Loading...
HomeMy WebLinkAboutCO 2025-131 - Anser Advisory Management LLC (Accenture)PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 1 AGREEMENT FOR DESIGN PROFESSIONAL SERVICES THIS AGREEMENT is made and entered into this 4th day of September, 2025, by and between the City of Rancho Cucamonga, a municipal corporation and the Rancho Cucamonga Fire Protection District (“City”) and Accenture Infrastructure and Capital Projects, LLC, a California Corporation (“Consultant”). RECITALS A.City has heretofore issued its request for proposals to perform the following design professional services: on-call construction management and inspection 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, THEREFORE, 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 construction management and inspection services, all as more fully set forth in the R equest for Statement of Qualifications, attached hereto as Exhibit “A” and Consultant’s proposal, dated January 13, 2025 attached hereto as Exhibit “B”, 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 this Section that does not increase the total cost payable to Consultant by more than ten City of Rancho Cucamonga CONTRACT NUMBER 2025-131 Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 2 percent (10%) of the total compensation specified in Section 3, may be approved in writing by the 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”. 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 Familiarity 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 five (5) years 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. Parties to this Agreement shall have the option to renew in one (1) year increments to a total of two (2) years, unless sooner terminated as provided in Section 14 herein. Options to renew are contingent upon the City Manager’s approval, subject to pricing review, and in accordance to all Terms and Conditions stated herein unless otherwise provided in writing by the City. 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 $500,000 (per year), 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. Under no circumstance shall Consultant be entitled to compensation for services not yet satisfactorily performed. 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. Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 3 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 Representative. For the purposes of this Agreement, the contract administrator and City’s representative shall be Marlena Perez, Principal 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 Representative. For the purposes of this Agreement, Tyson Atwood, Sr. Vice President 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. Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 4 6. Consultant’s Personnel. 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, Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 5 performance of the contract, or otherwise. This covenant shall survive the termination of 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. Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 6 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. Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 7 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 Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 8 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 11 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. 1/87) 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 Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 9 less than: 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 (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 claim/aggregate. (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 Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 10 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 Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 11 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 shall 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 Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 12 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: City of Rancho Cucamonga Engineering Services Department 10500 Civic Center Drive Rancho Cucamonga, CA 91730 Attn: Marlena Perez, Principal Engineer If to Consultant: Accenture Infrastructure and Capital Projects, LLC. 300 Spectrum Center Drive, 14th Floor Irvine, CA 92618 Attn: Tyson Atwood, Sr.Vice President 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. Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 13 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 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://www.dir.ca.gov/dlsr/DPreWageDetermination.htm 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. Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 14 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. 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: Accenture Infrastructure and Capital Projects, LLC. By: ______________________________ Name Tyson Atwood Date ______________________________ Title City of Rancho Cucamonga By:________________________________ Name Date _________________________________ Title By: ______________________________ Name Date ______________________________ Title (Two signatures required if corporation) Rancho Cucamonga Fire Protection District By:________________________________ Name Date _________________________________ Title Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DE Sr. Vice President 9/4/2025 | 8:56 PM PDT Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Mayor/President 9/16/2025 | 8:55 PM PDT Fire Chief 9/16/2025 | 9:44 PM PDT PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 15 EXHIBIT A REQUEST FOR STATEMENT OF QUALIFICATIONS Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) #24/25-501 FOR VARIOUS ON-CALL SERVICES City of Rancho Cucamonga Purchasing Division 10500 Civic Center Drive Rancho Cucamonga, California 91730 Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services __________________________________________________________________________________________________ ____________________________________________________________________________________________________________ Page 2 of 30 Table of Contents 1. GENERAL INFORMATION....................................................................................................................... 5 1.1 INTRODUCTION ......................................................................................................................................... 5 1.2 DISCREPANCIES OR OMISSIONS .................................................................................................................... 5 1.3 CONTINGENCIES ........................................................................................................................................ 5 1.4 DISPOSITION OF MATERIAL AND CONFIDENTIAL OR PROPRIETARY INFORMATION ................................................. 6 1.5 KNOWLEDGE OF REQUIREMENTS .................................................................................................................. 6 1.6 RESERVATION OF RIGHTS ............................................................................................................................ 6 1.7 CALIFORNIA'S PUBLIC RECORDS ACT ............................................................................................................. 7 1.8 PERFORMANCE PERIOD............................................................................................................................... 8 2. MINIMUM REQUIREMENTS .................................................................................................................. 8 2.1 Business License ......................................................................................................................... 8 2.2 Prevailing Wages ........................................................................................................................ 8 2.3 Employee Conduct ...................................................................................................................... 8 2.4 REPRESENTATIVES ...................................................................................................................................... 9 3. SOQ DELIVERY AND SCHEDULE OF EVENTS .......................................................................................... 10 3.1 Questions and Clarifications ...................................................................................................... 10 4. SOQ SUBMISSION REQUIREMENTS AND RESPONSE FORMAT .............................................................. 11 4.1 COVER LETTER / INTRODUCTION ................................................................................................................ 11 4.2 TABLE OF CONTENTS ................................................................................................................................ 12 4.3 EXECUTIVE SUMMARY .............................................................................................................................. 12 4.4 FIRM EXPERIENCE/QUALIFICATIONS............................................................................................................ 12 4.5 THIRD-PARTY / SUBCONTRACTORS ............................................................................................................. 12 4.6 STAFF RESUMES AND ORGANIZATION CHART ............................................................................................... 13 4.7 PROJECT MANAGEMENT APPROACH ........................................................................................................... 13 5. DISCIPLINES AND APPLCABLE SCOPE OF SERVICES ............................................................................... 13 5.1 SURVEY AND MAPPING ............................................................................................................................. 14 5.2 GEOTECHNICAL ENGINEERING AND MATERIAL SAMPLING/TESTING .................................................................. 14 5.3 GENERAL CIVIL ENGINEERING .................................................................................................................... 14 Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services __________________________________________________________________________________________________ ____________________________________________________________________________________________________________ Page 3 of 30 5.4 TRAFFIC ENGINEERING AND TRANSPORTATION PLANNING .............................................................................. 15 5.5 CONSTRUCTION MANAGEMENT AND INSPECTION .......................................................................................... 15 5.6 DEVELOPMENT PLAN CHECK ...................................................................................................................... 16 5.7 ARCHITECTURAL ENGINEERING ................................................................................................................... 16 5.8 LANDSCAPE ARCHITECTURE ....................................................................................................................... 17 5.9 RIGHT OF WAY COORDINATION ................................................................................................................. 17 6. EVALUATION AND CONSULTANT SELECTION PROCESS ......................................................................... 18 6.1 INITIAL SCREENING ................................................................................................................................... 18 6.2 EVALUATION ACTIVITIES ........................................................................................................................... 18 6.3 DEMONSTRATIONS/ INTERVIEWS ............................................................................................................... 18 6.4 REFERENCE CHECK EVALUATION ................................................................................................................. 19 6.5 CONSULTANT SELECTION ........................................................................................................................... 19 6.6 BEST AND FINAL OFFER ............................................................................................................................. 19 6.7 LETTER OF INTENT TO AWARD .................................................................................................................... 19 6.8 EXHIBITS A THROUGH H ............................................................................................................................ 20 6.9 NON-DISCLOSURE CONFLICT OF INTEREST .................................................................................................... 20 6.10 PROFESSIONAL SERVICE AGREEMENT .......................................................................................................... 20 6.11 ACKNOWLEDGEMENT OF INSURANCE .......................................................................................................... 20 6.12 ADDENDUM ACKNOWLEDGEMENT .............................................................................................................. 20 6.13 DEBARMENT AND SUSPENSION .................................................................................................................. 21 6.14 PARTICIPATION CLAUSE ............................................................................................................................ 21 6.15 SIGNATURE OF AUTHORITY ........................................................................................................................ 21 6.16 COMPANY REFERENCES............................................................................................................................. 21 6.17 PRICING ................................................................................................................................................. 22 “EXHIBIT A” CITY OF RANCHO CUCAMONGACONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT .......... 23 “EXHIBIT B, PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY” ............................................. 24 “EXHIBIT C, ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO PROVIDE AND MAINTAIN COVERAGES SPECIFIED” ..................................................................................... 25 “EXHIBIT D” ADDENDUM ACKNOWLEDGEMENT ........................................................................................ 26 Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services __________________________________________________________________________________________________ ____________________________________________________________________________________________________________ Page 4 of 30 “EXHIBIT E DEBARMENT and SUSPENSION CERTIFICATION FORM ............................................................... 27 “EXHIBIT F, PARTICIPATION CLAUSE” ......................................................................................................... 28 “EXHIBIT G” SIGNATURE OF AUTHORITY .................................................................................................... 29 “EXHIBIT H” REFERENCES WORKSHEET” ..................................................................................................... 30 Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services __________________________________________________________________________________________________ ____________________________________________________________________________________________________________ Page 5 of 30 1. GENERAL INFORMATION 1.1 INTRODUCTION The City of Rancho Cucamonga (hereinafter “City”) is inviting qualified Consultants to submit a Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services, in accordance with the Scope of Services indicated herein. It is the City’s intent to create a qualified Consultants list with multiple Consultants. Responses to this SOQ are electronic only and no paper submittals will be accepted. Consultants wishing to submit a response the SOQ, must be registered as a Consultant with the City through Planet Bids. Registration can be accomplished by visiting the City website at https://www.cityofrc.us/your-government/procurement. Only those responses received from registered Consultants will be accepted. Responses must be submitted by the named Consultant that has downloaded the SOQ this information is indicated in the bid system and provides the ability to tabulate the responses in accordance with the named Consultants. Submitting a response under a Consultants name that does not appear to be on the Prospective Bidders list will be deemed as non-responsive and disqualify said response from further consideration. 1.2 DISCREPANCIES OR OMISSIONS Consultants finding discrepancies or omissions in the SOQ or having any doubts as to the meaning or intent of any part thereof shall submit such questions or concerns in writing to the applicable Purchasing contact identified herein in Section 3.1. All questions must be in writing and no responsibility will be accepted for oral instructions. Addenda issued in correspondence to this SOQ shall be considered a part of this SOQ and shall become part of any final Contract that may be derived from this SOQ. 1.3 CONTINGENCIES This SOQ should not be considered as a contract to purchase goods or services but is a Request for a Statement of Qualifications in accordance with the terms and conditions herein and will not necessarily give rise to a Contract. However, SOQ responses should be as detailed and complete as possible to facilitate the formation of a contract based on the SOQ response(s) that are pursued should the City decide to do so. Completion of this SOQ form and its associated appendices are a requirement. Failure to do so may disqualify your SOQ response submittal. Consultants must submit signed SOQ 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. Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services __________________________________________________________________________________________________ ____________________________________________________________________________________________________________ Page 6 of 30 Any scope of services, contingencies, special instruction and/or terms and conditions applicable to this SOQ and any purchase order derived thereafter shall be effective as of the issue date of a purchase order for the requested work (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. 