Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
CO 2025-143 - GHD Inc.
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 GHD, a California Corporation (“Consultant”). RECITALS A.City has heretofore issued its request for proposals to perform the following design professional services: on-call traffic engineering and transportation planning design 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 traffic engineering and transportation planning design 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. Contractor/consultant’s duties and services under this agreement shall not include preparing or assisting the public entity with any portion of the public entity’s preparation of a request for proposals, request for qualifications, or any other solicitation regarding a subsequent or additional contract with the public entity. The public entity entering this agreement shall at all times retain responsibility for public contracting, including with respect to any subsequent phase of this project. Contractor/consultant’s participation in the planning, discussions, or drawing of project plans or specifications City of Rancho Cucamonga CONTRACT NUMBER 2025-143 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 2 shall be limited to conceptual, preliminary, or initial plans or specifications. Contractor/consultant shall cooperate with the public entity to ensure that all bidders for a subsequent contract on any subsequent phase of this project have access to the same information, including all conceptual, preliminary, or initial plans or specifications prepared by contractor pursuant to this agreement. 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 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. Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 3 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. However, City shall withhold not more than ten percent (10%) of any invoice amount pending receipt of any deliverables reflected in such invoice. Under no circumstance shall Consultant be entitled to compensation for services not yet satisfactorily performed. The parties further agree that compensation may be adjusted in accordance with Section 1.2 to reflect subsequent changes to the Scope of Services. City shall compensate Consultant for any authorized extra services as set forth in Exhibit A. 4. Method of Payment. 4.1 Invoices. Consultant shall submit to City monthly invoices for the Services performed pursuant to this Agreement. The invoices shall describe in detail the Services rendered during the period and shall separately describe any authorized extra services. Any invoice claiming compensation for extra services shall include appropriate documentation of prior authorization of such services. All invoices shall be remitted to the City of Rancho Cucamonga, California. 4.2 City shall review such invoices and notify Consultant in writing within ten (10) business days of any disputed amounts. 4.3 City shall pay all undisputed portions of the invoice within thirty (30) calendar days after receipt of the invoice up to the not-to-exceed amounts set forth in Section 3. 4.4 All records, invoices, time cards, cost control sheets and other records maintained by Consultant relating to services hereunder shall be available for review and audit by the City. 5. Representatives. 5.1 City 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, is Bill Silva, Principal 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 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 4 understood that the experience, knowledge, capability and reputation of the Consultant’s Representative were a substantial inducement for City to enter into this Agreement. Therefore, the Consultant’s Representative shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services hereunder. Consultant may not change the Responsible Principal without the prior written approval of City. 6. Consultant’s Personnel. 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 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 5 be responsible for its safe return to City. Under no circumstances shall Consultant fail to deliver any draft or final designs, plans, drawings, reports or specifications to City upon written demand by City for their delivery, notwithstanding any disputes between Consultant and City concerning payment, performance of the contract, or otherwise. This covenant shall survive the termination of 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 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 6 the independent contractor relationship created by this Agreement. 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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 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. Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 12 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: GHD 320 Goddard Way Irvine, CA 92618 Attn: Bill Silva, Principal 16. Non-Discrimination and Equal Employment Opportunity. In the performance of this Agreement, Consultant shall not discriminate against any employee, subcontractor, or applicant for employment because of race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation. Consultant will take affirmative action to ensure that subcontractors and applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation. 17. Assignment and Subcontracting. Consultant shall not assign or transfer any interest in this Agreement or subcontract the performance of any of Consultant’s obligations hereunder without City’s prior written consent. Except as provided herein, any attempt by Consultant to so assign, transfer, or subcontract any rights, duties, or obligations arising hereunder shall be null, void and of no effect. 18 Compliance with Laws. Consultant shall comply with all applicable federal, state and local laws, ordinances, codes and regulations in force at the time Consultant Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 13 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. 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 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 14 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: GHD By: ______________________________ Name Josh Wolf Date ______________________________ Title City of Rancho Cucamonga By:________________________________ Name Date _________________________________ Title By: ______________________________ Name Lindsay Ray Date ______________________________ Title (Two signatures required if corporation) Rancho Cucamonga Fire Protection District By:________________________________ Name Date _________________________________ Title Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781 9/17/2025 | 4:19 PM PDT Vice President 9/18/2025 | 7:12 AM PDT Assistant Secretary Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 9/18/2025 | 7:04 PM PDT Mayor/President Fire Chief 9/22/2025 | 7:45 AM PDT PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 15 EXHIBIT A REQUEST FOR STATEMENT OF QUALIFICATIONS Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 16 EXHIBIT B CONSULTANT PROPOSAL Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 Submitted to the City of Rancho Cucamonga Statement of Qualifications Various On-Call Services RFQ No. 24/25-501 January 13, 2025 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 →Cover Letter 1 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 January 13, 2025 City of Rancho Cucamonga Marlena Perez, PE, Principal Engineer 10500 Civic Center Drive Rancho Cucamonga, CA 91730 Re: RFQ #24/25-501 for Various On-Call Services Dear Ms. Perez, GHD recognizes the City of Rancho Cucamonga’s (City) committment to its people and its vision of becoming a world-class community. With a focus on health, equity and stewardship, the City and GHD share similar values. GHD is eager to work with agencies whose goals align with that of our organization, and we look forward to partnering with the City for your on-call needs. We offer an experienced team of qualified professionals to provide On-Call Civil Engineering, Traffic Engineering and Transportation Planning, Construction Management and Inspection, and Landscape Architecture services. We are currently providing various on-call support services to 85+ public agencies throughout the state of California. The enclosed SOQ presents our qualifications to assist with projects that will continue to maintain and grow the City as a world- class community. At GHD, we understand that project success hinges on the ability to navigate the inherent unique complexities of each project. We are fully committed to collaborating closely with your team to meet your goals. A trusted local partner Steven Latino, PE, TE will serve as GHD’s Contract Manager and Project Manager for General Civil Engineering discipline tasks. Steven’s experience working in the Inland Empire over the past 20 years will facilitate quality, efficient task order delivery that adheres to the City’s standards. The cornerstone of GHD’s business is our client-service culture. With a unique blend of both public and private experience, Steven has provided services throughout the region of the same nature as requested by the City. His experience as a municipal employee creates a clear understanding as to the project delivery objectives and goals of the City. Supporting Steven are three project manager leads: Steve Briggs, CCM (Construction Management and Inspection), Kamesh Vedula, PE, TE (Traffic Engineering and Transportation Planning), and Lucas Piper, PLA, QSD/P (Landscape Architecture). These individuals offer decades of experience successfully executing projects in Southern California and have guided and partnered with numerous agencies on public works projects from planning through construction. Our commitment to your success is evident in the previous work GHD has completed throughout the region as well as the commitment Steven Latino provides to his clients. In-depth understanding of on-call contracts/projects Ninety percent of our clients are municipal agencies or government entities, and approximately 75% percent of our work comes from repeat clients. We have worked on many similar on-call services for a number of local agencies and understand the variety of task order requests that come from these types of contracts. Through our experience, we have gained knowledge and skills to successfully act on a moment’s notice to address your concerns, provide guidance and expertise in various public works projects to meet any schedule deadlines. The City can rely on our team as an engaged and collaborative partner on all your on-call needs. Unmatched expertise, resources, and responsiveness GHD will bring our team’s experience working with other Inland Empire agencies to the City of Rancho Cucamonga and our broad technical capabilities to this contract, helping us foresee and adapt to challenges to expedite successful task orders. The City will benefit from our local knowledge and experience, as well as those lessons learned from past projects. Our team brings you a deep bench of resources required for quick response times and knowledge of local issues. The team is highly qualified to quickly respond to the needs of the City for this contract. GHD is prepared to engage with the City and the community, provide services as part of Team RC, respond to time-sensitive tasks, and meet with the City and it’s residents, businesses, and stakeholders regularly or as needed in impromptu meetings. GHD is a full-service engineering and environmental consultant with staff of over 500 professionals on the west coast and 12,000+ worldwide. We will respond to your on-call task orders in a timely manner, as client satisfaction begins with responsiveness and flexibility. CONTACT Steven Latino, PE, TE 320 Goddard, Ste 200 Irvine, CA 92618 E: steven.latino@ghd.com O: 657.622.4920 C: 951.252.4916 320 Goddard, Suite 200 Irvine, CA 92618 949 648 5200 www.GHD.com GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | i Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 Innovative solutions GHD firmly believes in projects that provide cultural balance and diversification as well as sustainable solutions that better our environment. We consistently strive to enhance operations by integrating collaborative design and software solutions such as Autodesk, Bentley, HEC, Arc GIS, HSIP Analyzer, GHD Engage, Teams, Webex, Zoom, Social Pinpoint web-based platform, Autodesk Construction Cloud, Procore, SharePoint, ProjectWise, Primavera, Microsoft Suite (Office, Loop, Word, Project, PowerPoint, CoPilot, etc.), and many others. GHD Engage can integrate with several existing public engagement storytelling platforms including Social Pinpoint and other 3rd Party API integration. GHD also provides digital solutions that empower our personnel and increase efficiency. PowerBI is a tool that we use to produce dashboards to help our clients understand the current health of their project. Another recent addition to our toolbox is Bluebeam – a comprehensive tool that brings enhanced collaboration, improved efficiency, cost savings, transparency and accountability, data integration and security, and compliance. Thank you for the opportunity to submit our qualifications to the City of Rancho Cucamonga. GHD is committed to successfully achieving the City’s goals and acting as a seamless extension of your staff for this important contract. We have reviewed and agree to comply with the City’s sample services agreement and insurance requirements. GHD also acknowledges receipt of Addendum No. 1 dated December 12, 2024. Please contact Steven Latino should you have any questions. Sincerely, GHD Inc. William “Bill” Silva, PE Steven Latino, PE, TE Principal-in-Charge Contract Manager 707 484 8236 657 622 4920 bill.silva@ghd.com steven.latino@ghd.com GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | ii Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 →Table of Contents 2 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 ➊ Cover Letter .........................................................................................................I ➋ Table of Contents ..............................................................................................iii ➌ Executive Summary ...........................................................................................1 ➍ Firm Experience/Qualifications ........................................................................3 About GHD ................................................................................................................3 Capabilities ................................................................................................................4 Qualifications, experience and expertise ..........................................................................6 Representative project experience .................................................................................8 ➎ Third-Party/Subcontractors ...........................................................................19 FCG Consultants.......................................................................................................19 ➏ Staff Resumes and Organization Chart .........................................................21 Organization chart ....................................................................................................21 Resumes .................................................................................................................23 ➐ Project Management Approach .....................................................................33 Managing multiple task orders .....................................................................................33 Continuous collaboration and communication .................................................................34 Schedule and cost control ..........................................................................................34 Critical response .......................................................................................................35 Risk management ......................................................................................................35 Safety ....................................................................................................................35 Quality control .........................................................................................................35 2 Table of Contents © GHD 2025: This document is and shall remain the property of GHD. The document may only be used for the purpose for which it was commissioned and in accordance with the Terms of Engagement for the commission. Unauthorized use of this document in any form whatsoever is prohibited. GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | iv Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 →Executive Summary 3 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 Experienced leadership team: Our multidisciplinary staff offer a responsive, integrated team to provide efficient and cost-effective delivery of anticipated tasks under the City’s on-call contract. 5.3 General Civil Engineering 5.4 Traffic Engineering and Transportation Planning 5.5 Construction Management and Inspection 5.8 Landscape Architecture Qualifications and Company Experience Disciplines GHD is Submitting on: 16 Offices in California 10 California Registered Architects and Landscape Architects 500 California-based Staff 100 On-Call Contracts in California 75 California Registered PEs and TEs Steven Latino PE, TE Contract Manager & PM: General Civil Engineering Availability: 80% →Experienced Contract Manager and Engineering Leader →Local transportation leader with expertise leading multidisciplinary teams for complete streets, roadway rehabilitation, and civil engineering projects Lucas Piper PLA, QSD/P PM: Landscape Architecture Availability: 75% →17+ years of landscape planning for new facilitate and rehabilitation of existing facilities →Irrigation design, trail alignment, entry nodes and rest areas for TAMC Fort Ord Recreational Trail and Greenway in Monterey, CA Availability of Staff Our team includes in-house industry experts and bench strength to fully support your projects swiftly and efficiently. Steven is located in close proximity to the City and, as the main point of contact for this contract, he is fully committed and available to quickly respond to your on-call needs or any project challenges, should they arise. The size of our team and our access to the additional resources of our global network, coupled with our thoughtfully integrated online human resources, management, and communications systems, will maximize efficiency and provide flexibility in scaling project-specific teams to meet demands. Steven also has the authority to enlist resources from our broader network when needed. Steven and our proposed project managers are committed to delivering quality products and will engage the resources necessary to deliver on time. We offer a proven five step project delivery process For all our projects, our management approach begins with selecting the right person to lead from among our large and highly experienced staff. The selected manager uses our ISO-9001-certified project management system and tailors the approach to fit each task order. Refer to Section 7 for more information. GHD regularly supports clients in Southern California on a variety of task order requests and, through our experience, we have gained the knowledge and skills to successfully act on a moment’s notice to address our clients concerns, provide guidance and expertise on public works projects, and meet project deadlines. La Quinta Village Complete Street/Road Diet/Active Transportation Plan, City of La Quinta, CA –Civil engineering, construction management/support, electrical engineering, environmental planning, GIS, CAD, landscape architecture and planning, public outreach, traffic engineering and utility/railroad coordination –Final plans and request for allocation of construction funds was completed more than one year in advance of the original schedule Key staff: Van Parys, Piper, Vedula Avenue 64 Complete Streets, City of Pasadena, CA –Complete streets design including roundabouts, bulb outs, median islands, sidewalks, curb ramps, crosswalks, lighting, flashing beacons, traffic calming, and landscaping –Dramatically improved intersection safety and new landscaping transformed a field of concrete to a safer, sustainable