Loading...
HomeMy WebLinkAboutCO 2025-152 - Kimley-Horn and Associates, 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 Kimley-Horn And Associates, Inc. a North Carolina Corporation (“Consultant”). RECITALS A.City has heretofore issued its request for proposals to perform the following design professional services: on-call civil engineering 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 design services all as more fully set forth in the Request for Statement of Qualifications, attached hereto as Exhibit “A” and Consultant’s proposal, dated January 13, 2025 attached hereto as Exhibit “B”, and incorporated by reference herein. The nature, scope, and level of the services required to be performed by Consultant are set forth in the Scope of Work and are referred to herein as “the Services.” In the event of any inconsistencies between the Scope of Work and this Agreement, the terms and provisions of this Agreement shall control. 1.2 Revisions to Scope of Work. Upon request of the City, the Consultant will promptly meet with City staff to discuss any revisions to the Project desired by the City. Consultant agrees that the Scope of Work may be amended based upon said meetings, and, by amendment to this Agreement, the parties may agree on a revision or revisions to Consultant’s compensation based thereon. A revision pursuant to this Section that does not increase the total cost payable to Consultant by more than ten City of Rancho Cucamonga CONTRACT NUMBER 2025-152 Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 2 percent (10%) of the total compensation specified in Section 3, may be approved in writing by the City’s City Manager without amendment. 1.3 Time for Performance. Consultant shall perform all services under this Agreement in a timely, regular basis consistent with industry standards for professional skill and care, and in accordance with any schedule of performance set forth in the Scope of Work, or as set forth in a “Schedule of Performance”. 1.4 Standard of Care. As a material inducement to City to enter into this Agreement, Consultant hereby represents that it has the experience necessary to undertake the services to be provided. In light of such status and experience, Consultant hereby covenants that it shall follow the customary professional standards in performing the Services. 1.5 Familiarity with Services. By executing this Agreement, Consultant represents that, to the extent required by the standard of practice, Consultant (a) has investigated and considered the scope of services to be performed, (b) has carefully considered how the services should be performed, and (c) understands the facilities, difficulties and restrictions attending performance of the services under this Agreement. Consultant represents that Consultant, to the extent required by the standard of practice, has investigated any areas of work, as applicable, and is reasonably acquainted with the conditions therein. Should Consultant discover any latent or unknown conditions, which will materially affect the performance of services, Consultant shall immediately inform City of such fact and shall not proceed except at Consultant’s risk until written instructions are received from the City Representative. 2. Term of Agreement. The term of this Agreement shall be five (5) years and shall become effective as of the date of the mutual execution by way of both parties’ signature (the “Effective Date”). No work shall be conducted; service or goods will not be provided until this Agreement has been executed and requirements have been fulfilled. Parties to this Agreement shall have the option to renew in one (1) year increments to a total of two (2) years, unless sooner terminated as provided in Section 14 herein. Options to renew are contingent upon the City Manager’s approval, subject to pricing review, and in accordance to all Terms and Conditions stated herein unless otherwise provided in writing by the City. 3. Compensation. 3.1 Compensation. City shall compensate Consultant as set forth in Exhibit A, provided, however, that full, total and complete amount payable to Consultant shall not exceed $1,000,000 (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 Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 3 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 Srikanth Chakravarthy, Senior Vice President hereby designated as the principal and representative of Consultant authorized to act in its behalf with respect to the services specified herein and make all decisions in connection therewith (“Consultant’s Representative”). It is expressly understood that the experience, knowledge, capability and reputation of the Consultant’s Representative were a substantial inducement for City to enter into this Agreement. Therefore, the Consultant’s Representative shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services hereunder. Consultant may not change the Responsible Principal without the prior written approval of City. Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 4 6. Consultant’s Personnel. 6.1 All Services shall be performed by Consultant or under Consultant’s direct supervision, and all personnel shall possess the qualifications, permits, and licenses required by State and local law to perform such Services, including, without limitation, a City business license as required by the City’s Municipal Code. 6.2 Consultant shall be solely responsible for the satisfactory work performance of all personnel engaged in performing the Services and compliance with the standard of care set forth in Section 1.4. 6.3 Consultant shall be responsible for payment of all employees’ and subcontractors’ wages and benefits, and shall comply with all requirements pertaining to employer’s liability, workers’ compensation, unemployment insurance, and Social Security. By its execution of this Agreement, Consultant certifies that it is aware of the provisions of Section 3700 of the California Labor Code that require every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the Services. 6.4 Consultant shall indemnify, defend and hold harmless City and its elected officials, officers and employees, servants, designated volunteers, and agents serving as independent contractors in the role of City officials, from any and all liability, damages, claims, costs and expenses of any nature to the extent arising from Consultant’s violations of personnel practices and/or any violation of the California Labor Code. City shall have the right to offset against the amount of any fees due to Consultant under this Agreement any amount due to City from Consultant as a result of Consultant’s failure to promptly pay to City any reimbursement or indemnification arising under this Section 6. 7. Ownership of Work Product. 7.1 Ownership. All documents, ideas, concepts, electronic files, drawings, photographs and any and all other writings, including drafts thereof, prepared, created or provided by Consultant in the course of performing the Services, including any and all intellectual and proprietary rights arising from the creation of the same (collectively, “Work Product”), are considered to be “works made for hire” for the benefit of the City. Upon payment being made, and provided Consultant is not in breach of this Agreement, all Work Product shall be and remain the property of City without restriction or limitation upon its use or dissemination by City. Basic survey notes, sketches, charts, computations and similar data prepared or obtained by Consultant under this Agreement shall, upon request, be made available to City. None of the Work Product shall be the subject of any common law or statutory copyright or copyright application by Consultant. In the event of the return of any of the Work Product to Consultant or its representative, Consultant shall be responsible for its safe return to City. Under no circumstances shall Consultant fail to deliver any draft or final designs, plans, drawings, reports or specifications to City upon written demand by City for their delivery, notwithstanding any disputes between Consultant and City concerning payment, Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 5 performance of the contract, or otherwise. This covenant shall survive the termination of this Agreement. City’s reuse of the Work Product for any purpose other than the Project, shall be at City’s sole risk. 7.2. Assignment of Intellectual Property Interests: Upon execution of this Agreement and to the extent not otherwise conveyed to City by Section 7.1, above, the Consultant shall be deemed to grant and assign to City, and shall require all of its subcontractors to assign to City, all ownership rights, and all common law and statutory copyrights, trademarks, and other intellectual and proprietary property rights relating to the Work Product and the Project itself, and Consultant shall disclaim and retain no rights whatsoever as to any of the Work Product, to the maximum extent permitted by law. City shall be entitled to utilize the Work Product for any and all purposes, including but not limited to constructing, using, maintaining, altering, adding to, restoring, rebuilding and publicizing the Project or any aspect of the Project. 7.3 Title to Intellectual Property. Consultant warrants and represents that it has secured all necessary licenses, consents or approvals to use any instrumentality, thing or component as to which any intellectual property right exists, including computer software, used in the rendering of the Services and the production of the Work Product and/or materials produced under this Agreement, and that City has full legal title to and the right to reproduce any of the Work Product. Consultant shall defend, indemnify and hold City, and its elected officials, officers, employees, servants, attorneys, designated volunteers, and agents serving as independent contractors in the role of City officials, harmless from any loss, claim or liability in any way related to a claim that City’s use is violating federal, state or local laws, or any contractual provisions, relating to trade names, licenses, franchises, patents or other means of protecting intellectual property rights and/or interests in products or inventions. Consultant shall bear all costs arising from the use of patented, copyrighted, trade secret or trademarked documents, materials, software, equipment, devices or processes used or incorporated in the Services and materials produced under this Agreement. In the event City’s use of any of the Work Product is held to constitute an infringement and any use thereof is enjoined, Consultant, at its expense, shall: (a) secure for City the right to continue using the Work Product by suspension of any injunction or by procuring a license or licenses for City; or (b) modify the Work Product so that it becomes non- infringing. This covenant shall survive the termination of this Agreement. 8. Status as Independent Contractor. Consultant is, and shall at all times remain as to City, a wholly independent contractor. Consultant shall have no power to incur any debt, obligation, or liability on behalf of City or otherwise act as an agent of City. Neither City nor any of its agents shall have control over the conduct of Consultant or any of Consultant’s employees, except as set forth in this Agreement. Consultant shall not, at any time, or in any manner, represent that it or any of its officers, agents or employees are in any manner employees of City. Consultant shall pay all required taxes on amounts paid to Consultant under this Agreement, and to defend, indemnify and hold City harmless from any and all taxes, assessments, penalties, and interest asserted against City by reason of the independent contractor relationship created by this Agreement. Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 6 Consultant shall fully comply with the workers’ compensation law regarding Consultant and Consultant’s employees. 9. Confidentiality. Consultant may have access to financial, accounting, statistical, and personnel data of individuals and City employees. Consultant covenants that all data, documents, discussion, or other information developed or received by Consultant or provided for performance of this Agreement are confidential and shall not be disclosed by Consultant without prior written authorization by City. City shall grant such authorization if applicable law requires disclosure. All City data shall be returned to City upon the termination of this Agreement. Consultant’s covenant under this Section shall survive the termination of this Agreement. This provision shall not apply to information in whatever form that is in the public domain, nor shall it restrict the Consultant from giving notices required by law or complying with an order to provide information or data when such an order is issued by a court, administrative agency or other legitimate authority, or if disclosure is otherwise permitted by law and reasonably necessary for the Consultant to defend itself from any legal action or claim. 10. Conflict of Interest. 10.1 Consultant covenants that it presently has no interest and shall not acquire any interest, direct or indirect, which may be affected by the Services, or which would conflict in any manner with the performance of the Services. Consultant further covenants that, in performance of this Agreement, no person having any such interest shall be employed by it. Furthermore, Consultant shall avoid the appearance of having any interest, which would conflict in any manner with the performance of the Services. Consultant shall not accept any employment or representation during the term of this Agreement which is or may likely make Consultant “financially interested” (as provided in California Government Code §§1090 and 87100) in any decision made by City on any matter in connection with which Consultant has been retained. 10.2 Consultant further represents that it has not employed or retained any person or entity, other than a bona fide employee working exclusively for Consultant, to solicit or obtain this Agreement. Consultant has not paid or agreed to pay any person or entity, other than a bona fide employee working exclusively for Consultant, any fee, commission, gift, percentage, or any other consideration contingent upon the execution of this Agreement. Upon any breach or violation of this warranty, City shall have the right, at its sole and absolute discretion, to terminate this Agreement without further liability, or to deduct from any sums payable to Consultant hereunder the full amount or value of any such fee, commission, percentage or gift. 10.3 Consultant has no knowledge that any officer or employee of City has any interest, whether contractual, noncontractual, financial, proprietary, or otherwise, in this transaction or in the business of Consultant, and that if any such interest comes to the knowledge of Consultant at any time during the term of this Agreement, Consultant shall immediately make a complete, written disclosure of such interest to City, even if such interest would not be deemed a prohibited “conflict of interest” under applicable laws as described in subsection 10.1. Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 9 less than: provisions of this Section 12. 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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 with the exception of professional liability, shall specify that any and all costs of adjusting and/or defending any claim against any insured, including court costs and attorneys' fees, shall be paid in addition to and shall not deplete any policy limits. (9) Contractor shall provide any and all other required insurance, endorsements, or exclusions as required by the City in any request for proposals applicable to this Agreement. 12.6 Evidence of coverage. Prior to commencing performance under this Agreement, the Consultant shall furnish the City with certificates and original endorsements, or copies of each required policy, effecting and evidencing the insurance coverage required by this Agreement including (1) Additional Insured Endorsement(s), (2) Worker’s Compensation waiver of subrogation endorsement, and (3) General liability declarations or endorsement page listing all policy endorsements. The endorsements shall be signed by a person authorized by the insurer(s) to bind coverage on its behalf. All endorsements or policies shall be received and approved by the City before Consultant commences performance. If performance of this Agreement shall extend beyond one year, Consultant shall provide City with the required policies or endorsements evidencing renewal of the required policies of insurance prior to the expiration of any required policies of insurance. 12.7 Contractor agrees to include in all contracts with all subcontractors performing work pursuant to this Agreement, the same requirements and provisions of this Agreement including the indemnity and insurance requirements to the extent they apply to the scope of any such subcontractor’s work. Contractor shall require its subcontractors to be bound to Contractor and City in the same manner and to the same extent as Contractor is bound to City pursuant to this Agreement, and to require each of its subcontractors to include these same provisions in its contract with any sub- subcontractor. 13. Cooperation. In the event any claim or action is brought against City relating to Consultant’s performance or services rendered under this Agreement, Consultant shall render any reasonable assistance and cooperation that City might require. City shall compensate Consultant for any litigation support services in an amount to be agreed upon by the parties. 14. Termination. City shall have the right to terminate this Agreement at any time for any or no reason on not less than ten (10) days prior written notice to Consultant. In the event City exercises its right to terminate this Agreement, City shall pay Consultant for any services satisfactorily rendered prior to the effective date of the termination, provided Consultant is not then in breach of this Agreement. Consultant shall have no other claim against City by reason of such termination, including any claim Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 12 for compensation. City may terminate for cause following a default remaining uncured more than five (5) business days after service of a notice to cure on the breaching party. Consultant may terminate this Agreement for cause upon giving the City ten (10) business days prior written notice for any of the following: (1) uncured breach by the City of any material term of this Agreement, including but not limited to Payment Terms; (2) material changes in the conditions under which this Agreement was entered into, coupled with the failure of the parties to reach accord on the fees and charges for any Additional Services required because of such changes. 