1.4 DISPOSITION OF MATERIAL AND CONFIDENTIAL OR PROPRIETARY INFORMATION All materials submitted in response to the SOQ solicitation will become the property of the City and will be returned only at the City option and at the expense of the Consultant submitting the SOQ response. A copy of the SOQ response will be retained for official files and become a public record. Any material that a 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 SOQ response as it may be made available to the public. If a Consultant’s SOQ response contains material noted or marked as confidential and/or proprietary that, in the City 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 SOQ response because such information may be disclosed to the public. 1.5 KNOWLEDGE OF REQUIREMENTS The Consultants 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 SOQ response. Failure to examine any documents or instructions will be at the Consultant’s sole risk. Consultants shall be responsible for knowledge of all items and conditions contained in their SOQ responses and in this SOQ, 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 Planet Bids; however, it is the Consultant’s responsibility to ascertain that the SOQ response includes all addenda issued prior to the SOQ due date. 1.6 RESERVATION OF RIGHTS The issuance of this SOQ 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: Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services __________________________________________________________________________________________________ ____________________________________________________________________________________________________________ Page 7 of 30 • Waive or correct any defect or informality in any response, SOQ, or SOQ procedure. • Reject any or all SOQs. • Reissue a Request for SOQs. • Prior to submission deadline for SOQs, 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 SOQ, or the requirements for contents or format of the SOQs. • 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 SOQ 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 SOQ responses. • Procure any materials, equipment or services specified in this SOQ 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. 1.7 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 at all times 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. An SOQ in its entirety shall not be considered confidential and proprietary. Notwithstanding the foregoing, companies are hereby notified that any and all materials submitted in response to this SOQ 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 actually 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. Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services __________________________________________________________________________________________________ ____________________________________________________________________________________________________________ Page 8 of 30 1.8 PERFORMANCE PERIOD It is the City’s intent to award on-call contracts for the Scope of Services listed in this RFQ. The period of award shall be five (5) years, with up to two (2) additional one-year options to be awarded at the sole discretion of the City upon satisfactory performance of previous work as determined by City staff. 2. MINIMUM REQUIREMENTS 2.1 Business License Selected Consultants 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. A selected Consultants must possess and maintain all appropriate licenses/certifications necessary in the performance of duties required under this SOQ 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 a public work as a part of any requirement covered by this SOQ, pursuant to the provisions of the Labor Code of the State of California and/or the federal Davis-Bacon Act, a selected Consultants(s) shall pay no less than those minimum wages unless an exemption applies. In certain cases, an exemption from the prevailing wage requirement may apply to the scope of work. (See Cal. Labor Code § 1720(c)(1), (5); 42 USC § 5310(a). However, the City makes no representations in this SOQ that such an exemption will apply or that prevailing wages will not be required for a scope of work covered by this SOQ. 2.3 Employee Conduct All Consultants 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. Consultants 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 and City employees. The Consultant’s personnel shall be required to work in a pleasant and professional manner with City employees, outside Consultants, and the public. Nothing contained in this SOQ shall be construed as granting the Consultants 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. Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services __________________________________________________________________________________________________ ____________________________________________________________________________________________________________ Page 9 of 30 2.4 REPRESENTATIVES Should a selected Consultants require the services of a subconsultant to complete the Scope of Services indicated in this SOQ, the awarded Consultants 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 Consultants to so assign, transfer, or subcontract any rights, duties, or obligations arising hereunder shall be null, void and of no effect. The awarded Consultants 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 Consultants 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 Consultants 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, Consultants 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 Consultants, 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 Consultants, 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 Consultants. City Representative: For the purposes of this Agreement, the contract administrator and City ’s representative shall be Marlena Perez, Principal 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 Consultants 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. Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services __________________________________________________________________________________________________ ____________________________________________________________________________________________________________ Page 10 of 30 Consultants Representative: The response to this SOQ shall designate the representative of the Consultants 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 will be a substantial inducement for City to enter into an Agreement with the Consultants. Therefore, the Consultant’s Representative shall be responsible during the term of any Agreement for directing all activities of consultants and devoting enough time to personally supervise the services hereunder. The successful Consultants may not change the Consultant’s Representative without the prior written approval of City ’s Representative. 3. SOQ DELIVERY AND SCHEDULE OF EVENTS Complete SOQ 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 Event Description Date & Time Post SOQ November 18, 2024 Questions Due December 4, 2024, by 3:00 pm Addendum Issued December 12, 2024 SOQ Response Due Date January 6, 2024, by 9:00 am (The City reserves the right to change schedule of events without prior notice or responsibility to Consultant.) 3.1 Questions and Clarifications All questions or clarification requests must be submitted directly through the City’s bid system no later than the due date and time indicated in the above Schedule of Events. Answers and/or clarifications will be provided in the form of an Addendum and will be posted for download from the City’s bid system in accordance with the above “Schedule of Events”. From the issuance date of this SOQ 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, Procurement Manager, the designated representative of the City of Rancho Cucamonga. Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services __________________________________________________________________________________________________ ____________________________________________________________________________________________________________ Page 11 of 30 4. SOQ SUBMISSION REQUIREMENTS AND RESPONSE FORMAT Completion of this SOQ and its associated Exhibits are a requirement. To be considered responsive and evaluate SOQ responses fairly and completely Consultants must comply with the format and submission requirements set out in this SOQ, and provide all information requested. Failure to comply with the instruction indicated herein or any part of this SOQ will deem said SOQ response as non-responsive and will not receive further consideration in the evaluation process. If only one SOQ response is received, the City reserves the right to discard the response, re-bid or proceed with an SOQ review and negotiations. SOQ responses are due on the date and time indicated in the above schedule of events. Submittals shall be submitted electronically via Planet Bids; no paper SOQ responses will be accepted. SOQ responses must include the information required by this SOQ. The City has streamlined its various on-call disciplines into one SOQ. Consultants have the option to submit a response for one or multiple disciplines. Please review the detailed response submittal instructions below. Titled tabs have been created in the bid system for section responses. Sections are to be submitted separately unless otherwise instructed. Please submit responses for the following sections to the associated section response type tab in Planet Bids: • Sections 4.1 through 4.8 – These sections shall be compiled as one document with a title sheet separating each numbered section. Submit under the Response File tab. • Section 5.1 Surveying and Mapping – Submit under the Section 5.1 tab. • Section 5.2 Geotechnical Engineering and Material Sampling/Testing – Submit under the Section 5.2 tab. • Section 5.3 General Civil Engineering – Submit under the Section 5.3 tab. • Section 5.4 Traffic Engineering and Transportation Planning – Submit under the Section 5.4 tab. • Section 5.5 Construction Management and Inspection – Submit under the Section 5.5 tab. • Section 5.6 Development Plan Check – Submit under the Section 5.6 tab. • Section 5.7 Architectural Engineering – Submit under the Section 5.7 tab. • Section 5.8 Landscape Architecture – Submit under the Section 5.8 tab. • Section 5.9 Right of Way Coordination – Submit under the Section 5.9 tab. 4.1 COVER LETTER / INTRODUCTION SOQ responses must include the complete name and address of the Consultant and the name, email address, and telephone number of the contact person regarding the SOQ response. A signature by an authorized Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services __________________________________________________________________________________________________ ____________________________________________________________________________________________________________ Page 12 of 30 representative must be included on each SOQ response. Said signature will be considered confirmation of the Consultants ability and willingness to comply with all provisions stated herein. 4.2 TABLE OF CONTENTS The Table of Contents must be a comprehensive listing of the contents included in your SOQ 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. 4.3 EXECUTIVE SUMMARY The Executive Summary shall condense and highlight the contents of the Consultant’s SOQ response to provide the Evaluation Committee with a broad understanding of the Consultant’s approach, qualifications, experience, and availability of staff in terms of workload, current or ongoing projects. 4.4 FIRM EXPERIENCE/QUALIFICATIONS The Consultant shall demonstrate the Consultant’s qualifications, experience, expertise, and capability to perform the requirements of this SOQ. The Consultant shall provide a minimum of 6 representative projects that have been completed within the last five years, including a contact person (including name, title, phone number and email) at the agency for whom the work was completed. Each experience shall include a brief description of the scope performed, the years of the work, and the team members involved. Consultants shall provide a brief history of your firm, including the number of years in business, office locations, specifically the address of offices located within the State of California. State whether your organization is an individual proprietorship, partnership, corporation, or private nonprofit organization, and the date your company was formed or incorporated. 4.5 THIRD-PARTY / SUBCONTRACTORS If the Consultants intends to subcontract any of the services, provide a detailed list of any subcontractors, 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 SOQ, • Describe the specific role of each. Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services __________________________________________________________________________________________________ ____________________________________________________________________________________________________________ Page 13 of 30 4.6 STAFF RESUMES AND ORGANIZATION CHART An organization chart shall be submitted identifying the staff available to perform the scope of services. The organization chart shall identify the Consultant’s Representative, key personnel for the contract and any subconsultants. Submit the resumes of the key personnel that will be performing the services for the city. Key personnel for each discipline shall be identified on the proposed team organization chart. Should any of the key personnel become unavailable, the Consultant must submit a written request for substitution of this personnel with another party of equal competence for City approval. The Consultant shall provide experienced and licensed personnel, equipment, and facilities to perform the services outlined in this RFQ. All work shall be performed by personnel with the appropriate license registered in registered in the State of California. All surveys, reports, plans, specifications, and cost estimates shall be signed and sealed by the licensed professional. Submit the resumes of the individuals who will be performing the services for the city. Resumes shall be formatted in the following order: • Role within On-Call. • Length of time with the Company. • Licenses, registrations, and certifications as required by law to perform the services described in the Scope of Services herein. • Educational background: technical training, education and experience of employees who would be assigned to perform the services. • Work history on similar or like projects with the other municipalities. 4.7 PROJECT MANAGEMENT APPROACH Consultant shall describe how the firm intends to manage the aspects of the work to be performed, including overall project management approach and methodology, quality, cost and schedule control procedures, project tracking and performance monitoring procedures, and project progress reporting procedures. 5. DISCIPLINES AND APPLCABLE SCOPE OF SERVICES Consultants shall provide experienced and licensed personnel, equipment, and facilities to perform the following tasks. All work shall be performed by personnel with the appropriate license registered in registered in the State of California. All surveys, reports, plans, specifications, and cost estimates shall be signed and sealed by the licensed professional. Below is a list of anticipated scope of services required within each discipline of this On-Call Contract, however this list is not exhaustive and other services may be required. Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services __________________________________________________________________________________________________ ____________________________________________________________________________________________________________ Page 14 of 30 5.1 SURVEY AND MAPPING Surveying and Mapping services that will be required may include, but not be limited to the following: • Topographical survey and aerial surveys • Records of survey • Legal descriptions and plat maps for right-of-way acquisitions • Right of way base mapping • Boundary and control surveys • Monument perpetuation/preservation including pre- and post-construction records. • Prepare and file corner records. • Mark limits of removals • Construction surveying • Survey plan checking. • Prepare and review of tentative tract and a parcel maps and final tract maps and parcel maps. 5.2 GEOTECHNICAL ENGINEERING AND MATERIAL SAMPLING/TESTING Geotechnical Engineering and Material Sampling/Testing Services that will be required on-call contract may. include but not be limited to the following: • Geotechnical, hydrological and groundwater investigations • Preparation of subsurface reports and recommendations • Field inspections and material testing • Laboratory materials testing • Hazardous materials evaluations and testing • Preparing Phase 1 and Phase 2 studies • DTSC coordination and permitting. • Evaluation of street, storm drain and retaining wall repairs or maintenance. • Review of asphalt concrete and cement concrete mix designs performed in accordance with ASTM standards. 