intersection Key staff: Van Parys, Silva, Piper De Portola Road/Jedediah Smith Road Roundabout, City of Temecula, CA –Preliminary design, public outreach, and final plans, specifications and estimates –This project will reduce traffic congestion, enhance roadway safety, and improve mobility for all transportation modes by implementing a well-designed roundabout with optimized features such as expanded splitter islands, an oval shape, and pedestrian and cyclist accommodations –Community engagement and consensus building are central to the project’s success Key staff: Van Parys, Latino, Piper, Vedula, Zambrano Charter the Team & Kick-off Meeting Develop Project Management Plan Gain Endorsement Implement Project and Manage Change Task Order Closeout 1 2 3 4 5 3 Executive Summary Kamesh Vedula PE, TE PM: Traffic Engineering/ Transportation Planning Availability: 75% →Regional leader on dozens of transportation planning projects →Delivers studies, planning, and design for roundabouts, complete streets, corridors and traffic impact and safety projects Steve Briggs CCM PM: Construction Management and Inspection Availability: 75% →Directed federal, commercial, and residential construction projects, overseeing all phases from planning to execution →Managed multi-million dollar infrastructure, repair, and upgrade projects to deliver on scope, budget, and schedules GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | 1 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 →Firm Experience/ Qualifications 4 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 About GHD Firm history Established in 1928, GHD employs more than 12,000+ people across five continents and serves clients in the global markets of transportation, water, energy and resources, environment, and property and buildings. GHD delivers projects with high standards of safety, quality and ethics. Driven by a client/service-led culture, we connect the knowledge, skill and experience of our people with innovative practices, technical capabilities and robust systems to create lasting community benefits. We are guided by our workplace health, safety, quality and environmental management systems, which are certified by Lloyds Register Quality Assurance to the relevant international standards (ISO and OHSAS). Our team is rich in diversity of thought and background, and is assembled around skill set, availability, responsiveness, scalability, and flexibility. Committed to sustainable development, GHD improves the physical, natural, and social environments of the many communities in which we operate. In alignment with the international demands of water, energy, and urbanization, we exceed the expectations of our clients through balancing our local presence with world-class service. Today, GHD is one of the worlds leading engineering, architecture and environmental consulting companies, recognized by ENR as #27 in the Top 500 Design Firms in 2024. GHD offers outstanding resources to support the needs of our clients. The company has established a knowledge base from previous projects that have been delivered over the past nine decades. The cornerstone of business at GHD is our client-service culture. GHD believes in working with our clients to create lasting community benefit. We partner with you to understand and deliver on your expectations, providing a comprehensive range of services to help investigate, plan, develop, design, build, maintain, and improve your needs. Living and working in the Southern California region, we are like-minded stewards, contributing not only to our local clients, but also to the economic and environmental sustainability of the region we call home. 4 Firm Experience/Qualifications Company Highlights Year founded: 1928 Years in business: 96+ Form of organization: S Corporation Year incorporated: 2006 (CA) Offices/professionals: 16 offices in California, 5 offices in Southern California, 500+ Employees Statewide, 125 employees in Southern California. With more than 5,000 staff in North America, and 500+ staff in California, GHD has a strong presence throughout the Southern California region with the ability to supplement our team with national level expertise. We have completed numerous projects for municipalities and other utility agencies throughout the Inland Empire providing quality planning, design, bid, construction, and operation services. Our team’s structure is aimed at providing the City with the best talent to solve your challenges through a connected and collaborative local team bolstered by global resources when needed. 96+ years in operation135+ countries served 160+ offices worldwide 1.9 USD revenue 20245 global markets 12 people 45+ service lines Providing engineering, environmental, advisory, architecture, digital and construction services GHD California Office Locations Irvine Concord Redding Roseville San Luis Obispo Eureka Sacramento Santa Rosa Fresno San Diego Los Angeles Long Beach San Francisco Tustin Oakland San Jose 16 California offices 500+ California-based employees 150+ California engineering professionals GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | 3 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 Capabilities Professional services GHD will assist the City in the timely and efficient delivery of services while ensuring quality, experience, and professional competence. Our job as an on-call consultant is to maximize the value of your dollars and minimize the disruption to staff by providing outstanding project coordination and quality when helping successfully deliver projects. GHD’s multi-discipline staff offers a responsive, integrated team to provide efficient and cost-effective delivery of anticipated task orders under the City’s On-Call contract. Many of our team members have worked successfully together to provide clients with similar services. Our capabilities include: preliminary planning, civil engineering, hydrology and hydraulic flood plain studies, utility research, erosion control plans, structural engineering, landscape architecture, irrigation design, traffic control plans, traffic impact analyses, value engineering analyses, safety studies, traffic calming, construction management, inspection services, scheduling, contract negotiation, document controls, and cost control services, among others. This depth of multi-disciplinary expertise will allow GHD to address the City’s task order needs in related disciplines on an as-needed basis. Our structured approach for supplying the needed services to the City is developed around the following elements: highly qualified and experienced Contract Manager and Project Manager discipline leads for each service area; an efficient organization structure built to serve public agencies such as the City; and a work program and project approach based on successful experience on similar projects. Professional resources GHD’s core resources, including Steven Latino, will be located in the company’s Irvine office, with support from other California offices for specialty services when needed. GHD has a large bench of staff to cover the areas of service defined in our SOQ as well as the availability of staff to respond to task order opportunities and specialized resources. When needed, GHD can draw upon further resources throughout California to complete any assigned projects successfully and efficiently for the City. Why GHD is the BEST Choice We have the right management approach. Our assigned Project Managers know that delivering projects on time and within budget begins with a project management philosophy of transparency and active engagement with the City. You can trust us. 5,000+ clients rely on us to bring their projects to life and care for them into the future. We deliver. No matter where the project is, how small or large, our 12,000+ people can deliver your project on time and on budget. Our people care. As we’re a 100% staff- owned company, our people have a vested interest in our success - we understand the importance of “getting it right.” We’re local. Our people live in the communities in which they work. We operate globally and deliver services locally. We’re stable. Our business is financially stable and we have the resources to invest in future growth. We’re connected. Over the past 96 years, we have built long-term, trusted relationships with stakeholders, influencers, and leaders around the world. We innovate. We look at infrastructure challenges from a different perspective. Our people challenge the status quo. They’re not afraid to make life easier for our people, clients, and communities. Though we have a global footprint, our focus is not solely on the size of our projects, but on the communities we serve as a whole. As we often say, ‘It’s not the size of the project, but the impact on the community that matters.’ For more than 75 years in California, on-call community services have been at the heart of our business. GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | 4 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 25 26 13 10 14 1833 38 19 20 21 11 15 37 30 29 28 36 12 98 3 31 2727 17 32 39 1 4 16 23 2434 56 22 On-Call Contracts 1. Orange County Sanitation District Annual Professional Design Services 2. Orange County Public Works On-Call A/E Services 3. City of Anaheim On-Call Water/Civil Engineering Services 4. City of Anaheim As Needed NPDES Services 5. City of Huntington Beach On-Call Water Engineering Services 6. City of Huntington Beach On-Call Civil Engineering Services 7. Long Beach Utilities Department As-Needed Engineering Services 8. City of Long Beach As-Needed Civil Engineering Services 9. Los Angeles County Public Works (LACPW) On-Call Environmental Testing, Inspection & Monitoring Services 10. As a subconsultant: LACPW On-Call Engineering Design and Support Services; LACPW On-Call Engineering Services; LACPW On-Call Services for Water Quality Monitoring and Related Services 11. Jurupa Community Services District On-Call Professional General Engineering Services 12. Central Basin Municipal Water District On-Call Engineering Services 13. Casitas Municipal Water District Electrical On Call 14. City of Irvine As-Needed Engineering Services 15. UC Irvine Medical Center As-Needed Engineering Services 16. City of San Juan Capistrano Professional Consulting Services 17. City of Seal Beach - On-Call Professional Engineering Services 18. Inland Empire Utilities Agency On-Call Engineering Services 19. City of Corona Water/Wastewater Support Services As- Needed 20. City of Moreno Valley As-Needed Civil Engineering Services 21. Eastern Municipal Water District As-Needed Engineering Services 22. City of Oceanside Water Utilities Department On-Call Civil Engineering 23. City of Carlsbad As-Needed Water and Recycled Water Services 24. City of San Diego As-Needed Engineering Services 25. City of Oxnard Consulting Services for Wastewater On-Call 26. City of Oxnard Consulting Services for Recycled Water Treatment Process Support 27. City of Culver City On-Call Engineering Services 28. City of Grover Beach On-Call Engineering Services 29. County of San Luis Obispo Water & Wastewater Engineering On-Call 30. County of San Luis Obispo Flood Control District On-Call 31. City of Pasadena Engineering On-Call 32. City of Los Angeles Department of Public Works, Bureau of Engineering On-Call Engineering Services 33. Inland Empire Utilities Agency Planning & Compliance Master Services 34. Port of San Diego As-Needed Asset Management Services 35. Los Angeles County Sanitation Districts On-Call Engineering Services 36. City of Arroyo Grande Water and Wastewater Engineering On- Call 37. As a subconsultant: County of Santa Barbara Wastewater Treatment On-Call 38. Western Municipal Water District On-Call 39. City of Ontario On-Call Design Services 40. Caltrans D5 A-E Design On-Call Services 40 GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | 5 GHD's On-Call Contracts in Southern California and the Central Coast In Southern California and the Central Coast, GHD has supported clients on CIP projects under on-call contracts, many still ongoing. Capacities have ranged from engineering design to environmental support and construction services. We understand the variety of task order requests and through our experience, we have gained the knowledge and skills to successfully act on a moment’s notice to address an agency's concerns, provide guidance and expertise in various public works projects, and facilities engineering design services to meet an agency’s schedule and deadlines. City of Rancho Cucamonga GHD Office Locations Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 Qualifications, experience and expertise Services categories offered Highlighted below are GHD’s related qualifications in the four RFQ disciplines we are proposing on. These capabilities are followed by select representative project descriptions and client references. We encourage the City to contact our client references for testimonials related to our strong project performance and quality of work. General Civil Engineering GHD specializes in multiple aspects of civil and transportation engineering, from preliminary design to final design, contract documents, and construction support. We thoroughly understand the LAPM, Caltrans standard plans, and standard specifications and manuals and can complete the necessary exhibits from the Caltrans LAPM. Our staff are well-versed in local agency standards and policies, Caltrans Highway Design Manual, American Association of State Highway and Transportation Officials (AASHTO) Policy Manual, and California Manual on Uniform Traffic Control Devices (MUTCD), California Disabled Accessibility Guidebook (CalDAG), and Title 24. We provide full project coordination, prepare supporting technical studies, and develop detailed designs and specifications to successfully complete each assignment. Each project will be designed in AutoCAD Civil 3D. If Caltrans involvement is required, we are also capable of delivering in MicroStation if needed. GHD is a local, regional, and international leader in the planning, design, and delivery of roadway improvement projects. Our team provides experience ranging from minor roadway widening projects to major highway and interchange projects. Our transportation and civil engineering services include the following: –Roadway Rehabilitation and Reconstruction –Complete Streets/Streetscape Design –Roundabout Planning and Design –Structural Engineering Services –Interchange Improvements –Multi-Use Trails –ADA Compliance –Landscape Architecture –Lighting Analysis and Design Traffic Engineering and Transportation Planning GHD’s transportation planners and licensed traffic engineers (TEs) can provide a full range of services to support the City’s projects. Together, the GHD team can provide traffic studies, intersection analysis, traffic counts and forecasts, safety/ collision analysis, level of traffic stress (LTS) analysis, level of service (LOS) calculations, traffic signal design and phasing, street lighting design, parking analysis, “hot spot” safety assessments, systemic safety analyses, local road safety plans (LRSPs), and socio-economic impact analysis. Effective transportation planning and design requires a thorough understanding of community and stakeholder goals, objectives, and priorities. GHD has successfully held community workshops and stakeholder group meetings of multiple sizes throughout California. GHD is also accustomed to traditional in-person outreach events like workshops, pop- ups, intercept surveys, open houses, and safety or specialty “rodeos” (like truck, roundabout, and bike rodeos). However, GHD has also successfully used non-traditional web-based approaches to maximize public participation by interacting with the community at-home and on-the-go. No matter the setting or project, establishing a shared process of information gathering, problem identification, and priority setting is critical. GHD has successfully worked through contentious stakeholder groups, including local regional, and state agencies, to achieve consensus on controversial issues. The City can trust GHD to represent and explain transportation plans and projects effectively and with integrity at public meetings or governing board hearings. Construction Management and Inspection GHD provides comprehensive construction management services for both vertical and horizontal projects, ensuring efficient execution and compliance with standards. We conduct constructability reviews to identify potential issues before construction begins, minimizing delays and cost overruns. We also facilitate pre-construction and weekly construction meetings to maintain clear communication among stakeholders and keep the project on track. Maintaining project documentation is vital for transparency and accountability, so we perform daily inspections and prepare detailed reports to ensure adherence to standards and regulations. Additionally, we assist with federal funding requirements, helping clients navigate federal regulations and ensuring compliance. Our expertise in dispute resolution allows us to mediate conflicts efficiently and amicably. We also review construction pay applications and negotiate change orders and allowances to manage the project’s financial aspects effectively. Our inspection services include over 50,000 linear feet (LF) of water main replacement inspections for the City of Phoenix, AZ as well as full roadway rehabilitation to install a new roundabout and curb and gutter for the City of Rohnert Park, CA. GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | 6 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 Landscape Architecture GHD’s landscape architecture team have a combined 50 years of project experience within a vast range of project types, including park design (both urban and rural), open space planning, trail projects, habitat restoration, outdoor recreation facilities, community plazas, river access, and ADA facility upgrades. We also possess the skills and qualifications to complete sustainable based project methodologies, including LEED and LID projects. Our approach to landscape architecture often includes the facilitation of community workshops, public outreach, and engaging community groups and members to provide holistic project approaches and desirable deliverables with effective outcomes. This method allows us to examine available opportunities through cooperative engagement with key stakeholders. We pride ourselves on our ability to produce engaging and appropriate site-specific designs that incorporate sustainable design practices with a focus on bridging community needs and client expectations. Our team creates inspirational landscapes and place creation that simplify project complexity and provide our clients with responsive, evidence- based design solutions. Our highly qualified team can provide the landscape architectural services requested in the RFQ from master planning, site analysis, schematic design services, design development, construction documentation and detailing, to construction administration and project close-out. Sample GHD Storm Drain Master Plan for the Town of Windsor, CA. GHD is leading technical studies, environmental compliance documents, and engineering design for the Little River Trail PA-ED Project in Humboldt County, CA. GHD’s landscape team members have state government and local experience, including work on parks, trails and housing communities throughout California, with a proven track record of delivering projects with thoughtfulness and carefully conceived designs. GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | 7 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 Highway 111 Corridor Revisioning/Specific Plan/Active Transportation Plan (ATP), La Quinta, CA Project Description La Quinta’s Highway 111 Corridor is the commercial and retail heart of the Coachella Valley and go-to for services, goods, and dining. The City sought to transform this Corridor into a “downtown setting” for new residents offering a more walkable, livable, and economically-diverse, mixed-use district. GHD worked to elevate the City’s 2019 “Vision” document to a full Specific Plan that included infill housing, new workplace uses, walkable main street environments, and improved public realms along regional bikeway and cultural trail corridors. The Specific Plan consists of four major elements including: a comprehensive land-use driven district plan; a form-based code driveby architectural guidelines for