15. Notices. Any notices, bills, invoices, or reports authorized or required by this Agreement shall be in writing and shall be deemed received on (a) the day of delivery if delivered by hand or overnight courier service during Consultant’s and City’s regular business hours; or (b) on the third business day following deposit in the United States mail, postage prepaid, to the addresses set forth in this Section, or to such other addresses as the parties may, from time to time, designate in writing pursuant to the provisions of this Section. All notices shall be addressed as follows: If to City: City of Rancho Cucamonga Engineering Services Department 10500 Civic Center Drive Rancho Cucamonga, CA 91730 Attn: Marlena Perez, Principal Engineer If to Consultant: Kimley- Horn and Associates, Inc. 3801 University Avenue Suite 300 Riverside, CA 92501 Attn: Srikanth Chakravarthy, Sr. Vice President 16. Non-Discrimination and Equal Employment Opportunity. In the performance of this Agreement, Consultant shall not discriminate against any employee, subcontractor, or applicant for employment because of race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation. Consultant will take affirmative action to ensure that subcontractors and applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation. 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 Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 13 attempt by Consultant to so assign, transfer, or subcontract any rights, duties, or obligations arising hereunder shall be null, void and of no effect. 18 Compliance with Laws. Consultant shall comply with all applicable federal, state and local laws, ordinances, codes and regulations in force at the time Consultant performs the Services. Consultant is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq., (“Prevailing Wage Laws”), which require the payment of prevailing wage rates and the performance of other requirements on “public works” and “maintenance” projects. If the Services are being performed as part of an applicable “public works” or “maintenance” project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Consultant agrees to fully comply with such Prevailing Wage Laws. The applicable prevailing wage rate determinations can be found at http://www.dir.ca.gov/dlsr/DPreWageDetermination.htm Consultant shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at the Consultant’s principal place of business and at the Project site. Consultant shall defend, indemnify and hold the City, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 19. Non-Waiver of Terms, Rights and Remedies. Waiver by either party of any one or more of the conditions of performance under this Agreement shall not be a waiver of any other condition of performance under this Agreement. In no event shall the making by City of any payment to Consultant constitute or be construed as a waiver by City of any breach of covenant, or any default which may then exist on the part of Consultant, and the making of any such payment by City shall in no way impair or prejudice any right or remedy available to City with regard to such breach or default. 20. Attorney’s Fees. In the event that either party to this Agreement shall commence any legal action or proceeding to enforce or interpret the provisions of this Agreement, the prevailing party in such action or proceeding shall be entitled to recover its costs of suit, including reasonable attorney’s fees and costs of experts. 21. Exhibits; Precedence. All documents referenced as exhibits in this Agreement are hereby incorporated in this Agreement. In the event of any material discrepancy between the express provisions of this Agreement and the provisions of any document incorporated herein by reference, the provisions of this Agreement shall prevail. 22. Applicable Law and Venue. The validity, interpretation, and performance of this Agreement shall be controlled by and construed under the laws of the State of California. Venue for any action relating to this Agreement shall be in the San Bernardino County Superior Court. 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 Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 14 drafted that portion of the Agreement. 24. Entire Agreement. This Agreement consists of this document, and any other documents, attachments and/or exhibits referenced herein and attached hereto, each of which is incorporated herein by such reference, and the same represents the entire and Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 15 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: Kimley-Horn & Associates, Inc. By: ______________________________ Name Srikanth Chakravarthy Date ______________________________ Title City of Rancho Cucamonga By:________________________________ Name Date _________________________________ Title By: ______________________________ Name Sowmya Chandrasekhar Date ______________________________ Title (Two signatures required if corporation) Rancho Cucamonga Fire Protection District By:________________________________ Name Date _________________________________ Title Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEA 9/4/2025 | 11:49 AM PDT Assistant Secretary, PE 83100 Sri Chakravarthy, Senior Vice President, PE 73629 9/4/2025 | 10:34 AM PDT Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 Mayor/President 9/10/2025 | 5:49 AM PDT Fire Chief 9/10/2025 | 7:13 AM PDT PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 16 EXHIBIT A REQUEST FOR STATEMENT OF QUALIFICATIONS Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 17 EXHIBIT B CONSULTANT PROPOSAL Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 Various On-Call Services (#24/25-501) STATEMENT OF QUALIFICATIONS FOR City of Rancho Cucamonga PREPARED BY: PREPARED FOR: Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 City of Rancho Cucamonga  TRCASANC003795.2024 1 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR 1. Cover Letter/Introduction January 13, 2025 Marlena Perez, Principal Engineer City of Rancho Cucamonga 10500 Civic Center Drive Rancho Cucamonga, CA 91730 RE: Statement of Qualifications for Various On-Call Services (#24/25-501) – General Civil Engineering; Traffic Engineering and Transportation Planning; and Landscape Architecture Dear Ms. Perez and Members of the Selection Committee: In support of the City of Rancho Cucamonga’s (City) goal to establish streamlined benches of on-call project support, Kimley-Horn has assembled a diverse team of technical specialists to once again provide the right skills and depth of resources necessary for success in the following disciplines: CATEGORY 3 General Civil Engineering CATEGORY 4 Traffic Engineering and Transportation Planning CATEGORY 8 Landscape Architecture To truly be an effective partner on a range of future projects, the City’s ideal consultant will provide a comprehensive and experienced team of industry leaders, demonstrate a commitment and responsiveness to the City, have the depth and resources for this contract, and offer a proven approach to on-call contracts. Kimley-Horn is that consultant—we are committed to helping you achieve your goals, and we have a vested interest in your success. We offer the following benefits for you to capitalize on: Exceptional Leadership and Extensive Local Knowledge. Kimley-Horn has a history of developing strong, effective partnerships with local governments throughout California, including the City of Rancho Cucamonga! These partnerships are based firmly on an understanding of our clients’ responsibilities to their constituents, which is why over 90 percent of our work comes from repeat clients. Our team, led by your trusted partner Sri Chakravarthy, PE, TE, has been providing a range of civil and traffic engineering services to the City as part of our existing on-call contracts, including the Baseline and Spruce Signal and Roadway Improvements Project, the Seven Flashing Yellow Arrow Signal Modifications Project, and the Lemon Avenue Pavement Rehabilitation Project, among others. Our ongoing work in the City gives us the insight to provide solutions that meet your needs and the community’s needs. Resourceful Approach to Multidisciplinary Needs. Kimley-Horn is proud of our history of serving public entities on on-call contracts, and this has helped us develop an approach that leads to success. On-call contracts require a different approach from typical project-specific contracts, as each task order assigned under an on-call contract requires an individualized approach encompassing the various disciplines necessary to complete the assignment. In addition to our ongoing support through the City’s previous Civil and Traffic Engineering Design on-call contracts, we are proud to have held on-call contracts with over 90 public agencies throughout the Southern California region. Our multidisciplinary expertise means we are your “one-stop shop” for civil engineering, traffic engineering, transportation planning, and landscape architecture needs, among countless others. We can cover the requested fields of work with our in-house staff, meaning you can be confident our team can meet the needs of the City and its residents and community members. 3801 University Avenue Suite 300 Riverside, CA 92501 TEL 951.543.986 Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 City of Rancho Cucamonga  TRCASANC003795.2024 2 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR Trusted Partnerships with Local Agencies and Stakeholders. Kimley-Horn currently serves hundreds of public agencies throughout California and has extensive experience serving Caltrans, Metrolink, and other governmental agencies. In addition, many of our employees are former public works engineers and planners; we bring familiarity with the workings of local and state government, greatly minimizing your workload and providing streamlined and responsive communication. Our team’s knowledge in this area will be crucial in guiding projects and task orders through the design approval process with each agency involved with the City’s projects. We have coordinated with other agencies, including Caltrans, on current City projects such as the Advanced Traffic Management System (ATMS) Phase II design. Our firm’s expertise in providing a broad range of services will help ensure that the City’s vision is successfully implemented and that the challenges associated with each task are solved creatively and effectively. Kimley-Horn is confident that our qualifications are unmatched, and we look forward to expanding our partnership with you and continue serving you and your community. Should you have any questions regarding our SOQ, please contact our proposed contract manager Sri Chakravarthy, PE, TE at 213.354.9400 or via email at sri.chakravarthy@kimley-horn.com. Sincerely, Kimley-Horn and Associates, Inc. Sri Chakravarthy, PE, TE Contract Manager/Senior Vice President* *Sri Chakravarthy is an authorized representative of Kimley-Horn and has the authority to legally execute agreements and amendments on behalf of the firm. His signature constitutes confirmation of Kimley-Horn’s ability and willingness to comply with the provisions stated herein. Kimley-Horn acknowledges receipt of Addendum No. 1, released December 12, 2024. Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 City of Rancho Cucamonga  TRCASANC003795.2024 3 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR 2. Table of Contents 1. Cover Letter/Introduction .........................................................................................................1 3. Executive Summary ..................................................................................................................4 4. Firm Experience/Qualifications ................................................................................................7 5. Third-Party/Subcontractors ...................................................................................................17 6. Staff Resumes and Organization Chart .................................................................................19 7. Project Management Approach .............................................................................................45 8. Discipline-Specific Scope (SEPARATE FILE) .........................................................................48 Proposal Exhibits (SEPARATE FILE) ..........................................................................................48 Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 City of Rancho Cucamonga  TRCASANC003795.2024 4 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR 3. Executive Summary Proven Approach to Project Delivery Kimley-Horn’s approach to successfully delivering services is the result of years of careful tailoring. We have taken every lesson learned and client comment to heart, and we have developed a well-honed approach that allows us to consistently deliver timely, high-quality services. We strive to remain flexible throughout an assignment’s processes, respond immediately to anything that comes our way, and solve problems with creative thinking in close coordination with the City stakeholders—just as we have done on previous projects with the City. Our strategy for delivering a successful project that achieves your goals and objectives includes the following key elements: Managing and Mobilizing Resources. The Kimley-Horn team is prepared to immediately mobilize our team’s resources expeditiously to support your needs on each assignment that stems from these on-call contracts. Upon issuance of a task, our contract manager will assign the necessary resources (e.g., task order managers, project team, subconsultants, etc.), identify the quality reviewer for the task, and kick-off the scoping process to understand the City’s concerns/challenges and the City’s vision for the project and execution. Our success on past City on- call contracts is based on our ability to be nimble and mobilize quickly for all City needs. Clear Communication. Communication between our team and the City is critical to understanding the evolving needs of the community. Effective communication begins with listening to your ideas, concerns, and goals early and continuously. We have identified the following as being critical to this contract’s success: 1 Weekly project communication for task order managers to maintain smooth week-to-week project operations 2 Semi-monthly contract management communication to monitor task order budgets, schedules, and overall contract management risks 3 Quarterly strategic assignments communication led by our contract manager to assist in maximizing the value of the contract for the City Quality Control/Quality Assurance (QC/QA). At Kimley-Horn, we have a multi-layered QC process where QC doesn’t just happen prior to each submittal but rather throughout the life of the design. Kimley-Horn has aggressively pursued a commitment to quality for every task, deliverable, and service provided by the firm. For this on-call contract, we have assembled a core group of quality assurance managers who bring extraordinary knowledge base for quality control and constructability of the assets, facilities, and project types expected in their respective disciplinary categories. These individuals will be integral to each task order, ensuring our QC process is followed and the projects are reviewed both at a technical level and constructability level which helps minimize risk for each project. In addition, we have redundant expertise with senior personnel in each major service area, which allows us to perform independent and thorough QC reviews. Listening Crafting Solutions Gaining Consensus Success! +=+ More information on our approach to project delivery can be found in Section 7. Project Management Approach. Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 City of Rancho Cucamonga  TRCASANC003795.2024 5 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR Qualifications and Experience As a recognized leader in engineering consulting services, Kimley-Horn’s professionals understand the complexities of multidisciplinary assignments and develop solutions unique to each community we serve. Our technical qualifications and strengths align perfectly with your on- call needs across a wide range of services, including but not limited to the following: ◢Civil Engineering and Roadway Design ◢Traffic Engineering ◢Transportation Planning and Design ◢Transit System Planning and Design ◢Utility Design and Coordination ◢Landscape Architectural Design ◢Environmental Services ◢Drainage Analysis ◢Water Quality and NPDES ◢Plan Check Services ◢Surveying and Mapping ◢Construction Management and Construction Support Services ◢Grant Administration ◢Public Outreach On-Call Experts Kimley-Horn understands what it means to provide services on an as-needed basis for a local government. For nearly three decades, our local core team has demonstrated the ability to successfully deliver projects of various sizes and types on-time and within budget as part of on-call and other contracts for Southern California public agencies. The Kimley-Horn team is structured to partner with the City to handle the variability and complexity of project sizes and types that may be undertaken as part of this procurement. Kimley-Horn’s Southern California On-Call Contracts Caltrans (includes District 7 • District 8 • District 11 • District 12) • City of Agoura Hills • City of Anaheim • City of Artesia • City of Burbank • City of Calexico • City of Carlsbad • City of Chino • City of Chino Hills • City of Chula Vista • City of Colton • City of Compton • City of Culver City • City of Diamond Bar • City of Downey • City of Fontana • City of Fullerton • City of Glendale • City of Huntington Beach • City of Imperial Beach • City of Indian Wells • City of Industry • City of Irvine • City of La Mesa • City of Lancaster • City of Los Angeles • City of Malibu • City of Menifee • City of Moreno Valley • City of National City • City of Newport Beach • City of Orange • City of Palmdale • City of Palm Springs • City of Pasadena • City of Pico Rivera • City of Pomona • City of Poway • City of Rancho Cucamonga • City of Riverside • City of San Clemente • City of San Marcos • City of Santa Ana • City of Santa Clarita • City of Santa Monica • City of Simi Valley • City of Thousand Oaks • City of Vista • City of West Hollywood • County of Imperial • County of Kern • County of Los Angeles • County of Riverside • County of San Diego • County of Ventura • Los Angeles County Metropolitan Transportation Authority • Metropolitan Transportation System (MTS) • North County Transit District (NCTD) • Orange County Transportation Authority (OCTA) • San Diego Association of Governments (SANDAG) • San Diego Unified Port District • Western Riverside Council of Governments (WRCOG) 12 8 8 11 11 7 SAN BERNARDINO KERN RIVERSIDE SAN DIEGO IMPERIAL ORANGE LOS ANGELESVENTURA ••City On-Call Agency On-Call ••Caltrans District On-Call 12 8 8 11 11 7 SAN BERNARDINO KERN RIVERSIDE SAN DIEGO IMPERIAL ORANGE LOS ANGELESVENTURA ••City On-Call Agency On-Call ••Caltrans District On-Call More information on Kimley-Horn's extensive experience with on-call contracts and projects across California can be found in Section 4. Firm Experience/Qualifications. 