5.3 GENERAL CIVIL ENGINEERING General Civil Engineering Services that will be provided under this on-call contract may include but not be limited to the following: • Preliminary planning and cost estimating for various projects. • Provide project study reports, project reports, value engineering analysis and feasibility studies. • Hydrology and hydraulic food plain studies, and erosion control plans • Utility research and investigations, including potholing and Ground Penetrating Radar Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services __________________________________________________________________________________________________ ____________________________________________________________________________________________________________ Page 15 of 30 • Preparation of plans, technical specifications and cost estimates for various Public Works and Capital Improvement Projects including but not limited to; streets, bicycle facilities, sidewalks and curb ramps, storm drains, site plans, highway improvements and trail improvements projects including park improvements. • Structural engineering services for bridges and retaining walls including structural observations and inspections, structural calculations, structural drawings, shoring plans, and technical specifications. • Landscaping and irrigation design • Lighting design for streets, parking lots and parking structures 5.4 TRAFFIC ENGINEERING AND TRANSPORTATION PLANNING Traffic Engineering and Transportation Planning Services that will be provided under this on-call contract may include but not be limited to the following: • Preliminary planning and cost estimating for various projects. • Provide project study reports, project reports, value engineering analysis and feasibility studies. • Preparation or review traffic engineering reports, traffic impact analysis, traffic signal design plans, and transportation planning studies or project specific traffic related issues analysis • Review traffic impact analysis and scoping agreements related to subdivisions or development projects. • Perform traffic signal warrants, pedestrian studies and other warrants/studies as requested. • Provide speed data analysis, intersection control studies including multi-way stop sign control. • Provide traffic signal or alternatives, safety studies, travel time studies and miscellaneous traffic engineering services. • Preparation of plans, technical specifications and cost estimates for traffic projects including but not limited to; traffic signals, signing and striping, signal interconnect, flashing beacons, pedestrian signals, traffic calming, and temporary traffic control plans. • Provide traffic signal timing plans and coordination timing studies for new or modified traffic signals. • Traffic Plan check services including ability to meet a 2-week review for first plan check and a 1-week review for each subsequent plan check thereafter until plan check review is approved. City may adjust plan check review timeline on an as needed basis depending on project size. 5.5 CONSTRUCTION MANAGEMENT AND INSPECTION Construction Management and Inspection Services that will be provided under this on-call contract may include but not be limited to the following: • Construction management including but not limited to; contract administration, contract negotiation, response to RFIs, submittal reviews, shop drawings, construction scheduling, reviewing change orders, document control, and cost control. • Develop and manage RFI and submittal logs. Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services __________________________________________________________________________________________________ ____________________________________________________________________________________________________________ Page 16 of 30 • Coordinate and host pre-construction meeting and progress meetings, including preparation of meeting minutes. • DBE/SBE and grant/loan compliance if applicable • Establish procedures and monitor contractor compliance with federal and state prevailing wage regulations and requirements. • Maintain inspection records and reports. • Perform daily construction observation and inspection ensuring construction conforms to the project documents and report via City’s inspection software. • Ensure the jobsite conditions are in compliance with OSHA requirements. • Coordinate special inspection and material testing with representatives from other agencies if needed. • Prepare daily journals including a log of laborers and time and materials construction activities. • Measure the completed work for the purpose of progress payments. • Liaise between the contractor and City staff. • Provide required field inspection tools including ability to use City’s inspection software. • Coordination and management of the services required, including review of the project site, improvement plans, specifications, and special provisions. • Provide constructability reviews. 5.6 DEVELOPMENT PLAN CHECK Development Plan Check Services that will be provided under this on-call contract may include, but not be limited to, the following: • Initial plan review will need to determine compliance with City and State codes. • Provide the City with a monthly plan review status report for all assigned projects. • Ability to meet a 2-week review for first plan checks and a 1-week review for each subsequent plan check thereafter until plan check review is approved. City may adjust plan check review timeline on an as needed basis depending on project size. • Map and Improvement plan check review will require a California Licensed Professional Land Surveyor to stamp and/or seal necessary documents. 5.7 ARCHITECTURAL ENGINEERING Architectural Engineering Design Services that will be provided under this on-call contract may include, but not be limited to, the following: • Preliminary architectural design including planning and cost estimating. • Preparation of plans, technical specifications and cost estimates for new structures or modifications of existing structures Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services __________________________________________________________________________________________________ ____________________________________________________________________________________________________________ Page 17 of 30 • Prepare sketches, renderings and materials boards providing alternative architectural concepts and designs. • Prepare 2D and 3D models, sketches, renderings and elevation drawings of proposed architectural designs and treatments. • Review for conformance with ADA and required standards. • Preparation of permit applications to the Planning and Building Departments • Architectural construction support services and prepare record drawings. 5.8 LANDSCAPE ARCHITECTURE Landscape Architecture Services that will be provided under this on-call contract may include, but not be limited to, the following: • Provie landscape planning and design services for new facilities or modifications to existing facilities • Perform preliminary siting, grading, and landscaping layouts. • Conduct site and field investigations to verify locations of existing and proposed facilities. • Prepare sketches, renderings, and materials boards providing alternative landscaping concepts or options. • Prepare construction drawings, technical specifications, and cost estimates for Landscape Architecture Projects • Irrigation design including preparation of plans, specifications, and cost estimates. • Provide landscaping construction support services including preparation of record drawings. 5.9 RIGHT OF WAY COORDINATION Right of Way Coordination Services that will be provided under this on-call contract may include, but not be limited to, the following: • Negotiations with property owners for the purchase of right of way • Adherence to Caltrans Right of Way Manual for all standards and operating procedures including completion of Caltrans Right of Way Certification • Prepare all written correspondence, offer packages. • Escrow coordination. • Administration of right of way related contracts (for both state and federally funded projects) including but not limited to, appraisals, negotiations, preparation of offer packages, and signature coordination. • Relocation services • Provide preliminary title reports. • Provide or review loss of business goodwill appraisal. • Notary services for the signing and acquisition documents • Condemnation support Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services __________________________________________________________________________________________________ ____________________________________________________________________________________________________________ Page 18 of 30 • Eminent domain support • Provide title and escrow services. • Coordinate and provide support or information to City Legal staff, if required • Prepare and secure agreements for Possession and Use, Right of Entry, and license or permits form property owners. • Prepare and maintain a schedule of major activities and milestones. • Represent the City at Planning Commission meetings, City Council meetings or legal proceedings, if required 6. EVALUATION AND CONSULTANT SELECTION PROCESS 6.1 INITIAL SCREENING All SOQ responses will undergo an initial review to determine responsiveness to the instructions herein. Those SOQ responses initially determined to be responsive by meeting the SOQ requirement as indicated herein will proceed to the next phase of the evaluation process. 6.2 EVALUATION ACTIVITIES SOQ responses deemed as having met the standard requirements indicated herein are evaluated by an Evaluation Committee. The SOQ submittals are scored and assigned a ranking of zero (0) through ten (10), ten being the highest possible score. The following evaluation criteria and percentages have been assigned to each of the on-call disciplines for the purposes of evaluation and scoring each SOQ response: Evaluation Criteria (By Discipline) Criteria Description Assigned Percentage Conformance to the Specified RFQ Format 10 Company Expertise and Experience 30 Quality of Project Management Administration Approach 25 Project Team Experience 35 6.3 DEMONSTRATIONS/ INTERVIEWS Upon completion of the SOQ evaluations and data analysis, and only, if necessary, selected top ranked Consultants will be provided an opportunity to interview and conduct a presentation to further expand on their Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services __________________________________________________________________________________________________ ____________________________________________________________________________________________________________ Page 19 of 30 SOQ response(s). Consultant interviews/demonstrations are scored and assigned a ranking of zero (0) through ten (10), ten being the highest possible score, based upon but not limited to the evaluation criteria factors as stated within the SOQ. 6.4 REFERENCE CHECK EVALUATION The City may elect to conduct reference checks in lieu of interviews as the final selection criteria. The reference checks will 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 several predetermined questions for response and to provide a score from zero (0) to ten (10), ten being the highest. Scores are then tabulated and added to the spreadsheet with the 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. 6.5 CONSULTANT SELECTION The final Consultant selection is based on which Consultants are the most responsive, meeting the City’s requirements and offering the best value to the city. 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 SOQ 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. 6.6 BEST AND FINAL OFFER The City reserves the right to conduct pre-award discussions and/or pre-contract negotiations with all or only top ranked Consultants. At the conclusion of the evaluation processes, the City will request a Best and Final Offer to be submitted from the finalists. 6.7 LETTER OF INTENT TO AWARD After a final Consultant selection is determined, a Letter of Intent to Award (LOI) will be posted for review by all participating, responsive Consultants. Negotiations shall be confidential and not subject to disclosure to competing Consultants unless an agreement is reached. If contract negotiations cannot be concluded successfully, City may negotiate a contract with the next highest scoring Consultant or withdraw the SOQ entirely. Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services __________________________________________________________________________________________________ ____________________________________________________________________________________________________________ Page 20 of 30 6.8 EXHIBITS A THROUGH H The following named Exhibits A through H are a requirement and must be complete and signed where required. Exhibits are not to be included in your proposal response. All referenced Exhibits must be submitted in Planet Bids system under the Response Types, Exhibits A – G, H. Failure to comply with this instruction will deem your SOQ submittal as non-responsive. 6.9 NON-DISCLOSURE CONFLICT OF INTEREST Specify any possible conflicts of interest with your current clients or staff members and the city. A signed “Conflict of Interest and Non-Disclosure Agreement, Exhibit A” included herein must be submitted under the Non-Disclosure tab. 6.10 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, 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 SOQ sets forth some of the general provisions which may be included in the final PSA. In submitting a response to this SOQ, 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 SOQ 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 must be submitted in Planet Bids system under the Response Types tab Exhibits A – G. 6.11 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”. 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. The signed Acknowledgement of Insurance must be submitted under the Planet Bid Response Types, Exhibits A – G. 6.12 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 SOQ shall be considered a part of this SOQ and shall become Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services __________________________________________________________________________________________________ ____________________________________________________________________________________________________________ Page 21 of 30 part of any final Contract that may be derived from this SOQ. Consultants must indicate their acknowledgement of any Addendums by way of signature on “Exhibit D, Addendum Acknowledgement” and must be submitted under the Planet Bid Response Types, Exhibits A – G. 6.13 DEBARMENT AND SUSPENSION Bidding Consultants must verify by way of signature to “Exhibit E, Consultant Certification Form” that they are not listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the guidelines under 2 CFR 200 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), and that neither Consultant nor any of its proposed subcontractors are tax delinquent with the State of California. The signed exhibit must be submitted under the Planet Bid Response Types, Exhibits A – G. 6.14 PARTICIPATION CLAUSE Consultants shall provide a completed “Exhibit F, Participation Clause”, must be submitted under the Planet. Bids Response Types, Exhibits A – G. This will indicate a consultants’ agreement to or not to allow other entities. to utilize the SOQ response and awarded contract as a piggyback option. 6.15 SIGNATURE OF AUTHORITY “Exhibit G”, Signature of Authority must be submitted under the Planet Bid Response Types, Exhibits A – G. Unsigned SOQ 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 SOQ 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 SOQ response. 6.16 COMPANY REFERENCES Provide a minimum of three (3) references for each discipline you are interested in. If a reference is included for multiple disciplines, please indicate that on the reference worksheet under the description of services section. The references must be agencies in California that your company has conducted comparable or like services. Preferred references should be current customer within the past three (3) years. Exhibit H, Reference Worksheet, 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 SOQ response it is not to be discussed in any other area of the SOQ response other than the “Response Type, Exhibit H” in Planet Bids. Failure to comply with the instruction will determine the Consultants SOQ response as non- responsive and be eliminated from proceeding any further in the process. Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services __________________________________________________________________________________________________ ____________________________________________________________________________________________________________ Page 22 of 30 6.17 PRICING There is no pricing / cost element included in this SOQ. The SOQ review and Consultant Interview/Presentations (if necessary) will produce a list of qualified Consultants that will then be requested to submit their cost sheets for each submitted response. Pricing should not be discussed anywhere in any responses submitted at this time including samples of other pricing scenarios for sample or other projects. Failure to comply with required format and/or instruction will cause Consultants SOQ response to be considered as non-responsive and be eliminated from proceeding any further in the process. Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services __________________________________________________________________________________________________ ____________________________________________________________________________________________________________ Page 23 of 30 “EXHIBIT A” CITY OF RANCHO CUCAMONGACONFLICT 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 SOQ responses received in response to the Request for Statement of Qualifications (SOQ) #24/25-501 Various On-Call Services. I agree not to disclose or otherwise divulge any information pertaining to the contents, status, or ranking of any SOQ 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 SOQ 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 Consultant) ______________________________________ (Signature) ______________________________________ (Date) Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids system under the Response Types, Exhibits A – G. Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services __________________________________________________________________________________________________ ____________________________________________________________________________________________________________ Page 24 of 30 “EXHIBIT B, PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY” Mark the appropriate choice, below: _____ Vendors accepts the PSA without exception. OR _____ Vendors 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 Vendors’ 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 Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids system under the Response Types, Exhibits A – G. Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services __________________________________________________________________________________________________ ____________________________________________________________________________________________________________ Page 25 of 30 “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 (“SOQ”) #24/25-501 for Various On-Call Services have been read and understood and that our Vendors 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 be enough cause for immediate disqualification of award. Failure to maintain said coverage shall result in termination of the contract. ___________________________________ Signature ___________________________________ Printed Name ___________________________________ Title ___________________________________ Date Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids system under the Response Types, Exhibits A – G. Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services __________________________________________________________________________________________________ ____________________________________________________________________________________________________________ Page 26 of 30 “EXHIBIT D” ADDENDUM ACKNOWLEDGEMENT The Consultants hereby acknowledges the following Addenda Number(s) to this SOQ have been received, if any. Consultants understands failure to acknowledge any addenda issued may cause the SOQ 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 Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids system under the Response Types, Exhibits A – G. Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services __________________________________________________________________________________________________ ____________________________________________________________________________________________________________ Page 27 of 30 “EXHIBIT E DEBARMENT and SUSPENSION CERTIFICATION FORM I certify that neither _____________________________ (Consultant) nor any of its proposed subcontractors are not currently listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the guidelines under 2 CFR 200 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), and that neither Consultant 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 Proposal will be disqualified. ___________________________________ Signature ___________________________________ Printed Name ___________________________________ Title ___________________________________ Date Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids system under the Response Types, Exhibits A – G. Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services __________________________________________________________________________________________________ ____________________________________________________________________________________________________________ Page 28 of 30 “EXHIBIT F, PARTICIPATION CLAUSE” It is hereby understood that other government entities, such as cities, counties, and special/school districts may utilize this RFP response at their option for equipment or services at the RFP 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 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 Vendors. Successful Vendors will extend prices as proposed herein to other governmental agencies, please specify. YES __________ NO _________ Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids system under the Response Types, Exhibits A – G. Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services __________________________________________________________________________________________________ ____________________________________________________________________________________________________________ Page 29 of 30 “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 SOQ 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 SOQ response. THE CONSULTANTS IN SUBMITTING THIS SOQ RESPONSE MUST FILL IN THE FOLLOWING INFORMATION. FAILURE TO DO SO MAY DEEM YOUR SOQ RESPONSE AS NON-RESPONSIVE. Company Name: Address: (Street, Su. # City, State, Zip) Telephone #: Fax #: E-mail address: Web Address: Authorized Representative: (print) Title: Signature: Date: Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids system under the Response Types, Exhibits A – G. Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services __________________________________________________________________________________________________ ____________________________________________________________________________________________________________ Page 30 of 30 “EXHIBIT H” REFERENCES WORKSHEET” This Exhibit must be complete and uploaded into the Planet Bid system under the applicable Response Type, section identified as “Exhibit H”” section. Provide a minimum of three (3) clients for each discipline you are interested in. If a reference is included for multiple disciplines, please indicate that on the worksheet below under the description of services section. The references must be agencies in California that your company has conducted comparable or like services within the past three (3) years. Please make the copies of the table below to provide additional reference information for multiple disciplines if necessary. Please verify accuracy of contact information. Reference 1 Company Name Contact Name and Title Company Address Contact Telephone Number Contact Email Description of Comparative Services (please be specific) Reference 2 Company Name Contact Name and Title Company Address Contact Telephone Number Contact Email Description of Comparative Services (please be specific) Reference 3 Company Name Contact Name and Title Company Address Contact Telephone Number Contact Email Description of Comparative Services (please be specific) Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids system under the Response Types, Exhibit H. Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Addendum No. 001 Request for Statement of Qualifications (SOQ) #24/25-501 For Various On-Call Services December 12, 2024 Re: Consultant Questions/Answers/Clarifications Ladies and Gentlemen: This Addendum will address questions and clarification requests as submitted by Consultants. Only those questions submitted in writing are being addressed and can be found in the below table. The RFP response due date and time is being extended to January 13, 2025, by 9:00 am. If there are any questions regarding this Addendum, please contact me at (909) 774-2500 Sincerely, Ruth Cain, Procurement Manager City of Rancho Cucamonga Procurement Division Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services _____________________________________________________________________________________ _____________________________________________________________________________________ Page 2 of 11 Question(s) / Clarification(s) Answer(s) / Comment(s) 1 Please clarify if the reference information requested in Section 4 should be included with the 6 projects requested. Considering that Exhibit H, Reference Worksheet, states that it is not to be discussed in any other area of the SOQ response other than the “Response Type, Exhibit H” in Planet Bids. Failure to comply with the instruction will determine the Consultants SOQ response as non-responsive and be eliminated from proceeding any further in the process. Yes, the references requested under Section 4 for the 6 projects should be included for City awareness. However, the City will only contact the references formally provided under Exhibit H as part of the reference checks for this RFQ. 2 Could the City please clarify if all categories should be combined and submitted as one Response File and also submitted separately under their respective category tabs? Please clarify if reference information should be included with the 6 projects requested. Considering that Exhibit H, Reference Worksheet, 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 SOQ response it is not to be discussed in any other area of the SOQ response other than the “Response Type, Exhibit H” in Planet Bids. Failure to comply with the instruction will determine the Consultants SOQ response as non- responsive and be eliminated from proceeding any further in the process. Sections 4.1 to 4.7 should be combined and submitted as one response file. Individual responses and files with the scope of services for each discipline shall be submitted under the appropriate category in Section 5.5 for the disciplines that you are proposing on. See response to Question 1 regarding the references. 3 Please clarify if reference information should be included with the 6 projects requested. Considering that Exhibit H, Reference Worksheet, 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 See response to Question 1. Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services _____________________________________________________________________________________ _____________________________________________________________________________________ Page 3 of 11 SOQ response it is not to be discussed in any other area of the SOQ response other than the “Response Type, Exhibit H” in Planet Bids. Failure to comply with the instruction will determine the Consultants SOQ response as non-responsive and be eliminated from proceeding any further in the process. 4 Does the City want resumes for our proposed sub-consultants? Yes, submit resumes for key personnel, including subconsultants as necessary. 5 Section 4. SOQ Submission Requirements and Response Format lays out that a single document for Sections 4.1 through 4.8 must be submitted as the "Response File." There is no Section 4.8. Is this section missing from the RFQ? Additionally, what does the City want submitted as the separate Section 5 tabs? Can this be clarified so that we make sure we are compliant? There is no Section 4.8, only sections 4.1-4.7 are required to be submitted. Quals, resumes, and the org chart submitted within Sections 4.1-4.7 should be representative of all disciplines you are proposing on. Only the description of the offered scope of services for each discipline that you are proposing on should be submitted as separate tabs under Section 5. 6 Due to the holidays and there being several pursuits due at the same time, can you please extend the deadline by one week, to January 13? Yes, the deadline will be extended until January 13, 2025. 7 What is the maximum dollar amount of the contract (annually/or life of contract)? The initial contract award (over the life of the contract) will be $1 Million for each selected consultant. However, there is no guarantee of work or compensation, and the City reserves the right to increase or decrease this limit if needed. 8 How many firms is the City looking to award for each of the listed disciplines on page 11 ? The City does not have a number of consultants set for each discipline but is looking to award to multiple consultants for each category provided that they meet the requirements of the RFQ and that their reference checks are in good standing. 9 Is there a page count limit, and if so what does not count towards it? There is no page count limit. Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services _____________________________________________________________________________________ _____________________________________________________________________________________ Page 4 of 11 10 How many firms does the City intend to select for each discipline? See response to Question 8. 11 On Page 11, it states that firms should submit items under the tab for their respective discipline. For example, what information should be included in Section 5.5? See response to Question 5. 12 On Page 11, it states that Sections 4.1 through 4.8 should be submitted under the Response File tab. What information should be listed in Section 4.8? Please see answer to Question 5. 13 Please confirm to whom at the City the cover letter by the Consultant should be addressed to? Marlena Perez 14 Could the City please clarify if Section 5.6 Development Plan Check pertains to Engineering, Building and Safety, Planning Review, or all three? The Development Plan Check only pertains to Engineering. Building and Safety and Planning Review are under different on-call contracts at the City. 15 Section 4 of the RFP states that the response file will be comprised of information discussed in sections 4.1 through 4.8. However, when the section requirements are broken down there are only sections 4.1 through 4.7. Is there a requirement for section 4.8 or was that a typo? Please see answer to Question 5. 16 Exhibit "A" - There are five lines to be filled on the Exhibit. It is understood that the first line would be the printed name of the "Consultant's Representative" as defined on Page 10 of the Request for Statement of Qualifications. The fourth line will be the signature of the Consultant's Representative, and the fifth line will be the date of signature of the Consultant's Representative. Please indicate as to what information needs to be presented on the second (Relationship to the City) and the third line (Relationship to the Consultant). Print name, indicate what your relationship to the City is, i.e. current vendor, related to any City staff….. or none, indicate what your relationship is to the Consultant are you an owner, related to staff….. or none, sign and date Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services _____________________________________________________________________________________ _____________________________________________________________________________________ Page 5 of 11 17 Exhibits "A" through "H", inclusive - It is understood that Exhibits "A" through "H", inclusive will need to be provided by the consultant submitting the Statement of Qualifications - Would submittal of any of said Exhibits be required by any of the sub- consultants that the consultant may retain as part of the consultant's team? If so, please indicate which Exhibit(s). Exhibits A through G are only required for the prime consultant. Exhibit H needs to be provided for the prime and subconsultants. 18 On Page 16 of 30 - Section 5.6 - Last bullet point - What will be the seal and signature requirements of the professional engineers who will be reviewing improvement plans during the initial plan check period and when the plans have received the seal and signature of the professional engineers in charge of preparation of the improvement plans? Improvement plans shall be reviewed by or under the supervision of a California Licensed Professional Engineer. 19 On Page 16 of 30 - Section 5.6 - Last bullet point - Will the seal and signature of a Professional Land Surveyor licensed in the State of California or alternatively the seal and signature of a Registered Civil Engineer in the State of California authorized to practice survey be required under the City Surveyor's Statement on final tract and parcel maps? The last bullet point from Section 5.6 will be removed and this task will be part of a separate Proposal Request. 20 On Page 16 of 30 - Section 5.6 - Last bullet point - It is understood that map review services and review of legal descriptions and plats will be conducted by a Professional Land Surveyor licensed in the State of California or a Registered Civil Engineer in the State of California authorized to practice survey. It is understood that the review of improvement plans will be conducted by registered professional engineers in the State of California. Please clarify/ confirm. See response to Questions 18 and 19. Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services _____________________________________________________________________________________ _____________________________________________________________________________________ Page 6 of 11 21 On Page 16 of 30 - Section 5.6 - Last bullet point - Will the review of the final tract maps and parcel maps be conducted by the Development Plan Check consultant selected for Section 5.6 functions, or will the review of the final tract maps and parcel maps be conducted by the Survey and Mapping consultant selected for Section 5.1 functions? The final tract maps and parcel maps, under City Surveyor's Statement, require the signature of a Professional Land Surveyor licensed in the State of California or the signature of a Registered Civil Engineer in the State of California authorized to practice survey. Will the signatures under City Surveyor's Statement be made by the Development Plan Check consultant selected under Section 5.6 or will it be made by the Survey and Mapping consultant selected for Section 5.1 functions? Neither the consultant selected for 5.1 or 5.6. This task will be revised to only include “prepare tentative and final tract and parcel maps.” See response to Question 19. 22 On Page 14 of 30 - Section 5.1 - Last bullet point - Will the review of the final tract maps and parcel maps be conducted by the Survey and Mapping consultant selected for Section 5.1 functions, or will the review of the final tract maps and parcel maps be conducted by the Development Plan Check consultant selected for Section 5.6 functions? The final tract maps and parcel maps, under City Surveyor's Statement, require the signature of a Professional Land Surveyor licensed in the State of California or the signature of a Registered Civil Engineer in the State of California authorized to practice survey. Will the signatures under City Surveyor's Statement be made by the Survey and Mapping consultant selected for Section 5.1 or will it be made by the Development Plan Check See response to Question 21. Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services _____________________________________________________________________________________ _____________________________________________________________________________________ Page 7 of 11 consultant selected under Section 5.6 functions? 23 On Page 11 of 30 - Section 4 - First bullet point on the page - Sections 4.1 through 4.8 is referenced - Section 4.8 seems to be missing. See response to Question 5. 24 Will the City look to choose a variety of different consultants than in previous years? In other words, are all firms eligible even if they have previously held the on call contract? Yes, all firms are eligible even if they have not been on previous on-calls with the City. 25 How many consultants will you select in each category? See response to Question 8. 26 Are you able to share how much work was given out during the past cycle….ie: value of contracts given / how many projects, etc. See response to Question 7. The City will not be providing this information at this time. However, the number of contracts given to each consultant under the on-call as it is based on the total contract value and not the number of projects. 