all-encompassing development standards; a CEQA Environmental Assessment (EA) that leads into an Initial Study/Mitigated Negative Declaration (IS/MND), and pre-engineering designs for a complete streets enhancement, pedestrian safety, and public realm improvements along the Corridor and its collector side streets. Key to this project was a detailed “Market, Real Estate, and Development Strategy” prepared by L.S. Congleton Associates. Project Details Owner: City of La Quinta Contract Value: $697,143 Project Start - End: 2022 - 2023 Client Contact Danny Castro Design and Development Director 760.777.7099 dcastro@laquinta.gov Team Members Todd Tregenza, Project Manager Lucas Piper, Lead Landscape Architect Outcome: The Specific Plan is economically competitive, with deep buy-in by property stakeholders while offering a transforming “Vision” for a healthy and resilient future district for City of La Quinta residents. Representative project experience GHD has extensive experience in Southern California and the Inland Empire supporting the delivery of key projects through on-call contracts. We understand the variety of task order requests and through our experience, we have gained the knowledge and skills to successfully act on a moment’s notice to address an agency’s concerns, provide guidance and expertise in various public works projects, and facilities engineering design services to meet any project schedule and deadline. Highlighted on the following pages are select recent projects and on-call contracts that demonstrate our experience in services similar to that of the City’s on-call services. GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | 8 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 Project Description The City sought to improve their pedestrian and bicycle safety using roundabouts. The goal was to transform three, heavily vehicle-dominated corridors with three parks, an elementary school, and other destinations into pedestrian, bicycle, and neighborhood electric vehicle-friendly (golf carts) complete streets through the implementation of a road diet, road re-purposing, and converting five signalized or stop controlled intersections to roundabouts. GHD identified this project as a potential candidate for an ATP. The City retained GHD to provide grant application services. As a result, GHD provided the preliminary cost estimates, cost-benefit analysis, conceptual design, and prepared various Narrative Responses for the Cycle 3 ATP grant application. The project was awarded the ATP Cycle 3 Grant Funds. Additionally, GHD conducted pedestrian and bicycle counts, prepared and coordinated NEPA, provided public outreach, utility coordination, and bidding and construction support. Due to our expertise in roundabout and streetscape design, GHD was awarded the additional environmental clearance, R/W acquisition, and design work. Our team’s complete understanding of the City’s objectives, grant funding requirements, employing a team of experts, and having an exceptional project approach allowed us to accelerate the schedule, resulting in clearing environmental, finalizing R/W acquisition and utility coordination, delivering the final plans, and submitting the request for allocation for construction funds more than one year in advance of the original schedule outlined in the grant application. Project Details Owner: City of La Quinta Contract Value: $1.42M Project Start - End: 2017 - 2021 Client Contact Bryan McKinney, City Engineer 760.777.7045 bmckinney@laquintaca.gov Team Members Lindsey Van Parys, Project Director/Technical Expert Kamesh Vedula, Lead Traffic Engineer Lucas Piper, Landscape Architect Outcome: GHD delivered the work on an accelerated schedule and met all contract requirements. The schedule was accelerated and delivered from award to construction within one year to obtain State only funds. Awards 2022 Public Works Project of the Year - Small Cities/Rural Communities Award, APWA National 2021 B.E.S.T. Award , Southern California Chapter of APWA 2021 Project of Merit Award, Traffic and Mobility Category, Coachella Valley Branch of the APWA La Quinta Village Complete Street/Road Diet/ATP La Quinta, CA GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | 9 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 access while still providing traffic calming. GHD implemented a drainage plan that included above -ground drainage areas/ channels that provided water quality benefits in addition to hydraulic capacity, dry wells, bubblers, and more resulting in a much lower cost to the project and reduced utility impacts. A combination of these critical solutions improved mobility for non-motorized road users, dramatically improved intersection safety, and new landscaping transformed a field of concrete to a safer and sustainable intersection. Project Description The project is located at the intersections of Avenue 64, Burleigh Drive, and Cheviotdale Drive. The pre-project condition provided little to no accommodation for non- motorized users and was not up to current ADA design standards. The Avenue 64/Burleigh Drive intersection was comprised of an expansive pavement area created by a skewed “Y” shaped intersection that was only partially stop controlled and located on a horizontal and vertical curve with quickly climbing grades. Compounding movements through the intersection were three residential driveways that required residents to perform multi-point movements within the intersection while entering and exiting private driveways limiting sight distance into an active intersection on a roadway that experiences high rates of speed and erosive stormwater runoff. The partially stopped controlled intersection at Avenue 64 and Cheviotdale Drive did not provide pedestrian access across Avenue 64. Additionally, the speeds along Avenue 64 were routinely higher than the posted speed limit resulting in a challenging ingress and egress for Cheviotdale Drive onto/off Avenue 64. The City sought to improve safety for all roadway users, motorized and unmotorized alike, by reducing traffic speeds, improving drainage conditions, as well as implementing complete streets elements such as roundabouts, bulb outs, median islands, sidewalks, curb ramps, crosswalks, lighting, flashing beacons, and landscaping. The project is jointly funded by the city and LACMTA Measure M Funds. GHD worked with the city and stakeholders, such as emergency responders, utility purveyors, and the adjacent property owners, to come up with a multi-benefit complete streets solution through innovative intersection and drainage design. The final solution included a not-so-round roundabout with a shared raised drive isle to allow full access to the driveways at the adjacent homes. GHD modified the design to accommodate parking to address concerns from the residents. GHD also worked with emergency responders to provide a unique design at Cheviotdale Drive for a median and bulb outs that allow for emergency vehicle Project Details Owner: City of Pasadena Contract Value: $403,329 Project Start - End: 2020 - 2024 Client Contact Michael Vartanians, Engineer City of Pasadena Department of Transportation 626.744.4265 mvartanians@cityofpasadena.net Team Members Lindsey Van Parys, Project Manager Lucas Piper, Landscape Architecture Bill Silva, Principal-in-Charge Avenue 64 was the first project of a multi-project on-call contract with the City of Pasadena. Avenue 64 Complete Streets Pasadena, CA GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | 10 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 Project Description GHD was hired by the Transportation Agency for Monterey County (TAMC) to manage and deliver the design, right of way, outreach, and construction support of the first segment of the Fort Ord Regional Trail and Greenway (FORTAG). FORTAG is a 28-mile multi-use trail which will provide regional connectivity through active transportation, introduce the community to open space and activate the area to other forms of recreational activities while preserving and enhancing the environment. GHD is delivering the first 1.5 miles of the trail system known and the Canyon Del Rey Segment. Once built, this first segment of trail will establish a precedence for elegant, context-sensitive trail design for the remaining phases of FORTAG. There are many challenges to conquer as the trail meanders through the Cities of Monterey, Seaside, Del Rey Oaks, Regional Park Land, Caltrans and a PG&E easement. This segment of trail will include crossing a busy intersection, new trail through existing parks, a highway undercrossing, and construction within environmentally sensitive areas including a wetland preserve. GHD is providing comprehensive services to deliver construction documents, including landscape architecture and engineering analysis and reporting, right-of-way services, and supplemental environmental documentation and permitting. Additionally, we have created a robust stakeholder and public engagement program throughout the entire project process. We are leveraging our internal expertise in the “human side of tech” to make communications more meaningful and effective for various audiences and, most important, to show that we are listening to the community and reflecting their needs and desires. We are working closely with our partners and stakeholders to identify what, who, when and how to communicate to achieve desired outcomes and get the most meaningful and effective input. GHD’s digital team and Project Details Owner: TAMC Contract Value: $2.68M Project Start - End: 2020 - Ongoing Client Contact Michael Zeller Project Manager 831.775.0903 mike@tamcmonterey.org Team Members Lindsey Van Parys, Project Manager Kamesh Vedula, Lead Traffic Engineer Lucas Piper, Landscape Architect Bill Silva, Principal-in-Charge landscape architects have provided rendered, 3D visualization of the traverse the trail and highlighting highly sensitive areas to make it easier for everyone to visualize how the trail will fit into the real world. This further improves understanding of the project, encourages experimentation with changes, and enables prediction of benefits and impacts. Currently, we are refining the preliminary alignment to better meet the project goals. By refining the preliminary alignment using public and stakeholder input, field data, traffic data, and past project experience we are designing a trail that balances safety, trail user experience, construction costs, and environmental impacts. GHD’s goal for successful completion of this project will be the construction of a trail that balances safety, trail user experience and environmental impacts. Fort Ord Recreation Trail and Greenway (FORTAG) Segment 1 Monterey County, CA GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | 11 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 Soscol Junction PS&E: Though Caltrans developed an extensive grade separation that resolved traffic congestion at the Soscol Junction intersection, it did not meet the approval of the local community regarding aesthetics and continuity of pedestrian and bicycle travel. As a result, GHD evaluated potentially using roundabouts, in conjunction with the grade separation, to address local concerns and improve the interchange. Caltrans accepted. After completing the evaluation, our team prepared the traffic operations analysis report, design standard decision document, stage construction/ traffic management plan, and the final project report. The project is currently under construction. Project Description In January 2018, NVTA awarded GHD an on-call contract for Engineer/Architect and Project Delivery Services, comprising such disciplines as highways, roads, and intersection infrastructure; bicycle and pedestrian infrastructure; transit infrastructure; corridor operational efficiencies; and construction management. Projects assigned from this contract include: SR 29 Comprehensive Management Corridor Plan: The project limits of the SR 29 CMCP study are 0.35 miles south of Mini Drive and 9.5 miles north of Imola Avenue. This plan served to provide requisite technical traffic support information for an SB 1 Solutions for Congested Corridors Cycle 2 grant application and a Project Initiation Document (PID). SR 29 Project Initiation Document: GHD is currently engaged to complete the PID for the SR 29 project, building on the successful completion of the CMCP. The project is evaluating three alternatives. One alternative is a direct application of the CMCP, providing bus transit improvements at signalized intersections, a Class I trail, and intelligent transportation systems. Other alternatives include consideration of a multi-lane roundabout corridor and consideration of roadway widening. Imola Avenue Complete Streets Corridor Plan: GHD completed the Imola Avenue CSCP to articulate the current challenges on the corridor and recommend achievable solutions to implement the community vision for a safe and vibrant multimodal corridor. The Imola Avenue CSCP provides NVTA, the City and County of Napa, and Caltrans with a strategic road map with prioritized and phased improvement implementation. GHD also prepared an Active Transportation program Cycle 6 application for the project. See page 15 for a more in-depth description of this project. Project Details Owner: Napa Valley Transportation Authority Contract Value: Various CIP Projects ranging in value up to $2.8M Project Start - End: 2018 - Ongoing Client Contact Danielle Schmitz, Director Capital Development and Planning 707.259.5968 dschmitz@nvta.ca.gov Team Members Kamesh Vedula, Project Director Todd Tregenza, Contract/Project Manager Lucas Piper, Infrastructure: Trails, Wayfinding and Signage Lead Frank Penry, Traffic Engineer NVTA On-Call Engineering/Architect and Project Delivery Services Napa, CA GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | 12 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 Project Description The goal of the Downtown Specific Plan is to foster economic revitalization and reduce barriers to housing affordability with a land use strategy that invites sustainable growth, investments in safer multimodal roadways and green spaces, and forward- thinking catalytic projects to incubate new kinds of business. Downtown Twentynine Palms should serve as the economic and social hub of the region, but major retail businesses have vacated downtown properties while developers favor larger lot sizes and car-oriented formats not suitable to a walkable and vibrant district. Our challenge was to reshape the regulatory and capital investment landscape of downtown to entice entrepreneurs, jobs, residents, tourists to invest in downtown while supporting the needs of local residents and military families. Key challenges included a lack of municipal sewer, adequate tourist- oriented public realm for events, and lack of interest from retail developers. GHD led a multidisciplinary planning team including subconsultants in real estate strategy, VMT analysis, and archaeology. GHD’s responsibilities included all land use and development planning, urban design, transportation and roadway concepts, sewer funding strategies - GHD also performed all public workshops in-house as project lead. Building on the unique qualities and character of downtown and its businesses, rather than importing a standard vision of downtown mixed-use, is bedrock to the success of this plan. Project Details Owner: City of Twentynine Palms Contract Value: $310,000 Project Start - End: 2021 - 2022 Client Contact Travis Clark, former Community Development Director (now with City of Desert Hot Springs) 760.329.6411 x 240 tclark@cityofdhs.org Team Members Todd Tregenza, Mobility and Transportation Planner Lucas Piper, Lead Landscape Architect Outcome: This plan delivers a “Downtown 29” that embodies a distinctly local flavor of community connections, business entrepreneurship, and daring creativity. It depicts urban settings that reflect the region’s confluence of diverse landscapes, people, and histories as a vibrant opening act to Joshua Tree National Park and home to its visitors. Twentynine Palms Downtown Specific Plan Twentynine Palms, CA GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | 13 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 Project Description GHD was selected to redevelop a 2-mile segment of East Broadway in the City of Long Beach, CA, to create a multi- modal street to improve overall mobility and the quality of life for residents in the area. The segment starts just east of downtown at Alamitos Avenue and goes east through Alamitos Beach to Bluff Park, ending at Redondo Avenue. The project converts the segment to a two-lane roadway with left-turn lanes at each signalized intersection, cycle tracks (on- street bicycle lanes separated from through traffic by parallel parking and a buffered area), and side boarding island transit stops (in-street raised refuge islands dedicated to waiting and boarding areas for transit passengers enabling in-lane transit stops and improved accessibility and removing transit vehicle/ bicycle conflict). This redesign creates a complete street that will be safe and accessible. The project also addresses non- compliant Americans with Disabilities Act (ADA) facilities and a steep roadway cross-slope due to abandoned/buried railroad tracks and existing development throughout the segment. Client Contact Onofre Ramirez, PE, Senior Civil Engineer 562.570.6183 Onofre.Ramirez@ longbeach.gov Team Members Brittany Zambrano, Civil Engineer Bill Silva, Principal-in-Charge Project Details Owner: City of Long Beach Contract Value: $500,000 Project Start - End: 2017 - 2019 Project Description The project, part of the city’s Complete Streets Program, dates to 2007 when the city created a Community Immersion Program, including community engagement events. These events were designed to gain an understanding of key issues along Southwest and Commerce Boulevard and State Farm Drive. The goal was to develop a community-based vision for the city’s future. GHD completed design, construction management, and inspection services for the first city roundabout. The project included roadway rehabilitation to install the roundabout with new curb and gutter, specialty curbs at bioswales, and pedestrian sidewalks with enhanced crossings. Additionally, the work included a new water main and storm drain upgrade, bioretention areas and new irrigation system, landscaping, street lighting system, new separated green bike lanes, and signage upgrades. This project significantly reduced delay times of the traditional traffic patterns and created more safeguards for both pedestrians and bicyclists without having to completely stop traffic flow. In the morning, the roundabout reduces delay times by 11.1 seconds. In the evening, the reduction is approximately 75.2 seconds. This roundabout also serves as a “gateway feature for the city” as traffic from neighboring Cotati feeds into both Southwest and Commerce Boulevards Client Contact Jason Sampietro, Assistant Engineering 707.588.2235 jsampietro@rpcity.org Team Members Jane Rozga, Construction Manager Eric Leitz, Tim Dillenburg Bill Silva, Principal-in-Charge Project Details Owner: City of Rohnert Park Contract Value: $1.9M Project Start - End: 2021 - September 2022 East Broadway Road Complete Street Long Beach, CA Southwest and Commerce Roundabout, Rohnert Park, CA GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | 14 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 Project Description The City of Fresno Public Works Department issued a Request for Qualifications (RFQ) for Statements of Qualifications (SOQ) from qualified civil engineering and architectural firms to provide on-call engineering services. Funding for these services is through multiple sources, excluding federal funding. Services are on an on-call basis and include, but is not limited to, providing civil engineering and landscape architectural design services necessary to deliver park improvement projects that are managed by the Public Works Department. Projects: 1. 11th and Tulare Community Garden and Dog Park 11th and Tulare Community Garden and Dog Park is a small pocket park project located within Southeast Fresno. The site was identified by the community and city as needing more services and is currently just a lawn and trees with little opportunities for the surrounding community. The project consists of full design and PS&E services as well as community outreach elements. 