12 8 8 11 11 7 SAN BERNARDINO KERN RIVERSIDE SAN DIEGO IMPERIAL ORANGE LOS ANGELESVENTURA ••City On-Call Agency On-Call ••Caltrans District On-Call City of Rancho Cucamonga Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 City of Rancho Cucamonga  TRCASANC003795.2024 6 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR The Leadership Team Kimley-Horn has assembled a team of industry leaders led by contract managers Sri Chakravarthy, PE, TE, who is committed to the City’s success throughout this on-call contract. Combining technical expertise with extensive local knowledge, our team’s ongoing collaboration with the City on various projects makes us the right partner to continue bringing your projects to completion. In addition to serving as contract manager, Sri will also serve as our General Civil Engineering task lead. Supporting Sri will be Sowmya Chandrasekhar, PE, TE, PTOE as our Traffic Engineering and Transportation Planning task lead and Corey Cameron, PLA as our Landscape Architecture task lead. Staff Availability and Commitment Before proposing on a particular contract and identifying the schedule, all Kimley-Horn project managers forecast workload to determine staff availability. Many firms evaluate workload on a daily and weekly basis and a few look a month out. Our “Castahead” process maps out daily, weekly, monthly, and three-month workload in detail. It then looks out six months to further evaluate and assign production responsibilities. Our process culminates with focused meetings among leaders, managers, and staff to examine the details of backlog, deadlines, production schedules, and individual staff workload. Many years of successfully completed projects prove that this system works. For more information on our Castahead process, please see Section 7. Project Management Approach. Why Select the Kimley-Horn Team? ◢Extensive Local Project Experience. Kimley-Horn has a wide array of relevant, recent projects that have provided us a unique understanding of the issues specific to the City of Rancho Cucamonga and surrounding areas. These projects include Traffic Signal Synchronization for Advanced Traffic Management System (Phase II), the Baseline and Spruce Signal and Roadway Improvements Project, and various pavement rehabilitation projects. This experience has provided us an understanding of how to best communicate and coordinate with your staff and stakeholders to meet the needs of the community. ◢The Depth and Range to Meet Your Project Needs. We bring a multidisciplinary depth of resources that allows our team to carry out a diverse range of technical services required under these on-call contracts. We have specialists in roadway design, bicycle and pedestrian facilities, drainage, traffic engineering, transportation planning, environmental studies, safety, landscape architecture, and irrigation, among others. Because of Kimley-Horn’s unique one profit center structure, we are able to tap into resources across the country quickly and easily without internal red-tape. This leads directly to having the experts that you need accessible to provide tailored input on your needs. Our dedicated team regularly works together on similar on-call contracts, allowing us to immediately begin work on future task orders without having to establish new lines of communication. ◢Award-Winning Firm. Kimley-Horn’s growth is reflected in its steady rise on Engineering News-Record’s list of the top 500 design firms in the nation. The firm first appeared on the list in 1981 when we ranked 421st—we are now ranked 10th! The success of our rankings is a result of the firm’s steadfast commitment to providing responsive client service, pursuing continuous quality improvement, and operating as a business-based practice. Sri Chakravarthy PE, TE Contract Manager / General Civil Engineering Task Manager Sowmya Chandrasekhar PE, TE, PTOE Traffic Engineering and Transportation Planning Task Manager Corey Cameron, PLA Landscape Architecture Task Manager More information on our project team and their qualifications, experience, and availability can be found in Section 6. Staff Resumes and Organization Chart. Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 City of Rancho Cucamonga  TRCASANC003795.2024 7 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR 4. Firm Experience/Qualifications Kimley-Horn is a full-service engineering, planning, and environmental consulting firm providing services to both public and private sector clients nationwide. Since our founding in 1967, Kimley-Horn has grown from a small group of traffic engineers and transportation planners to a corporation of more than 8,400 employees in 137 offices nationwide, including 13 in California. Our continued growth and stability over the past 57 years is the direct result of our commitment to integrity and dedication to providing quality services to our clients. We provide our clients with the local knowledge and responsiveness of a small organization, backed by the depth of resources only a national firm could offer. Comprehensive and Multidisciplinary Expertise General Civil Engineering Civil engineering forms the backbone of Kimley-Horn’s experience and qualifications to serve as your project engineer. In California, we have more than 760 professionals that are ready to serve you. At Kimley-Horn, we have experienced professionals in roadway design, transportation planning, traffic operations, site planning and master planning, municipal operations, surface water management, hydraulic/hydrologic modeling, and erosion control, among others. We have the in-house capabilities to provide you with any civil engineering needs that may emerge, including but not limited to the following services. Kimley-Horn is a corporation, incorporated February 10, 1967 in North Carolina 137 OFFICES NATIONWIDE 57 YEARS 8,400+EMPLOYEES SACRAMENTO OAKLAND LOS ANGELES PLEASANTON SAN JOSE MONTEREY LONG BEACH ORANGE SAN DIEGO RIVERSIDE COACHELLA VALLEY KIMLEY-HORN’S OFFICE LOCATIONS SAN MATEO RIVERSIDESANTA CLARITA Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 City of Rancho Cucamonga  TRCASANC003795.2024 8 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR Roadway Design Roadway design is a key area of Kimley-Horn’s professional practice. We have provided these services for urban, rural, primary, secondary, and interstate roadways for clients ranging from municipalities and state DOTs to private developers. Our in-house staff is equipped to address all aspects of roadway design projects, including intersection geometrics, roadway widening and realignment, pavement rehabilitation, utility relocations, traffic control, signalizations, signing and marking, and erosion control. We have gained extensive experience in dealing with local regulatory and other agencies to secure the permits and approvals necessary for the building and upgrading of roadway facilities. Bicycle and Pedestrian Planning and Design Kimley-Horn understands the importance of planning and designing for alternative transportation modes for bicycles and pedestrians. We employ state- of-the-art techniques to accommodate and encourage the use of alternative transportation modes and minimize vehicular conflicts. We routinely design bike facilities using the AASHTO, FHWA and Caltrans Highway Design Manuals. We are also experienced in designing bike facilities, including buffered bike lanes and cycle tracks, using the NACTO Urban Bikeway Design Guide and the FHWA Separated Bike Lane Planning and Design Guide. Our firm has led numerous bicycle planning and design projects throughout the United States. We have completed many local city pedestrian and bicycle facility master plans, developed comprehensive statewide plans and requirements for pedestrian/ bicycle facilities, and designed over 200 miles of bicycle trails. Green Streets Green Streets combine multiple elements that allow a roadway to be an extension of the sustainable environment. This method of sustainable roadway design can incorporate stormwater management elements such as permeable pavements, vegetated water quality facilities, and open spaces that reduce runoff and strive to duplicate predevelopment hydrology. Energy reduction technologies such as LED lighting and traffic signals can be used. In addition, heat island effects are reduced using reflective pavements and the incorporation of street trees. Green Streets can be designed with “Complete Streets” principles that encourage alternate modes of transportation. Corridor Studies Kimley-Horn supports clients with assessing the full range of corridor options—locational, modal, and size— against a complete grid of study parameters, growth expectations, and strategic goals. We tailor our efforts to each corridor’s specific issues and circumstances. From rural highway corridors to urban multimodal or transit corridors, we bring a full tool kit for conditions assessment, demand forecasting, environmental review, alternatives assessment, and cost-benefits analysis. Street and Site Lighting Design Kimley-Horn has lighting specialists who design and select light fixtures that are functionally appropriate for each project. Appropriate lighting can help—both aesthetically and functionally—to provide clarity of directional cues for autos, service providers, bicyclists, and pedestrians. The appropriate level of lighting in public spaces results in a fixture quantity, enhancing the overall design experience and recommendations and apply the results to the design layout whether it is a new installation or one trying to reuse existing poles and infrastructure. Kimley-Horn is also familiar with converting existing high-pressure sodium and metal halide fixtures to energy efficient LED fixtures. In addition to street lighting, our team has also worked on many on-site and parking lot lighting projects, including photometric analysis, supporting electrical calculations, and Title 24 documentation. Utility Design and Coordination Our utility design team has successfully completed sewer and water infrastructure projects for various agencies in Southern California. These projects consist of sewer and water main replacement, realignment, upsizing and capacity increase, master planning, existing system evaluation and maintenance and operational support. Every project is unique and presents its own special design challenges; however, the most frequent challenge we face in local municipal projects is related to existing utilities. Most of the projects under this category are in developed areas where Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 City of Rancho Cucamonga  TRCASANC003795.2024 9 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR utility facilities are currently within the proposed project area and any improvement will generally affect or be affected by the location of the utility facilities. Kimley-Horn believes in drawing all utility lines and features to their true size in our plans to aid in identifying conflicts early in the design phase; potholing potential conflict locations when budgets allow, which gives a better understanding of the locations of the existing lines; and extensive coordination with the various utility companies. We also use 3D modeling of utilities to identify potential conflicts in early stages of design. This method has helped us to avoid discrepancies between construction documents and actual field conditions that resulted in cost effective and timely manner execution of projects. Storm Drain Design and Drainage Analysis Kimley-Horn’s drainage engineering services include the design of canals; detention basins; culvert crossings; water control structures; diversion structures; pump stations; and more. Representative project areas range in size from one to more than 130,000 acres. Our engineers have been called upon by numerous public agencies and major agricultural, industrial, and residential developers. Our staff has the experience to conduct preliminary studies and drainage consultation, prepare stormwater management plans, perform watershed and floodplain analysis, prepare storm drain master plans, and coordinate permit applications on behalf of our clients. Bridge Replacement/Rehabilitation As the infrastructure in the US continues to age, it is important to both maintain and replace aging structures. At Kimley- Horn, we understand what constitutes a bridge rehabilitation over a replacement. This saves our clients’ money that can be utilized on other projects that are necessary for their communities. When it is necessary to replace a structure due to its load rating, expected life, foundation deficiencies, or just overall poor condition our team collaborates with the agency staff to understand the needs of the community and projected projects in the area that may affect the requirement of the bridge. This may include the addition of bike paths, wider sidewalks, additional lanes due to increased traffic as a result of projected community growth, and utility requirements. This is important so that the new structure will meet the projected future needs of the community and not require additional action to correct deficiencies shortly after it opens. Retaining Structures Not only does Kimley-Horn perform bridge design we also specialize in retaining walls. There are many types of retaining walls that can be utilized that will perform the purpose needed by the city. The difficulty is knowing what retaining solution is best suited for the specific project. This will depend on the condition of the soil; whether the wall is in a cut or fill condition, does it have right-of-way constraints, what is it supporting, and is settlement of the supporting material acceptable? All these elements and more must be evaluated to determine the suitable walls for your project. Kimley-Horn works with our project geotechnical engineer to identify subsurface challenges that may exist at project locations; with our civil partners to identify challenges with alignments; and our clients to identify visual requirements to identify the most suitable and cost-effective retaining structure for our projects. We have designed cantilevered concrete retaining walls, ground anchor walls, soldier pile walls, and MSE walls. Traffic Engineering and Transportation Planning Kimley-Horn was built around providing traffic engineering and transportation planning services, and since our founding 57 years ago, we've grown to be a nationwide industry leader in these areas. Our teams have completed thousands of traffic engineering and transportation planning projects for local and statewide clients, and it's through this experience that we offer a complete range of in-house relevant services, including the following. Traffic Data Collection Our team members are skilled at using manual and advanced technology to collect traffic data. Based on the need, our team can capture field data with basic methods, or using portable GPS devices that allow digital photo linking capabilities and direct importation into GIS mapping and software such as ESRI ArcGIS. We take care to obtain accurate data because it is the basis for a traffic study. Often, some data (such as accident reports or recent traffic counts) can be obtained from existing sources. However, if new data is needed, Kimley-Horn and our subconsultants know the criteria for data collection, documentation, and compilation. Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 City of Rancho Cucamonga  TRCASANC003795.2024 10 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR Traffic Signal Design Over the past five decades, we have developed signal systems for thousands of signalized intersections for municipalities and state DOTs nationwide. In addition to comprehensive master planning for traffic signalization, our engineers have designed numerous plans to standardize traffic control systems and provide comprehensive systems communications. Advanced traffic management projects include citywide signal system designs, transportation control centers, and innovative transit and public transportation systems. Each of our systems is designed not only to address current needs, but also to accommodate future growth and advances in technology. Kimley-Horn has participated in an extremely large number of signal system projects throughout the nation. We have been responsible for virtually every aspect of traffic systems, including PS&E packages, conceptual designs, operational feasibility, communication architecture, system design, software development, and deployment and implementation plans. Traffic Signal Phasing and Timing Our signals are planned and designed to maximize both existing and planned investments. Our staff members use up-to-date operational models such as Synchro, Sim-Traffic, Tru-Traffic, and VISSIM to help our clients optimize the timing and phasing of signals and improve operations at intersections, along roadways, or throughout busy corridors. Our experience includes systems ranging from those with a single intersection to systems with multiple intersections. Our services include data collection, timing/phasing analysis, and field implementation. Traffic Calming Design Kimley-Horn is a national leader in the development and implementation of traffic calming, neighborhood transportation plans, and context sensitive solution (CSS) designs of pedestrian and bicycle facilities. Our team of roadway designers, traffic engineers, and planners know how to design roadways that accommodate a defined volume of through traffic while serving as corridors for business and residential units and pedestrian/bicycle usage. All reasonable efforts are made to restore a balance between automobiles and pedestrians. When addressing the functional and aesthetic needs of municipal road corridors, Kimley-Horn’s team emphasizes a wide variety of traffic calming principles, including: ◢Narrowed lane widths that serve to slow traffic and reduce the overall street width—while providing safer pedestrian crossings. ◢Pedestrian refuge areas that reduce the appearance of expansive paving, help slow traffic, lower the number of accidents, and promote pedestrian safety through the provision of median “refuges” at crosswalk locations. ◢Raised intersections (or “speed tables”), equal to the elevation of the sidewalk that redefine the road as a “pedestrian area through which traffic must pass vs. traditional intersections that are clearly “vehicular spaces through which pedestrians and bicyclists must pass.” Such intersection designs often incorporate special paving designs to further reinforce their presence and importance. ◢Paving designs, including the use of pre-cast paving systems, or color asphaltic pavement mixes, that help to “announce” intersections or neighborhood gateways, and provide a unique character and quality to the roadway corridor. We have also used special pavement striping patterns to create special areas, thereby reducing vehicle speeds. ◢Roundabouts that permit the development of major gateway features, calm through-traffic, and in some instances, even improve flow of traffic. Engineering and Traffic Surveys, Roadway Audits, and Traffic Investigations Kimley-Horn’s local staff has experience performing Engineering and Traffic Surveys (E&TS) Roadway Audits, and other required traffic investigations. We conduct E&TS per the most recent version of the California Manual of Uniform Traffic Control Devices (MUTCD) requirements. A detailed record of radar surveys, radar technicians (along with certifications), and recommendations for the City’s records are part of the E&TS. Kimley-Horn can also perform additional Roadway Audits to determine adequacy of the existing traffic control conditions, in permanent and temporary conditions, and make recommendations for new or additional traffic safety measures if deemed necessary. Other traffic investigations we can perform include traffic impact analyses, circulation studies, warrant analyses, safety studies, or parking studies. Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 City of Rancho Cucamonga  TRCASANC003795.2024 11 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR Traffic Impact Analysis and Assessments Kimley-Horn has conducted thousands of traffic impact studies for government and private sector clients, and we are a recognized leader in the assessment of transportation impacts and the development of methodologies to continuously monitor development-generated traffic. By analyzing and proposing alternative financing arrangements, Kimley-Horn has assisted numerous local agencies in obtaining funding from the private sector for transportation improvement programs. In addition, our transportation planning staff bring multi-modal perspectives to a broad range of transportation planning projects, applying effective and innovative methods for obtaining public participation and support. We have also been asked to perform peer reviews and have provided expert witness testimony. We use Caltrans standards and guidelines to help municipalities pursue and obtain Caltrans permits and funding, and we use appropriate traffic engineering modeling and methodologies to address traffic planning and operational issues. Traffic Safety Kimley-Horn provides comprehensive traffic safety services including local road safety plans, systemic safety evaluations, road safety audits, Safe Routes to School, project and grant development, vision zero strategies, and other focused studies to help reduce traffic injuries and fatalities in California. Additionally, Kimley-Horn is the lead consultant for Caltrans’ Strategic Highway Safety Plan and is helping to direct statewide safety improvement priorities as indicated in the Highway Safety Improvement Program and other funding initiatives. Our safety team works closely with traffic operations, roadway design, and mobility planning teams to facilitate that safety improvements are combined with efforts to improve the transportation system for all users. Our team has completed safety plans for dozens of agencies in California and is working on many more. Transportation Planning Kimley-Horn is a leading consultant in local, regional, and statewide transportation systems; transit system planning, design, and alternatives analysis; corridor studies; and transportation demand management programs. We have assisted in developing and implementing transportation plans and programs for both short-term and long-range improvements, and we have the capacity to develop master plans, examine alternatives, and prepare preliminary and right-of-way plans. We also assess socioeconomic and environmental consequences of making or not making certain improvements. Our staff background in municipal government keeps us aware of current regulations and requirements. Kimley-Horn’s experienced planners support you in assisting you full range of options—locational, modal, and size—against a complete grid of study parameters, growth expectations, and strategic goals. We tailor our efforts to the decisions you have to make by remaining focused on your specific issues and circumstances. We will provide support for your efforts to enhance transportation systems while maintaining the unique fabric of the community. Kimley-Horn's Calfornia Safety Experience Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 City of Rancho Cucamonga  TRCASANC003795.2024 12 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR Signing and Striping Design As a component to roadway design and traffic engineering, Kimley-Horn has prepared numerous signing and pavement marking plans for various projects. These projects include studies to extensive signing and pavement marking plans for urban and rural roadway projects. Our goal is to successfully maintain the safety of pedestrians and vehicular traffic. In addition, Kimley-Horn has the capabilities to prepare these plans in accordance with the Manual of Uniform Traffic Control Devices and Caltrans Design Standards. Intersection and Arterial Network Analysis Our team has managed studies to determine the type, amount, and speed of traffic on arterial streets and interstate highways using automatic traffic counter equipment and software. This information can provide valuable insight into travel patterns throughout the hours of a day and the days of the week, which can help determine appropriate strategies for influencing driver behavior, such as increasing enforcement or providing climbing lanes for trucks. We can also determine the level of service, delay, and operating speeds for the various components of the roadway network. Our traffic engineers are highly trained and capable of using software such as CORSIM, HCS 2000, and Synchro to evaluate the operating conditions for existing or proposed roadways. Plan Check Services Our team has provided plan checking, peer review and consultant services for various public agencies to assist them with their plan check needs. Kimley-Horn will utilize the City’s in-house plan checklist and plan check documents if available. Kimley-Horn will also supplement the City’s checklist as each project requires with Kimley-Horn’s checklist. Kimley-Horn has developed step-by-step plan review criteria to ensure every improvement plan is reviewed with a consistent checking process. Each development application is thoroughly reviewed, and the required engineering conditions of approval are prepared to comply with generally sound engineering and construction practice, and applicable City, County, State, and Federal standards, building codes, municipal code, ordinances, grading, and drainage requirements. Landscape Architecture From the revitalization of a popular community park to the design and implementation of a downtown streetscape, Kimley-Horn has successfully planned and implemented scores of landscape architecture projects. We have successfully completed dozens of parks and master plan projects for federal, state, regional, and local government. As metropolitan urban areas continue to grow, urban design, streetscape design, and landscape architecture have become integral components of roadway and transportation system designs and infrastructure improvements in general. Revitalizing commercial districts and providing recreational areas and pedestrian and bicycle facilities in increasingly congested areas are some of the solutions designed by our landscape architects and planners. For our public works projects, we consider drought resistant landscape features and low water usage irrigation systems to help our clients become more successful in meeting their water conservation goals. Kimley-Horn offers the following comprehensive landscape architecture services for public and private developments: ◢Entitlement Support ◢Design Guidelines ◢Community Outreach and Visioning ◢Urban Planning and Design ◢Redevelopment Master Planning ◢Urban Design ◢Parks and Recreation Design ◢Parks and Recreation System Master Planning ◢Parks and Recreation Needs Assessments ◢Green Roof Design ◢Greenway Planning and Design ◢Aquatics Design ◢Community Planning ◢Streetscape Design ◢Pre-Development Services ◢Site Development ◢Hardscape Features and Furnishings Design ◢Mixed-Use Communities ◢Landscape Planting Plans ◢Irrigation Plans Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 City of Rancho Cucamonga  TRCASANC003795.2024 13 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR Representative Project Experience Per the City’s RFP, we have provided a list of similar projects that have been completed within the past five years or are currently in progress. To best demonstrate the range of our services as they apply to the particular needs of the City, we have labeled each project below with icons that graphically relate to our selected service categories: Service Categories Icon Key City of Rancho Cucamonga, On-Call General Engineering Services (2019-Ongoing), Rancho Cucamonga, CA Since 2019, Kimley-Horn has proudly partnered with the City of Rancho Cucamonga, enhancing your infrastructure and contributing to the safety and accessibility of its roadways and other assets. Our extensive experience encompasses a wide range of projects, including Kimley- Horn has provided field investigations, street improvements/resurfacing/streetscapes, traffic signal and electrical installations, public works maintenance projects, and roadway widening services.This deep-rooted familiarity with the City’s assets has equipped us with invaluable insights into your performance and maintenance needs. Examples of such projects are presented below. ◢Installation of Two Traffic Signals and Five Flashing Yellow Arrow Signal Modification Project: Kimley-Horn prepared PS&E packages for the installation of flashing yellow arrow (FYA) operations for two new traffic signals at the intersections of East Avenue at Highland Avenue and Sixth Street at Hellman Avenue, modifications to three existing traffic signals along Milliken Avenue, and approximately 4 miles of new fiber-optic communications. Median modifications to assist the sight visibility for intersections are also included. ◢Seven Flashing Yellow Arrow Signal Modifications Project: Kimley-Horn prepared PS&E packages for the installation of FYA operations for seven existing traffic signals. Median modifications to assist the sight visibility for three intersections are also included. ◢Baseline and Spruce Signal and Roadway Improvements: Kimley-Horn prepared PS&E packages for traffic signal modifications at Base Line Road and Spruce Avenue. Median modifications and other civil roadway improvements for the intersection are also included. ◢Rochester Avenue Pavement Rehabilitation Project: This project included preparation of roadway overlay plans, signing/striping plans, traffic signal plans to upgrade loop detection to video detection, curb ramps upgrade design, field review, research of relevant design standards and existing data, utility coordination, and preparation of quantities/bid schedule. ◢Major Arterials Pavement Rehabilitation Project: This project includes preparation of roadway overlay plans, signing/striping plans, curb ramps upgrade design, field review, utility coordination, and quantities/bid schedules for four major arterials. ◢Banyan Street Pavement Rehabilitation Project: This project, spanning approximately 1.8 miles from Haven Avenue to Rochester Avenue, included preparation of roadway overlay plans, signing/striping plans, traffic signal plans to upgrade loop detection to video detection, curb ramps upgrade design, field review, utility coordination, and preparation of quantities/bid schedules. ◢Lemon Avenue Pavement Rehabilitation Project: This project, spanning from Haven Avenue to Marbella Drive, included preparation of roadway overlay plans, signing/striping plans, curb ramps upgrades, field review, utility coordination, and preparation of quantities/bid schedules. Contact: Romeo David, Associate Engineer at the City of Rancho Cucamonga 909.774.4070 | romeo.david@cityofrc.us Involved Staff: Sri Chakravarthy, Patrick Wong, Nicole Dias, Aaron So, Sowmya Chandrasekhar, Zach McFann, Angelo Pastelin, Rossina Chichiri, Charis Ahn, Jason Melchor, Laura Forinash General Civil Engineering Traffic Engineering and Transportation Planning Landscape Architecture In addition to our on-call partnership, Kimley-Horn is also currently providing traffic signal synchronization services for the City's Advanced Traffic Management System Phase II. Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 City of Rancho Cucamonga  TRCASANC003795.2024 14 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR City of Agoura Hills, On-Call General Engineering Services (2022-Ongoing), Agoura Hills, CA Kimley-Horn currently provides on-call traffic engineering and plan checking services for the City of Agoura Hills for as-needed traffic operations analysis and services. Among the projects Kimley-Horn has undertaken for the City under this on-call contract is the completion of PS&E for the installation of a fiber-optic traffic signal and video detection communication system for the City which included travel time studies, implementing timing plans, fine-tuning of timings, and preparing the final report. Also, as part of the on-call contract, Kimley-Horn successfully completed a citywide engineering and traffic survey at 25 locations on nine arterials and collector streets for the City of Agoura Hills. The project included collection of radar speed survey and Average Daily Traffic (ADT) data at 25 locations and review of existing accident rate summary data to recommend new posted speed limits. Contact: Ramiro Adeva, Assistant City Manager at the City of Agoura Hills | 818.597.7353 | radeva@ci.agoura-hills.ca.us Involved Staff: Sri Chakravarthy, Patrick Wong, Frank Hoffman, Nicole Dias, Rita Garcia, Sowmya Chandrasekar, Rossina Chichiri, Jason Melchor, Matt Stewart, Laura Forinash City of Norwalk, On-Call Professional Engineering Services for Design, Project Management, and Construction Support Services (2023-Ongoing), Norwalk, CA Kimley-Horn was selected as the on-call design, project management, and construction support services consultant for the City of Norwalk. In this capacity, our team is providing professional engineering services to the City for various capital improvement projects including streets, water distribution and production, stormwater and storm drains, sewer systems, traffic signals and street lighting, landscape architecture, and City- owned facilities. For each task order, we enhance our understanding of needs and constraints by performing site walks as needed to minimize the potential for unneeded engineering and costly change orders. Additionally, Kimley-Horn is providing all staffing and resources necessary to perform each project assignment or task order and providing services including but not limited to: project management, grant opportunities for public work projects, conceptual design and preliminary plans, utility research and coordination, construction support, land survey and mapping, quality assurance and quality control, and inspection services. Contact: Mario Mera, Engineering Division Manager at the City of Norwalk | 562.929.5348 | mmera@norwalkca.gov Involved Staff: Sri Chakravarthy, Patrick Wong, Andrew Sanford, Jose Ramirez, Sam McWhorter, Sowmya Chandrasekhar, Zach McFann, Angelo Pastelin, Corey Cameron, Randall Kopff City of Malibu, On-Call General Engineering Services (2012-Ongoing), Malibu, CA Kimley-Horn was originally selected to provide on-call traffic engineering services to the City of Malibu in 2012, but the contract was later expanded to include Civil Engineering Services, due to high quality service provided by Kimley-Horn. As extension to the City staff, Kimley- Horn staff performs the following on a regular basis: performing review of development project reports, grading, utility and construction plans; conducting engineering and traffic surveys; feasibility/conceptual studies and reports and recommendations for preliminary, final and construction design studies; applicable subconsultant and engineering disciplines; preparation of construction plans, specifications and estimates; research of utilities and other records; collecting and analyzing traffic data; and participating in meetings with City staff associated with various development and improvement projects. Contact: Rob Duboux, Public Works Director/City Engineer at the City of Malibu | 310.456.2489 x339 | rduboux@malibucity.org Involved Staff: Sri Chakravarthy, Patrick Wong, Nicole Dias, Jose Ramirez, Sowmya Chandrasekhar, Zach McFann, Brian Sowers, Matt Stewart, Laura Forinash “I have had the chance to work with Kimley-Horn now for the past year, and they are excellent in regard to customer service. Responsive, professional, adaptive, versatile, client-oriented, quality AND quantity, and practical are all things that come to mind. Simply a great group of people from top to bottom.” – Ramiro Adeva, City of Agoura Hills Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 City of Rancho Cucamonga  TRCASANC003795.2024 15 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR City of Irvine, Consultant Team Program On-Call - Civil Engineering (2024-Ongoing), Irvine, CA Kimley-Horn is currently part of the City of Irvine’s on-call consultant list for Civil Engineering Design. The civil engineering design on-call includes design engineering services for streets, bike trails, storm drains, storm drain channels, land survey, and all related services. We are providing design and specifications for traffic signals, signing, striping, signal modifications, detour plans, and traffic control. The program requires complete familiarity with the City of Irvine Standards and Design Manual, Caltrans Highway Design Manual, Caltrans Traffic Manual, Caltrans Standard Plans and Specifications, Orange County Hydrology Manual, Orange County Local Drainage Manual, Americans Disability Act, and California Title 24 requirements on accessibility. Task orders from this on-call have included: ◢Protected Intersections ◢Great Park Circle Analysis ◢Main Parking Lot Improvements ◢Secure Parking Lot Expansion ◢Pedestrian Module Review ◢Civic Center Parking Lot ◢Westbound Right Turn Assessment ◢Fire Evacuation Traffic Study ◢Barranca Parkway Regional Traffic Signal Synchronization Program ◢Paseo Westpark/San Remo Traffic Signal Modification Program Contact: Steve Sherwood, Assistant City Engineer at the City of Irvine | 949.724.7327 | ssherwood@cityofirvine.org Involved Staff: Sri Chakravarthy, Darren Adrian, Sowmya Chandrasekar, Patrick Wong, Jason Melchor, Frank Hoffman, Kevin Thomas, Alan Huynh, Sam McWhorter, Jason Marechal, Andrew Sanford, Dana Privitt, Rita Garcia, Randall Kopff City of Santa Ana, Various On-Call Engineering Services (2014-Ongoing), Santa Ana, CA Kimley-Horn has been assisting the City of Santa Ana with its on-call program since 2014. The scope of services for the City’s program includes general engineering design services for a variety of projects such as arterial and local streets improvements, bike