27 Can you provide a list of consultants who currently hold the on call in each category? The City will not be providing this information at this time. 28 On RFQ page, 4th paragraph it states: “Please submit responses for the following sections to the associated section response type tab in Planet Bids” In the bullet list after the 4th paragraph it states: • Section 5.1 Surveying and Mapping – Submit under the Section 5.1 tab. // • Section 5.2 Geotechnical Engineering and Material Sampling/Testing – Submit under the Section 5.2 tab. // • Section 5.3 General Civil Engineering – Submit under the Section 5.3 tab. // • Section 5.4 Traffic Engineering and Transportation Planning – Submit under the Section 5.4 tab. // • Section 5.5 Construction Management and Inspection – Submit under the Section 5.5 tab. // • Section 5.6 Development Plan Check – See response to Question 5. Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services _____________________________________________________________________________________ _____________________________________________________________________________________ Page 8 of 11 Submit under the Section 5.6 tab. // • Section 5.7 Architectural Engineering – Submit under the Section 5.7 tab. // • Section 5.8 Landscape Architecture – Submit under the Section 5.8 tab. // • Section 5.9 Right of Way Coordination – Submit under the Section 5.9 tab.” We understand that we should only add information for those services we want to propose on; however, we have reviewed the text in Section 5. DISCIPLINES AND APPLCABLE SCOPE OF SERVICES from the bottom of page 13 to the top of page 18, and none of the text here seems to ask for any information. QUESTION. Can you please explain what, if anything, should be submitted under the tabs for Section 5.1 to 5.9? 29 On RFQ 12, under 4.4 Firm Experience/Qualifications that we are to include in our SOQ it states: “The Consultant shall demonstrate the Consultant’s qualifications, experience, expertise, and capability to perform the requirements of this SOQ. The Consultant shall provide a minimum of 6 representative projects that have been completed within the last five years, INCLUDING A CONTACT PERSON (INCLUDING NAME, TITLE, PHONE NUMBER AND EMAIL) AT THE AGENCY FOR WHOM THE WORK WAS COMPLETED. EACH EXPERIENCE SHALL INCLUDE A BRIEF DESCRIPTION OF THE SCOPE PERFORMED….” [emphasis in CAPS added] However, on page 21 of the RFQ it states “Exhibit H, Reference Worksheet, must be complete and uploaded into the Planet Bid system under the “Response Type” section identified as “Exhibit H”. WHILE THE REFERENCE WORKSHEET ACCOMPANIES See response to Question 1. Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services _____________________________________________________________________________________ _____________________________________________________________________________________ Page 9 of 11 YOUR SOQ RESPONSE IT IS NOT TO BE DISCUSSED IN ANY OTHER AREA OF THE SOQ RESPONSE other than the “Response Type, Exhibit H” in Planet Bids. Failure to comply with the instruction will determine the Consultants SOQ response as non- responsive and be eliminated from proceeding any further in the process.” [emphasis in CAPS added], and Exhibit H on page 20 of the RFQ asks for virtually the same information (name, title, address, phone number, email, and description of services) as is requested in section 4.4. QUESTION. These statements seem to contradict each other with one asking that we include project/client contact information in section 4.4 of our SOQ and the second saying that reference information cannot be discussed a 30 On RFQ page, 4th paragraph it states: “Please submit responses for the following sections to the associated section response type tab in Planet Bids: • Sections 4.1 through 4.8 – These sections shall be compiled as one document with a title sheet separating each numbered section. Submit under the Response File tab.” However, the numbered sections that follow only go up to 4.7. QUESTION. Is this a typo, and it should read “• Sections 4.1 through 4.7”? See response to Question 5. 31 The RFP mentioned that Section 4.1 - 4.8 should be submitted under the Response File tab, should there be a 4.8? I do not see this section in the RFP. See response to Question 5. 32 Could you confirm what information you would like to see in the discipline sections (ie - include specific quals, resumes, org chart - or should that all stay in section 4.1- 4.8)? See response to Question 5. Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services _____________________________________________________________________________________ _____________________________________________________________________________________ Page 10 of 11 33 Our firm is interested in submitting an SOQ for Discipline and Scope of Services 5.5. Our firm does perform a majority of the services provided in 5.5 under this on-call contract, we do not perform all of them. Do we need to be able to perform all services listed in Discipline 5.5 (including those that may be added), or may we submit the SOQ for the services we do provide? No, you do not need to perform all disciplines, you can submit the SOQ for only the scope of services you wish to provide. Only include the scope of work for the disciplines in Section 5.5 that you want to perform. 34 How many firms will be selected for the On Call list? Can you provide us with the current names of the incumbents of this list. See responses to Questions 8 and 27. 35 In Section 4.2, the SOQ requests a comprehensive Table of Contents listing all materials, exhibits, and supplemental information. However, the instructions for Exhibit H specify that it should only be uploaded in the designated section of the Planet Bid system and must not be discussed in any other area of the SOQ response. Should Exhibit H be included in the Table of Contents, or should it be excluded to comply with the restriction against referencing it outside the designated area? All exhibits can be referenced in the TOC. However, Exhibit H itself should only be submitted under the portal for Exhibit H on planet bids. 36 On page 11, Section 4 references Section 4.8; however, there does not appear to be any additional references to this section elsewhere in the document. Would you please confirm if there is an additional section that should be included for consideration? See response to Question 5. 37 Can you confirm whether or not building inspection services are part of this RFQ? See response to Question 14. 38 Where can I find the scope of work for environmental consultants? I could not find it in the SOQ. This RFQ does not include environmental consulting services. The City has a separate On-Call for environmental services that is held through the Planning Department. Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services _____________________________________________________________________________________ _____________________________________________________________________________________ Page 11 of 11 39 In section 5.6 Development Plan Check. What discipline is the City looking for here? For example, is the City looking to hire different disciplines such as a landscape architectural firm to provide plan checking services for submitted landscape plans? The primary discipline required for the tasks listed under section 5.6 is Civil Engineering. The City is interested in having the ability to have different disciplines other than Civil Engineering available, but cannot guarantee the number of plan checks. 40 Please clarify what information is required for submittal under the tabs for the Sections 5.1 - 5.9, since the required information appears to be included in Sections 4.1-4.8? Please confirm there is no section 4.8 - all as shown on page 11 of 30 of RFQ.. See response to Question 5. Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 16 EXHIBIT B CONSULTANT PROPOSAL Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 1City of Rancho Cucamonga - Qualifications for Various On-Call Services REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) #24/25-501 VARIOUS ON-CALL SERVICES City of Rancho Cucamonga ANSER ADVISORY MANAGEMENT, LLC | 300 SPECTRUM CENTER DR, IRVINE, CALIFORNIA 92618 ANSERADVISORY.COM Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 2City of Rancho Cucamonga - Qualifications for Various On-Call Services 4.1 COVER LETTER / INTRODUCTION Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 3City of Rancho Cucamonga - Qualifications for Various On-Call Services IRVINE OFFICE 300 Spectrum Center Dr, Irvine, CA 92618 LETTER OF INTEREST January 13, 2025 City of Rancho Cucamonga Purchasing Division 10500 Civic Center Drive Rancho Cucamonga, California 91730 RE: Request For Statement Of Qualifications (SOQ) #24/25-501 for Various On-Call Services Dear Selection Committee, We at Anser Advisory Management, LLC, dba Anser Advisory (Anser), part of Accenture, are pleased to respond to the City of Rancho Cucamonga’s Request for Qualifications for the Construction Management and Inspection Services (5.5) category. With a growing population and commitment toward equitable mobility, we respect and support the City’s vision to build “a world-class community, to create an equitable, sustainable, and vibrant city, rich in opportunity for all to thrive”. Achieving this vision requires enhanced travel options and improved networks for walking, cycling, and transit, ensuring seamless connections between streets, sidewalks, trails, and key destinations for residents, workers, and visitors alike. The City’s search for consultants with technical expertise, adaptability, and a collaborative mindset closely aligns with our established strengths and core values. Having worked with numerous municipalities in Southern California on transformative infrastructure projects, we are uniquely positioned to support Rancho Cucamonga’s ambitious goals. With many of our team members and their families residing in the Inland Empire, including Rancho Cucamonga, we are deeply invested in the community’s continued success and growth. To meet the City’s needs, we have carefully curated a team of specialists equipped to deliver tailored services for public works projects, expertly managing tasks from design through project completion. With nearly three decades of experience delivering on-call services to municipalities and public agencies across Southern California, we bring unmatched expertise, a track record of reliability, and a commitment to financial accountability. Our certified and readily available personnel are skilled in managing the complexities of diverse, concurrent projects, enabling smooth coordination and delivery. Over the years, we have collaborated with municipalities on impactful initiatives such as essential facilities, roadway enhancements, libraries, bike paths, trails, and playground improvements. These accomplishments, highlighted in the Firm Experience/Qualifications section of our proposal, underscore our ability to meet and exceed expectations. Our proposed construction management and inspection team is eager to support the City’s Capital Improvement Program over the next five years and beyond. We are committed to contributing in meaningful and productive ways to bring your vision to life. As Senior Vice President of Anser Advisory Management, LLC, I certify that the information in the proposal is truthful, accurate, and complete at the time of submittal. Additionally, I have the authority to negotiate any agreements with the City of Rancho Cucamonga and bind Anser to the terms of the RFQ. We acknowledge receipt of Addendum No. 001 dated December 12, 2024. We thank you for your time and consideration of our submission and look forward to the opportunity to engage with the City on this important endeavor. Sincerely, Tyson Atwood, PE, QSD Senior Vice President e: tyson.atwood@accenture.com p: 805.459.7697 Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 4City of Rancho Cucamonga - Qualifications for Various On-Call Services 4.2 TABLE OF CONTENTS Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 5City of Rancho Cucamonga - Qualifications for Various On-Call Services TABLE OF CONTENTS Cover Letter 3 Table of Contents 5 Executive Summary 7 Firm Experience / Qualifications 9 Third-Party Subcontractors 17 Staff Resumes and Organization Chart 19 Project Management Approach 26 Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 6City of Rancho Cucamonga - Qualifications for Various On-Call Services 4.3 EXECUTIVE SUMMARY Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 7City of Rancho Cucamonga - Qualifications for Various On-Call Services EXECUTIVE SUMMARY Anser Advisory is committed to supporting Rancho Cucamonga's vision for creating a sustainable, equitable, and vibrant community. This Statement of Qualifications (SOQ) outlines Ansers expertise and leadership on improving public infrastructure, mobility, and quality of life through efficient project management and construction oversight. The following SOQ outlines the qualifications of our team as well as our strategic approach for providing on-call Construction Management and Inspection Services (Category 5.5) as outlined under SOQ #24/25-501. Key highlights of our submssiobn include: FIRM OVERVIEW National Expertise with Local Presence Anser operates nationally but emphasizes a robust Southern California presence, including offices in Los Angeles, Irvine, and Palm Desert. As part of Accenture, our firm combines global consulting expertise with specialized construction management capabilities. We have a robust portfolio of experience that spans sectors including transportation, education, energy, and municipal services. Our deep bench of resources combined with our local talent and expertise allow us to offer highly-tailored solutions to the region's unique challenges. Firm Experience / Qualifications Anser has a rich history of delivering on-call services to various municipalities in Southern California, including cities such as Ontario, Pasadena, Long Beach, and Anaheim, agencies like Riverside County Transportation Department and the Coachella Valley Water District, and have project experience that ranges from park expansions and fire station construction to advanced transportation corridors and sustainable energy facilities. PROPOSED APPROACH FOR RANCHO CUCAMONGA Project Managment Anser will work with the City of Rancho Cucamonga to enable immediate mobilization of resources for on-call needs. Our staff are supported by a robust internal dashboard for task order management. Anser will perform regular audits, detailed daily reports, and an emphasis on adherence to standards are hallmarks of their quality assurance strategy. Anser will provide custom staffing solutions; teams will be carefully curated based on specific project needs, with an emphasis on adaptability and technical proficiency. Technical Tools and Methods Anser will use the appropriate tools and software to provide smooth delivery at all stages of each project for the city. Anser uses platforms like Monday.com for task management, advanced scheduling software (Primavera P6) for proactive delay management, and comprehensive constructability reviews to mitigate claims and identify cost-saving opportunities. EXPERTISE OF THE ANSER TEAM The Strength of Anser Anser has assembled a highly skilled team of professionals to lead project and construction management efforts for the City of Rancho Cucamonga. Key personnel include Tyson Atwood, PE, QSD, a seasoned Principal-in-Charge with over 20 years of expertise managing large-scale infrastructure projects, and Sunil Mallaiah, CCM, MSCE, LEED GA, a project manager with extensive experience overseeing billion-dollar capital improvement programs. The team also includes experts like Greg Gwozdz, PE, who specializes in bridge structures and roadway improvements, and Benjamin Torres, CCM, CPSI, LEED GA, who is known for delivering high-quality municipal and community projects. Together, this team brings decades of proven experience, technical expertise, and a deep commitment to excellence in construction management. Committment to Innovation and the Rancho Cucamonga Community Many team members are local residents, ensuring vested interest in Rancho Cucamonga’s growth. More information on all staff chosen for this On-Call can be found within the Staff Resumes and Organization Chart section of this SOQ. Added Value for Rancho Cucamonga The Anser team has a proven track record of delivering high-quality outcomes under budget and on schedule. We have and maintain relationships with regional stakeholders, ensuring seamless coordination on joint ventures. Our staff possess the expertise and experience necessary to manage complex, multi-agency projects efficiently, ensuring seamless coordination across diverse stakeholders and jurisdictions. Leveraging proven strategies and advanced project management tools, they excel at addressing challenges, navigating regulatory requirements, and aligning multiple objectives to achieve project goals. Their focus on proactive communication and meticulous planning allows them to minimize disruptions to public life, maintaining smooth operations and ensuring the community's needs are met throughout the project lifecycle. This commitment to excellence ensures that every project is delivered with precision, timeliness, and minimal impact on daily activities. Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 8City of Rancho Cucamonga - Qualifications for Various On-Call Services 4.4 FIRM EXPERIENCE / QUALIFICATIONS Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 9City of Rancho Cucamonga - Qualifications for Various On-Call Services FIRM HISTORY Anser Advisory is a national construction management and program advisory firm that offers solutions to our clients’ capital program challenges. Anser supports clients in several public works infrastructure markets, including municipal, aviation, ports, transportation, education, and energy. Our service begins with the early phase of strategic organizational and program planning and continues through managing the tactical execution of each project or initiative. We operate locally from Los Angeles, Irvine, Palm Desert, and San Diego. We have a diverse and talented staff of professionals nationwide, including management consultants, estimators, schedulers, financial analysts, procurement specialists, system configuration specialists, architects, engineers, construction managers, certified professional accountants, and construction auditors. Anser Advisory announced in August 2023 that it has entered into an agreement to join Accenture, one of the world’s leading consulting firms. We are excited about the opportunities this combination will create, as it brings together Anser’s expertise in capital project, program, and construction management with Accenture’s broad range of professional services. This partnership will enhance the value we provide to our clients moving forward. There are no anticipated organizational or staffing changes as a result of the transaction’s closure, and it will not affect our daily operations or impact the City. LOCAL AND SIMILAR MUNICIPALITY EXPERIENCE Anser is currently providing on-call construction management and inspection services for a diverse range of Southern California clients, including various cities, counties, transportation authorities, and utilities agencies. Our extensive experience with these clients enables our team members to be well-equipped to deliver similar high-quality services to the City of Rancho Cucamonga. Our proven track record in managing complex projects in this region underscores our capability to meet the City’s needs effectively. Below is a list of our clients for whom we are currently providing on-call construction management services. FIRM EXPERIENCE/QUALIFICATIONS » City of Corona » Riverside County Transportation Department » San Bernardino County Transportation Authority » City of El Monte » City of Ontario » City of Pasadena » City of Santa Ana » City of San Diego » City of Huntington Beach » City of Seal Beach » City of Laguna Beach » City of Long Beach » City of Oceanside » Port of Long Beach » Port of Los Angeles » City of Anaheim » City of Gardena » City of Irvine » City of Lake Forest » City of Menifee » City of Temecula » City of Murrieta » Inland Empire Utilities Agency » Coachella Valley Water District Overview of Services ‚Construction Management ‚Project/Program Management ‚Field Inspection ‚Grants Assistance and Monitoring ‚Structural Representative ‚Field Inspection/Office Engineering ‚Project Controls ‚SWPPP Compliance ‚Information Systems/Technologies ‚Quality Assurance/Quality Control ‚Cost Estimating ‚Scheduling ‚Claims Management and Analysis ‚Utility Management ‚Contract Administration ‚Energy and Sustainability National Personnel 950+ 250+ Southern California Personnel Limited Liability Company (LLC) Form of Organization Who We Are 28 Years in Business Southern California Offices Los Angeles Irvine San Diego Palm Desert Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 10City of Rancho Cucamonga - Qualifications for Various On-Call Services CITY OF LONG BEACH ON-CALL PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES DAVENPORT PARK (PHASE II) PARK EXPANSION (2023 - 2024) Pictured Left Anser performed Construction Management services for the project which expanded the existing 5.5- acre park to 11.5 acres of total park area. The project includes a natural turf sports field, lighting, outdoor seating, fitness stations, walking trails, stormwater improvements, new landscaping, and a new asphalt road and parking area. This project is part of a multiphase program to improve this site. ADMIRAL KIDD PARK PLAYGROUND REBUILD PHASE I (2022 - 2023) Anser Advisory provided Owner’s Construction Management services for the City of Long Beach Admiral Kidd Park Playground rebuild. The project involved a complete demolition of the existing playground features and site hardscapes. The rebuild included the installation of new playground features, lighting, landscaping improvements, an ADA-compliant pathway, and hardscape enhancements. Currently in the preconstruction phase, the project requires a multi-phase execution to fully realize the City’s design intent for the site. Future phases will include additional ADA and landscaping improvements, as well as renovations to the adjacent children’s community center. RECREATION PARK PLAYGROUND RENOVATION (2021 - 2022) Pictured Bottom Right Anser provided Construction and Project Management services for this project which provides two age-appropriate dinosaur-themed playground areas for children ages 2 to 5 and 5 to 12. All play equipment offered full ADA and ASL inclusivity. The new playground provides sensory, auditory, climbing, swinging, balancing, and spinning interactive opportunities. A “Dino Excavation Zone,” provides a unique digging area where children can uncover a buried dinosaur skeleton. Three custom-made GFRC dinosaurs add to this playground’s multiple climbing opportunities. The project also included a new skateboard park element with griding features, tree plantings, picnic areas, and ADA site improvements by adding a new ramp and street parking. MICHELLE OBAMA NORTH BRANCH LIBRARY (2014 - 2016) Pictured Top Right This new LEED-certified, state-of-the-art 24,655-square-foot single-story facility incorporates a historic tower and street improvements, offering expanded resources and programs to serve the community. During design, Anser established the project budget and schedule, secured building department permits, packaged documents for bid, and managed the bid and award process. Anser issued the RFP for CM services, evaluated proposals, conducted interviews, recommended selections, finalized negotiations, and drafted the staff report and council letter for contract award. During construction, Anser managed the City’s consultant CM firm, materials testing, inspection consultant, and A/E. Anser tracked the budget and schedule, attended coordination meetings, assisted with City-related issues, reviewed invoices and change orders, and wrote monthly reports for City management. YEARS SUPPORTED Varies by Project REFERENCE Marilyn Surakus, Project Management Bureau Manager e: marilyn.surakus@longbeach.gov p: 562.570.5793 ADDITIONAL PROJECTS • Scherer Park Community Center Renovation (12/2022 - 07/2024) • Heartwell and Stearns Park Irrigation Upgrades (2019 - 2020) • El Dorado Park Artificial Turf Soccer Field (03/2021 - 09/2021) • Los Cerritos Channel Stormwater Collection System (2018 - 2019) • North Police Station and Emergency Communications and Operations Center (2004 - 2005) STAFF ASSIGNED • Stephen Mutch, Ben Torres, Mario Espinoza, John Duong, Ryan Marcy, Song Baik FIRM EXPERIENCE/QUALIFICATIONS Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 11City of Rancho Cucamonga - Qualifications for Various On-Call Services CITY OF ANAHEIM ON-CALL CONSULTING SUPPORT SERVICES CONSTRUCTABILITY REVIEW FOR VARIOUS FIRE STATIONS (2024 - ONGOING) Fire Stations No. 4 and No. 12: Anser performs constructability review for the City. Our efforts are a systematic and collaborative process that evaluates the coordination between the project documents from a phasing, site preparation, facility construction, logistics, and startup / functional testing of all fires station systems. Our review involves the examination of project plans and specifications by a team of experts from different disciplines, including engineers, contractors, and construction managers. Anser will also compare the most current set of documents against the comments provided by the City’s plan check group and other staff. BROOKHURST COMMUNITY CENTER, TEEN ROOM ADDITION (2022 - 2023) Pictured Left Anser provided construction management services on the Brookhurst Community Center – Teen Room Addition project in the City of Anaheim. The new addition allows teens to gather in a laid-back environment and socialize with their peers for group activities, movie nights, educational workshops, and ro relax with friends and escape the stress of their daily lives. The $1M Brookhurst Teen Center project includes a 735 square foot teen room addition to the Brookhurst Community Center with full dry-erase walls, tackable wallboards for pin-up pictures or flyers, internal restrooms, new sewer connections, concrete pathways and other hardscape, striping/parking, and landscape improvements. CENTER GREENS PARK IMPROVEMENTS (2023 - 2024) Pictured Top Right Anser provided construction management services including new landscaping and irrigation, new and relocated lighting, upgraded basketball court, new skate park, challenge course, decomposed granite pathways, concrete pathways and other hardscape, shade structure, seat walls, water capture basins, furnishing, and other appurtenant work. The project will improve the park with a new tot lot, youth challenge course, skate park, upgraded basketball court, landscaping, fitness trails, butterfly garden, shaded community plaza, and other amenities to enable users to be active as individuals or in groups. The new amenities will promote and increase physical, social, and cultural activities and will contribute positively to the lives of both the neighborhood immediately surrounding the park and all Anaheim residents. LINCOLN AVENUE WIDENING (2024 - ONGOING) Pictured Bottom Right Anser provided construction management services for new landscaping and irrigation, new and relocated lighting, upgraded basketball court, new skate park, challenge course, decomposed granite pathways, concrete pathways and other hardscape, shade structure, seat walls, water capture basins, furnishing, and other appurtenant work. Improvements to the park include a new tot lot, youth challenge course, skate park, upgraded basketball court, landscaping, fitness trails, butterfly garden, shaded community plaza, and other amenities to enable users to be active as individuals or in groups. The new amenities will promote physical, social, and cultural activities and will contribute positively to the lives of both the neighborhood immediately surrounding the park and all Anaheim residents. YEARS SUPPORTED Varies by Project REFERENCE John Martin Construction Contracts Administrator e: jmartin@anaheim.net p: 714.765.5157 ADDITIONAL PROJECTS • Cerritos Avenue and South Street Water Mains Replacement (09/2022 - 04/2024) • Alley Sanitary Sewer Improvements 2020 (ASSIP) (2022 - 2024) • Sustainability Education Center, Anaheim, CA (2023 - Current) STAFF ASSIGNED • Stephen Mutch, Adam Hunt, Shawn Paroline, Chris Heidel, Andres Adame, Mario Espinoza FIRM EXPERIENCE/QUALIFICATIONS Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 12City of Rancho Cucamonga - Qualifications for Various On-Call Services CITY OF PALM DESERT ON-CALL CONSTRUCTION MANAGEMENT SERVICES NORTH SPHERE FIRE STATION NO. 102 (2023 - ONGOING) Pictured Left Anser is the construction manager for the City of Palm Desert and has been an advisor since the beginning of site selection. We will continue our partnership through the construction phase and closeout. The completion of the North Sphere Fire Station (FS102) will enable faster response times, improving the delivery of services such as medical assistance, fire response, and other emergency calls in the area. Expanding the existing services provided by the fire department will also address future growth and safety concerns in North Palm Desert. The new fire station is designed to include the following features: a 9,700 SF building with offices, living quarters, a gym, parking facilities, and solar component (including panels, batteries, and EV charging capabilities). Additionally, there will be off-site improvements, such as road widening, a new traffic signal, and bike lanes ONE QUAIL PLACE PARKING LOT REHABILITATION (01/2024 - 05/2024) Pictured Top Right Anser has provided construction management services that include the cold milling of asphalt concrete (~121,500 square feet); full-depth removal of asphalt concrete and reconstruction with Portland cement concrete (~63,000 square feet); full-depth removal and reconstruction of Portland cement concrete (~20,700 square feet); removal of 3 carports and construction of 16 new carports; and various ADA and striping improvements along the perimeter of the parking areas. SECTION 29 RETENTION BASIN IMPROVEMENTS AND EXPANSION PROJECT Pictured Bottom Right Anser provided construction management services on this project, constructsing a retention basin with over 60 acre-foot of retention volume to reduce the threat of overflow and provides storage that will be required for a 100-year storm event. Improvements for the retention basin includes rough grading and soil export for over 100,000 cubic yards of soil; repair, excavation, and restoration of an existing/ adjacent storm channel, moving over 40,000 cubic yards of soil; installation of 110 linear feet of pre- cast Reinforced Concrete Boxes, 190 cubic yards of structural concrete for weirs and headwalls, 300 cubic yards of grouted rip-rap, 29,000 square yards of erosion control blanket, and other items such as fencing and signage. YEARS SUPPORTED Varies by Project REFERENCE Lucero Leyva Project Manager p: 760.776.6465 e: lleyva@palmdesert.gov ADDITIONAL PROJECTS • Haystack Traffic Calming and Bike Lanes • Haystack Channel Constructability Review • Fire Station 71 Remodel; Fire Station 33 Reconstruction • PD Link Phase 2 Bikeway Constructability Review • Walk and Roll PD Class III Bicycle Facilities Constructability Review • CV Link Enhancements Constructability Review STAFF ASSIGNED • Tyson Atwood, Darren Hall, Dustin Reinhart, Andy Kleimola, Mario Espinoza, Tony Gatoff, Stephen Mutch, David Valenzuela, Jeremy Hooper, Kirk Streets FIRM EXPERIENCE/QUALIFICATIONS Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 13City of Rancho Cucamonga - Qualifications for Various On-Call Services RIVERSIDE COUNTY TRANSPORTATION DEPARTMENT (RCTD) ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION SLURRY SEAL PROJECTS FY’S 18/19, 19/20, 20/21, 22/23 (2018 - 2024) Pictured Top Right and Bottom Right Anser has provided inspection services on various road improvement projects in Riverside County since 2018. Roadway improvements include Slurry Seal Type I, II, III with Polymer Modified CQS-1h asphalt emulsion, Microsurfacing Type II, PCC minor concrete removal/grading/form/ pour/ finish/strip, traffic control, shoring, and backfill of pressurized gas lines. Projects consisted of over 100 miles of roadway and over 30,000 tons of slurry. CONSTRUCTABILITY REVIEWS (2016 & 2018) Anser performed constructability reviews for the following projects: Temescal Canyon Road Widening, Van Buren Boulevard Widening, and Salt Creek Trail Project). During the constructability review, Anser collaborated with the County staff and the Designer by reviewing the plans and specifications for conformance to the outcomes of the project, calculated estimated quantities, coordinated with utility companies, constructed a estimated completion schedule, and came up with a estimated cost. 2023 EMERGENCY WORK (08/2023 - 12/2023) Anser provided inspection staff to oversee emergency repairs on county roads and culverts that was damaged during Hurricane Hillary in fall 2023. Our inspectors ensured the work was put back per county standard plans while tracking the labor, materials and equipment needed to make the repairs. Our team documented the progress and reported back to the County daily. MAJESTIC FREEWAY BUSINESS CENTER, HARVILL AVENUE (2022 - ONGOING) Pictured Left Anser is Agency Representative for all right-of-way construction and encroachment matters. This project includes developer-funded improvements over approx. eight miles of highway (103’ right-of-way), designed to accommodate new warehouse developments with partial and full-width enhancements and landscaping. Anser oversees grading and paving contractors during various phases, including demolition, grinding, and cold planning on Harvill Avenue, Cajalco Road, and Placentia Avenue. The inspections ensure compliance with project plans, specifications, RIVCO Ordinance 461, and Caltrans standards. Geotechnical recommendations are incorporated to stabilize subgrades with specialized fabrics, while Anser’s inspections verify the alignment of asphalt paving, resurfacing limits, and proper restoration. Traffic management is carefully monitored to maintain safe flow through construction areas. Anser coordinates review of material submittals, schedules R-value soil sampling to determine precise street sections, and recommends design modifications as necessary. Anser arranges for plant materials and field tests of Class II base, CAB, and HMA mixes during construction, and ,verifies final striping and signage. Upon completion, we will file as-built records for street improvements tied to nearly 4 million square feet of new industrial warehouse space along the I-215 corridor. YEARS SUPPORTED Varies by Project REFERENCE Hector Davila Deputy Director p: 951.955.6885 e: HeDavila@rivco.org STAFF ASSIGNED • Lucas Rathe, Derek Aaro, Nick Deile, Darren Hall, Jessie Martindale, Wendi Carducci, Greg Gwozdz, Ronnie Chevalier, Cornelius Marcusiu FIRM EXPERIENCE/QUALIFICATIONS Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 14City of Rancho Cucamonga - Qualifications for Various On-Call Services COACHELLA VALLEY ASSOCIATION OF GOVERNMENTS (CVAG) CV LINK MULTI-MODAL TRANSPORTATION CORRIDOR CVAG, CV LINK MULTI-MODAL TRANSPORTATION CORRIDOR (2020 - ONGOING) Pictured Top Right CV Link is a 40+ mile bicycle, pedestrian, and neighborhood electric vehicle (NEV) pathway that is being built largely along the Whitewater River, and it extends from Palm Springs to Coachella. CV Link will connect users to employment centers, shopping, schools, and recreational opportunities. This alternative transportation corridor will enable healthier lifestyles, spur economic innovation, and make the Coachella Valley a more sustainable and appealing place to live, work and play. It will bring national recognition to the Coachella Valley as a leader in environmentally friendly transportation. Major project highlights include, 14-foot-wide concrete path, a new pedestrian bridge, retaining walls, decomposed granite pathway, park like improvements including: shade structures, benches, water fountains, benches, trash and recycling receptacles, and metal railing. The project also includes a number of flood channel improvements in the Whitewater River. Major stakeholders include the Cities of Palm Springs, Palm Desert, La Quinta, and Inddavio, Army Corps of Engineers, City of Coachella, and the Coachella Valley Water District. Anser currently provides Program and Construction Management services for the entirely CV Link program. This includes performing constructability reviews and working with CVAG and the designer to put together bid documents. In total there are 5 bid packages that Anser assembled as part of the program. Anser provides resident engineering, office engineering, inspection support for all the segments of the project. Anser also oversees our subconsultant partners who provide structures representatives, field inspection, labor compliance, electrical inspection, public outreach, materials testing and environmental surveys