2. Roeding Restroom Improvements Roeding Park is a City Regional Park and is roughly 145 acres in total size. The project requires the demolition of four (4) existing restroom facilities and installation of new prefabricated restroom buildings to promote hygiene and to better serve the park users. The project will require a review of the existing utility connections and requires the assessment of the existing ADA parking stalls and accessible path of travel. 3. Holmes Park Restroom Replacement Holmes Park project requires the demolition of an existing restroom facility and installation of a new prefabricated restroom building to promote hygiene and to better serve the park users. The building will be fully compliant with Americans with Disabilities Act (ADA) requirements. The project will require a review of the existing utility Project Details Owner: City of Fresno Contract Value: Various task orders Project Start - End: 2024 - Ongoing Client Contact Debbie Bernard, Assoc DBIA Project Manager Capital Projects Department, Site Development Division 559.621.8829 debra.bernard@fresno.gov Team Members Tom Hessel, Project Manager Lindsey Van Parys, Project Director Lucas Piper, QA/QC Manager connections and assess if modifications to these lines will be required to service the new restroom. GHD will also assess the accessible path of travel and identify any other sidewalk improvements that require upgrade to provide access to the new restroom. 4. Large Park Restroom The current project consists of adding a prefabricated restroom building to promote hygiene and to serve park users. The building will be fully compliant with Americans with Disabilities Act (ADA) requirements. As part of this project, 3 different project site locations will be developed for analysis. Fresno On-Call Services Fresno, CA GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | 15 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 Project Description GHD developed a multimodal study for NVTA to document the current challenges and opportunities on the Imola Avenue corridor and recommend achievable solutions to implement the community vision for a vibrant, complete street. The corridor extends 3.5 miles and includes alignments within Caltrans right of way (as State Route (SR) 121) and through both City and County of Napa jurisdictions. The goal of the corridor plan is to meet the diverse needs of the residential neighborhoods, businesses, and destinations along Imola Avenue. The plan delivered context-sensitive solutions that adapt to the character on each segment and block, prioritized according to measures of effectiveness, including benefit-cost, constructability, and environmental stewardship. Key improvements are a continuous Class IV bikeway from SR 29 over the Napa River, a separated Class I trail from SR 221 (Soscol) to Skyline Park, residential neighborhood bulbouts, and connections to Vine Trail. Outcome: The Imola Avenue Corridor Complete Streets Improvement Plan provides NVTA, the City, and County of Napa, and Caltrans with a flexible and implementable road map to create a safer, more accessible multimodal corridor for the Napa community. The plan presents a graphically-rich document layout that walks readers through the corridor improvements from end-to-end. Project Details Owner: Napa Valley Transportation Authority (NVTA) Contract Value: $255,000 Project Start - End: 2018 - 2020 Client Contact Diana Meehan Senior Program Planner 707.259.8327 dmeehan@nvta.ca.gov Team Members Todd Tregenza, Mobility and Transportation Planner Lucas Piper, Lead Landscape Architect Imola Avenue Corridor Complete Streets Improvement Plan Napa, CA GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | 16 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 Project Description The De Portola Road/Jedediah Smith Road Roundabout project aims to address the city’s growing traffic congestion and enhance roadway safety. This project involves the construction of a modern roundabout designed to calm traffic, accommodate non-motorized users, and maintain the rural character of the area. Key features include expanded splitter islands and increased roadway deflection to gradually slow approaching vehicles, as well as an oval-shaped roundabout for improved vehicle entry angles and a smaller footprint. Additionally, the project incorporates angled crosswalks and bicycle ramps to enhance visibility and ease of use for pedestrians and cyclists. The City retained GHD to provide preliminary design, public outreach with the surrounding community and final plans, specifications and estimates for the proposed intersection improvements. Community engagement and consensus building are central to the project’s success. GHD recently engaged the community in the first outreach meeting, receiving valuable feedback about the concerns of the proposed improvements and how to address design concerns for the adjacent property owners. While many of the concerns involve traditional neighborhood traffic issues (i.e. speeding, safety) and additional complexity at this location is the fact that the area is equestrian heavy. All design aspects not only need to accommodate the riding of horses in and around the roundabout, but also the increased trailer usage when designing key features of the roundabout. In addition, GHD was able to accommodate the design of the roundabout within the existing City right-of-way, requiring only temporary construction easements to construct the project. GHD recently submitted 60% plans and estimates to the City and looks forward to completion and construction of the design in mid-2025. Project Details Owner: City of Temecula Contract Value: $600,000 Project Start - End: 2025 - Ongoing Client Contact Nick Minicilli Senior Traffic Engineer 951.693.3917 nick.minicilli@temeculaca.gov Team Members Lindsey Van Parys, QA/QC Lead Steven Latino, Project Manager Lucas Piper, Landscape Lead Brittany Zambrano, Assistant Project Manager De Portola Road/Jedediah Smith Road Roundabout City of Temecula, CA GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | 17 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 →Third-Party / Subcontractors 5 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 FCG Consultants Role: Inspection support services FCG Consultants, Inc. (FCG) a woman-owned California Corporation and Certified Small Business (SBE) and Disadvantaged business Enterprise (DBE), is focused on providing client-driven solutions to assist clients in navigating through a very challenging economy. FCG, founded in 2009, is headquartered in Yorba Linda, California with a staff of twenty-nine fully dedicated personnel providing construction engineering, construction management, and construction inspection to clients throughout California including clients utilizing assorted standards such as Caltrans, Local Assistance Procedures Manual, FHWA, Greenbook, and AWWA. FCG personnel are highly qualified and experienced in their respective disciplines. Each of their qualifications illustrates multiple projects, past and present, they have worked on. FCG has the staff to support the GHD team as per the City’s requirements and the RFSOQ, who are ready and available to be deployed. FCG is committed to ensuring the City receives the highest quality service and their staff is always equipped and ready to kickoff projects within hours. 5 Third-Party/Subcontractors FIRM DETAILS →Firm Location: Main Office: 22885 Savi Ranch Pkwy, Suite G Yorba Linda, CA 92887 Supporting Office: 12440 Firestone Blvd. #208, Norwalk, CA 90650 →Form of Organization: California S Corporation →Number of Employees: 27 full-time employees 2 part-time employees →Registrations: DIR # 1000018164 DBE # 46140 Federal ID # 27-3911217 →Firm Officers: President / CEO: Maha Alfakhouri V.P.: Abdallah Fakhouri, PE CFO: Talal Alfakhouri CUSTOMER REFERENCES City of Downey Ed Norris, PE, Deputy Director of Public Works 11111 Brookshire Avenue Downey, CA 90241 (562) 904-7110 enorris@downeyca.org City of Irwindale Arsanious Hanna, PE – Former City Engineer 16102 Arrow Highway Irwindale, CA 91706 (562) 477-5747 ahanna@irwindaleca.gov City of Burbank Omar Moheize, PE – Former Principal Engineer 150 North Third Street Burbank, CA 91502 (818) 238.3943 omoheize@burbankca.gov GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | 19 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 →Staff Resumes and Organization Chart 6 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 6 Staff Resumes and Organization Chart Organization chart The organization chart (Figure 6.1) details our proposed team, including Contract Manager, Steven Latino, and project managers for 5.3 (General Civil Engineering), 5.4 (Traffic Engineering and Transportation Planning), 5.5 (Construction Management and Inspection), and 5.8 (Landscape Architecture). Steven and our leadership team will work closely with City staff to effectively address and support the objectives of this contract to deliver your on-call projects. Our leadership structure is organized to be responsive, flexible, and to provide the best technical expertise to the City. This structure has been used to manage as needed contracts for other large municipal organizations such as the Inland Empire Utilities Agency, City of Los Angeles Department of Public Works, and the Eastern Municipal Water District, among others. Some of these contracts have over 70 task orders. Brief biographies for our leadership team follow and are followed by resumes for all key personnel. Additional resumes are available upon request. Figure 6.1. Organization Chart Principal-in-Charge Bill Silva, PE, QSD/P GHD has other in-house team members to engage, should the City require additional staff for multiple or overlapping projects/deadlines. Contract Manager Steven Latino, PE, TE QA/QC Manager Lindsey Van Parys, PE, QSD/P Support Staff General Civil Engineering Lindsey Van Parys, PE, QSD/P Brittany Zambrano, PE, QSD/P Greg Watanabe, PE Erika Hall, EIT Luis Manzo, EIT Olivia Ramirez, EIT Jenna Loventhal, EIT Elijah Berry Eduardo Velasquez Construction Management Jane Rozga, PE, CDT Steve Briggs, CCM Tim Dillenburg, CCM, QSD/P Brian Loney Stacey Mauer, PMP, CPPM Traffic Engineering and Transportation Planning Frank Penry, PE, TE, PTOE Emily Perry, PE Todd Tregenza, AICP Zach Stinger, EIT Kiera Kwan, EIT Landscape Architecture Nate Oakley, PLA, ISA, TRAQ Tom Hessel, PLA, LEED AP Laura Goller, PLA Tyler Burkart, PLA Key Personnel (resume included at the end of this section.) General Civil Engineering PROJECT MANAGER Steven Latino, PE, TE Construction Management and Inspection PROJECT MANAGER Steve Briggs, CCM Traffic Engineering and Transportation Planning PROJECT MANAGER Kamesh Vedula, PE, TE Landscape Architecture PROJECT MANAGER Lucas Piper, PLA, QSD/P GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | 21 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 Steven Latino, PE, TEProgram Manager, PM - Civil Engineering Lindsey Van Parys, PE, QSD/P QA/QC Manager Years of experience: 20 Education: MBA, Business Administration, University of Redlands; BS, Civil Engineering, Purdue University Registrations: PE CA #73430; CA TE #2902 Key staff highlights:: –Previous experience working on local agency projects –Understands the City standards, procedures, and personnel –Local to the Inland Empire focusing on municipalities and infrastructure improvement projects –Takes complex projects from concept to completion, which provides a keen sense of awareness to the City and stakeholder needs –Spends time in the field familiarizing himself and the team with assigned projects before kickoff and during the project process to eliminate future challenges and alleviating potential for unnecessary change orders –Coordinates multiple stakeholder agencies during the project process in order to comply with funding deadlines, budgets, and total project vision Relevant experience: City of Desert Hot Springs Access Feasibility Study | Desert Hot Springs, CA | Project Manager | 2024-2024 Highway 111 Rubber Pavement Rehabilitation Phases 1 and 2 | Indian Wells, CA | Project Manager | 2021 to 2023 Jackson Street Complete Streets | Indio, CA | Project Manager | 2023 to 2024 Years of experience: 17 Education: BS, Civil Engineering, CSU Sacramento; BS, Health Science and Spanish, CSU San Jose Registrations: PE CA #79989; QSP/D #23897 Key staff highlights:: –Works on complex complete streets projects within Southern California including the Inland Empire –Oversees and delivers transportation projects including roundabouts, complete streets/streetscapes, multi-use trails, and roadway/highway improvements, –Delivers projects from the conceptual stage through to construction. –Coordinates multiple stakeholder agencies during the project process in order to comply with funding deadlines, budgets, and total project vision –Prepares successful grant applications for a variety of different programs Relevant experience: Highway 111 Corridor Revisioning/Specific Plan | La Quinta, CA | Engineering Manager | 2018 - Ongoing La Quinta Village Complete Street/Road Diet/ATP | La Quinta, CA | Engineering Manager | 2018 - 2020 Avenue 64 Complete Streets | Pasadena, CA | Project Manager | 2020 to 2024 Bill Silva, PE, QSD/P Principal-in-Charge Years of experience: 30 Education: BS, Civil Engineering, California State Polytechnic University, San Luis Obispo Registration: PE CA #58235; QSD/P #22223, CDT, CSI Key staff highlights: –Provides civil engineering for CIP projects including redevelopment, roadway and bridges, rail, water, sewer, and storm drains –Served in various roles for public works agencies for on-call contracts –Managed multi-million dollar infrastructure improvement projects throughout California Relevant experience: –Avenue 64 Complete Streets | Pasadena, CA | Project Director | 2020- 2023 –TAMC FORTAG | Monterey County, CA | Principal-in-Charge | 2020 to Ongoing –Shoreline Drive Realignment | Long Beach, CA | Principal | 2021-Ongoing GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | 22 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 Resumes Jackson Street Complete Streets* | City of Indio | Indio, CA | Project Manager The City of Indio secured approximately $5 million through the Clean California Grant program to enhance a 0.75-mile stretch of Jackson Street from Kenner Avenue to Avenue 45. The project aims to transform the corridor into a more inviting space for pedestrians and bicyclists by upgrading sidewalks, ADA ramps, and driveways, as well as installing an artistic shade structure, Big Belly trash cans, and improved landscaping and irrigation. The decorative shade structure, designed in collaboration with an artist and structural engineering team, is part of the “Shadowalk” initiative, detailed at https://civic.space/shadowalk/. The team conducted site visits with the City and artist to optimize structure placement and address sidewalk and ADA deficiencies. Public outreach, a requirement of the grant, was also completed. With Plans, Specifications, and Estimate (PS&E) finalized, bids closed in December 2023, and construction is expected to conclude by February 2025. Warner Trail Improvement Project – Phase 1* | City of Indian Wells | Indian Wells, CA | Project Manager Contracted to provide professional engineering services for the Warner Trail Improvement Project in the City of Indian Wells, the work included exploratory borings and storm drain analysis to address roadway failures, as well as curb ramp upgrades, pavement rehabilitation design, traffic signal modifications for a new right-turn lane at Fred Waring Drive and Warner Trail, and school driveway updates to improve traffic flow during release times. Coordination with the City, Gerald R. Ford Elementary, and Coachella Valley Water District ensured timely acquisition of right-of-way, easements, and pre-construction work, including purchasing long-lead items like traffic signal poles to prevent delays. The project was strategically scheduled for summer to minimize impacts on school traffic, ensuring efficient and timely completion. Experience 20 years Education/registrations —MBA, Business Administration, University of Redlands —BS, Civil Engineering, Purdue University —PE CA #73430 —TE CA #2902 Key technical skills —Public works transportation - design, project delivery —Project specifications (Caltrans, Greenbook) Memberships —American Public Works Association (APWA), Board, 2023-Present —Institute of Transportation Engineers, Riverside and San Bernardino Counties, Board, 2009-2012, 2021- 2024 Experience summary Steven Latino has focused his career on providing services to local municipalities throughout Riverside and San Bernardino Counties. His experience as both a public and private employee provides a unique approach to project delivery. During his career, Steven has taken numerous projects from concept to completion, which provides a keen sense of awareness to the agencies’ needs. He believes that spending time in the field and familiarizing his team with the project before design kicks off and during the design process eliminates future challenges. This experience allows Steven to visualize the construction during the design phase eliminating constructability challenges and alleviating potential for unnecessary change orders. Steven Latino, PE, TE Contract Manager and PM - Civil Engineering Hwy 111 Rubber Pavement Rehabilitation* | City of Indian Wells | Indian Wells, CA | Project Manager Led the team responsible for the PS&E preparation of the Highway 111 Rubberized Pavement Rehabilitation Project in Indian Wells, covering approximately 3.5 miles. The project included pavement analysis and rehabilitation design, localized repairs, ADA ramp upgrades, and surface drainage improvements. Due to rising costs, coordinated with the City to phase the project into two independent bid packages, with Phase 1 completed in early 2023 and Phase 2 in late 2023. Addressed localized drainage issues, incorporated striping changes to mitigate queuing during the annual Indian Wells Tennis Gardens tournament, and provided bid and construction support, including RFIs and on-site meetings. To align with CVAG’s CV-Sync project, developed two plan versions to accommodate both inductive loop replacements and video detection upgrades, ensuring uninterrupted vehicle detection. City of Rialto On-Call Professional Civil Engineering Services* | City of Rialto | Rialto, CA | Contract Manager Provided services to the City of Rialto through their 2022 On-Call Civil Engineering contract. Task orders under contract include: –502 Bloomington. This project included the extension of existing curb and gutter, pavement widening, sidewalk design and construction and acquisition of right of way to complete a small infill along a major thoroughfare in the City of Rialto. –Baseline Lilac to Willow Median & Fence. This project included the extension of medians along a major corridor directly adjacent to Eisenhower High School. In addition to the extension of the median, a tube steel fence was designed to limit students from J-Walking and urge them to use a controlled crossing at the two adjacent intersections. GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | 23 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 –Pavement Reconstruction for Bloomington Avenue at Randall Avenue and Lilac Avenue Michael –Baker is working with the City to provide appropriate pavement improvements for this six-point intersection. The team recommended a deep lift asphalt section in order to minimize construction impacts and phasing. –Pavement Reconstruction on Resource Drive from Riverside Avenue to terminus. Assisted the City in a full reconstruct of Resource Drive, an industrial street that provides access to a major FedEx hub. Provided a deep lift reconstruction recommendation and provided roadway reprofiling in order to address drainage concerns. –South Maple Avenue Improvement Project. Worked with the City to provide new asphalt pavement, sidewalk, curb & gutter and driveway improvements to connect existing improvements for approximately 450 feet through a residential section of South Maple Avenue. The work will improve accessibility and drainage along this stretch of South Maple Avenue. City of Rancho Mirage On-Call Traffic Engineering Services* | City of Rancho Mirage | Rancho Mirage, CA | Contract Manager Acted as the City of Rancho Mirage Traffic Engineer, as well as provided traffic/transportation services from 2021-2024. Worked with the City and provided an extension of staff to