner or representative of these agencies and is not obligated or liable for any action of debts that may arise out of such independently negotiated piggy-back procurement. Each public agency shall accept sole responsibility of its own order placement and payments of the Consultants. Successful Consultants illl extend prices as proposed herein to other governmental agencies,please spec!fV. YES X NO On-Cali Civil and TrafficEngineering si Services -__ PAGE 4 I IRGreen. ocusign Envelope ID:C152F29C-934B-40CB-A37D-881902797A2E City of Rancho Cucamonga Request for Proposals("RFP'D)and Statement of Qualifications("SOCZ") 18119-017 for On-Call Civil and Traffic Engineering Design -EXHIBIT G,SIGNATURE OF AUTHORITY' The undersigned firm declares that he has carefully examined the specifications and read the above terms and conditions, and hereby proposes and agrees,if this Solicitation response is accepted,to furnish all material in accordance with the specifications and instructions,in the time and manner therein prescribed for the unit cost amounts set forth in the following Solicitation response. THE CONSULTANTS IN SUBMITTING THIS SOLICITATION FS LIST FILL IN THE FOLLOWING INFORMATION. FAILURE TO DO SO MAYDEEMYOUR 50LICITATION RESPONSEA5NON-RESPONSIVE. Company Name: tsR Green Pacific inc: Aftok iStraret,Sm.#city,state,24pj 126D Corona Pointe Court.Suite..305 .. corona.CA 92579 Telephone : 85$A .4742 F Nz $SS.641.5877 E-mall address: gwentt@hrgreen.com Web Address; hr reen,corn Authorized Representative:(print) Title: George A Wentz,PE Vice Prey' M Signature: Date: y a 3/28f19 On-Call Civil and Traff IG Engineering DesignServices y at Rancho Cucamonga PACE 3 fIRGreen r Docusign Envelope ID:C152F29C-934B-40CB-A37D-881902797A2E HR GREEN Billing Rate Schedule HRGreen Effective January 1, 2025 Professional Services Billing Rate Range $385.00 Senior Professional $265.0 $38 .00 Professional $180.0 $265.00 Junior Professional 1 $110.00- 185.00 Senior Technician $145.0 -, 190.00 Technician $90.00 - 155.00 Senior Field Personnel $170.00- 230.00 Field Personnel 105.00- 185.00 Junior Field Personnel $95.00'- 30.00 Senior Administrative $130.00- _170.00 -Administrative $75.00- 30.00 Operatorllnterns $75.00 50.00 Reimbursable Expenses 1. All materials and supplies used in the performance of work on this project will be billed at cost plus 10%. 2 Auto mileage will be charged per the standard mileage reimbursement rate established by the Internal.Revenue Service, Survey and construction vehicle mileage will be charged on the basis of$0.90 per mile or$85.00 per day. 3. Charges for sub-consultants will be billed at their invoice cost plus 15%. 4. A rate of$6,00 will be charged per HR Green labor hour for a technology and communication fee. 5. All other direct expenses will be invoiced at cost plus 10%a