paths, storm drain, sewer and water improvements, traffic studies, traffic signal, landscape and irrigation systems, grant application writing, surveying, geotechnical investigation, environmental and planning support services, and public parks design. Our team has successfully assisted the City for this program on several task orders. Contact: Jason Gabriel, Principal Civil Engineer at the City of Santa Ana | 714.647.5664 | jgabriel@santa-ana.org Involved Staff: Sri Chakravarthy, Darren Adrian, Frank Hoffmann, Alan Huynh, Tim Miller, Gabe Keehn, Andrew Sanford, Jose Ramirez, Joe Nunneley, Sam McWhorter, Tammie Moreno, Jason Marechal, Dana Privitt, Rita Garcia, Sowmya Chandrasekhar, Jason Melchor, Corey Cameron, Michael Madsen, Eden Bouchard City of Moreno Valley, Landscape Architecture On-Call (2019-2021) Moreno Valley, CA Kimley-Horn was selected by the City of Moreno Valley to provide on-call planning and design services. One select project completed in 2021 as part of this contract was the Bark Park. The City of Moreno Valley Parks and Community Services Department selected Kimley-Horn to support its pursuit of Statewide Park Development and Community Revitalization Program grant funds to develop a new dog park. The location and popularity of the existing Hound Town Dog Park on the City’s north side drove the need for another dog park on the opposite side of Moreno Valley. Kimley-Horn assisted in developing a design that would alleviate overuse and augment the amenities offered at Hound Town. The resulting Bark Park Master Plan created a vision for the space that has the opportunity to become a special oasis that will capture and celebrate the unique bond between dogs and humans, serving multiple community needs. Kimley-Horn provided landscape architecture, civil engineering, cost estimation, and grant assistance services. Contact: Lee Withers, Deputy Public Works Director at the City of Riverside (former Senior Management Analyst at the City of Moreno Valley) 951.742.5460 | lwithers@riversideca.gov Involved Staff: Corey Cameron, Randall Kopff Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 City of Rancho Cucamonga  TRCASANC003795.2024 16 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR City of El Centro, On-Call for Engineering and Other Services, El Centro, CA Kimley-Horn was selected by the City of El Centro to provide on-call planning and design services. Select projects completed in 2021 include: •Aquatic Center: Kimley-Horn’s design of this aquatic center incorporates creative features that balance competitive and recreational water and relate to the architectural and cultural context and character of El Centro. The aquatic center includes a new competition pool, a warm-up pool, and multi- use recreational pools. Other improvements located in the park are landscape and irrigation improvements, decorative hardscape, a 5,000 SF aquatic center building, concession stands, shade structures, water and sewer services, storm drain improvements, sports and pedestrian lighting, and audio and electrical components. Additionally, the Kimley-Horn team prepared multiple concept drawings and facilitated two public workshops and a City staff design charrette. •Plank Park: Kimley-Horn developed a time and budget- sensitive approach to generate permit-ready construction documents for this 3.6-acre park utilizing several of the design objectives outlined in the City’s Parks and Recreation Facilities Master Plan. The project was designed in two phases and included the installation of a playground, turf areas, drought tolerant trees, shrubs, bioswales, and over 3,500 feet of multipurpose pathways which were designed specifically for the sensitive desert environment. Other low-impact development techniques were used to collect runoff from nearby abutting roads and improvement of the quality of water. Services provided included project management, civil engineering, landscape architecture, and construction support. Contact: Adriana Nava, Community Services Director at the City of El Centro | 760.337.4545 | anava@cityofelcentro.org Involved Staff: Corey Cameron, Randall Kopff, Michael Madsen, Naomi Germain, Sam McWhorter, Tammie Moreno City of Chula Vista, Millenia Park, Chula Vista, CA Kimley-Horn was the landscape architect and civil engineer for the Millenia Park project in Chula Vista. Kimley-Horn worked closely with Meridian Development and with the City of Chula Vista to create an active, vibrant space that is easy to maintain and can adapt as the community around grows. With many different stakeholders invested in the park and a tight schedule and budget to maintain, it was crucial to stay organized and be proactive with communication. Kimley-Horn provided agendas and meeting minutes throughout the park design process to keep accurate records. Kimley-Horn worked closely with Meridian Development to keep construction moving—attending meetings in the field, following up expeditiously with the review of submittals and any questions, and working with the various subconsultants on their specific design space construction. Kimley-Horn helped host a grand opening that featured a build day for art mosaic installations by local community artists. The art pieces were inspired by local elementary school students who worked with their families to team on the installation. We incorporated public art into the project early on, as we feel having community involvement and investment in local public space leads to successful park longevity. This project was completed in 2021. Contact: Patricia Ferman, Principal Landscape Architect at the City of Chula Vista | 619.409.3890 | pferman@chulavistaca.gov Involved Staff: Corey Cameron, Randall Kopff, Michael Madsen, Eden Bouchard Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 City of Rancho Cucamonga  TRCASANC003795.2024 17 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR 5. Third-Party/Subcontractors Traffic Engineering and Transportation Planning National Data and Surveying Services (NDS) – Data Collection Founded in 1989, NDS was established to deliver accurate and cost-effective solutions for traffic, transit, and GIS/GPS data collection. NDS is the largest traffic data collection firm in the nation with an outstanding team of well over 100 professional full-time employees. Over their 35-year history, NDS has completed hundreds of thousands of multi-modal turning movement counts at various sized intersections/roundabouts requiring a variety of collection methodologies; hundreds of thousands of average daily traffic counts requiring volume, speed, and/or classification data; and tens of thousands of other studies including spot-speed radar surveys, GIS asset inventory, pedestrians, bicycles, school, non-motorized, micro-mobility, non-intrusive interstate radar, parking studies, vehicle occupancy, gap, queue, intersection delay, saturation flow rate, travel time, and more. In 2023, NDS completed 5,300+ projects for over 850 clients within their active/repeat customer database. Project References Los Angeles Department of Transportation (LADOT), Traffic Counts Data Collection, Los Angeles, CA NDS is the on-call traffic data collection company for LADOT. Over the past few years, NDS has conducted approximately: ◢2,000 average daily traffic counts ◢1,000 turning movement counts with pedestrians (adults vs. kids) and bicycles ◢51 Level 3 pedestrian and bicycle screenline counts ◢506 pedestrian studies Contact: Jaclyn Garcia, Senior Transportation Planner at LADOT | 100 S. Main Street, 10th Floor, Los Angeles, CA 90012 213.928.9606 | jaclyn.garcia@lacity.org County of San Diego, On-Call Traffic Data Collection Services, San Diego County, CA NDS has been serving as the County of San Diego’s on-call traffic data provider since 2014 and has additionally been providing data collection services to the County since 2017. NDS's annual traffic data collection consists of approximately: ◢150 turning movement counts ◢130 average daily traffic counts ◢100 spot speed radar surveys ◢40 pedestrian studies Contact: Ernest Bartley, Senior Civil Engineer at the County of San Diego | 5510 Overland Ave, San Diego CA 92123 858.694.3846, ernest.bartley@sdcounty.ca.gov City of Glendale, Traffic Data Collection Services, Glendale, CA NDS is the on-call traffic data collection company for the City of Glendale. Annual traffic data collection consists of approximately: ◢175 average daily traffic counts (volume and speed) ◢15 pedestrian and bicycle studies ◢5 turning movement counts Contact: Eleonora Derdzakyan, Civil Engineering Assistant, 633 E Broadway, 205, Glendale, CA, 91206 818.548.3945, ederdzakyan@glendaleca.gov Kimley-Horn has been working with NDS in California for over 15 years. We are currently partnering with them on over 100 projects, wherein they continue to provide exceptional traffic data collection services. Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 City of Rancho Cucamonga  TRCASANC003795.2024 18 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR Counts Unlimited – Data Collection Counts Unlimited, led by Kris Campos—a 14-year veteran with the firm and project manager for large scale traffic data collections—specializes in traffic data collection, including turning movement traffic counts, ADT counts, entering volume counts, classification counts, speed counts, radar speed surveys, parking lot studies (inventory, occupancy, utilization, and turnover), signal warrants, GPS travel time studies, vehicle occupancy counts, origin/destination studies, and video documentation counts. Counts Unlimited has been providing traffic data services for the cities of Riverside and Corona for well over 10 years and traffic data services for the cities of Fontana and Temecula for well over 20 years. Counts Unlimited has provided turning movement counts, crossing guard warrant counts, entering volume counts, directional volume counts, 24-hour pedestrian and bicycle counts, and specialized counts to the City of Rancho Cucamonga as well as the nearby Cities of Ontario, Corona, and Riverside. Project References City of Rancho Cucamonga, Traffic Data Collection, Rancho Cucamonga, CA Counts Unlimited works with the City of Rancho Cucamonga to provide traffic data collection services as needed by the City for various traffic related projects. Projects that Counts Unlimited has worked on in the City of Rancho Cucamonga include turning movement counts, crossing guard warrant counts, entering volume counts, directional volume counts, and 24-hour pedestrian and bicycle counts, and specialized counts. Contact: Chris Ellis, Assistant Engineer at the City of Rancho Cucamonga | 10500 Civic Center Drive, Rancho Cucamonga, CA 91730 909.477.2740 x4056 | chris.ellis@cityofrc.us City of Ontario, Traffic Data Collection, Ontario, CA Counts Unlimited works with the City of Ontario to perform traffic data collection services as needed by the City and for the City’s annual count program. Traffic counts conducted for the City of Ontario include ADT counts, classification counts, turning movement counts, stop warrant, signal warrant, and ped/bike counts. On an annual basis, Counts Unlimited collects ADT Volume and ADT Classification counts at approximately 200 sites throughout the City. Contact: Craig Cruz, Senior Associate Engineer at the City of Ontario | 303 E B Street, Ontario, CA 91764 | 909.395.2132 | ccruz@ontarioca.gov City of Corona, Traffic Data Collection, Corona, CA For the past 15 years, Counts Unlimited has been collecting traffic data for the City of Corona on an on-call basis. Counts Unlimited typically receives multiple requests each month to perform traffic data collection services and similarly performs a large annual batch of traffic count services. Counts Unlimited routinely performs the following types of traffic counts for the City of Corona: directional volume counts, speed counts, turning movement counts, speed surveys, and stop/signal warrant analysis. Contact: Rosie Ureno, City Traffic Engineer at the City of Corona, 400 S Vicentia Avenue, Corona, CA 92882 951.817.5708 | rosalva.ureno@coronaca.gov General Civil Engineering We have not proposed any subconsultants for this category at this time. All proposed services will be performed by Kimley-Horn staff. Landscape Architecture We have not proposed any subconsultants for this category at this time. All proposed services will be performed by Kimley-Horn staff. Counts Unlimited has been a key partner to Kimley-Horn for data collection services for many years, providing traffic counts for various projects in the cities of Ontario (Citywide ADT counts), Moreno Valley, Diamond Bar, Agoura Hills, and Lancaster. Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 City of Rancho Cucamonga  TRCASANC003795.2024 19 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR 6. Staff Resumes and Organization Chart Kimley-Horn knows that when you choose a consulting firm, you are really choosing the people who will bring you technical expertise, hands-on experience with similar projects, and a commitment to timely, first-rate deliverables and client service. That is why we’ve carefully considered the composition of our team, identifying only the most qualified personnel with recent, relevant project experience to work with you. Kimley-Horn has assembled an exceptional team of professionals who possess experience providing similar on-call services, have proven project management capabilities, and are committed to providing the City with timely and high-quality deliverables. Sri Chakravarthy, PE, TE will serve as our contract manager/consultant’s representative, responsible for the day-to-day coordination with the City’s project managers and the task leads. Our core team has decades of proven experience working on capital improvement projects with components similar to the City’s requested multi- disciplinary services. We strive to keep this team consistent; however, if necessary, we have access to over 8,400 highly qualified engineers, planners, analysts, and support staff in 137 offices nationwide who can be called upon to add technical expertise or staff demands during periods of high workload and short delivery times to support the City’s efforts. Should any of our key personnel become unavailable, Kimley-Horn will submit a written request for substitution of this personnel with another party of equal competence for City approval. Our organizational chart—which includes our contract manager, task managers, key personnel, and subconsultants—is provided below. Resumes of the key personnel that will be performing the services for the City start on the following page. Contract Manager Sri Chakravarthy, PE, TE Principal-in-Charge Darren Adrian, PE City of Rancho Cucamonga GENERAL CIVIL ENGINEERING Civil Engineering and Transportation Nicole Dias, PE Alan Huynh, PE Aaron So, EIT, ENV SP, LEED GA Gabe Keehn, EIT Bicycle and Pedestrian Facilities Naomi Germain, PE, TE Matt Stewart, PE, TE Nicole Dias, PE Pavement Rehabilitation Brandon Friedman, PE Angelo Pastelin, PE Aaron So, EIT, ENV SP, LEED GA Tim Miller, PE Lighting Design Zach McFann, PE, TE, IES Shawn Rainey, PE Ruben Becerra, EIT Structural Andrew Sanford, PE Jose Ramirez, PE Joe Nunneley, PE, SE Hydrology, Drainage, and Water Quality Sam McWhorter, PE Tammie Moreno, PE, QSD/P Taylor Thorig, PE Utilities Jason Marechal, PE, LEED AP Kameron Qureshi, PE John Pollock, PE Erosion Control and SWPPP Patrick Wong, CPD, QSD/P, ENV SP Jennifer Steen, AICP Environmental Studies Kevin Thomas, CEP, ENV SP Rita Garcia Tim Tidwell, PWS Jessie Fan, ENV SP Ace Malisos Landscape and Irrigation Randall Kopff, PLA Michael Madsen, PLA CLIA, ASLA Task Manager Sri Chakravarthy, PE, TE QC/QA Managers Patrick Wong, CPD, QSD/P, ENV SP Frank Hoffmann, PE Irrigation Specialist Michael Madsen, PLA, CLIA, ASLA Landscape Architecture Analysts Claire Morris Eden Bouchard QC/QA Manager Randall Kopff, PLA Task Manager Corey Cameron, PLA LANDSCAPE ARCHITECTURE TRAFFIC ENGINEERING AND TRANSPORTATION PLANNING Traffic Signal and ITS Design Zach McFann, PE, TE, IES Angelo Pastelin, PE Charis Ahn, PE Rossina Chichiri Traffic Signal Timing Brian Sowers, PE Ryan Calad, PE Tim McCarron, PE Signing, Striping, Traffic Calming, and Traffic Control Plans Ryan Calad, PE Jason Melchor, PE Ruben Becerra, EIT Traffic Engineering Analysis, Warrants, and Studies Laura Forinash, PE, TE Victoria Clark Transportation Planning Darryl dePencier, AICP, GISP, RSP2BJohn Jackson, AICP Victoria Clark Traffic Safety Mike Colety, PE, PTOE, RSP2BDarryl dePencier, AICP, GISP, RSP2B Plan Check Services Matt Stewart, PE, TE Charis Ahn, PE Moody Adli, EIT Travel Time and Traffic Counts National Data & Surveying Services (NDS) Counts Unlimited Task Manager Sowmya Chandrasekhar, PE, TE, PTOE QC/QA Manager Ryan Calad, PE Bold = Key Staff, Resume Included Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR City of Rancho Cucamonga  TRCASANC003795.2024 20 Professional Credentials •Master of Science, Civil Engineering, Louisiana State University •Bachelor of Science, Civil Engineering, Kakatiya University, India •Professional Engineer in California #73626 •Traffic Engineer in California #2531 • Institute of Transportation Engineers (ITE), Past President Sri has more than 20 years of experience overseeing a variety of transportation projects ranging from planning, design, operations, and on-call engineering services. His project management at Kimley-Horn is informed by his former career with the Los Angeles County Public Works Department and knowledge of grant funding opportunities and working with multiple stakeholders. Sri has overseen medium to large scale projects for local and regional agencies with design budgets ranging from $50K to $2.5M and schedules ranging from six months to 3.5 years. These projects are often multidisciplinary and require coordination with local and regional agencies, Caltrans, and local businesses and residents. His experience working in the City of Rancho Cucamonga combined with his knowledge of transportation systems, traffic engineering and safety will give him the insight necessary to oversee the management of any task order that stems from these on-call contracts. RELEVANT EXPERIENCE ◢City of Rancho Cucamonga, On-Call Civil and Traffic Engineering Services, Rancho Cucamonga, CA – Project Manager ◢City of Norwalk, On-Call Professional Engineering Services for Design, Project Management, and Construction Support Services, Norwalk, CA – Project Manager ◢City of Agoura Hills, On-Call Traffic and Civil Engineering Services, Agoura Hills, CA – Project Manager ◢City of Ventura, On-Call 3-Year Professional Services, Ventura, CA – Project Manager ◢City of Lancaster, Multiyear Professional Engineering Services, Lancaster, CA – Project Manager ◢City of Montclair, On-Call General Civil Engineering, Architectural, Landscape, and Support Professional Services, Montclair, CA – Project Manager ◢City of Malibu, On-Call Traffic Engineering Services, Malibu, CA – Project Manager ◢City of Malibu, On-Call Civil Engineering Services, Malibu, CA – Project Manager ◢City of Orange, On-Call Traffic Engineering/Plan Checking/Design/Public Works Inspection Services, Orange, CA – Principal-in-Charge ◢City of Norwalk, On-Call Professional Engineering Services for Design, Project Management, and Construction Support Services, Norwalk, CA – Project Manager ◢City of Simi Valley, On-Call Civil Engineering Design Services, Simi Valley, CA – Project Manager ◢City of Oxnard, Engineering Multi-Year Professional Services, Oxnard, CA – Project Manager ◢City of Laguna Niguel, On-Call Professional Services, Laguna Niguel, CA – Project Manager ◢City of Diamond Bar, On-Call Traffic and Transportation Engineering Services, , CA – Project Engineer ◢City of South Gate, As-Needed Engineering Services, South Gate, CA – Project Manager ◢OCTA, On-Call Traffic Engineering and Intelligent Transportation Systems Services, Orange, CA – Kimley-Horn Project Manager ◢City of Agoura Hills, Kanan/Agoura Roundabout Project, Agoura Hills, CA – Project Manager ◢City of Lancaster, Pedestrian Gap Closure (Street Lighting), Lancaster, CA – Project Engineer ◢City of Malibu, Traffic Signal Battery Back-up Systems, Malibu, CA – Principal-in-Charge ◢City of Oxnard, Oxnard Avenue and Saviers Road Signal Improvements, Oxnard, CA – Project Manager Sri Chakravarthy, PE, TE Contract Manager; Civil Engineering Task Lead Length of Time at Kimley-Horn: 20 years Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR City of Rancho Cucamonga  TRCASANC003795.2024 21 Length of Time at Kimley-Horn: 20 years Professional Credentials •Bachelor of Science, Civil Engineering, California State Polytechnic University, Pomona •Professional Engineer in California #53031 •American Public Works Association (APWA), Member •Institute of Transportation Engineers (ITE), Member • American Society of Civil Engineers (ASCE), Member Darren has 32 years of professional experience in civil engineering experience related to planning, design, management and construction of transportation, commercial, industrial, institutional, municipal, and military facilities. His primary emphasis has been in the transportation field, including planning and final design associated with street and highway improvements and rehabilitation, new street and highway segments, railway grade separations and at-grade crossings, storm drain and sewer systems, water systems, pump stations, traffic signals, and ITS improvements. His clients include cities, counties, Caltrans districts, and various agencies/municipalities within and around Southern California. RELEVANT EXPERIENCE ◢County of San Bernardino, On-Call Professional Services, San Bernardino County, CA – Task Manager ◢County of San Bernardino, South Mentone Area ADA Ramps, Mentone, CA – Contract Manager ◢County of San Bernardino, Southwest Del Rosa Area ADA Ramps, Del Rosa, CA – Contract Manager ◢County of San Bernardino, Valley Boulevard and Other Roads Improvements, Bloomington, CA – Contract Manager ◢County of San Bernardino, Sand Canyon Road Improvements, Redlands, CA – Contract Manager ◢City of Corona, McKinley Street Grade Separation, Corona, CA – Project Manager ◢City of Jurupa Valley, Pedley Road and Jurupa Road Intersection Analysis, Jurupa Valley, CA – QC/QA Reviewer ◢City of Moreno Valley, I-215 at Cactus Avenue PSR Interchange Improvements, Moreno Valley, CA – Project Manager ◢City of Beaumont, I-10/Pennsylvania Avenue Interchange Improvements, Beaumont, CA – Project Manager ◢City of Beaumont, Pennsylvania Avenue Widening, Beaumont, CA – Project Manager ◢County of Riverside, I-215/Van Buren Boulevard Interchange PA/ED and PS&E, Riverside, CA – Project Engineer ◢RCTD, I-10 Banning Bypass, New Road to Connect Hathaway Street to Apache Trail, Riverside, CA – Project Manager ◢RCTD, Mission Boulevard Bridge Replacement, Riverside, CA – Project Manager ◢City of Palmdale, On-Call Civil Engineering Services, Palmdale, CA – QC/QA Manager ◢City of Palmdale, Division Street and Rancho Vista Boulevard Intersection Improvement, Palmdale, CA – Principal-in-Charge ◢City of Buena Park, Artesia Boulevard Improvements, Buena Park, CA – Project Manager ◢City of Buena Park, Firestone Boulevard Improvements, Buena Park, CA – Project Manager ◢City of Anaheim, Gene Autry Way Improvements (I-5 to State College Boulevard), Anaheim, CA – Project Manager ◢City of Anaheim, State College Boulevard Improvements (West Side), Anaheim, CA – Project Manager ◢County of Orange, On-Call Road/Bridge Engineering Services, Orange County, CA – Project Manager ◢City of Santa Ana, Master On-Call Services, Santa Ana, CA – Contract Manager ◢City of Santa Ana, Santa Ana Boulevard and 5th Street Protected Bike Lane PS&E, Santa Ana, CA –Principal-in-Charge ◢City of Santa Ana, South Main Street Corridor Improvements, Santa Ana, CA – QC/QA Reviewer Darren Adrian, PE Principal-in-Charge Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR City of Rancho Cucamonga  TRCASANC003795.2024 22 Professional Credentials •Bachelor of Science, Urban and Regional Planning, California Polytechnic University, Pomona •Qualified SWPPP Developer/ Practitioner in California #22862 •Envision Sustainability Professional #20912 •Crime Prevention Through Environmental Design Professional #23675179 Patrick coordinates and manages site development projects with an emphasis on ensuring the right resources are assigned to the project. His skillset includes managing the design process to ensure conformance to standards and policies specifically to stormwater issues. He evaluates and analyzes different strategies to gain maximum value for structural and non-structure stormwater BMPs that provide value and resiliency to the project. In addition, Patrick guides projects through the plan check approvals process gaining consensus. Patrick has served as project director on major site development projects providing stormwater mitigation, utility reports, utility design and relocation; street improvement and widening; third party approvals; and other civil tasks. He has worked on various infrastructure projects, commercial retail, and multi-story residential projects, such as the Rose Bowl Pavilion and Concourse Improvements, Expo Maintenance Light Rail Facility, and Metro Division 13 Bus Maintenance Facility. In these large complex campus-type projects, his tasks included researching and documenting existing utilities slated for relocation, addressing stormwater issues, civil and utility design, stormwater management, and plan approvals. RELEVANT EXPERIENCE ◢Rose Bowl Operating Company, Rose Bowl Event Traffic and Pedestrian Study, Pasadena, CA – Project Manager ◢Rose Bowl Operating Company, Rose Bowl Parking Study, Pasadena, CA – Project Manager ◢City of Signal Hill, Civic Center Master Plan Project, Signal Hill, CA – Project Manager ◢City of Artesia, Southeast Gateway Line City Support, Artesia, CA – Project Manager ◢City of Artesia, Battery Electric Bus Charging Station Deployment, Artesia, CA – Project Manager ◢City of Artesia, Community Center Re-Roof Construction Support, Artesia, CA – Project Manager ◢City of Agoura Hills, Chumash Park ADA Improvements, Agoura Hills, CA – Project Manager ◢City of Agoura Hills, Sumac Park ADA Improvements, Agoura Hills, CA – Project Manager ◢City of Malibu, Bluffs Park South Walkway Replacement, Malibu, CA – Project Manager ◢City of San Clemente, East Avenida Cordoba Drainage Study, San Clemente, CA – Project Manager ◢LA Metro, Willowbrook/Rosa Parks Station Improvement Project Design and Engineering Services, Los Angeles, CA – Project Engineer ◢LA Metro, North Hollywood District Transit Center Redevelopment and Electric Bus Charging Infrastructure Design, Hollywood, CA – Project Manager ◢LA Metro, North Hollywood to Pasadena BRT Planning and Environmental Study, Los Angeles to Pasadena, CA – Project Engineer ◢LA Metro, El Monte Transit Center Electric Bus Charging Infrastructure Design, El Monte, CA – Project Manager ◢LA Metro, Rail to Rail Active Transportation Corridor Segment A (Design), Los Angeles, CA – Project Manager ◢LA Metro, Cesar E. Chavez Avenue Transit Center, Los Angeles, CA – Project Manager ◢LA Metro, Division 18 Electric Bus Charging Infrastructure Design, Los Angeles, CA – Project Manager ◢LA Metro, North Hollywood Station Joint Development, Los Angeles, CA – Project Engineer Length of Time at Kimley-Horn: 5 years Patrick Wong, CPD, QSD/P, ENV SP Civil Engineering QC/QA Lead; Erosion Control and SWPPP Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR City of Rancho Cucamonga  TRCASANC003795.2024 23 Professional Credentials •Bachelor of Science, Civil Engineering, Ludwigshafen University of Applied Sciences •Professional Engineer in California #61839 •FAA Commercial Pilot # 2651400 Frank Hoffman, PE Civil Engineering QC/QA Manager Length of Time at Kimley-Horn: 18 years Frank has more than 35 years of diverse experience in civil design and construction management. Throughout his career, Frank has focused on local, state, federal, and private roadway improvements, utility design, water resources, drainage design, airport construction, and private and commercial development projects, among others. His responsibilities include project management, work plan preparation, cost estimating, contractor selection, scheduling and oversight, design specification development, resource allocation, technical and final report preparation and review, quality control (QC/ QA), troubleshooting, negotiation/approval of field changes, and client relations. RELEVANT EXPERIENCE ◢County of San Bernardino, On-Call Professional Services, San Bernardino, CA – Project Engineer ◢SBCTA, I-10/Mt. Vernon Avenue Interchange PA/ED and PS&E, San Bernardino County, CA – Project Engineer ◢Western Riverside County Council of Governments (WRCOG), On-Call for Professional Services, Riverside, CA – QC/QA Reviewer ◢County of Riverside, I-10 Bypass PA/ED, Riverside County, CA – Project Engineer ◢Riverside County Transportation Department (RCTD), I-10/Sunset Avenue Interchange Railroad Grade Separation PS&E, Banning, CA – QC/QA Reviewer ◢City of Ontario, Ontario Ranch Road Bridge, Ontario, CA – Project Manager ◢City of Barstow, North 1st Avenue Bridge Replacement PSR/PDS, PA/ED, Barstow, CA – Project Engineer ◢City of Corona, McKinley Street Grade Separation Drainage, Corona, CA – Project Engineer ◢City of Blythe, Professional Engineering Design Services for the Beautify Blythe Program, Blythe, CA – Project Manager ◢City of Palm Springs, On-Call Civil Engineering Services, Palm Springs, CA – Project Manager ◢City of Palm Springs, Citywide Engineering and Traffic Survey, Palm Springs, CA – Project Engineer ◢City of Indian Wells, On-Call Professional Services, Indian Wells, CA – Project Manager ◢City of Palm Desert, Haystack Road and Highway 74 Intersection Modification, Palm Desert, CA – Project Engineer ◢Coachella Valley Water District (CVWD), Thousand Palms Channel Rehabilitation, Coachella Valley, CA – Roadway Task Lead ◢City of Cathedral City, Professional Engineering Services for Date Palm Drive and Varner Road Safety ◢Improvements, Cathedral City, CA – Project Manager ◢OCTA, Preliminary Engineering and Environmental Documentation for 17th Street Grade Separation Project, Orange County, CA – Project Engineer ◢City of Santa Ana, OC Streetcar Design Review, Santa Ana, CA – Project Engineer ◢City of Lancaster, Program Management Services for Measure R Highway Equity Program, Lancaster, CA – Project Engineer ◢City of Agoura Hills, Kanan Road/Agoura Road Ultimate Intersection Improvements Project, Agoura Hills, CA – Project Engineer ◢LA Metro, SR 138 Project Approval & Environmental Documentation (PA/ED), North Los Angeles County, CA – Project Engineer Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR City of Rancho Cucamonga  TRCASANC003795.2024 24 Professional Credentials • Bachelor of Arts, Environmental Engineering, University of California, Los Angeles • Certified Environmental Professional #99040383 • Envision Sustainability Professional #9362 • National Association of Environmental Professionals, Member Length of Time at Kimley-Horn: 9 years Kevin has more than 38 years of experience managing and preparing environmental and planning studies for public and private sectors clients under the California Environmental Quality Act (CEQA) and National Environmental Policy Act (NEPA). His responsibilities also include staff training and public hearing presentations. Kevin draws on his broad background and understanding of environmental constraints to provide technical and CEQA compliance review and environmental documentation, in addition to research, analysis, and writing. He’s managed a wide range of environmental planning projects, including environmental documents for major infrastructure and land development projects, air quality and noise studies, community participation programs, highly controversial hillside development projects, state-of-the-art visual analyses, facility siting and due diligence studies, and technical support for the California Energy Commission facility siting process. Kevin has never had a CEQA or NEPA document successfully challenged in court. RELEVANT EXPERIENCE ◢City of Rancho Cucamonga, On-Call CEQA Consulting Services, Rancho Cucamonga, CA – Project Manager ◢City of Beaumont, On-Call Environmental Services, Beaumont, CA – Project Manager ◢City of Riverside, CEQA Services for Various Projects, Riverside, CA – Project Manager ◢City of Ontario, South Ontario Logistics EIR, Ontario, CA – Project Manager ◢City of Ontario, Ontario Ranch Business Park Specific Plan Amendment EIR, Ontario, CA – Project Manager ◢City of Palm Springs, On-Call Civil Engineering Services, Palm Springs, CA – Environmental Planner ◢City of Palm Springs, HSIP Cycle 9 Traffic Signal Improvements, Palm Springs, CA – Environmental Planner ◢City of Palm Desert, Highway 111 Widening IS/MND, Palm Desert, CA – Project Manager ◢City of La Quinta, Cove Drainage Improvements IS/MND, La Quinta, CA – Project Manager ◢City of Rancho Mirage, Eisenhower Medical Center Expansion IS/MND, Rancho Mirage, CA – Project Manager ◢Coachella Valley Water District, Thousand Palms Channel Rehabilitation, Coachella Valley, CA – Senior CEQA QC/QA Manager ◢The KPC Group, Coachella Specific Plan Program Environmental Impact Report (EIR), Coachella, CA – CEQA Task Manager ◢County of Riverside, Garden of Champions EIR (Indian Wells Tennis Garden), Riverside County, CA – Project Manager ◢County of Riverside, Washington Avenue Widening IS/MND, Riverside, CA – Project Manager ◢County of Riverside, Del Webb Sun City Specific Plan Amendment IS/MND, Riverside, CA – Project Manager ◢City of Cathedral City, Professional Engineering Services for Date Palm Drive and Varner Road Safety Improvements, Cathedral City, CA – Environmental QC/QA ◢City of San Bernardino, 224 Traffic Signal Improvements HSIP Project, San Bernardino, CA – Environmental Planner ◢City of Moreno Valley, Ironwood Avenue RSA/RSSA, PES, and CE/CE (HSIP Project), Moreno Valley, CA – Environmental Planner ◢The KPC Group, KPC Coachella Specific Plan EIR, Coachella, CA – Environmental Planner/CEQA Task Manager Kevin Thomas, CEP ENV SP Civil Engineering QC/QA Manager Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR City of Rancho Cucamonga  TRCASANC003795.2024 25 Length of Time at Kimley-Horn: 13 years Professional Credentials • Bachelor of Science, Civil Engineering, San Diego State University • Professional Engineer in California #86490 Nicole has been leading and supporting the design of multidisciplinary roadway and transit projects across Southern California for more than 12 years. She has worked on a wide range of projects from local roadway improvements to major interchange projects, from feasibility studies to final design and construction phase services. Her passion is complete streets, active transportation, and safety improvements. Nicole has worked extensively with the City of Los Angeles and Caltrans District 7 and is very familiar with the City and Caltrans’ processes and requirements. RELEVANT EXPERIENCE ◢City of Los Angeles Bureau of Engineering (LABOE), Broadway-Manchester Active Transportation Equity Project, Los Angeles, CA – Project Manager ◢City of Los Angeles, Mission Mile-Sepulveda Project (ATP Cycle 5), PA&ED Phase, Los Angeles, CA – Project Engineer ◢City of Los Angeles, Telfair Avenue Multimodal Bridge Over Pacoima Wash Preliminary Design and Environmental Documentation, Los Angeles, CA – Deputy Project Manager ◢City of Los Angeles, Los Angeles Downtown Streetcar Independent Cost Estimate, Los Angeles, CA – Project Engineer ◢City of Los Angeles, SR 110 Operational Improvements Project, Los Angeles, CA – Project Engineer ◢City of Malibu, Civic Center Way Improvements, Malibu, CA – Project Engineer ◢City of Agoura Hills, Kanan Road/Agoura Road Ultimate Intersection Improvements Project, Agoura Hills, CA – Project Engineer ◢City of Thousand Oaks, Rancho Road Sidewalks and Bike Lanes, Thousand Oaks, CA – Project Engineer ◢LA Metro, SR 138 Project Approval & Environmental Documentation (PA&ED), North Los Angeles County, CA – Project Engineer ◢LA Metro, Willowbrook/Rosa Parks Station Improvement Project Design and Engineering Services, Los Angeles, CA – Project Analyst ◢LA Metro, North Hollywood to Pasadena BRT Planning and Environmental Study, Los Angeles to Pasadena, CA – Project Engineer ◢City of Lancaster, Avenue M Corridor Improvements PS&E, Lancaster, CA – Deputy Project Manager ◢City of Lancaster, Avenue J/SR 14 (SR 138) Interchange PSR-Project Development Support (PDS), PA&ED, and PS&E, Lancaster, CA – Project Engineer ◢City of Lancaster, At-Grade Rail Crossing Improvements (Avenue K, J, M, G), Lancaster, CA – Project Engineer ◢LA Metro, North Hollywood Station Joint Development, Los Angeles, CA – Project Engineer ◢City of Camarillo, Pleasant Valley Road Bike Lanes, Camarillo, CA – Project Engineer ◢City of Bakersfield, Niles and Monterey Complete Streets Improvements, Bakersfield, CA – Project Manager ◢City of San Diego, I-5/Genesee Avenue Interchange PA&ED, PS&E, and Construction Phase Services (CPS), San Diego, CA – Project Engineer Nicole Dias, PE Civil Engineering and Transportation Lead Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR City of Rancho Cucamonga  TRCASANC003795.2024 26 Alan Huynh, PE Civil Engineering and Transportation Lead Alan has been supporting the design of multidisciplinary roadway projects throughout Southern California for over 10 years, with an emphasis on Caltrans approvals. He has been involved with planning and final design for a wide range of projects including interchanges, grade separations, complete streets, roadway widenings, pavement rehabilitation projects, and Americans with Disabilities Act (ADA) corridor improvement projects. His emphasis on these projects includes roadway design, storm drain design, utility design, site civil grading, signing and striping, and traffic handling. RELEVANT EXPERIENCE ◢City of Beaumont, Pennsylvania Avenue Widening, Beaumont, CA – Project Engineer ◢City of Cabazon, I-10 Interchange Caltrans support, Cabazon, CA – Project Manager ◢City of