fill the gaps where necessary. Assisted the City with various assignments including: –Frank Sinatra Low Flow Crossing Alternatives Analysis. Provided an alternatives analysis for a pedestrian crossing at an existing low flow crossing, creating series of alternatives as well as cost estimates and a challenges/opportunities matrix to assist the City in how to proceed. The City is currently exploring funding opportunities that would construct these improvements. –Frank Sinatra Hiking Trail. Tasked with an alternatives analysis to complete a trail loop through a highly sensitive environmental area, utilizing the existing road, which is currently being utilized by trail goers. The team looked at a series of “road diet” techniques, as well as potential off- road improvements and crossings to complete the loop. Recommendations were provided to the City and their trails commission and is currently under review. –Button Drive Parking Lot. The City acquired several lots near the Rancho Mirage Amphitheatre in order to create additional parking for planned events as well as a place to house their farmers market. Mr. Latino’s team provided conceptual layouts, as well as a preliminary design package for the proposed parking lot. The work includes site plans, hydrology, grading and drainage, utilities and landscaping for the proposed improvements. –Traffic Controls Analysis/Design. Performed analysis at various locations throughout the City to determine the correct Traffic Control Devices. This includes traffic signal warrant analysis, all-way stop control analysis and numerous reviews as it relates to neighborhood speeding. Provided plans to install all way stops, crosswalks and intersection modifications based upon the findings Genevieve/Ralston Street Light Circuit Upgrades* | City of San Bernardino | San Bernardino, CA | Project Manager Responsible for the design of two new street lighting circuits to replace existing high voltage circuits. The existing circuits had exceeded their service live and have existing street light standards that do not meet current design standards and are non-functional. Mr. Latino met with the City numerous times in the field to determine the best course of action, including abandoning the existing conduit systems to avoid costly change orders during construction. The team completed an updated lighting analysis to recommend new spacing of street light standards based on Illuminating Engineering Society Standards. The new street lighting is energy efficient Light-Emitting Diode (LED) lighting. State Street Gap Closure Project* | City of San Bernardino | San Bernardino, CA | Project Manager The City intends to construct the missing gap of State Street to general plan ultimate, which is a four-lane roadway with center median and bike lanes connecting Baseline Street to State Route 210. Designed the new roadway in a portion of the project where no transportation infrastructure exists, and rehabilitated existing portions of the roadway to an updated standard. Identified the necessary right of way acquisition and provided legal and platts to support the City in the acquisition process. Chino Avenue/Mill Creek Avenue Fiber Optic Design* | Brookfield Land | Ontario, CA | Project Manager As a condition of development, Brookfield Land was asked to design and install 2-2” fiber conduits to provide fiber optic access to a new residential neighborhood and industrial building. Led the design of the new facilities, including coordination with the City of Ontario’s Broadband Manager and team to determine appropriate placement of hand holes and fiber along Chino Avenue and Mill Creek Avenue. * = Work performed while at another firm GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | 24 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 City of Pasadena Avenue 64 Complete Streets Project | Pasadena, CA | Project Director Delivered the design of a roundabout intersection at Avenue 64 and Burleigh Drive, as well as an intersection bulb out with medians at Avenue 64 at Cheviotdale Drive in addition to other complete street, traffic calming, bicycle, and pedestrian enhancements for the entrance into the City of Pasadena from Los Angeles. Led the team in designing a custom roundabout at Burleigh Drive to reduce vehicle speeds while providing full access to adjacent driveways completely within the City right of way while still accommodating property/driveway access and providing a space for refuse pickup, parking and more. Included water quality design, utility relocation, completed roadway resurfacing, lighting, outreach with property owners, and coordination with emergency responders. TAMC Ford Ord Recreational Trail and Greenway (FORTAG) - Canyon Del Rey Segment | Monterey County, CA | Project Manager Responsible for overall PS&E, environmental addendum, right of way, utility clearance, and robust public/stakeholder engagement for the first segment of the 28-mile regional FORTAG trail. This almost two-mile trail will connect people to open spaces and remove barriers to access for active modes of travel within the cities of Monterey, Seaside, and Del Rey Oaks, and within Regional Parks and Caltrans rights of way. Some of the key project elements include an undercrossing of SR 218, a protected bicycle intersection/signal modification at SR 218/ North Fremont Street, more than 1.75 miles of Class I pathway, and a short piece of Class III. It also provides several wayfinding elements and amenity design including a tennis court, scenic overlooks, seating nodes, a local pollinator garden (known as the butterfly garden) and educational space. In addition to this the project design included safety through environmental design, lighting/electrical, right of way acquisition, utility relocation, installation of Closed-Circuit Television (CCTV) cameras connected to the local police department, innovative retaining wall design, pedestrian foot bridges, two large switch backs to meet ADA compliance in grade challenged area, Experience 30 years Education/registrations —BS, Civil Engineering, CSPU San Luis Obispo —PE CA #58235 —QSD/P CA #22223 —Construction Documents Technology (CDT), CSI Key technical skills —Project Management —Large-Scale Redevelopment —Roadway, Roundabout, Bridge, and Rail Projects —Infrastructure Improvement Memberships —Construction Specification Institute (CSI) —American Society of Civil Engineers (ASCE) —American Public Works Association (APWA) Experience summary With over 30 years of experience in public sector civil engineering, transportation, and pipeline design, Bill Silva is highly skilled at CIP and public works project design, including large-scale redevelopment, roadway and bridge design, rail design, various water, sewer and storm drain projects, and a broad background in all phases of project planning and design through construction. Bill has been a County Public Works Engineer, an Assistant City Engineer, and Contract Manager for numerous city on-call services contracts. In addition, he has managed multi-million-dollar infrastructure improvement projects throughout California. Bill Silva, PE, QSD/P Principal-in-Charge traffic calming on local streets, on street parking and more. Led robust stakeholder engagement, public outreach efforts, and a public information campaign that successfully defeated a ballot measure aimed to stop the project, which replaced contention with community acceptance and excitement. The project is currently under construction. City of Long Beach Shoreline Drive Realignment | Long Beach, CA | Principal in Charge Overseeing the $65 million construction project involving the realignment of northbound and southbound Shoreline Drive under the existing Ocean Boulevard Overcrossing, ensuring streamlined traffic flow and structural integrity. Directed the extension of Broadway to Shoreline, forming a new signalized intersection to improve traffic management. Led the reconstruction of Broadway from Shoreline to Maine, including the demolition of the existing bridge to accommodate the new infrastructure. Implemented Class I Bike Paths along Golden Shore and Broadway, providing connectivity to the Los Angeles River and Rio Hondo (LARIO) Trail and proposed Drake/Chavez Soccer Fields, promoting sustainable transportation solutions. Facilitated the conveyance systems for stormwater and reclaimed water, ensuring efficient flow and connection to the Long Beach Municipal Urban Stormwater Treatment (LB MUST) via the future Shoemaker Bridge project. City of Carlsbad Kelly and Park Drive Complete Streets | Carlsbad, CA | Principal in Charge Served as Principal of this high-profile City arterial roadway corridor project. The project elements included multiple roundabouts, roadway corridor enhancements, bike lanes, class I path, school, park, and trail connectivity, along with stormwater quality features and signal upgrades. GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | 25 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 GSA Virginia Avenue Transit Center at the San Ysidro Land Port of Entry | San Diego, CA | Project Manager Responsible for providing comprehensive engineering and public outreach services for the Virginia Avenue Transit Center at the San Ysidro Land Port of Entry (SYLPOE), one of the busiest land ports in the world. Part of a three-phase expansion, the project consists of a new transit center and the widening of Virginia Avenue to accommodate buses, taxis, jitneys, personal vehicles, and pedestrians. GHD provided civil, structural, stormwater, SWPPP, photo simulation, paving, cost estimating, landscape, irrigation, site security services, and extensive coordination with stakeholders such as City of San Diego, US Customs and Border Patrol, San Diego Police and Fire Departments, San Diego Association of Governments (SANDAG), Caltrans, and more. GSA requested an accelerated project delivery schedule and an enhanced deliverable (complete City plan check set) mid- contract. The team welcomed the challenge and went beyond the original scope, completing work for GSA on time and within budget. City of Anaheim Ball and Sunkist Intersection Improvements | Anaheim, CA | Principal in Charge Served as Principal for the design of the Ball and Sunkist intersection near Highway 57 in Anaheim, California. The objective of the project is to increase the capacity of the intersection since it is undersized for the current and projected traffic demands. The project includes widening the road width to fit additional lanes and signal modifications. The design is especially challenging due to the constraints on all sides by various businesses and residences. Mendocino County North State Street at Highway 101 PA/ED Clearance Services | Ukiah, CA | Principal in Charge GHD performed the alternatives analysis for North State Street corridor, which resulted in a preferred alternative which would eventually convert six intersections to roundabouts, incorporating complete street design elements along the corridor. Two of those intersections were the North State Street intersections with the US 101 southbound on ramps and with KUKI Lane, which were selected to be the first phase of the overall corridor improvement plan to be advanced to environmental clearance and PS&E phases. Oversaw the preliminary engineering and environmental clearance phase of the project as Project Manager, ultimately transitioning to the Project Director role for the PS&E phase. City of Ukiah Pacific Northwestern Rail Trail Phase | Ukiah, CA | Principal in Charge GHD was the design engineer for a Class I trail along one mile of the North Coast Railroad Authority Railroad Corridor between Gobbi Street and Clara Avenue in the City of Ukiah. The trail provides pedestrians and cyclists with safe access to amenities such as parks, a museum, and a hospital. This was the first Rail with Trail (RWT) project to be designed and constructed in North Coast Railroad Authority right of way in Mendocino County. GHD provided a full suite of environmental, engineering and permitting services, as well as Stormwater Pollution Prevention Plan (SWPPP) preparation. City of American Canyon On-Call Engineering and Development Review | American Canyon | Program Manager, Lead Reviewer Served as Program Manager and Lead Reviewer for the City Public Works Department. Services included development plan review, final map review, CIP design, water and recycled water system, master planning, storm drain system master planning, and construction management. GHD provided numerous development reviews for commercial and residential development projects, including a multi-phased residential subdivision with over 500 units adjacent to a school, water tank, railroad, poor soils, primary utilities (PG&E/City) and major creek. Many developments included expansive warehouses and bottling facilities located within the City lowlands adjacent to the Napa River marsh lands where drainage, settlement and flooding were all major considerations. A major development included the proposed central commercial district adjacent to the future “downtown” and included a Super Walmart, major gas retailer, and numerous commercial businesses, all located along Highway 29, which include Caltrans coordination. City of Sonoma On-Call Engineering and Development Review Services | Sonoma, CA | Principal in Charge GHD has provided the City of Sonoma comprehensive on- call engineering and development services for the City Public Works Department, since 2006. Serves as the project principal and has provided project oversight for many assignments ranging from a few thousand dollars to over $300,000. Assignments have included a variety of projects including utility replacements, pedestrian improvements, environmental assessment, construction management and inspection, traffic engineering, stormwater services, and Caltrans administered road rehabilitations. Services have also included development plan review and final map review. Developments were residential and commercial, and included a large local home improvement retailer (Friedmans). GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | 26 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 City of La Quinta Highway 111 Corridor Revisioning and Specific Plan | La Quinta, CA | Project Manager Overseeing the alternative development for the Highway 111 corridor in Downtown La Quinta to transform this into a “downtown setting” for new residents in a more walkable, liveable, and economically diverse mixed-use district. Assisting in informing the vision for a full specific plan that includes infill housing, new workplace uses, walkable main street environments, and improved public realm along regional bikeway and cultural trail corridors. Coordinating with GHD’s urban planners and transportation planners to develop four major elements of the specific plan: a comprehensive land-use driven district plan, a form-based code drive by architectural guidelines all-encompassing development standards, a CEQA environmental assessment expected to lead to an IS/MND, as well preliminary engineering designs for a compete streets enhancement, pedestrian safety and public realm improvement along Highway 111 and its collector side streets. City of La Quinta Complete Street/Road Diet/ATP | La Quinta, CA | Project Manager Responsible for the overall delivery of the environmental documentation, PS&E, right of way and utility clearance for this ATP project. The project, spanning a total of three miles, consisted of three complete street corridors, five roundabouts, pedestrian facilities, shared use paths, buffered bicycle lanes, golf cart facilities, water quality infrastructure, and landscape/ beautification elements. Also coordinated stakeholder outreach, one-on-one meetings with impacted property owners and business owners and performed community outreach. Coordinated utility relocations with six different utility purveyors and coordinated with two adjacent projects constructed concurrently with the complete street project. Experience 17 years Education/registrations —BS, Civil Engineering, CSU Sacramento —BS, Health Science and Spanish, CSU San Jose —PE CA $#79989 —QSD/P CA #23897 Key technical skills —Project Management —Roundabout & Complete Street Design —Complete Streets —Public Education and Outreach —Grant Writing Memberships —Transportation Research Board: Standing Committee on Roundabouts —Institute of Transportation Engineers, International Coordinating Council, Co-Chair —Women’s Transportation Seminar —Association of Civil Engineering Companies (ACEC), Member, Caltrans D3 Professional Liaison Committee Experience summary Lindsey Van Parys has been delivering transportation projects throughout California since 2008 and oversees transportation projects from the conceptual phases through to construction, including preliminary engineering, environmental assessments, and detail design for various types of roadway, highway, roundabout, complete street and active transportation projects– with a key focus on delivering to clients’ time, budget and quality expectations. Her projects have ranged from major highway interchanges to innovative intersection and safety solutions to shared use paths. Lindsey specializes in delivering projects on the State Highway System and has worked on dozens of concepts and designs, as well as project delivery for projects spanning North America. She is GHD’s North American Service Line Leader for Road Systems and Transportation Planning and Traffic Engineering. Lindsey Van Parys, PE, QSD/P QA/QC Manager City of Pasadena Avenue 64 Complete Streets | Pasadena, CA | Project Manager Delivered the design of a roundabout intersection at Avenue 64 and Burleigh Drive, as well as an intersection bulb out with medians at Avenue 64 at Cheviotdale Drive in addition to other complete street, traffic calming, bicycle, and pedestrian enhancements for the entrance into the City of Pasadena from Los Angeles. Led the team in designing a custom roundabout at Burleigh Drive to reduce vehicle speeds while providing full access to adjacent driveways completely within the City right of way while still accommodating property/driveway access and providing a space for refuse pickup, parking and more. Included water quality design, utility relocation, completed roadway resurfacing, lighting, outreach with property owners, and coordination with emergency responders. TAMC Fort Ord Recreational Trail and Greenway (FORTAG) – Canyon Del Rey Segment | Monterey County, CA | Project Manager Responsible for overall PS&E, environmental addendum, right of way, utility clearance, and robust public/stakeholder engagement for the first segment of the 28-mile regional FORTAG trail. This almost two-mile trail will connect people to open spaces and removes barriers to access for active modes of travel within the cities of Monterey, Seaside, and Del Rey Oaks, and within Regional Parks and Caltrans rights of way. Some of the key project elements include an undercrossing of SR 218, a protected bicycle intersection/signal modification at SR 218/North Fremont Street, more than 1.75 miles of Class I pathway, and a short piece of Class III. It also provides several wayfinding elements GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | 27 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 and amenity design including a tennis court, scenic overlooks, seating nodes, a local pollinator garden (known as the butterfly garden) and educational space. In addition to this the project design included safety through environmental design, lighting/ electrical, right of way acquisition, utility relocation, installation of CCTV cameras connected to the local police department, innovative retaining wall design, pedestrian foot bridges, two large switch backs to meet ADA compliance in grade challenged area, traffic calming on local streets, on street parking and more. Led robust stakeholder engagement, public outreach efforts, and a public information campaign that successfully defeated a ballot measure aimed to stop the project, which replaced contention with community acceptance and excitement. The project is currently under construction. TAMC FORTAG – California Avenue Segment | Monterey County, CA | Project Manager Responsible for overall PS&E, environmental addendum, right of way, utility clearance, local agency stakeholder engagement, and public/stakeholder engagement for another segment of the 28-mile regional FORTAG trail. This almost two-mile trail will connect people to open spaces and removes barriers to