CITY OF PALM DESERT / CVAG CV LINK ON-STREET CLASS IV AND NEV PATH (2020 - 2021) Anser provided construction management services for a large CV Link project in Palm Desert, an ambitious, multi-modal facility that creates alternative transportation through the entire Coachella Valley. The Palm Desert portion of the CV Link is a critical component to the core alignment. In addition to the new Class IV bikeway, this project also adds a neighborhood electric vehicle (NEV) path along the western edge of the Toscana County Club. The physical elements of construction on this project include concrete curb and gutter, sidewalks, pavement, and striping. The location and staging of the improvements are what makes this project unique and complex. Anser guided the success of this project, ensuring simple and honest communication with the community, clear and safe access through and around the work zone, and maintaining a clean work zone that makes the community excited about the improvements. YEARS SUPPORTED 2020 - Current REFERENCE Randy Bowman Senior Project Manager p: 760.776.6493 e: rbowman@cityofpalmdesert.org STAFF ASSIGNED • Tyson Atwood, Brandon McKay, Kenny Casados, Kirk Streets, David Huston, Leo Alvarez, Dustin Reinhart, Shawn Paroline, Ryan Carey, Michael Chevalier, Nicholle Davis, Vidya Dixit, Darren Hall, David Valenzuela, Jeremy Hooper FIRM EXPERIENCE/QUALIFICATIONS Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 15City of Rancho Cucamonga - Qualifications for Various On-Call Services SAN DIEGO ASSOCIATION OF GOVERNMENTS ON-CALL PROFESSIONAL AND TECHNICAL CONSTRUCTION MANAGEMENT ENGINEERING SERVICES BAYSHORE BIKEWAY - BARRIO LOGAN (2022 - ONGOING) Pictured Left This project consists of approximately 2.3 miles of Class I bikeway along Harbor Drive between Park Boulevard and 32nd Street within the City of San Diego and Port of San Diego Tidelands. The project has completed improvements where Harbor Drive and the new Class I bikeway cross the BNSF railroad tracks. Improvements inside the BNSF Right of Way included installing a retaining wall, storm drains, paving, and striping. SANDAG and the CM team worked with both the City of San Diego and BNSF to complete Construction and Maintenance Agreements for the work. The CM team also coordinated with BNSF crews to upgrade all rail equipment during construction at the crossing which included removal of existing equipment and installation of new gates, flashing lights, cantilevers, and signal house. All Anser staff Roadway Worker Protection (RWP) training certified. NORTH PARK | MID-CITY GEORGIA - MEADE AND LANDIS BIKEWAYS (2019 - 2022) Pictured Top Right Anser was selected to manage the construction of over 6.5 miles of new bikeway through two parallel streets in the urban area of North Park in San Diego. The projects are designed to enable people to bike and walk safely on more direct and convenient routes within and between major regional destinations and activity centers. The project’s main feature was the addition of 19 neighborhood traffic circles. Other features included buffered bike lanes, raised crosswalks, reverse angle parking, traffic signal modifications, storm drain improvements, ADA ramps, and other traffic calming measures. Anser was responsible for all aspects of the project and provided positions for the Resident Engineer, Office Engineer, Field Inspectors, Labor Compliance, and Administrative Assistant. BAYSHORE BIKEWAY SEGMENTS 4B AND 5 (2016 - 2018) This project consisted of 2.2 miles of a combination of Class I, II, and III type bicycle facility, security fence replacement, and bridge work. The project went through various agencies right-of-way and/ or property which required the coordination with: National City, Port of San Diego, San Diego Gas & Electric, BNSF, and the Navy. The project also included a gravity retaining wall, metal beam guardrail, AC improvements, and a new Navy/ SDG&E security fence I-805/SR-94 TRANSIT ONLY LANE (2020 - 2021) Pictured Bottom Right This cooperative project between SANDAG, Caltrans, MTS, and CHP created a Transit Only Lane (TOL) to reduce bus travel times during traffic congestion. MTS Rapid vehicles use designated freeway shoulders/TOLs when speeds drop below 35 mph, traveling up to 15 mph faster than adjacent lanes. Improvements included installing detection cameras, traffic loops, and 1.5 miles of asphalt replacement along the I-805 NB and SR-94 WB. Anser provided resident engineering, field inspection, electrical inspection, and materials testing, utilizing e-Builder for RFIs, submittals, payments, and reports under Caltrans and SANDAG guidelines. YEARS SUPPORTED Varies by Project REFERENCE John Anderson Construction Manager p: 619-699-7342 e: John.anderson@sandag.org STAFF ASSIGNED • Tyson Atwood, Brandon McKay, Michael Chevalier, Musaab Al Madhadi, Ronnie Chevalier, Nicholle Davis, Cornelius Marcusiu FIRM EXPERIENCE/QUALIFICATIONS Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 16City of Rancho Cucamonga - Qualifications for Various On-Call Services 4.5 THIRD-PARTY SUBCONTRACTORS Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 17City of Rancho Cucamonga - Qualifications for Various On-Call Services THIRD-PARTY SUBCONTRACTORS Anser Advisory does not anticipate using any third-party subcontractors to complete work for the on-call services as outlined in the request for Statement of Qualifications (SOQ) #24/25-50. Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 18City of Rancho Cucamonga - Qualifications for Various On-Call Services 4.6 STAFF RESUMES AND ORGANIZATION CHART Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 19City of Rancho Cucamonga - Qualifications for Various On-Call Services Labor Compliance Kathy Keating Jackie Melton Cost Estimating/Scheduling Shawn Paroline Andy Kleimola, CEP, CPC Dustin Reinhart, CMIT Vidya Dixit, CCP, PSP Virgilio Cabanas, LEED AP Axel Harquist, PSP Grant Services Corey Burbach Joseph Sheets Sabrina Kvasnicka ORGANIZATION CHART The following represents the structure and organization of our proposed team members, each who offer extensive project management and public project experience, particularly as it relates to the work outlined within this RFP. Tyson Atwood, PE, QSD Principal-in-Charge Contract Manager Benjamin Torres, CCM, CPSI, LEED GA Technical Lead Available Support Staff Stephen Mutch, PE, CCM, QSD Ryan Marcy Adam Hunt, CCM John Duong, CCM, EIT Song Baik Matt Franczyk Brandon McKay, PE, QSD Technical Lead Available Support Staff Leo Alvarez Nicholle Davis Nick Deile, QSP Kenny Casados Cornelius Marcusiu Song Baik Kirk Streets David Huston Sunil Mallaiah, CCM, MSCE, A. DBIA, LEED GA Technical Lead Available Support Staff Kashan Bhatti, CCM Tony Gatoff, CCM Chris Heidel, CCM Parrish Dyer, PE Ryan Carey, CMIT Jason Rechlecki, CCM Paul Morales Adam Hunt, CCM Stephen Mutch, PE, CCM Mario Espinoza Sheida Roghani Bike Path/Trail Greg Gwozdz, PE, QSD Technical Lead Available Support Staff Nicholle Davis Wendi Carducci, EIT Dakota Mebane Andres Adame, MSCE Andrew Abraham, EIT Dean Rafferty Pat Shen, QSP David Valenzuela Musaab Al Madhadi, EIT Kirk Streets Kenny Casados Rajan Kariya, PE, QSD Michael Chevalier Ronnie Chevalier, CHST Nick Deile, QSP Mazen Zukari Derek Aaro Jessie Martindale Darren Hall Jeremy Hooper Road Improvements Parks & OutdoorBuildings & Facilities Support Staff Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 20City of Rancho Cucamonga - Qualifications for Various On-Call Services The following pages contain resumes for all staff Anser is proposing for this on-call. TEAM RESUMES PRINCIPAL IN CHARGE TYSON ATWOOD, PE, QSD For over 20 years, Tyson has worked in the construction industry, managing increasingly complex projects and managing multiple projects over $100 million in construction value. He has a diverse background managing projects in the municipal, transportation, aviation, energy, and water/wastewater industries. Tyson’s focus has been working with federal funds, and he is an expert in administering projects utilizing the Caltrans Local Assistance Procedures Manual (LAPM). He is highly experienced with the Caltrans Standard Specifications and “Greenbook.” Tyson is forward-thinking and has also worked on several innovative projects that have advanced technology and automated workflows to increase team efficiencies. Tyson’s communication skills as a Project Manager allow complete transparency between the project teams and the agency’s project manager, so the team knows all project and personnel issues and solutions. Tyson sets high expectations for his teams to put the agency and the public first in all decision-making for the greater good of the project. SELECT PROJECT EXPERIENCE North Sphere Fire Station No. 102, City of Palm Desert, CA Tyson is the Principal for designing and constructing the City of Palm Desert’s newest North Sphere Fire Station No. 102. This new facility will enhance the delivery of public safety services by expanding the existing services provided by the fire department and allow for faster response times which will help improve the delivery services including medical, fire, and other service calls. The facility is designed to include the following features: a 9,700 SF building with 3-apparatus bays, office space, living quarters, a workshop, a gym, parking facilities, solar PV with batteries, and EV charging capabilities). Additionally, there will be off-site improvements, such as road widening, a new traffic signal, and bike lanes. Coachella Valley Association of Governments (CVAG), CV Link Multi-Modal Transportation Corridor, Coachella Valley, CA Tyson served as Senior Resident Engineer responsible for the construction of 41.1 miles of combination bikeway and NEV path construction throughout the Coachella Valley. Major project highlights include 40+ miles of concrete path, two new bridges, park- like improvements including shade structures, and flood channel improvements. Major stakeholders include the City of Palm Springs, the City of Palm Desert, the City of La Quinta, the City of Indio, the City of Coachella, and the Coachella Valley Water District. San Bernardino County Transportation Authority, West Valley Connector BRT, Ontario, CA Tyson serves as the Resident Engineer responsible for the overall management and coordination of project operations, including the management of the contractor. This bus rapid transit (BRT) system promises travelers an alternative to overcrowded freeways between Fontana, CA, and Pomona, CA. This project is the construction of 3.5 miles of center-running lanes on Holt Boulevard in Ontario, CA. The construction of new stations in Pomona, Montclair, and Rancho Cucamonga, CA is scheduled in 2025. The first phase of the project includes a 19-mile rapid transit route that will connect San Bernardino and Los Angeles counties, featuring 21 stops between Rancho Cucamonga and Pomona. Eventually, the West Valley Connector will extend to Fontana, CA. ANSER EXPERIENCE 10 years INDUSTRY EXPERIENCE 20 years EDUCATION Bachelor of Science, Civil Engineering, California Polytechnic State University, San Luis Obispo, 1998 - 2003 LICENSES/CERTIFICATIONS CA Professional Engineer No. 71514 Qualified SWPPP Developer No. 01243 AQMD Coachella Valley Fugitive Dust Control, No. CV1907-008280-8321 Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 21City of Rancho Cucamonga - Qualifications for Various On-Call Services TEAM RESUMES PROJECT MANAGER - BUILDINGS AND FACILITIES SUNIL MALLAIAH, CCM, MSCE, A. DBIA, LEED GA Sunil is a civil engineer with over 25 years of construction and management experience, including work for Port of Los Angeles, Los Angeles World Airports, Denver International Airport, Los Angeles Metropolitan Authority, Loyola Marymount University, as well as the Los Angeles Unified School district, for which he has managed over $2B in capital improvement programs as their Regional Director of Construction. Mr. Mallaiah’s technical abilities, coupled with his project-scheduling background, allow him to identify issues early and initiate timely mitigation efforts. He emphasizes in-depth understanding of contract specifications with respect to quality and compliance, which allows for the reduction and mitigation of potential impacts to the project and minimizes project cost. SELECT PROJECT EXPERIENCE Los Angeles World Airports (LAWA), Airside Projects, Capital Improvement Program I, Los Angeles, CA As risk management lead, Sunil oversaw the risk management team for several airside projects, providing support to LAWA and consulting staff in reviewing, analyzing, and making recommendations to avoid potential risks. Los Angeles Unified School District, Bond CIP Projects, Los Angeles, CA As Regional Director of Construction, Sunil provided overall administrative and functional management for the district’s regional new school construction, modernization, and capital improvement projects. He developed, assigned, hired, and monitored all staff assigned the central, regional, and field offices relative to construction program requirements; reviewed status and provided management decisions relative to overall program delivery; reviewed status and provided management reports to the board relative to scheduling, cost control, staffing, and other contract requirements; reviewed and inspected sites to assess construction performance and adherence to district, code, and safety requirements. Mr. Mallaiah additionally coordinated with district management personnel and organizational departments such as the Office of Environmental Health and Safety, Facilities Planning and Project Development, Facilities Design, Real Estate, Facilities Contract Administration, Construction Inspection, Facilities Maintenance and Operations, and local districts to address related issues. He developed, established, and administered policies for facilities services in the central and regional area; reviewed and recommended actions in resolving disputes relative to pre-design, design, bid, award, and construction phases of the projects; and implemented internal policies and procedures of the district. Los Angeles Unified School District, Major Bond Programs-New Construction, Repair and Modernization, and the Capital Improvement Programs, Los Angeles, CA As a consultant and senior project manager, Sunil managed the construction of new schools and the modernization of existing campuses, managing field and core staff of project managers, OAR’s, project engineers, office engineers, estimators, schedulers, coordinators, and others. He actively identified issues during design, pre-bid, construction, and closeout; met regularly with senior management of the contractors, architects, engineers, inspectors, and various public agencies to resolve issues in a timely manner; coordinated with various internal departments of the LAUSD; and briefed LAUSD senior leadership on the status of various bond programs. ANSER EXPERIENCE 8.5 years INDUSTRY EXPERIENCE 25 years EDUCATION Master of Science, Civil Engineering, University of Colorado Boulder, 1990- 1991 Bachelor of Science, Civil Engineering, Bangalore University, 1984-1988 LICENSES/CERTIFICATIONS Certified Construction Manager (CCM) No. 1405 Associate DBIA, 2012 LEED Green Associate, 2014 SWPPP | CEQA | Safety ACI | Partnering Change Management Dispute Management and Resolution Risk Mitigation and Management Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 22City of Rancho Cucamonga - Qualifications for Various On-Call Services TEAM RESUMES PROJECT MANAGER - ROADWAY PROJECTS GREG GWOZDZ, PE Greg is a registered professional engineer with expertise in bridge structures, retaining walls, soil nail walls, earthwork, concrete paving, and cast-in-drilled-hole (CIDH) piles. He is highly experienced at performing field inspections to verify compliance with plans and specifications, reviewing RFIs and submittals, and providing project coordination. He is proficient in monthly owner payment applications, subcontractor payment applications, monthly cost management, and quantity tracking. Greg has provided structures representative services on heavy civil transportation projects for the Riverside County Department of Transportation (RCTD), Caltrans, and Orange County Transportation Authority (OCTA). He is skilled in software programs such as AutoCAD, MicroStation, and SAP2000. SELECT PROJECT EXPERIENCE San Bernardino County Transportation Authority (SBCTA), Mt. Vernon Viaduct, San Bernardino, CA Construction Manager and main point of contact between SBCTA, Design-Build Contractor, City, Utility Agencies and railroad companies. Greg is responsible for document flow of submittals, RFIs, and correspondence as well as maintaining project documents and filing. Greg reviews and prepares the monthly payment estimates, reviews potential change requests, prepares change orders and reviews monthly schedule updates. This project consists of the construction of a seven span precast viaduct over Metrolink and BNSF railway to replace a 100-year-old bridge that will connect two different areas of a disadvantaged community. In addition, the project includes a single span precast bridge over Third Street, utility improvements and T-walls at the bridge approaches and departures. SBCTA, North 1st Avenue Bridge Over the BNSF Railroad, Barstow, CA Assistant Resident Engineer responsible for contract administration in accordance with Caltrans Local Assistance. Greg leads a team of inspectors and subconsultants to meet the requirements of quality assurance, material testing, source inspection and environmental compliance. The project consists of building a three-frame cast-in-place post tensioned 1,200-foot-long bridge over the BNSF rail yard spanning over three mainline tracks and fourteen-yard tracks. Upon opening the new bridge to traffic, the existing steel truss and timber bridge will be demolished and hauled off site. A soil nail retaining wall will also be constructed near the bridge approach. New roadway alignments will be completed to tie in the new bridge alignment to the existing roadway with HMA and Class 2AB. Other project improvements will include construction of traffic signals, drainage improvements and utility relocations from SCE, Frontier and Charter. Greg has mitigated owner caused utility delays on the project by developing temporary utility relocation activities with the utility companies to keep the project on schedule. Riverside County Transportation Department (RCTD), Avenue 66 Grade