Corona, I-15/Temescal Canyon North CSIS, Corona, CA – Project Manager ◢City of Corona, McKinley Street Grade Separation, Corona, CA – Project Engineer ◢County of Riverside, Transportation Department, Mission Boulevard Bridge Replacement, Riverside, CA – Project Analyst ◢City of Santa Ana, Santa Ana Boulevard & 5th Street Protected Bike Lane PS&E, Santa Ana, CA – Project Engineer ◢Orange County Transportation Authority, Preliminary Engineering and Environmental Documentation for 17th Street Grade Separation Project, Orange County, CA – Project Analyst ◢City of Anaheim, Anaheim Rapid Connection Streetcar, Anaheim, CA – Project Analyst ◢City of Anaheim, Gene Autry Way Improvements and State College Boulevard Improvements (West Side), Anaheim, CA – Project Analyst ◢City of Brea, Imperial Highway (SR-90) at 57 Freeway Southbound On-Ramp Project Initiation Document (PID), and PSR-PR, Brea, CA – Project Manager ◢City of El Monte, Ramona Boulevard at Valley Boulevard Intersection Improvement Project, El Monte, CA – Project Engineer ◢County of San Bernardino, Valley Boulevard and Other Roads Projects, San Bernardino, CA – Project Engineer ◢City of Santa Monica, Lincoln Neighborhood Corridor Streetscape Project (LiNC), Santa Monica, CA – Project Analyst ◢City of Whittier, Environmental and Engineering Services for the Beverly Boulevard at Norwalk Boulevard Realignment Project, Whittier, CA – Project Manager ◢City of Whittier, Whittier Boulevard and Colima Road Intersection Improvements, Whittier, CA – Project Manager ◢Caltrans District 11, I-5 North Coast - PA&ED and PS&E (also Staff Augmentation I-5 HOV Extension PS&E, San Elijo Lagoon Bridge), San Diego, CA – Project Analyst ◢Los Angeles International Airport (LAX), Consolidated Rent-a-Car Facility, Los Angeles, CA – Project Analyst ◢Sacramento County Airport System, Consulting Engineer Services 2015-2022, Sacramento County, CA – Project Analyst Professional Credentials • Master of Science, Engineering Management, University of California, Irvine • Bachelor of Science, Civil Engineering, California State Polytechnic University, Pomona • Professional Engineer in California #90459 Length of Time at Kimley-Horn: 9 years Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR City of Rancho Cucamonga  TRCASANC003795.2024 27 Professional Credentials • Bachelor of Science, California Polytechnic State University, San Luis Obispo • Associate of Science, Civil Engineering, Shasta College • Professional Civil Engineer in California #87935 Naomi is a civil engineer passionate about connecting communities through active transportation design, and has 10 years of experience in municipal, roadway, and highway practices. She has been involved in a range of projects including planning and final design of bikeways, complete streets, roundabouts, and parks, and aquatic centers. Her work with these projects includes public workshops, grant writing, bikeway and trail alignment selection studies, horizontal and vertical design, ADA accessible grading, signage and striping plans, traffic analysis, multimodal level of service/quality evaluation, and collaborating with clients, community members, and local agencies to develop innovative solutions that effectively address challenges. RELEVANT EXPERIENCE ◢City of Palm Desert, CV Link On-Street Class IV and NEV Path Enhancements, Palm Desert, CA – Project Manager ◢City of Desert Hot Springs, Hacienda Avenue Improvement Project, Desert Hot Springs, CA – Project Engineer ◢City of Los Angeles, Broadway-Manchester Active Transportation Equity Project, Los Angeles, CA – Project Engineer ◢City of Burbank, San Fernando Bikeway Design, Burbank, CA – Project Engineer ◢City of Santa Clarita, Newhall Bike Boulevard, Santa Clarita, CA – Project Engineer ◢City of Artesia, Active Transportation Plan, Artesia, CA – Project Engineer ◢City of Camarillo, Central Avenue Bike Lane Design Services, Camarillo, CA – Project Engineer ◢County of Orange, OC Loop Carbon Creek Bikeway (Segment D) and El Cajon Bikeway (Segments F and H), Orange, CA – Project Engineer ◢University of California San Diego (UCSD), Hopkins Lane Cycle Track, La Jolla, CA – Project Engineer ◢City of Escondido, Grand Avenue Vision Project, Phase I and Phase II, Escondido, CA – Project Engineer ◢City of San Diego, El Cajon Boulevard SS4A, San Diego, CA – Project Manager ◢City of National City, Euclid Avenue Pedestrian and Bicycle Enhancements, National City, CA – Project Engineer ◢City of National City, 8th Street and Roosevelt Avenue Active Transportation Corridor, National City, CA – Project Engineer ◢City of National City, SRTS Pedestrian Enhancements, National City, CA – Project Engineer ◢City of La Mesa, Traffic Engineering Services for Lake Murray Boulevard and 70th Street Bike Network Gap Concept Development, La Mesa, CA – Project Manager ◢SANDAG, Uptown Bikeways Phase 4 Final Design, San Diego, CA – Project Manager ◢SANDAG, Central Avenue Bikeway Preliminary Engineering and Final Design, San Diego, CA – Project Manager/Project Engineer ◢SANDAG, North Park-Mid City Regional Bikeways, San Diego, CA – Project Engineer ◢SANDAG, Border to Bayshore Bikeway Advanced Preliminary Engineering, San Diego, CA – Project Engineer ◢SANDAG, Voigt Drive Improvements PS&E, San Diego, CA – Project Engineer ◢City of Union City, Union City Boulevard Bike Lanes Project, Union City, CA – Project Engineer Naomi Germain, PE, TE Bicycle and Pedestrian Facilities Lead Length of Time at Kimley-Horn: 10 years Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR City of Rancho Cucamonga  TRCASANC003795.2024 28 Professional Credentials • Bachelor of Science, Civil Engineering, California Polytechnic State, San Luis Obispo • Professional Engineer in California #94025Length of Time at Kimley-Horn: 5 years Brandon has supported various municipal and Caltrans transportation preliminary and final design efforts, with extensive experience in roadway geometrics, alternatives development, drainage and stormwater design, traffic control and stage construction strategies, utility coordination, right-of-way acquisition, and cost estimation. Brandon has been involved with various stages of project development, including PA&ED, PS&E, and construction phase services, and he has a proficient understanding of design standards and requirements necessary to progress construction plans and reports to approval. RELEVANT EXPERIENCE ◢City of Los Angeles, Mission Mile Sepulveda Project PA&ED, Los Angeles, CA – Design Lead ◢City of Los Angeles, Broadway-Manchester Active Transportation Equity Project, Los Angeles, CA – Project Engineer ◢City of Los Angeles, Telfair Avenue Multimodal Bridge Over Pacoima Wash, Los Angeles, CA – Project Engineer ◢City of Bakersfield, Monitor Street SRTS Improvements, Bakersfield, CA – Project Engineer ◢City of Bakersfield, Niles Street and Monterey Street Complete Streets PS&E, Bakersfield, CA – Project Engineer ◢City of Bakersfield, 24th Street Safety Improvements, Lancaster, CA – Project Manager ◢City of Camarillo, Pleasant Valley Road Bike Lanes, Camarillo, CA – Project Engineer ◢City of Lancaster, Pedestrian Gap Closure, Lancaster, CA – Project Engineer ◢City of Lancaster, Avenue J/SR 14 (SR 138) Interchange PSR-PDS, PA&ED, and PS&E, Lancaster, CA – Project Engineer ◢City of Lancaster, Avenue M Interchange and ATP Corridor Improvements, Lancaster, CA – Project Engineer ◢City of Alhambra, 710 North Arterial and I-10 Interchange Improvements at I-10/ Fremont Avenue, I-10/Atlantic Boulevard, and I-10/ Garfield Avenue, Alhambra, CA – Project Engineer ◢City of Malibu, Pacific Coast Highway Signal System Improvements Project, Malibu, CA – Project Engineer ◢City of Lancaster, At-Grade Rail Crossing Improvements (Avenue K, J, M, G), Lancaster, CA – Project Engineer ◢City of Lancaster, Lancaster Health District Construction Support, Lancaster, CA – Project Engineer Brandon Friedman, PE Pavement Rehabilitation Lead Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR City of Rancho Cucamonga  TRCASANC003795.2024 29 Professional Credentials • Bachelor of Science, Civil Engineering, University of California, Irvine • Professional Engineer in California #96423 Angelo Pastelin, PE Pavement Rehabilitation Lead; Traffic Signal and ITS Design Lead Length of Time at Kimley-Horn: 5 years Angelo is a licensed professional engineer with experience across a variety of municipal projects including pavement rehabilitation, intersection improvements, signal synchronization, traffic calming, and safety studies. During his five year tenure at Kimley-Horn, he has supported a diverse range of design, analysis, and operations projects, including fiber design, traffic signal design, signing and striping design, and temporary traffic control design. Angelo has also led the design and data collection for traffic signal synchronization projects across Los Angeles, Ventura, and Orange counties. He is currently leading the City of Rancho Cucamonga's Advanced Traffic Management System Phase II Project. RELEVANT EXPERIENCE ◢City of Rancho Cucamonga, Advanced Traffic Management System Phase II, Rancho Cucamonga, CA – Project Manager ◢City of Rancho Cucamonga, On-Call General Civil and Traffic Engineering Services, Rancho Cucamonga, CA – Project Engineer ◢City of Rancho Cucamonga, Banyan Street Pavement Rehabilitation, Rancho Cucamonga, CA – Project Manager ◢City of Rancho Cucamonga, Traffic Signal Design and Flashing Yellow Arrow Modifications, Rancho Cucamonga, CA – Project Engineer ◢City of Agoura Hills, On-Call Engineering Services, Agoura Hills, CA – Project Engineer ◢City of Hawthorne, On-Call Engineering Services, Hawthorne, CA – Project Engineer ◢City of Norwalk, Local Streets Rehabilitation, Norwalk, CA – Project Engineer ◢City of Lomita, Traffic Calming Toolkit, Lomita, CA – Project Engineer ◢City of Los Angeles Bureau of Engineering, Broadway-Manchester Active Transportation Equity Project, Los Angeles, CA – Analyst ◢City of Lancaster, At-Grade Rail Crossing Improvements (Avenue K, J, M, G), Lancaster, CA – Analyst ◢City of Oxnard, Oxnard Boulevard & Saviers Road Signal Improvements, Oxnard, CA – Analyst ◢City of Ventura, Design of Traffic Signal Communicaiton System Upgrade Project Phase I, Ventura, CA – Analyst ◢City of Irvine, Barranca Parkway Regional Traffic Signal Synchronization Program, Irvine, CA – Analyst ◢City of Norwalk, Design Services for Local Streets Rehabilitation Program Phase I, Norwalk, CA – Project Engineer Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR City of Rancho Cucamonga  TRCASANC003795.2024 30 Length of Time at Kimley-Horn: 8 years Zach McFann, PE, TE, IES Lighting Design Lead; Traffic Signal and ITS Design Lead Zach is a professional civil and traffic engineer with experience in lighting analysis and lighting design as well as traffic engineering and ITS design, planning, and analysis projects. He has worked with both public and private sector clients, and his experience includes street and site lighting design, Dark Sky Program implementation and compliance, traffic engineering design, traffic intersection operations and modeling, planning-level traffic studies, fiber-optic master planning, and contractor maintenance management. Zach’s key areas of lighting expertise include Dark Sky Ordinance review and support, photometric analysis, site lighting, roadway lighting, roundabout lighting, circuit design, and voltage drop calculations. His key areas of traffic engineering expertise includes signal design, signal interconnect design, street lighting design and photometric analysis, and signing and striping design. RELEVANT EXPERIENCE ◢City of Rancho Cucamonga, On-Call General Civil and Traffic Engineering Services, Rancho Cucamonga, CA – Project Engineer ◢City of Rancho Cucamonga, Advanced Traffic Management System Phase II, Rancho Cucamonga, CA – Project Engineer ◢City of Rancho Cucamonga, Baseline and Spruce Signal and Roadway Improvements, Rancho Cucamonga, CA – Project Engineer ◢City of Norwalk, On-Call Professional Engineering Services for Design, Project Management, and Construction Support Services, Norwalk, CA – Project Manager ◢City of Ventura, On-Call 3-Year Professional Services, Ventura, CA – Project Engineer ◢City of Malibu, On-Call Traffic Engineering Services, Malibu, CA – Project Engineer ◢City of Malibu, Dark Sky Consulting Services, Malibu, CA – Project Engineer ◢City of Malibu, Webb/Stuart Ranch at Civic Center Intersection Safety Lighting Analysis Study, Malibu, CA – Project Engineer ◢City of Malibu, Civic Center Roadway Realignment and Complete Streets Improvements, Malibu, CA – Project Engineer, Street Lighting ◢City of Agoura Hills, Photometric Analysis Study on Reyes Adobe Road, Agoura Hills, CA – Project Engineer ◢City of Agoura Hills, Agoura Hills Event Center ADA Improvements, Agoura Hills, CA – Pathway Lighting Design ◢City of Lancaster, Health District PS&E, Lancaster, CA – Street Lighting, On-Site Lighting, and Electrical Design ◢City of Lancaster, Pedestrian Gap Closure (Street Lighting), Lancaster, CA – Street Lighting and Electrical Design ◢City of Lancaster, Avenue M/SR 138 (SR 14) Interchange Improvements, PS&E, Lancaster, CA – Street Lighting and Ramp Metering Design ◢City of Norwalk, Norwalk Boulevard Traffic Signal Synchronization Project, Norwalk, CA – Project Manager ◢City of Norwalk, Traffic Signal Improvements Along Studebaker Road, Norwalk, CA – Project Engineer ◢City of Norwalk, Traffic Signal Improvements Along Alondra Boulevard, Norwalk, CA – Project Engineer ◢City of Thousand Oaks, Rancho Road Sidewalks and Bike Lanes, Thousand Oaks, CA – Photometrics Analysis Lead ◢City of Oxnard, Highway Safety Improvement Program (HSIP) Cycle 10 Traffic Signal Modification Project, Oxnard, CA – Project Manager ◢City of Oxnard, Oxnard Boulevard and Saviers Road Signal Improvements, Oxnard, CA – Project Engineer ◢City of Ventura, Traffic Signal Communication System Upgrade Project Phase I and II, Ventura, CA – Project Engineer ◢City of Irvine, Protected-Permissive Left Turn Phasing Project Phase II, CA – Project Engineer Professional Credentials • Bachelor of Science, Civil and Environmental Engineering, University of California, Los Angeles • Professional Engineer in California #90459 • Transportation Engineer in California #3064 • Illuminating Engineering Society (IES), Member #827220 Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR City of Rancho Cucamonga  TRCASANC003795.2024 31 Professional Credentials • Bachelor of Science, Civil Engineering, California State University, Chico • Professional Engineer in California #49671 • American Society of Civil Engineers (ASCE), Member Length of Time at Kimley-Horn: 7 years Andrew has 36 years of experience with a solid background in project management and structural design, leading the design of over 75 bridge projects, representing well over 100 individual bridges, including PS&E and APS for both PSR and PR/ED documents. He has served as a structural design manager on dozens of projects, including heading up the structural design team for some of Kimley-Horns most structurally-focused projects. Andrew’s entire career has been in California, managing and designing bridges and wall in high seismic areas. This includes vehicular, pedestrian, light-rail and heavy freight rail structures. All of the bridges that Andrew has been involved with require seismic design. The construction cost of these projects ranges from $800K to over $60M for the more complex projects. RELEVANT EXPERIENCE ◢City of Ontario, Ontario Ranch Road Bridge, Ontario, CA – Structural Task Manager ◢City of Riverside, I-215/Van Buren Blvd Interchange PA&ED and PS&E, Riverside, CA – Structural Engineer ◢County of San Bernardino, I-10/Mt. Vernon Avenue Interchange PA&ED/PS&E, San Bernardino County, CA – Structural Engineer ◢City of Palm Springs, On-Call Civil Engineering Services, Palm Springs, CA – Structural Engineer ◢City of Chula Vista, CVEATC Pedestrian Bridge Repair, GGV0241, Chula Vista, CA – Project Manager ◢City of San Diego, Accelerated Sewer Group 852 Modification #1, San Diego, CA – Project Manager ◢San Diego Zoo Safari Park, Wastewater Treatment Plant Expansion, Water Pipeline Upgrades and Safari Park Grant Support, Escondido, CA – Structural Engineer ◢Caltrans D11, Voigt Drive/I-5 North Coast Corridor (NCC) Improvements (PS&E), San Diego, CA – Structural Task Manager ◢City of San Diego, I-5/Genesee Avenue Interchange PA&ED, PS&E and Construction Phase Services, San Diego, CA – Structural Engineer ◢City of Thousand Oaks, Transportation Center, Bus Parking Expansion (CI 5269), Thousand Oaks, CA – Structural Engineer ◢Los Angeles International Airport (LAX), Consolidated Rent-a-Car Facility, Los Angeles, CA – Structural Engineer ◢LA Metro, I-10/I-110 Express Lanes - Roadside Toll Collection System, Los Angeles, CA – Structural Engineer ◢City of Inglewood, Intelligent Transportation Systems (ITS) Gap Closure Part I, Inglewood, CA – Structural Engineer ◢City of Ceres, Mitchell Road/SR 99 PA&ED and PS&E, Ceres, CA – Structural Engineer ◢City of Lancaster, Avenue J/SR 14 (SR 138) Interchange PSR-PDS, PA&ED and PS&E, Lancaster, CA – Structural Engineer ◢City of Lancaster, At-Grade Rail Crossing Improvements (Avenue K, J, M, G), Lancaster, CA – Structural Engineer ◢City of Rialto, Frisbie Park Sewer Lift Station Design, Rialto, CA – Structural Engineer ◢City of Rialto, Renaissance East Zone 1A-1 Booster Pump Station, Rialto, CA – Structural Engineer ◢City of Barstow, First Avenue Bridge Over Mojave River Bridge Replacement PA&ED, Barstow, CA – Structural Engineer Andrew Sanford, PE Structural Lead Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR City of Rancho Cucamonga  TRCASANC003795.2024 32 Length of Time at Kimley-Horn: 27 years Professional Credentials • Master of Science, Civil Engineering (Water Resources), San Diego State University • Bachelor of Science, Civil Engineering, San Diego State University • Professional Engineer in California #61788 • American Society of Civil Engineers (ASCE), MemberSam has more than 27 years of experience on a variety of complex water and wastewater engineering projects. His experience includes designing and managing projects involving sewer pipelines, water pipelines, pipeline rehabilitation, trenchless installation, sewer pump stations, water pump stations, tanks, pressure reducing stations, treatment, metering facilities, planning studies, and hydraulic modeling for various municipalities throughout Southern California. RELEVANT EXPERIENCE ◢County of San Bernardino, On-Call Professional Services, San Bernardino, CA – Wastewater/Treatment Task Manager ◢County of San Bernardino, Sanitary Sewer System Management Plan Update, San Bernardino, CA – Principal ◢County of San Bernardino, Lakeview SLS—Odor Control and Rehabilitation, San Bernardino County, CA – QC/QA Manager ◢County of San Bernardino, CSA 82 (Searles Valley Sewer Improvement Project), Trona, CA – Deputy Project Manager ◢County of San Bernardino, Oro Grande CSA 42 Tank Replacement, San Bernardino, CA – Project Engineer ◢SBCTA, I-10/Mt. Vernon Avenue Interchange, San