access for active modes of travel within the City of Marina and provide connectivity to a third segment of the trail and to California State University – Monterey Bay. Responsible for evaluating concepts to cross the busy Imjin Road by either a bridge, a protected midblock crossing, a protected intersection, or at a “Dutch style” roundabout. The project also will incorporate a protected bicycle intersection/signal modification, almost 2.0 miles of Class I pathway, safety through environmental design, lighting/electrical, and equestrian accommodation. City of Pasadena I-710 Stub Transitional Development | City of Pasadena | Project Director Overseeing preparation of a multimodal transportation improvement concepts for the surface street corridor along the 710 right of way recently relinquished from Caltrans to the City. Helf intense, short duration stakeholder outreach effort with several public and private stakeholders along the corridor. Developed signalized intersection improvement concepts for ramp terminal intersections and improvements that prioritized pedestrian and bicycle mobility along Columbia Avenue, Pasadena Avenue, and St. John Avenue, along with all major east- west connectors along the 710 North Stub corridor. The project utilized rich graphics to depict viable improvement concepts that significantly improved multimodal safety and access along a corridor that has historically prioritized automotive travel. The project resulted in over $100 million in improvement costs submitted for funding to LA Metro, which have since been recommended for funding. City of Long Beach Shoreline Drive Realignment | Long Beach, CA | Project Manager Overseeing the $65 million construction project involving the realignment of northbound and southbound Shoreline Drive under the existing Ocean Boulevard Overcrossing, ensuring streamlined traffic flow and structural integrity. Directed the extension of Broadway to Shoreline, forming a new signalized intersection to improve traffic management. Led the reconstruction of Broadway from Shoreline to Maine, including the demolition of the existing bridge to accommodate the new infrastructure. Implemented Class I Bike Paths along Golden Shore and Broadway, providing connectivity to the Los Angeles River and Rio Hondo (LARIO) Trail and proposed Drake/Chavez Soccer Fields, promoting sustainable transportation solutions. Facilitated the conveyance systems for stormwater and reclaimed water, ensuring efficient flow and connection to the Long Beach Municipal Urban Stormwater Treatment (LB MUST) via the future Shoemaker Bridge project. Caltrans/TAMC US 101 Freeway Conversion – Project Initiation Document | TAMC/Caltrans | Salinas, CA | Project Manager/Caltrans Liaison Supporting the project manager in the overall project implementation, overseeing development of project alternatives, public outreach, and production of the supplemental PSR for safety and access improvements on US 101 from the southern boundary of Salinas to Chualar. The work included providing a safety study, removing at grade crossings on the mainline, analyzing new interchanges, off-system parallel facilities, food safety, project branding, public outreach, and more. Mendocino County Department of Transportation North State Street Intersection Improvements at Highway 101 Southbound Ramps and KUKI Lane Preliminary Engineering, PA/ED, and PS&E | Mendocino County, CA | Project Director GHD performed the alternatives analysis for North State Street corridor, which resulted in a preferred alternative which would eventually convert six intersections to roundabouts, incorporating complete street design elements along the corridor. Two of those intersections were the North State Street intersections with the US 101 southbound on ramps and with KUKI Lane, which were selected to be the first phase of the overall corridor improvement plan to be advanced to environmental clearance and PS&E phases. Oversaw the preliminary engineering and environmental clearance phase of the project as Project Manager, ultimately transitioning to the Project Director role for the PS&E phase. GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | 28 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 City of La Quinta Village Complete Street, a Road Diet Project | La Quinta, CA | Traffic Engineer Assisted in the scoping and field review for the City of La Quinta Active Transportation Program grant application, which was processed successfully. Riverside County On-Call Traffic Engineering Peer Review Services | Riverside and San Bernardino Counties, CA | Traffic Engineer Performed the roundabout design checks as part of the peer review and roundabout feasibility of the concept drawings for the roundabout. Caltrans District 8 On-Call Services for Roundabout and ICE Process | Riverside and San Bernardino Counties | ICE Specialist Performed the presentation to Caltrans to discuss the roundabout design checks and geometrics findings of the peer review for the Railroad Canyon Roundabout Corridor in Lake Elsinore, CA. Services were performed under the Caltrans District 8 On-Call Services for Roundabout and ICE Process. City of Yucaipa I-10/Wildwood Canyon Road Interchange | Yucaipa, CA | Project Manager Oversaw the development of the interchange concept. Prepared the data collection and traffic operations analysis and assisted in the preparation of interchange layouts and feasibility report. Experience 23 years Education/registrations —MS, Transportation, Kansas State University —BS, Civil Engineering, Nagarjuna University, Bapatla, —PE CA #79926 —TE CA #2546 Key technical skills —Roundabout Planning/Design —Transportation Planning, Transportation Engineering —Travel Demand Modeling and Master Planning —Traffic Operations Analysis, Traffic Circulation Studies, Traffic Impact Studies, Traffic Impact Fees Experience summary Kamesh Vedula has over 23 years in the disciplines of transportation engineering, planning, and modeling. His present roles include Principal-in-Charge, Business Development, Project Manager, and Transportation Operations Leader, depending on the project needs. He oversees the workload balance of the transportation planning/engineering group and coordinates with other groups and regions to level staff resources. Kamesh is an Intersection Control Evaluation (ICE) specialist, completing numerous ICE projects within a majority of Caltrans Districts and conducting ICE analyses training classes in Caltrans District 11 and Headquarters. His project management experience includes Caltrans Project Study Report-Project Development Support (PSR-PDS), Project Approval/Environmental Documents (PA/ED), ICE studies, roundabout planning/design, advanced roundabout operations analyses/design, complete streets studies, corridor studies, traffic impact studies, and traffic safety studies. Kamesh oversees daily operations, including team meetings, scheduling, invoicing, and client coordination through active communication. Kamesh Vedula, PE, TE PM - Traffic Engineering and Transportation Planning Cities of Yucaipa I-10/County Line Road Roundabout Interchange Feasibility Analysis | Yucaipa and Calimesa, CA | Project Manager Responsible for the preparation of the roundabout feasibility study. Caltrans District 8 Indiana Avenue/Van Buren Roundabout ICE Project | Riverside, CA | Project Manager Responsible for coordination, meetings, Caltrans meetings, reports, executions and data, preliminary traffic forecasts, prelim control development and evaluations, memo ICE step 1 analysis, and recommendations. City of Moreno Valley SR 60/Sunnymead Boulevard Intersection ICE and Highway Safety Improvement Program (HSIP) | Moreno Valley, CA | Project Manager Responsible for overseeing the preparation of the documentation in support of the ICE process, QA/QC, progress meetings, traffic operations, roundabout 35%, traffic signal, 35% ICE report, and addressing Caltrans comments. City of San Diego I-8 Eastbound Off-Ramp/Lake Jennings Park Road ICE Analysis | San Diego, CA | Project Manager | South Coast Development | San Diego, CA Oversaw the preparation of ICE analysis for the I-8 and Lake Jennings Park Road interchange. City of Highland Avenue Roundabout Peer Review | Highland, CA | Traffic Engineer Assisted with roundabout peer review. Mendocino County North State Street Complete Streets Corridor Study | Ukiah, CA| Principal-in-Charge, Advisor Provided guidance on the traffic operational/capacity improvements for alternative improvements that included traffic signal modifications/installations, raised medians, roundabouts, and a combination of these measures. The complete street study focused on identifying cost effective solutions to improve pedestrian/bike safety, calm traffic speeds, accommodate commercial traffic, and beautify the corridor. GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | 29 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 City of La Quinta Complete Streets/Road Diet/ATP | La Quinta, CA | Landscape Architect Assisted in the preparation of the streetscape design for five roundabouts, and an approximate half mile of roadway. Desert plant materials, indigenous or adaptable to the area were incorporated in the design. Each roundabout represents a different planting theme. Water quality swales/basins were incorporated in many of the parkway strips to provide stormwater detention and water quality Best Management Practices (BMPs). City of Pasadena Avenue 64 Complete Streets Project | Pasadena, CA | Landscape Architect Provided Landscape Architecture design support for a roundabout intersection at Avenue 64 and Burleigh Drive. Other project improvements included complete street design, traffic calming, bicycle, and pedestrian enhancements for the entrance into the City of Pasadena from Los Angeles. The project entails design elements that allow full vehicle movements for the three residential driveways that are protected from the roundabout intersection. The civil design looked to improve the safety of the intersection, while the proposed landscape design and plant material choices looked to transform a field of concrete to a safer and sustainable intersection. Primary responsibilities included design support, QA/QC review, and bid/construction services. TAMC Fort Ord Recreational Trail and Greenway (FORTAG) – Segment 1 | Monterey County, CA | Landscape Architect The FORTAG project includes PS&E development of the 1.75-mile-long first segment of an approximately 28-mile-long regional multi-use trail system. Project includes landscape architectural services for trail alignment, entry nodes and rest areas, wayfinding, amenities, planting, and irrigation. Will provide bid assistance and construction management services with an estimated construction completion date of 2023. Experience 17 years Education/registrations —BLA, Landscape Architecture, University of Oregon —PLA CA #5873 —QSD/P CA #25768 Key technical skills —Project Management —Site Planting and Design —Drought Tolerant Planting and Irrigation Design —Irrigation and Low Impact Development (LID) —3D Models and Visualizations Memberships —American Society of Landscape Architects Experience summary Lucas Piper is a registered landscape architect with over 17 years of design and project management experience. He has worked on a wide variety of projects ranging from private development, institutional and civic, parks and trails, roadway corridors and intersections, and habitat restoration. Lucas is a qualified SWPPP Developer/ Practitioner and has worked on several stormwater pollution management, stabilization, and LID projects. He is well experience in a wide range of design and consulting processes and services including site analysis; site planning; geospatial analysis; conceptual design development; 3D renderings; public outreach, construction document Plans, Specifications, and Estimates (PS&E); and SWPPP development. Lucas Piper, PLA, QSD/P PM - Landscape Architecture City of Long Beach Shoreline Drive Realignment Project | Long Beach, CA | Landscape Architect The project includes realignment of southern terminus of I-710 into Downtown Long Beach at Shoreline Drive. Responsible for developing planting and irrigation concept and construction documents for roadway medians, LID water quality basins, and multi-use trail segments. Additional responsibilities include QA/ QC review and approval. Orange County Parks Lower Peter’s Canyon Rest Area | Tustin, CA | Landscape Architect Provided landscape design and full construction documents for landscape related project elements for a trail head location at Lower Peter’s Canyon. Site elements included a restroom, shade structure, benches, kiosk, decorative paving, and planting. Construction detailing was provided for all site furnishing, fencing, and paving. The planting design utilized California natives and a temporary irrigation system. County of Merced State Route (SR) 140/SR 165 Roundabout | Merced County, CA | Landscape Architect This project is located at the intersection of SR 140 and SR 165 about 7.5 miles south of Hilmar in Merced County and is a Caltrans administered project, issued to GHD through our district on-call agreement. A hybrid roundabout is proposed to be constructed to improve traffic flow and the overall operations of the intersection. A Materials Concept Plan outlines surface treatment options for both inert materials and the hydroseed mix for bioswales. 3D renderings of the project extents provide supportive visualizations of the improvements to assist in communication and design intent. GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | 30 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 On-Call Engineering and Technical Support for Existing Rollingstock Repair, Modification, and Upgrade Projects*| California Regional Rail Authority (Metrolink) | Los Angeles, CA | Senior Project Manager Managed teams of engineers, subject matter experts, Quality Assurance/Quality Control (QA/QC) technicians, and subconsultants to deliver a variety of projects for Metrolink under a five-year on-call contract. Projects included: –Smart Train specification and scope of work development. –Multiple vehicle wreck repair cost estimations. –Passenger Seat specification, scope of work development, and procurement. –Door systems design and implementation improvements. –Emergency window gasket design and replacement. –Cab car front-end air hose realignment redesign. –Coupler and draft gear overhaul specifications and scope of work. Design, Procurement and Construction of Mini-High Americans with Disabilities Act (ADA) Ramps and Platforms* | San Joaquin Regional Rail Commission | San Francisco Bay Area to Bakersfield, CA| Senior Project Manager Served as Senior Project Manager for a sole source contract with San Joaquin Regional Rail Commission for the design, procurement and construction of mini-high ADA ramps and platforms at all train stations along the Amtrak San Joaquin route. Modification and Overhaul of Existing State-owned Rolling Stock* | Caltrans Division of Rail & Mass Transit | California | Project Manager Worked with Caltrans Division of Rail & Mass Transit staff in the development of new projects scope of work, schedules and budgets for the modification and overhaul of existing state- owned rolling stock. Served as Project Manager on multiple concurrent projects overseeing engineering, design review, production, QA/QC processes for full scope of work, schedules, and budget. Projects varied and included: Experience 20 years Education/registrations —AS, Construction Technology, Penn Foster College, Scottsdale, AZ, Year —Certified Construction Manager #9585, Construction Manager Certification Institute —State Contractor’s License “B”, CA #831646 Key technical skills —Construction Management —Quality Assurance/Quality Control —Contract Administration Experience summary Steve Briggs is a senior project manager with over 20 years of experience and provides technical support and coordinates team resources to support his clients’ diverse needs. He has provided leadership, direction, and management for a team of engineers, technical experts, field staff, and quality managers on projects totalling over $40 million. Steve is also well-versed in project delivery, construction administration, and construction management for varying sized projects. Steve Briggs, CCM PM - Construction Management Design Review of Modifications to the ACE Maintenance Facility* | Caltrans Div. of Rail & Mass Transit | Stockton, CA | Senior Project Manager Assisted Caltrans Division of Rail & Mass Transit in design review of the modification of the existing ACE Maintenance facility in Stockton, CA to accommodate the newly procured Siemens single level trainsets. Service-Disabled Veteran-Owned Small Business Set Aside Construction Projects* | US Federal Government | Various Locations | Construction Manager Provided construction management services for federal government Service-Disabled Veteran-Owned Small Business set aside construction projects. * = Work performed while at another firm GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | 31 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 →Project Management Approach 7 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 Managing multiple task orders GHD recognizes the value of having immediate access to pre- qualified consultants to eliminate the cost and delays inherent in the consultant selection process. GHD’s job as a consultant is to maximize the value of your dollars by minimizing the disruption to staff by providing outstanding project coordination. GHD is aware that scopes, schedules, cost, and duration will vary with each project, and proposals will be developed for each specific project assignment. GHD provides a complete array of professional services appropriate to each discipline that will act as an extension of the City’s existing work force. To meet the design schedule and budget on multiple task orders, the assigned Project Manager will develop a Project Management Plan (PMP) that can be modified for each task order and shared with GHD’s team members and the City. The PMP includes a Communication/ Interaction Plan and a Design Quality Management Plan (DQMP) describing GHD’s Quality Assurance (QA) methods and Quality Control (QC) processes and procedures for each project. Clearly understanding and preparing the appropriate scope of work will be critical upon issue of each task order. Every project has a unique history, set of expectations, constraints, and political context. Through meticulous and early delineation of the necessary services, we can streamline the process for greater efficiency and accuracy. GHD recognizes the paramount importance of the scope verification process in ensuring formal acceptance of project deliverables. To accomplish this, we will furnish a well-defined scope of work for each task order, clearly outlining the deliverables for every task within the scope. The schedule for each task order will integrate the work of our subconsultants and will include milestones and sub tasks. As work proceeds and progresses, the project schedule will be closely monitored and tracked to assure timely adjustments are made. Our team’s tools for ensuring on-time and on-budget delivery include tracking action items and decisions; early notification of potential contract changes to scope, schedule, or budget; and discussing the implications of such changes; and seeking your approval before implementing any changes. Regular check-in meetings will be scheduled for each task order, in consultation with the City. In addition, upon written or verbal request and depending on the type of project, additional as-needed meetings can generally be scheduled within a short timeframe. GHD’s Contract Manager, Steven Latino, will serve as a central point-of-contact for the on-call contract. In addition, where applicable to specific task orders, GHD will identify a Project Manager as a point-of-contact for specific task orders, based on the specific type of services to be performed on the applicable task order. 