Separation, Mecca, Riverside, CA Deputy Structure Representative responsible for the safety, quality, and cost for the overhead bridge and other structural elements. The project constructed a grade separation bypass connecting SR- 111 to Avenue 66 with a new 780 LF cast in place railroad grade separation bypass over UPRR, SR-111, and Hammond Road in the community of Mecca, California. Driven steel pile supports the abutment and bent footings. There is 1700 LF of MSE Wall to support the embankment to the abutments with a 4-month settlement period prior to wall construction. Proposed improvements included construction of new road with HMA and Class 2AB, a 175 LF simple span cast in place bridge to cross CVWD’s Lincoln Irrigation Channel, Traffic Signals, Drainage Improvements and relocation of over 20 utilities for IID, CVWD, Kinder Morgan, Spectrum and Frontier. ANSER EXPERIENCE 3.5 years INDUSTRY EXPERIENCE 11 years EDUCATION Bachelor of Science, Civil Engineering, California State Polytechnic University, Pomona, 2013 LICENSES/CERTIFICATIONS California Professional Engineer #C88307 Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 23City of Rancho Cucamonga - Qualifications for Various On-Call Services TEAM RESUMES PROJECT MANAGER - FACILITIES/PARKS BENJAMIN TORRES, CCM, CPSI, LEED GA Benjamin has a wealth of expertise in Construction Management with eight years of experience representing the interests of both owners and contractors in residential, commercial, and public works projects. He has a demonstrated ability to manage multiple projects concurrently while ensuring optimal outcomes. Ben is a skilled negotiator with a strong focus on conflict resolution, detailed cost management, high-quality standards, and effective contract management. SELECT PROJECT EXPERIENCE Construction Management Services, Long Beach, CA Construction management services to the City’s Public Works Departments. Responsibilities encompass project and construction management of the pre-construction, construction, and post-construction phases of the work, including coordination with City management and staff; Orion PMS training, technical specification reviews, bid package development, constructability reviews, pre-construction phase bid analysis and tabulation, reference check, license, bid bond, surety and insurance confirmation; document control, pre-construction meeting, photos, and contract administration; project management and construction management of the construction phase including construction contract administration submittal and RFI, RFQ, COR, CCO, grant compliance, progress payment review and processing, weekly project progress meetings, construction inspection, and post construction including, administration of project turnover items, close-out deliverables, certificate of completion, close-out, final payment, retention release, final project delivery. Select CIP projects include: • City Place Mural Restoration • Drake Park Community Center Specification Review • Health Department Energy Upgrades (Roof & HVAC) • Davenport Park Expansion, Phase II • Scherer Park Community Center Improvements • Admiral Kidd Park Playground Repairs, Phase I • Wardlow Park Roof Replacement • Veterans Park Roof Replacement • Recreation Park Playground • Colorado Lagoon Park Playground • El Dorado Park Artificial Turf Soccer Field • City of Seal Beach Public Works, Tennis & Pickleball Center Improvement Project Project management and construction management services to renovate an existing clubhouse and retail space, build new lockers, new restrooms, new kitchen, and new MEP scope, and new glazing including demolish the existing locker room building. Benjamin managed all phases of the project pre-construction, bidding, construction, and post-construction. Key tasks include coordination with City management and staff; development and review of technical specifications; bid package development; design and scope development; constructability reviews; pre-construction bid analysis and tabulation; and coordination of reference checks, licenses, surety, and insurance. Additional responsibilities involve document control; conducting pre-construction meetings; and overseeing contract administration. During construction, Benjamin managed construction contract administration, including submittals, RFIs, RFQs, CORs, CCOs, and progress payments; and all contractor site management and contract compliance efforts. ANSER EXPERIENCE 5 years INDUSTRY EXPERIENCE 8 years EDUCATION B.S. Construction Management Technology, California State University Northridge, Northridge, CA, 2014 LICENSES/CERTIFICATIONS Certified Construction Manager (CCM) No. 32897 LEED Green Associate Certified Playground Safety Inspector (CPSI) Aquatic Facility Operator (AFO) OSHA 10-Hour Safety Certification Negotiation Mastery Certificate Commercial Real Estate Certificate Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 24City of Rancho Cucamonga - Qualifications for Various On-Call Services TEAM RESUMES PROJECT MANAGER - BIKE PATHS BRANDON MCKAY, PE Brandon is a civil engineer with over 18 years of experience building and managing complex heavy civil, transportation, and water construction projects. He has managed all aspects of construction projects and has four years of inspection and construction management experience. He can manage contractors, ensure stakeholders’ needs are met, and safely follow all plans and specifications. He is highly skilled in Primavera P6 Professional, Bluebeam Revu, Microsoft Office Suite, eBuilder, and AutoCAD. His experience has consisted of bridge, water, and electrical projects where he has experience with shoring, piling, footings/foundations, abutment walls, bridge soffits, bridge deck slabs, retaining walls, drainage structures, concrete and HMA pavement, sidewalk and ADA ramps, construction and permanent signs, SWPPP, and erosion control. SELECT PROJECT EXPERIENCE SANDAG, Bayshore Bikeway – Barrio Logan Project, San Diego, CA Brandon serves as Assistant Resident Engineer for this project. The Barrio Logan Bikeway will make it safer and easier for people of all ages and abilities to bike along Harbor Drive in Barrio Logan. Features include traffic roadway improvement, signal improvements, safer crossings, and other streetscape enhancements that make streets more pleasant for everyone – people who bike, walk, work, and live there. Brandon’s duties include reviewing submittals and RFIs, preparing monthly reports, progress reports, and pay estimates, and managing project operations and stakeholder coordination. SANDAG, North Park | Mid-City Georgia – Meade and Landis Bikeways, San Diego, CA Brandon served as Assistant Resident Engineer for this project. The North Park | Mid-City Bikeways will make it safer and easier for people of all ages and abilities to bike to more places within and between North Park and Mid-City communities. The bikeways consist of seven segments that total 7 miles of bike boulevards and protected bikeways. Features include traffic calming elements, safer crossings, and other streetscape enhancements that make streets more pleasant for everyone – people who bike, walk, work, and live there. Brandon’s duties included reviewing submittals and RFIs, preparing monthly reports, progress reports, pay estimates, and overall project operations management. Coachella Valley Association of Governments (CVAG), CV Link Multi-Modal Transportation Corridor, Coachella Valley, CA Brandon was Resident Engineer/Construction Manager responsible for attending weekly construction meetings, reviewing change orders, and contractor RFPs. This project consists of 41.1 miles of combination bikeway and NEV path construction throughout the Coachella Valley. Major project highlights include 40+ miles of concrete path, two new bridges, park- like improvements including shade structures, and flood channel improvements. Major stakeholders include the City of Palm Springs, the City of Palm Desert, the City of La Quinta, the City of Indio, the City of Coachella, and the Coachella Valley Water District. CVAG, Arts and Music Line Project, Coachella Valley, CA The Arts and Music Line will provide a new Class I bikeway along six miles of Avenue 48 through the Cities of Coachella, Indio, and La Quinta. Connections will be made to the existing bikeway infrastructure throughout the Coachella Valley. Brandon currently provides constructability review services along with developing phasing plans, a project schedule, and cost estimating. Construction will begin in 2025, and Anser will provide all construction management and inspection services. Project improvements include roadway repairs, storm drains, traffic signal improvements, bike barrier installation, and ADA ramps. ANSER EXPERIENCE 5.5 years INDUSTRY EXPERIENCE 18 years EDUCATION Bachelor of Science, Civil Engineering, Concentration in Structures, California Polytechnic University, San Luis Obispo, 2005 LICENSES/CERTIFICATIONS California Civil Professional Engineer No. 92675 OSHA 30 Hour Safety Course Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 25City of Rancho Cucamonga - Qualifications for Various On-Call Services 4.7 PROJECT MANAGEMENT APPROACH Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 26City of Rancho Cucamonga - Qualifications for Various On-Call Services Managing the City’s On-Call Contract The Anser team is ready whenever and wherever you need us. With our extensive experience managing resources for various agency on-call contracts, we recognize that services of this nature may range from full-time to intermittent support. Additionally, we understand that the nature of the request may be on short notice. We have a deep bench of qualified professionals that are ready to provide the City with resources for any project, no matter the size, and within a moment’s notice. Anser is prepared to deliver highly trained and energetic engineers and inspectors to complete the City projects on time, within budget, and of the highest quality. When we are called on by the City to assemble a project team, we will present both our approach to successfully complete the project along with the resumes of multiple staff capable of executing the project. We will present only resumes of qualified candidates for the specific needs of the project. When assembling a team, our Contract Manager, Tyson Atwood will meet with multiple candidates to vet and select the most qualified for the proposed project. What Sets Us Apart • We’re detail-oriented: From the moment Anser is brought on board with any project, we are extremely thorough in reviewing all project documentation. Contract documents, constructability reviews, project correspondence, meeting minutes, responses to submittals and RFIs, or any other correspondence will be precise and clear to all stakeholders while providing direction or guidance. • We’re cutting edge: Anser has been a leader in promoting new tools and programs to help make projects easier for Anser to manage, and our clients to access information. Programs like Virtual Project Office (VPO) and Bluebeam make tracking and documenting project correspondence, submittals, RFIs, change orders, as-builts, etc., easier. • We’re focused: We provide only advisory, compliance, and management services (we are not designers of record or atrisk construction managers). This focused approach allows us to invest in fully developing industry-leading services, invest in our staff, and manage and deliver projects without creating the potential for conflicts or competing interests. • We’re innovative: Although we have deep experience and mature project delivery methods, we continually work to design processes and solutions tailored to our clients’ unique challenges. • We engage for impact: We understand that people build projects, and our work impacts our people and communities. As such, we are an engaged organization focused on positively impacting our communities’ economic, social, and environmental aspects. In the event that one of our neighbors has concerns over a current project, Anser staff is the first to contact the neighbor to investigate and ease the resident’s worries. PROJECT MANAGEMENT APPROACH Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 27City of Rancho Cucamonga - Qualifications for Various On-Call Services What We Deliver Ensuring the successful completion of a project is the paramount goal of the Anser construction management approach, as it represents the realization of the City’s expected goals and objectives. Our construction managers employ proven project management tools to accomplish project tasks and achieve these goals. Upon selection, award of a contract, and issuance of an NTP, our assigned project manager may refine project planning, enhancing the scope of services. This may include the development of a comprehensive work breakdown structure (WBS) that establishes (1) responsibility for work assignments, (2) planning and budgets, (3) performance measurements, and (4) communication. As a management tool enabling effective project tracking, a defined work structure accomplishes the following: • Organizes all the work described in the scope of work and facilitates proper planning of the approach. • Assigning specific responsibilities reflects the work to be accomplished and how it will be managed and performed. • Allows project management flexibility to meet the specific objectives of each base item deliverable. Facilitates planning, budgeting, and scheduling. • Sets attainable performance measurements. • Facilitates timely communication and information reporting. Our construction management team has developed and implemented efficient construction management information systems (CMIS) for contract administration and control of our past and current projects. Our construction management team has developed and implemented efficient construction management information systems (CMIS) for contract administration and control of our past and current projects. FREQUENCY ITEM DAILY Correspondence and Documentation, Correspondence Backup and Retrieval, Submittals, RFIs, RFPs, Time and Material Work, Daily Inspection Reports and CM Diary, As-Built Drawings, Photo and Video WEEKLY Three-Week Look-Ahead Schedule, Weekly Statement of Working Days, PLA and Labor Compliance Reports MONTHLY Master Project Schedule, Master Project Budget, Progress Payments, Change Order Processing, As-Built Drawings AS NEEDED Survey and Inspection Requests PER OCCURANCE Contractor, Vendor, Visitor Quality Assurance/Quality Control Anser will administer a program of QA/QC procedures for producing quality work and shall effectively manage and control the outcome. Specific procedures shall include, but shall not be limited to, coordination, cost control, checking, reviewing, and scheduling the work. Anser will provide a quality check of all construction calculations, change order drawings, survey notes, specifications, construction cost opinions, and reports. Anser’s Quality Control Program starts at home. Anser’s QC approach includes hiring only professional, experienced engineers, project managers, construction managers, and construction inspectors. Our project team members have worked for years for various southern California city public works departments, water departments, utility agencies, engineering consulting firms, and contractors. Many have current licenses, registrations, and certifications verifying their credentials and training. All have been successfully vetted and confirmed by the municipal and State Public Agency System rigors, and specific knowledge of the process and system has been brought to each project. Anser then adds our well-established project controls and documents file structure system and implements it with our office engineers and construction coordination specialists to provide continuity, consistency, instant accessibility, and data availability to the City. On every Anser project, critical QC information is gathered by the Anser project team each working day and compiled into a tracking matrix. This information is then conveyed weekly to the City’s Project Manager and the contractor at the Weekly Project Progress Meeting. This guarantees that all QC issues are discussed with both parties weekly, and the resulting information is documented, tracked, assessed, and distributed to the City and the contractor throughout the project. This method verifies that every week, all parties are aware of the issues, informed in writing, and therefore responsible for the outcome of the project QC issues at hand. Cost, Schedule, and Performance Tracking Consultant costs are based on hourly rates tied to the project schedule. Accurate cost estimates are developed using the project’s timeline, and staffing levels are coordinated with the City’s Project Manager. Anser will monitor and adjust staff hours to align with the task order’s scope and schedule, reporting updates to the City. In case of delays, staffing is adjusted to maintain the budget. Anser will manage any delays and avoid extra costs by optimizing staff roles and reallocating resources to other projects during slow periods to minimize additional expenses. PROJECT MANAGEMENT APPROACH Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B ANSERADVISORY.COM Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Labor Position Billing Rate OT 2OT Principal $305.00 Construction Manager, Senior $255.00 Construction Manager, IV $230.00 Construction Manager, III $190.00 Construction Manager, II $160.00 Construction Manager, I $135.00 Inspector (Prevailing Wage)$185.00 $240.50 $296.00 Inspector $175.00 $227.50 $280.00 Document Control, Senior $135.00 Document Control $115.00 Labor Compliance Manager $185.00 Labor Compliance Analyist $135.00 Scheduler, Manager $245.00 Scheduler $185.00 Estimator, Manager $245.00 Estimator $185.00 Estimator, Junior $135.00 ODC's (Reimbursable Expenses) Description Rate Vehicles*$1,350.00 POV Mileage Exp.per IRS rate CM Software (As-Requested)$3,500 - $6,500 Subconsultant Mark-Up 3% * Max Rate. Billed as a percentage of actual hours billed FY '25/26 Municipal Division Per Project / Per Year Month Unit NOTE: Vehicle rates are billed as required by project needs. Any project which requires CM or Inspection work within the public ROW will require a vehicle. ** Annual escalations are a maximum of 5%, or per the BLS - Emplyment Cost Index, whichever is less. Docusign Envelope ID: 712260B7-D8A4-4DAD-9B57-1E8A78EAF9DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B