7 Project Management Approach 11 Charter the Team: Use team chartering techniques to clarify the purpose and direction required for high-quality service delivery (understand what success is) Develop Project Management Plan: Project success depends on implementation of a PMP that includes work definition, risk register, communications plan, work breakdown structure, schedule and budget, reporting requirements, and safety plan Implement Project and Manage Change: All projects have uncertainty and are susceptible to change, but avoiding unnecessary changes, making clear, consistent decisions, and approaching changes as a opportunity to add value makes a project successful Gain Endorsement: Validation and commitment for the PMP and Team Charter move a team from passive acceptance to active support for team processes and direction Closeout the Project: Using proper closeout procedures and closing tasks improves project performance Five-Step Project Delivery Process 22 33 44 55 GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | 33 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 Continuous collaboration and communication GHD’s Contract Manager will maintain regular collaboration and open communication with the City. The agency will be kept informed on progress, including project schedules and project concerns. GHD’s assigned Project Manager will conduct project progress meetings or Microsoft Teams calls with the City as deemed appropriate, to review the status of each task and discuss any issues or concerns. They will notify the City of any potential project cost or schedule implications as soon as they are identified. GHD’s Project Manager will also meet with their project teams on a regular basis to review work progress and project milestones. GHD will proactively procure input from key stakeholders on design decisions and submittals. GHD is deeply familiar with the regulations and processes of local, State, and Federal regulatory agencies associated with delivering projects to agencies like the City of Rancho Cucamonga. For pertinent regulatory agencies, we will coordinate and facilitate meetings and correspondence to ensure design or planning requirements are addressed and all processes and regulations are met. We will also coordinate with other key stakeholders, such as community groups, to procure input on design decisions and submittals. Schedule and cost control Schedule controls The assigned Project Manager will prepare a Critical-Path- Method-based schedule that includes milestones for all large task orders in progress. The schedule will integrate the work of all subconsultants and includes appropriate time for QC reviews and City reviews. Our team will confer and plan for the resources required to meet upcoming task order submittal milestones. The following methods are used to control the project schedule to reduce the risk of schedule slippage. –DQMP including QC Checklists by discipline –Reviews including inter-disciplinary reviews, constructability reviews, QA certificates, and management reviews GHD will adopt a proactive stance to help ensure the project is delivered with excellence, adhering to high quality standards, staying within schedule, and meeting budgetary constraints. While change is often unavoidable in construction projects, our focus lies in pre-emptive planning and effective communication to mitigate its impact. Cost controls GHD utilizes an Earned Value Management (EVM) program to track planned (or estimated percent complete) versus actual costs. Each month invoices will include a major task by task comparison of the actual costs we’ve incurred to date versus an estimate of the percent complete we are to date. This exercise enables us to see where we are budget-wise early in the design process and will allow us to make corrections, as needed. » What are our clients saying? « “The quality of the work that GHD has completed for NVTA and the responsiveness and creativity of their team members has won them awards on both NVTA’s on-call engineering and planning contracts. The former is available to all of the jurisdictions in Napa and NVTA staff is not shy to recommend GHD teams to our jurisdiction partners. The overall quality of their professional and technical staff has been impressive. Their teams’ ability to address complicated challenges with creative problem solving skills and to meet project milestones and budgets has given me great confidence in GHD.” ~ Kate Miller, Executive Director, Napa Valley Transportation Authority, May 2019 “The City hired GHD to design the E. Cotati Avenue Pavement Rehabilitation Project not only for their design and construction management expertise, but to navigate the Caltrans Federal grant invoicing requirements. The project was completed on schedule and within budget and GHD kept comprehensive Caltrans-proof project files. Our project was audited and the audit went smoothly with GHD at the helm. We would definitely hire GHD again for pavement rehab projects.” ~ Craig Scott, Director/City Engineer, City of Cotati, March 2020 (regarding the Street Construction and Improvements Project) Imola Ave Corridor Complete Streets project for NVTA Cotati Street Construction and Improvements Project GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | 34 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 GHD has extensive experience working with participating and non-participating costs for various grants and funding resources and, if necessary, will implement tracking systems to ensure accurate accounting. Our in-house accounting systems for GHD’s billings are robust and in full compliance with state and federal requirements for direct and indirect cost accounting. COLLABORATION T R UST S U P PORT COM M U NICATION TEAMW O RK Critical response When unexpected issues arise, it's crucial to maintain a strong team dynamic. By supporting professional relationships, clear communication, and a shared commitment to project success, team members can work together to resolve the issue efficiently. At GHD, we have a team of subject matter experts who can be rapidly deployed to identify the most critical steps to mitigate schedule and cost overruns, ensuring the project stays on the right track. Risk management GHD will work with the City to identify and review risks at the beginning of each project and will continue to monitor and identify new risks as the projects progress to completion. Risk aspects to be considered may include the following: risks to safety, reliability, and regulatory requirements; cost control risks and risks to operations during construction; technical and political risks; and risks to meeting project delivery objectives. Safety Some major issues that arise on all project sites is safety, and the value of safety before, during and even after construction. From a safety perspective, GHD recommends meeting with the contractor to evaluate each new task from a quality control perspective. Assuring that the construction crew has a clear understanding of the work required and the associated quality control requirements prior to beginning the task is the best way to build quality into a project. Similar to checking that the necessary Personal Protective Equipment (PPE) is on- 67 Verify the feasibility of the project plan and its conformance to scope and objectives. Conduct QA Milestone Reviews in alignment with the schedule. QA Milestone Reviews 12345 Quality Assurance Plan Process Assign project quality responsibilities based on project requirements and staff expertise. Determine the QA milestones and determine which QA reviews to perform at each QA milestone. Compile the project quality plan and submit to the Principal in Charge for approval. Align QA Reviews with the design schedule. Regularly communicate the project quality plan to the project team. Assign Responsibilities Schedule QA Reviews Communicate Identify QA Milestones & Reviews Project Quality Plan Verify hand as part of a Job Hazard Analysis, a quality control task analysis includes assuring that the necessary tools, materials, and equipment are on hand, including confirmation that the associated submittals have been approved and any quality control inspections or testing are scheduled. GHD values safety and will do due diligence to keep everyone involved with a project safe. Quality control GHD has a structured approach to quality execution, which has been developed over our 96-year history. Based on a set of standards to help organizations develop and implement quality management systems, these principals are designed to help GHD meet the needs of clients and project stakeholders while meeting statutory and regulatory requirements related to our services. In addition to external audits, GHD completes internal project and system audits using trained auditors. Compliance with existing systems is evaluated along with the effectiveness of the systems and opportunities for continual improvement. GHD will ensure a prompt, efficient, cost-effective, and above all, responsive team under any task order issued through this on-call contract. GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | 35 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 GHD achieves effective Quality Control on our projects by -when possible- working in partnership with the contractor, architect and engineer which improves efficiency and reduces required staff time for quality assurance. We can help the clients avoid potential rework and avoid redundancies. Our team identifies potential issues early whenever possible to reduce the number and scope of punch list items. GHD’s Project Manager and QA/QC Manager will be responsible for Quality Assurance (QA) from start to finish on all task orders, from scope development to provision of final deliverables, and will conduct Quality Control (QC) by reviewing all deliverables including concept designs, maps, outreach materials including website content, operational methodology and outputs, subconsultant deliverables, and draft and final reports — ensuring impeccable technical content, appropriate graphics, and provision of a clear and concise writing style. For task orders that require specialized technical tasks, the QC process will be augmented where applicable with additional technical reviewers for specific deliverables. GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | 36 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 5.3 →General Civil Engineering Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 GHD has provided on-call services to more than 85 public agencies in California. We maintain 16 offices across the state, which allows us to draw upon a deep bench of resources to respond quickly to any project challenge. Our strong record of repeat business demonstrates our success in being responsive to our clients’ needs. Preliminary Planning and Cost Estimating GHD has extensive experience in preliminary planning and cost estimating for various public works and transportation projects. Our approach is holistic, identifying user needs and selecting and applying cost-effective, and compliant solutions. GHD’s team regularly tracks pricing through local bids, Caltrans Contract Cost Data and through our contacts in the construction industry. Value Engineering and Feasibility Studies Our feasibility studies document all findings, design criteria, descriptions of each alternative, and rough cost estimates. We take a 30,000 foot level approach on all the various aspects of the proposed project, all the way through potential legal and environmental feasibility. We follow a similar approach with Value Engineering (VE). Aside from looking at creative solutions, our team surveys the region, the state, the nation and our international team to look at opportunities to provide value to your projects. As we go through this process, our task leaders develop detailed work plans to ensure that we achieve the goals and objectives identified for each project. Hydrology and Hydraulic / Flood Plain Studies Our comprehensive services encompass flood protection, stormwater capture BMPs, hydrologic and hydraulic analyses and modeling, floodplain mapping, design of storm drain pump station and channel improvements, and preparation of plans and specifications. GHD recently completed a Storm Drainage Master Pan for the Town of Windsor, California, including preparation of a 2-D hydrologic and hydraulic model for use in identifying deficiencies within the storm drainage system and development of recommended improvement projects focused on reducing the Town’s risk from flood impacts and compliance with Sonoma Water’s new Flood Control Design Criteria. Utility Research and Investigations GHD is well versed in identifying, avoiding, and resolving utility conflicts. Early, positive utility investigations at the start of the project will enable the design team to consider any potential utility conflict along with other design considerations from the inception of the design development. GHD will collaborate with the City’s project team for project background and available utility resources, including electronic records, GIS system, hard-copy records and others. GHD will also gather available records and other data from a variety of sources including, but not limited to: –Improvement As-Built plans and engineering reports –Utilities As-Built Plans and Maps: GHD will investigate the utility owners that are impacted by the project, contact them and request information –Utilities prior rights and agreements GHD will determine locations required for potholing and will engage a Utility Potholing Contractor, if necessary, to conduct potholing and precisely locate existing underground utilities to avoid potential design and subsequent construction conflicts. Structural Engineering Services Our team can design and analyze the structural characteristics of both new and existing structures including, commercial, industrial, and institutional buildings; towers, bridges, underpasses, tunnels, and hydraulic structures; and water treatment and conveyance facilities. 5.3 General Civil Engineering Commitment from our Contract Manager, Steven Latino “ As Contract Manager and General Civil Engineering PM, my management style is rooted in meticulous planning, clear communication, and proactive problem-solving. I approach each project with a strategic mindset, aligning our team’s efforts with the project’s overall goals. By fostering a collaborative environment and maintaining open lines of communication, I can address any challenges promptly and keep the City’s projects on track.” GHD is committed to assigning appropriate resources to meet the City’s schedule, budget, and deliverables on each task order. GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | 2 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 GHD is a local, regional, and international leader in the planning, design, and delivery of roadway improvement projects. Our team provides experience ranging from minor roadway widening projects to major highway and interchange projects. Our services include, but are not limited to, the following: –Roadway Rehabilitation and Reconstruction –Complete Streets/Streetscape Design –Roundabout Planning and Design –Interchange Improvements –Multi-Use Trails –ADA Compliance –Landscape Architecture Lighting Design for Streets, Parking Lots and Parking Structures Our team members offer experience preparing street lighting design for streets, undercrossings, parking lots and parking structures. GHD has a strong Electrical Engineering team in California. Our capabilities cover all typical Electrical disciplines including power, lighting, telecom, data, signal, instrumentation, control, renewable energy, and alarm systems. Our team is experienced in small, medium, and large-scale projects covering a wide range of specialties from generator replacements to tenant improvements, water and wastewater treatment and conveyance, building and site electrical systems and distribution, and large scale infrastructure. Our team includes members who are Leadership in Energy and Environmental Design (LEED®) certified and design with the latest energy efficiency standards in mind, including the mandatory measures contained in California Title 24 regarding lighting efficiency and lighting control. Landscaping and Irrigation Design GHD has a proven track record in corridor improvement projects, particularly in planting and irrigation design. Our team has been involved in designing and implementing sustainable solutions that not only improve the aesthetic appeal of roadways but also contribute to environmental sustainability. Our approach to corridor improvement projects includes a comprehensive assessment of existing infrastructure, water delivery, and efficiency. We develop detailed plans that incorporate sustainable practices such as low impact development (LID) techniques, which help manage stormwater and reduce runoff. This approach ensures that our projects are environmentally friendly and contribute to the overall health of the ecosystem. Preparations of Plans, Specifications and Estimates (PS&E) The GHD team specializes in roadway design, Caltrans Highway Design Manual, AASHTO Policy Manual, MUTCD, CalDAG, and the CBC. GHD will prepare detailed designs with strict attention to the overall context of the project including the purpose and need, operational needs, potential users, connectivity, best and highest use of right-of-way, conserving natural environment, maintenance requirements, and more. In order to provide context sensitive solutions, our team takes into account intersection and roadway elements, including grading, drainage/ water quality, sight distances, non-motorized connectivity, ADA conformity, erosion control, pavement design, utilities, signing and striping, stage construction, traffic handling, intersection control, lighting and more. The development of high-quality PS&E is critical to successful projects. We prevent change orders and contractor claims by closely integrating the plans, specifications, bid quantities, item descriptions and item codes into a comprehensive set of construction documents. Our engineers are well-versed in preparing special provisions to the 2024 Caltrans Standard Specifications are experienced working with local agency special provisions template. While GHD takes pride in delivering high-quality and detailed PS&E documents, we take the same amount of care and detail to confirm our designs are backed by appropriate technical documentation in the forms of Standard Specifications for Public Works Construction (Greenbook), reports, memoranda, letters, and project files. GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | 3 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 GHD offers a responsive, integrated services and proven project experience performing similar scope of services to California clients. We can support the City in completing the range of civil engineering services presented in the RFP. Below is a sampling of additional related project experience in this discipline. Relevant Project Experience in General Civil Engineering Team Members Involved Completion Date Project Value Corte Madera Creek Flood Risk Management Project Marin County Flood Control and Water Conservation District, Corte Madera, CA Bill Silva, Jane Rozga, Nicole Garza Ongoing $650K Storm Drain Master Plan Town of Windsor, CA Bill Silva, Frank Penry 2020 $349K Modjeska Park SW Infiltration Facility City of Anaheim, CA Greg Watanabe 2019 $57K Campus Point Drive Storm Drain Replacement City of San Diego, CA Greg Watanabe 2016 $285K La Palma Avenue and Richfield Road Storm Drain Improvements Feasibility Study and Final Design City of Anaheim, CA Greg Watanabe 2020 — Hill Road Bridge at Mill Creek Bridge Replacement Project, Mendocino County Department of Transportation, CA Bill Silva, Lindsey Van Parys Ongoing $5M GHD | Statement of Qualifications | RFQ # 24/25-501, GHD, City of Rancho Cucamonga | 4 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 5.4 →Traffic Engineering and Transportation Planning Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 Transportation Planning is one of the pillars of GHD’s transportation consulting practice, conducted by our Mobility and Places group that provides transportation planning, transportation engineering, urban planning, and landscape/ streetscape design services that contribute to GHD’s Lovable Places framework. This framework is a novel way of approaching planning and related design work. It begins with a positive engagement strategy builds a productive and meaningful relationship between the community and the planning process, and informs the selection and prioritization of project recommendations. Whether developing a complete streets concept plan, active transportation plan (ATP), neighborhood traffic calming plan, safe routes to school plan, citywide mobility plan, assisting with grant funding, or developing transportation impact fee programs, GHD applies the same attention to details and quality control at every level of effort. Transportation Planning typically addresses a combination of short-term and long-term circulation, access, and mobility concerns. Task orders under this discipline will be overseen by Kamesh Vedula, a leader in traffic engineering, ICE, traffic impact studies, and traffic safety studies. 5.4 Traffic Engineering and Transportation Planning Commitment from our Project Manager, Kamesh Vedula “ My focus is on integrating diverse perspectives and innovative solutions to enhance our transportation systems, ensuring safety, efficiency, and sustainability for all users. Together, we can create a seamless and effective transportation network.” GHD has completed a wide variety of transportation plans, ranging from citywide plans to local neighborhood studies, and every scale in between. GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | 1 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 Active Transportation and Complete Streets Operations We know active transportation is a priority for the City. We fully embrace the principles of Complete Streets, Road Diets, and Green Streets, and are familiar with emerging guidance and standards being developed for active transportation modes. However, we understand that active transportation planning must consider operational impacts to vehicular modes of transportation. Active transportation roadway and infrastructure improvements, including leading pedestrian intervals, increased pedestrian crossing times, wider bicycle lanes and sidewalks, protected bike lanes and intersections, bulbouts, and median refuges, are typically implemented to increase safety, connectivity, and predictability for people traveling by foot and bicycle. Transportation Demand Management/Traffic Analysis Comprehensive citywide planning efforts that GHD has completed during the course of past on-call contracts include preparing Circulation Element Updates, Traffic Impact Analysis Guidelines, Development Impact Fee Updates, Travel Demand Model Updates, Active Transportation Plans, Bicycle and Pedestrian Master Plans, and Systemic Safety Analyses. GHD is familiar with local and state requirements for impact analysis, the rules and requirements of CEQA, and applicable legislation like SB 743. GHD has successfully prepared and defended impact studies for high-profile development projects in many communities. Bike/Pedestrian Safety Education/Safe Routes to School Safe Routes to School (SRTS) is a part of the Transportation Planning field which focuses on increasing safety of students and families walking and bicycling to school through a set of methods referred to as the “5 Es”: Engineering, Education, Enforcement, Encouragement, Emerging Technologies. GHD staff bring diverse experience throughout California developing SRTS Plans and Programs, including context-appropriate application of all five “Es” from the school to the County level. Further, our staff have helped design infrastructure improvement plans and safety education, encouragement, and enforcement programming for a range of communities Active Transportation Design GHD specializes in active transportation design, following the guidelines and design standards recognized and established by Caltrans and local agencies. In addition to our on-street and off-street pedestrian and bicycle facility design capabilities our active transportation design services include complete streets, safety through environmental design, curbside management/ mobility as a service, intersection enhancements, safe routes to school design, lighting design, place-making/identity creation, signing/marking, landscape architecture, water quality/low Project Study Reports, Value Engineering and Feasibility Studies Our feasibility studies document all findings, design criteria, descriptions of each alternative, and rough cost estimates. We provide comprehensive services, including project management, data review, and coordination of project kickoff meetings. Our task leads develop detailed work plans to ensure that we achieve the goals and objectives identified for each project. Value Engineering and Feasibility Studies Our feasibility studies document all findings, design criteria, descriptions of each alternative, and rough cost estimates. We take a 30,000 foot level approach on all the various aspects of the proposed project, all the way through potential legal and environmental feasibility. We follow a similar approach with Value Engineering (VE). Aside from looking at creative solutions, our team surveys the region, the state, the nation and our international team to look at opportunities to provide value to your projects. As we go through this process, our project managers develop detailed work plans to ensure that we achieve the goals and objectives identified for each project. Traffic Operations With an increasing programming emphasis and funding priority towards active transportation and transit improvements, today’s traffic analyses also need to help quantify trade-offs between transportation modes when vehicular capacity may be reduced to improve safety and operations of bicycle, pedestrian, and transit modes. Prior to developing an analysis model, GHD collects field data along study corridors by collecting counts by mode and classification, observing queues, saturated flow rates, and performing floating car travel time runs. Additionally, we often supplement field data with available “Big Data” from free sources (NPMRDS, PeMS, LEHD) and commercial sources (INRIX, Here, StreetLight, BlueFax, AirSage, Streetlytics, etc.) based on project needs. Traffic Signal Design, Timing Optimization, and Coordination Traffic signal design, street lighting design and signal timing has long been an integral specialty of GHD. Our long-standing reputation for completing complicated traffic signal projects makes us especially qualified for signalization and signal modifications anticipated in the City, in particular where substantial safety benefits can be achieved. GHD provides traffic and electrical engineering services such as reviewing and preparing PS&E for traffic signal and street lighting projects (both new installations and retrofits), signal interconnect systems, signal timing plans, in-roadway illuminated pedestrian crosswalks, pedestrian hybrid beacons, emergency vehicle preemption and priority systems, and parking lot lighting, as well as other traffic engineering functions related to traffic operations and safety. GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | 2 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 Public Outreach Through our Spatial Science and Digital service lines, we have experience developing interactive GIS web-based tools that can significantly increase public participation reach – particularly in disadvantaged communities. An example interactive map GHD developed using Social PinPoint helped residents provide input and feedback without having to meet together. GHD has successfully worked with contentious stakeholder groups, including local, regional, and state agencies, to achieve consensus on controversial issues. Our Project Manager and Technical Leads are also available to support City staff in presenting to the City Council and the numerous City commissions which may take an interest in the various task orders. Grant Funding Cost control is always a key element in projects of this nature. We can evaluate funding sources to note application timelines, eligibility of applicants, and the competitiveness of the program. The funding sources and financing mechanisms will then be evaluated to determine those most relevant to and appropriate for the design team’s concepts. Active Transportation and Safety Funding As the importance of transportation safety and non-motorized transportation mode shift continue to gain federal and state prioritization, so has new funding opportunities for active transportation and transportation safety projects. GHD also assists clients in developing winning funding applications. For example, our staff have developed or supported ATP applications resulting in $35.7 million of funding awarded to our clients over the four cycles of ATP. We have similar success in supporting HSIP and Sustainable Transportation Planning Grants and other award applications. Constructability, Estimating, and Peer Reviews GHD has experience performing peer review, constructability, estimating, and value engineering for various project types and delivery methods. The contribution of these reviews can add value to projects regardless of complexity, but especially where estimates are greater than the available budget. GHD dedicates teams of seasoned construction professionals to review the design documents for constructability. Reviews generally follow the GHD Constructability Process, which is based on the Construction Industry Institute’s Constructability Implementation Guide. impact development, land use planning and optimization, transit, and more. All these combined, GHD can provide you with context sensitive active transportation solutions. Roadway Geometrics/PS&E Documents GHD staff regularly complete roadway design and are well- versed in the standards and policies contained in the Caltrans Highway Design Manual, AASHTO Policy Manual, and California MUTCD, CalDAG, and Title 24. GHD will prepare all phases of plans, specifications and estimates for any of the variety of capital improvement projects that the City may have including transportation, complete streets, signing and pavement marking, storm drain conveyance, wastewater conveyance, road rehabilitation, etc. We prepare detailed designs with strict attention to all elements of the design. Our engineers are well- versed in preparing specifications using Caltrans Standards, Greenbook Standards, or Local Agency Standards. Roundabout Operations Since our staff first embraced the use of roundabouts over 10 years ago, we have been involved in over 130 roundabout planning and/or design projects and conducted Intersection Control Evaluations (ICE) at over 20 locations following Caltrans’ adopted process. We have hosted numerous roundabout trainings for Caltrans staff and various local agency clients. We understand the limitations of various software packages in adequately modeling roundabout operations, and just as importantly, we understand the importance of simulation to visualize operational and safety benefits to stakeholders. Traffic Calming GHD has years of experience designing and implementing traffic calming measures for downtown corridors to neighborhoods to rural roadways. GHD uses both innovative design measures and tried and true traffic calming design elements to help local agencies improve safety of all users, reduce speeds and enhance the road user’s experience through context sensitive solutions. The GHD team has a broad breadth of experience in doing intersection specific traffic calming in the form of roundabouts (modern and mini), traffic circles, raised intersections, traffic signals, pedestrian signals, bulb outs, chicanes and more. Safety Investigations GHD has a long history of conducting traffic investigations as part of On-Call Traffic Engineering contracts. The primary goal of the investigation process is to provide relief from traffic- related impacts, such as neighborhood speeding, cut-through traffic, traffic threats to pedestrian and bicycle safety, and school traffic safety. After collecting relevant traffic data and visiting the subject location, GHD can develop solutions with everyday functionality to improve the safety of the local street system. GHD can assist City staff with services such as, conducting quantitative effectiveness studies and feasibility analysis and preparing preliminary and final plans for the City to implement the needed traffic calming projects. GHD | Statement of Qualifications | RFQ # 24/25-501, City of Rancho Cucamonga | 3 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 Neighborhood and community planning efforts that GHD regularly conducts include Multimodal Corridor Studies, Concept Plans, Complete Streets Plans, Traffic Calming Studies, Local Safety Studies, and Safe Routes to School Studies/Plans. GHD also supports our clients in preparing CEQA transportation impact analyses, including VMT forecasts. GHD is familiar with local and state requirements for impact analysis, the rules and requirements of CEQA and NEPA, and applicable legislation like SB 743. We have successfully prepared and defended CEQA impact studies for high-profile projects in many communities. Provided below is a sampling of additional related project experience our team offers for this discipline. Relevant Project Experience in Traffic Engineering and Transportation Planning Team Members Involved Completion Date Project Value On-Call Traffic Engineering & Transportation Engineering Professional Services, City of Elk Grove, CA Todd Tregenza, Kamesh Vedula Ongoing Various Bicycle, Pedestrian, and Trails Master Plan, City of Elk Grove, CA Todd Tregenza, Kamesh Vedula 2021 $250K Systemic Safety Analysis Report, City of Elk Grove, CA Todd Tregenza, Kamesh Vedula, Frank Penry 2020 $179K NVTA On-Call Engineer/Architect and Project Delivery Services, City of Napa, CA Todd Tregenza, Kamesh Vedula, Lucas Piper, Frank Penry Ongoing $4M (sum of all projects) County-Wide CEQA VMT Transportation Impact Threshold, San Joaquin County, CA Todd Tregenza, Kamesh Vedula Ongoing $160K Arcade-Cripple Creek Trail (formerly Electric Greenway), City of Citrus Heights, CA Lindsey Van Parys, Kamesh Vedula Ongoing $2.1M Active Transportation Plan, City of Santa Maria, CA Kamesh Vedula 2021 $250K Fort Ord Regional Trail and Greenway (FORTAG) Canyon Del Rey/SR 218 Segment Design, Del Rey Oaks, CA, Transportation Agency for Monterey County (TAMC) Lindsey Van Parys, Kamesh Vedula, Lucas Piper, Bill Silva Ongoing $2.7M GHD | Statement of Qualifications | RFQ # 24/25-501, GHD, City of Rancho Cucamonga | 4 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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. Bill Silva Consultant Employee January 13, 2025 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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. Bill Silva Principal-in-Charge January 13, 2025 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 →Exhibit B - Professional Exceptions Summary We have reviewed the Professional Services Agreement in the Request for Statement of Qualifications and request the addition of California’s AB334 to the contract. “Contractor/consultant’s duties and services under this agreement shall not include preparing or assisting the public entity with any portion of the public entity’s preparation of a request for proposals, request for qualifications, or any other solicitation regarding a subsequent or additional contract with the public entity. The public entity entering this agreement shall at all times retain responsibility for public contracting, including with respect to any subsequent phase of this project. Contractor/consultant’s participation in the planning, discussions, or drawing of project plans or specifications shall be limited to conceptual, preliminary, or initial plans or specifications. Contractor/consultant shall cooperate with the public entity to ensure that all bidders for a subsequent contract on any subsequent phase of this project have access to the same information, including all conceptual, preliminary, or initial plans or specifications prepared by contractor pursuant to this agreement.” GHD | Statement of Qualifications | RFQ # 24/25-501 City of Rancho Cucamonga Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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. Bill Silva Representative GHD Inc. Bill Silva Principal-in-Charge - Representative January 13, 2025 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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. 001 Bill Silva Principal-in-Charge January 13, 2025 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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. GHD Inc. Bill Silva Principal-in-Charge January 13, 2025 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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. duration of contract Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 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. www.ghd.com 320 Goddard Way, Irvine, CA 92618 Bill Silva Principal-in-Charge January 13, 2025 bill.silva@ghd.com 949 648 5200 GHD Inc. 602 216 7201 Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757 Effective January 2025 GHD Class GHD Description GHD Class GHD Description PROFESSIONAL ADMINISTRATION A001 Senior Technical Director 1 308.00$ -440.00$ C001 Business Services Manager 1 245.00$ -350.00$ A002 Senior Technical Director 2 287.00$ -410.00$ C002 Business Services Manager 2 217.00$ -310.00$ A003 Senior Technical Director 3 266.00$ -380.00$ C003 Senior Business Services 1 168.00$ -240.00$ A004 Technical Director 1 252.00$ -360.00$ C004 Senior Business Services 2 158.00$ -225.00$ A005 Technical Director 2 238.00$ -340.00$ C005 Business Services 1 140.00$ -200.00$ A006 Senior Professional 1 217.00$ -310.00$ C006 Business Services 2 133.00$ -190.00$ A007 Senior Professional 2 203.00$ -290.00$ C007 Business Services 3 98.00$ -140.00$ A008 Professional 1 196.00$ - 280.00$ SITE BASED A009 Professional 2 168.00$ -240.00$ S001 Senior Construction Manager 270.00$ -385.00$ A010 Professional 3 151.00$ -215.00$ S002 Construction Manager 235.00$ -335.00$ A011 Vacationer / Intern 140.00$ -200.00$ S003 Lead Site Engineer/Supervisor 207.00$ -295.00$ CONSULTANT S004 Senior Site Engineer 186.00$ -265.00$ V001 Executive Consultant 1 396.00$ -565.00$ S005 Site Engineer 175.00$ -250.00$ V002 Executive Consultant 2 361.00$ -515.00$ S006 Lead Inspector 179.00$ -255.00$ V003 Senior Consultant 1 298.00$ -425.00$ S007 Senior Inspector 144.00$ -205.00$ V004 Senior Consultant 2 266.00$ -380.00$ S008 Inspector / Specialist 1 126.00$ -180.00$ V005 Consultant 1 221.00$ -315.00$ S009 Inspector / Specialist 2 116.00$ -165.00$ V006 Consultant 2 182.00$ -260.00$ S010 Clerk / Specialist 3 109.00$ -155.00$ V007 Consultant 3 147.00$ -210.00$ S011 Senior Site Manager 1 116.00$ - 165.00$ TECHNICAL S012 Senior Site Manager 2 109.00$ -155.00$ B001 Lead Design Technician 1 277.00$ -395.00$ S013 Senior Site Manager 3 102.00$ - 145.00$ B002 Lead Design Technician 2 256.00$ -365.00$ S014 Senior Site Manager 4 95.00$ - 135.00$ B003 Lead Design Technician 3 231.00$ -330.00$ S015 Operator/Labourer 1 95.00$ -135.00$ B004 Senior Design Technician 1 228.00$ -325.00$ S016 Operator/Labourer 2 88.00$ -125.00$ B005 Senior Design Technician 2 214.00$ -305.00$ S017 Operator/Labourer 3 74.00$ -105.00$ B006 Design Technician 1 196.00$ - 280.00$ PROJECT SUPPORT B007 Design Technician 2 182.00$ -260.00$ D001 Project Support Manager 1 294.00$ -420.00$ B008 Drafting/Design 1 175.00$ -250.00$ D002 Project Support Manager 2 277.00$ -395.00$ B009 Drafting/Design 2 151.00$ -215.00$ D003 Senior Project Support 1 245.00$ -350.00$ B010 Drafting/Design 3 140.00$ -200.00$ D004 Senior Project Support 2 210.00$ -300.00$ B011 Drafting/Design 4 133.00$ -190.00$ D005 Project Support 1 200.00$ -285.00$ B012 Intern Drafting/Design 119.00$ -170.00$ D006 Project Support 2 186.00$ -265.00$ D007 Project Support 3 172.00$ -245.00$ D008 Project Support 4 154.00$ -220.00$ Year 2:4.20%D009 Project Support 5 133.00$ -190.00$ Year 3:4.20%D010 Project Support 6 95.00$ -135.00$ Year 4:5% Salary escalation occurs January 1 and is consistent with ACEC 2025 US Rate 2025 US Rate GHD FY2025 Standard Rate Schedule GHD On-Call General Civil Engineering & Traffic Engineering and Transportation Planning Standard Rates Notes: - Rates are valid for the full term of the agreement from 2025-2030 - GHD Acknowledges that starting July 1, 2026, and each July 1 thereafter annual rates may be adjusted consistent with CPI (for previous 12 months) but no more than 5%. GHD shall notify the City by May 15th of each year if rates are to be adjusted. - Mileage will be billed at IRS allowable rates. - ODCs shall be invoiced at Cost - Should subcontracted services become necessary, a 10% fee for administration, coordination and handling will be added. Docusign Envelope ID: 678DE34F-9DD9-4C54-85BA-B2F891F0A41EDocusign Envelope ID: 1537730B-20A7-41C9-947B-19CF4BD78781Docusign Envelope ID: D04DE146-405C-487F-A5F7-3C64298F7757