Bernardino, CA – Project Engineer ◢RCTD, I-10 Banning Bypass, New Road to Connect Hathaway Street to Apache Trail, Riverside, CA – Project Engineer ◢RCTD, I-215/Van Buren Boulevard Interchange PA/ED and PS&E, Riverside, CA – Project Engineer ◢County of Riverside, Meridian Business Park South Campus Drainage Master Plan and PS&E, Riverside, CA – Project Engineer ◢City of Rialto, Frisbie Park Sewer Lift Station Design, Rialto, CA – Principal-in-Charge ◢City of Beaumont, 4th Street Sewer Lift Station, Beaumont, CA – Project Engineer ◢City of Corona, McKinley Street Grade Separation Drainage, Corona, CA – Project Engineer ◢City of Temecula, Main Street Bridge Hydraulic Design, Temecula, CA – Deputy Project Manager ◢City of Barstow, North 1st Avenue Bridge Replacement PSR/PDS, PA/ED, and PS&E Drainage Design, Barstow, CA – Drainage Task Lead ◢Padre Dam Municipal Water District, I-8 Unencased Transmission Main Replacement, Santee, CA – Project Manager ◢City of San Diego, I-5/Genesee Avenue Interchange Improvements and Pipeline Replacement PA/ED and PS&E, San Diego, CA – Project Engineer ◢Rancho Mission Viejo, Trampas 30-Inch Recycled Waterline Extension, Rancho Mission Viejo, CA – Project Manager ◢City of Oceanside, Oceanside Downtown Water and Sewer Pipelines Replacements—Phase 2, Oceanside, CA – Project Manager ◢San Diego Zoo Safari Park, Wastewater Treatment Plant Expansion, San Diego, CA – Project Manager ◢City of Chula Vista, Parkside Sewer Lift Station Rehabilitation, Chula Vista, CA – Project Manager Sam McWhorter, PE Hydrology, Drainage, and Water Quality Lead Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR City of Rancho Cucamonga  TRCASANC003795.2024 33 Professional Credentials • Bachelor of Science, Civil and Environmental Engineering, University of California, Berkeley • Professional Engineer in California #63164 • Leadership in Energy and Environmental Design Accredited Professional (LEED AP) • American Society of Civil Engineers (ASCE), Member • U.S. Green Building Council – National Capital Region, Member Jason has 25 years of experience in civil engineering design and management, primarily focused on public and private land development projects. His technical experience includes all civil design aspects of land development projects including grading, drainage, and utility design, along with extensive knowledge of hydrology and hydraulics, and water quality standards. His innovative approach to drainage and water quality design includes experience with low-impact development (LID), hydromodification, green streets, and large watershed studies. He has worked extensively in all counties in Southern California and has successfully completed the design of several projects in Orange County ranging from one acre to over 100 acres in size. RELEVANT EXPERIENCE ◢City of Irvine, Consultant Team Program 2022-2025, Irvine, CA – Project Engineer ◢University of California, Irvine (UC Irvine), Environmental Consulting Services for Various Capital Improvement Projects, Irvine, CA – Hydrology/Water Quality ◢City of Tustin, Red Hill Corridor Specific Plan and EIR, Tustin, CA – Project Engineer ◢Legacy Partners, Sunflower Santa Ana, Santa Ana, CA – Project Manager ◢Los Angeles County, Harbor-UCLA Medical Center Master Plan Implementation, Los Angeles, CA – Project Engineer ◢Main Place Mall Expansion Phase I, Santa Ana, CA – Project Manager ◢Regency Centers, Village at Tustin Legacy, Tustin, CA – Project Manager ◢Valencia Commerce Center, Santa Clarita, CA – Project Manager ◢Vineyards at Porter Ranch, Porter Ranch, CA – Project Manager ◢The Colonies Drainage Study, Upland, CA – Project Engineer ◢City of Eastvale, Eastvale Homestead 52 CDs, Eastvale, CA – Project Manager ◢Shapell Properties, The Vineyards at Porter Ranch, Porter Ranch, CA – Project Engineer ◢Architects Orange, The Collection at Westfield UTC, San Diego, CA – Project Engineer ◢Orbis Financial, LLC, The Merge Eastvale - On-Site CDs, Eastvale, CA – Project Engineer ◢The Kroger Company, Oxnard Food 4 Less #335 Shopping Center, Oxnard, CA – Project Manager ◢City of Burbank, 2311 North Hollywood Way Project SCEA, Burbank, CA* – Project Manager ◢City of San Gabriel, Pacific Square San Gabriel Mixed-Use Project EIR, San Gabriel, CA* – Project Engineer *Prior to joining Kimley-Horn Length of Time at Kimley-Horn: 13 years Jason Marechal, PE, LEED AP Utilities Lead Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR City of Rancho Cucamonga  TRCASANC003795.2024 34 Professional Credentials • Bachelor of Science, Social Ecology, University of California, Irvine • American Institute of Certified Planners #9036 • American Planning Association (APA), Board Member Dana is an urban planner with over 40 years of private-sector and public-sector experience that has focused on environmental analysis, project management, and planning documentation for multi-issue development and infrastructure projects. Her projects include preparation of California Environmental Quality Act (CEQA) documentation for large- and small-scale urban infill and greenfield developments, public infrastructure, and policy programs. In addition, she provides public sector staff support services, including staff report preparation, third-party reviews, and public hearing presentations, as well as project management services to local agencies and private development applicants. She has also conducted CEQA training in coordination with the Association of Environmental Professionals (AEP) as well as for the City of Newport Beach and the University of California, Irvine (UCI). RELEVANT EXPERIENCE ◢City of Moreno Valley, Environmental CEQA Consulting Services 2018-2020, Moreno Valley, CA – Environmental Lead ◢City of Moreno Valley, On-Call Environmental Document Services 2020-2023, Moreno Valley, CA – Environmental Lead ◢City of Irvine, Consultant Team Program, Irvine, CA – Environmental Lead ◢University of California, Irvine (UC Irvine), On-Call Environmental Services, Irvine, CA – Environmental Lead ◢City of Long Beach, On-Call Environmental, Planning, and Affordable Housing Consulting Services, Long Beach, CA – Environmental Lead – Environmental Lead ◢UC Irvine, Environmental Consulting Services for Various Capital Improvement Projects, Irvine, CA – Environmental Lead ◢City of Orange, On-Call Environmental Consultant List, Orange, CA – Environmental Lead ◢City of San Clemente, On-Call Environmental Consulting Services, San Clemente, CA – Environmental Lead ◢City of Anaheim, On-Call Environmental Review Services, Anaheim, CA – Environmental Lead ◢City of Huntington Beach, On-Call Environmental CEQA Consulting Services, Huntington Beach, CA – Environmental Lead ◢City of Fullerton, Professional Services for On-Call CEQA Services, Fullerton, CA – Environmental Lead ◢UC Irvine, Campus Medical Complex (ICMC) EIR, Irvine, CA – Environmental Lead ◢City of Los Angeles, Environmental Consultants for City Development Projects, Los Angeles, CA – Environmental Lead ◢City of Pittsburg, On-Call Environmental Consultant Services, Pittsburg, CA – Environmental Lead ◢City of Santa Ana, Environmental and Planning Services, Santa Ana, CA – Environmental Lead ◢City of Fullerton, 600 West Commonwealth Avenue Mixed-Use Specific Plan and IS/MND, Fullerton, CA – Environmental Lead ◢City of Downey, Rancho Los Amigos South Campus - Specific Plan, Downey, CA – Environmental Lead ◢City of Encinitas, Housing Element Update, 5th Cycle and Court-Mandated, Encinitas, CA – Environmental Lead Length of Time at Kimley-Horn: 10 years Dana Privitt, AICP Environmental Studies Lead Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR City of Rancho Cucamonga  TRCASANC003795.2024 35 Length of Time at Kimley-Horn: 10 years Professional Credentials • Bachelor of Science, Landscape Architecture, Ohio State University • Professional Landscape Architect in California #6633 • The Council of Landscape Architectural Registration Boards, Member #40708 Randall has over 20 years of professional experience in a wide variety of landscape architectural, planning, and graphic services on projects throughout Southern California. His skills include site inventory/analysis, master planning, design development, graphic presentation, 3D modeling, project management, and detailed technical drawings. Randall utilizes his diverse project background to work closely with individual clients to interpret input and so that the proper vision has been achieved throughout the planning and design implementation process. Regardless of the project size, his approach is the same: work in harmony with clients and citizens to generate project goals and objectives, and develop programs and alternatives, cost projections, graphics for public display, and construction documents. RELEVANT EXPERIENCE ◢City of Moreno Valley, On-Call Landscape and Irrigation Design Services, Moreno Valley, CA – Landscape Architect ◢County of Riverside, Parks On-Call Architectural and Engineering Services, Riverside, CA – Landscape Architect ◢City of Moreno Valley, Landscape Architecture Design Services for Moreno Valley Bark Park Project, Moreno Valley, CA – Landscape Architect ◢City of Irvine, Consultant Team Program, Irvine, CA – Landscape Architect ◢Meridian Development, Millenia Park-Chula Vista, Chula Vista, CA – Landscape Architect ◢City of El Centro, Plank Park, El Centro, CA – Landscape Architect ◢City of El Centro, El Centro Aquatic Center, El Centro, CA – Landscape Architect ◢City of Lancaster, At-Grade Rail Crossing Improvements (Avenue K, J, M, G), Lancaster, CA – Landscape Architect ◢City of Lancaster, Avenue M Interchange Improvements PS&E, Lancaster, CA – Landscape Architect ◢City of Marina, Imjin Parkway Widening Project, Marina, CA – Landscape Architect ◢City of San Diego, Egger/South Bay Community Park ADA Improvements, San Diego, CA – Landscape Architect ◢City of National City Signage and Wayfinding Plan, National City, CA – Landscape Architect ◢Spurlock Landscape Architects, City of San Diego, Ocean Air/Carmel Valley Community Parks ADA Improvements, San Diego, CA – Landscape Architect ◢DLR Group, Pleasant View Elementary School Interim Housing Campus, Huntington Beach, CA – Landscape Architect ◢City of Chula Vista, Millennia Park, Chula Vista, CA – Landscape Architect ◢City of San Diego, Kindred Rooftop Dog Park, San Diego, CA – Landscape Architect ◢City of National City, Kimball Park, National City, CA – Landscape Architect ◢City of Seeley, Bates Park Master Plan, Seeley, CA – Landscape Architect Randall Kopff, PLA Landscape and Irrigation Lead; Landscape Architecture QC/QA Manager Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR City of Rancho Cucamonga  TRCASANC003795.2024 36 Professional Credentials • Master of Science, Landscape Architecture, University of Florida • Bachelor of Science, Business Administration, Florida State University • Professional Landscape Architect in California #5798 • Certified Landscape Irrigation Auditor #92638 • Council of Landscape Architectural Registration Boards #21623 • American Society of Landscape Architects (ASLA), Member Length of Time at Kimley-Horn: 20 years Michael has 20 years of landscape architectural experience in streetscapes, master planning, site design, amenity areas, planting and irrigation design, and the preparation of tree mitigation plans. His background includes coordinating multidisciplinary design projects involving civil engineering, roadway design, transportation design, landscape architecture, urban planning, and architecture. He strives to use plant palettes that combine aesthetics with a sensitivity towards efficient water use by pulling in native and adaptive species. He has a significant resume of parks, streets and pedestrian thoroughfares, and transportation corridors within the public realm. RELEVANT EXPERIENCE ◢Riverside County Transportation Department, I-10/Sunset Avenue Interchange Railroad Grade Separation PS&E, Banning, CA – Landscape Architect ◢City of Palm Springs, On-Call Civil Engineering Services, Palm Springs, CA – Landscape Architect ◢City of Palm Springs, Demuth Park Development, Palm Springs, CA – Landscape Architect ◢City of Desert Hot Springs, Hacienda Avenue Improvement Project, Desert Hot Springs, CA – Landscape Architect ◢City of Brawley, Alyce Gereaux Park Renovations, Brawley, CA – Landscape Architect ◢City of El Centro, Engineering Design and Architectural Design Services for Plank Park, El Centro, CA – Landscape Architect ◢City of San Marcos, Rancho Coronado Park, San Marcos, CA – Landscape Architect ◢City of Thousand Oaks, Rancho Road Sidewalks and Bike Lanes, Thousand Oaks, CA – Landscape Architect ◢City of Lancaster, SR 138 Design Guidelines and Corridor Aesthetics, Lancaster, CA – Landscape Architect ◢City of Santa Ana, Santa Ana Boulevard and 5th Street Protected Bike Lane PS&E, Santa Ana, CA – Landscape Architect ◢City of Glendale, Wilson Avenue Multimodal Improvements Project, Glendale, CA – Landscape Architect ◢LA Metro, Beautification Guidelines, Los Angeles, CA – Landscape Architect ◢LA Metro, Strategic Plan Development for Freeway Beautification Program, Los Angeles, CA – Deputy Project Manager ◢City of National City, A Avenue Green Street, National City, CA – Landscape Architect ◢City of National City, Paradise Creek Educational Park, National City, CA – Landscape Architect ◢City of National City, El Toyon Park Master Plan, National City, CA – Landscape Architect ◢City of National City, Kimball Park Master Plan Improvements, National City, CA – Landscape Architect ◢City of San Diego, I-5/Genesee Avenue Interchange PA&ED, PS&E and Construction Phase Services (CPS), San Diego, CA – Quality Control, Landscape Architect ◢City of San Diego, Voigt Drive/I-5 North Coast Corridor (NCC) Improvements (PS&E), San Diego, CA – Landscape Architect Michael Madsen, PLA, CLIA, ASLA Landscape and Irrigation; Irrigation Specialist Lead Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR City of Rancho Cucamonga  TRCASANC003795.2024 37 Length of Time at Kimley-Horn: 5 years Professional Credentials • Master of Science, Civil Engineering, Missouri University of Science & Technology • Bachelor of Science, Civil Engineering, Visvesvaraya National Institute of Technology, India • Professional Engineer in California (#83100) and Texas (#109776) • Professional Traffic Engineer in California (#2760) • Professional Traffic Operations Engineer (#3323) • Women’s Transportation Seminar (WTS), Member • Orange County Traffic Engineering Council (OCTEC), Member • Institute of Transportation Engineers (ITE), Member Sowmya brings over 16 years of professional experience as a transportation engineer. She is experienced in corridor operational analyses, traffic impact analyses, traffic signal designs, illumination designs, temporary/permanent traffic control plans, traffic control warrant analyses, parking studies, pedestrian studies, crash analyses, and innovative intersection improvements. She has provided support for the development of transportation simulation models, preparation of grant applications, and review of connected vehicle applications for agencies. RELEVANT EXPERIENCE ◢City of Los Angeles, Department of Recreation and Parks, Griffith Park Safety and Mobility Active Transportation Project, Los Angeles, CA – Project Manager ◢City of Diamond Bar, On-Call Civil and Traffic Engineering Services, Diamond Bar, CA – Project Manager ◢City of Irvine, Civic Center Main and Secure Parking Lot Expansion, Irvine, CA – Senior Project Engineer ◢City of Irvine, Great Park Parking Lots 6 and 7 Circulation Analysis and Conceptual Plans, Irvine, CA – Project Manager ◢City of Lancaster, Safe Routes to School Master Plan, Lancaster, CA – Project Manager ◢City of Lancaster, Local Road Safety Plan, Lancaster, CA – Project Manager ◢City of Lancaster, Avenue L/SR 14 (SR 138) Interchange PA&ED, Lancaster, CA – Senior Project Engineer ◢City of Lancaster, Avenue M Interchange Improvements PS&E, Lancaster, CA – Senior Project Engineer ◢City of Malibu, On-Call Traffic and Civil Engineering Services, Malibu, CA – Senior Project Engineer ◢City of Malibu, 2021 Engineering and Traffic Survey, Malibu, CA – Senior Project Engineer ◢City of Simi Valley, Local Road Safety Plan, Simi Valley, CA – Project Engineer ◢City of Agoura Hills, On-Call Traffic Engineering Services, Agoura Hills, CA – Senior Project Engineer ◢City of Agoura Hills, SB 743 Implementation Guidelines, Agoura Hills, CA – Senior Project Engineer ◢City of Westlake Village, SB 743 Implementation Guidelines, Westlake Village, CA – Project Manager ◢City of South Gate, As-Needed Engineering Services, South Gate, CA – Senior Project Engineer ◢City of Cerritos, Del Amo Boulevard Phase I, Cerritos, CA – Senior Project Engineer ◢City of Alhambra, 710 North Arterial and I-10 Interchange Improvements at I-10/Fremont Avenue, I-10/Atlantic Boulevard, and I-10/Garfield Avenue, Alhambra, CA – Senior Project Engineer ◢City of Oxnard, Five Points Intersection Feasibility Study, Oxnard, CA – Senior Project Engineer ◢LA Metro, North Hollywood to Pasadena BRT Planning and Environmental Study, Los Angeles to Pasadena, CA – Senior Project Engineer ◢OCTA, Santa Ana Transit Cooperative Study, Santa Ana, CA – Senior Project Engineer ◢OCTA, Traffic Signal Synchronization Master Plan Update, Orange County, CA – Project Engineer Sowmya Chandrasekhar, PE, TE, PTOE Traffic Engineering Task Manager Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR City of Rancho Cucamonga  TRCASANC003795.2024 38 Length of Time at Kimley-Horn: 1 years Ryan has 18 years of experience and is a recognized leader in the transportation and public works field. He has served in leading roles on many transportation and public works projects, and has extensive experience managing projects for the City. He has an extensive planning and design background and is effective at anticipating and resolving problems and issues on concurrent project task orders involving multidisciplined project teams, agencies, and subconsultants. Ryan is highly skilled at managing “on-call” type projects and understands that our team will serve as an extension of your staff. RELEVANT EXPERIENCE ◢City of Palm Springs, HSIP Cycle 9 Traffic Signal Improvements, Palm Springs, CA – Project Engineer ◢City of Palm Springs, Local Road Safety Plan, Palm Springs, CA – Task Manager ◢City of Indio, HSIP Cycle 9 Traffic Signal Improvements, Indio, CA – Technical Lead ◢City of Palm Springs, Ramon Road Bridge Replacement PS&E, Palm Springs, CA – Subconsultant Project Manager (Traffic Engineering) ◢City of Menifee, HSIP Citywide Traffic Signal Safety Improvement, Menifee, CA – Project Engineer ◢City of Twentynine Palms, SSARP, Twentynine Palms, CA – Project Manager* ◢County of Los Angeles, Willowbrook 2 (AHSC) Complete Streets Project, Task Order PW15151-022, Los Angeles, CA – Project Manager* ◢City of Anaheim, On-Call Traffic Engineering Servies, Anaheim, CA – Contract Manager* ◢City of Orange, As-Needed Traffic Engineering Services, Orange, CA – Project Manager* ◢Town of Apple Valley, Town-wide School Zone Analysis and LRSP, Apple Valley, CA – Project Manager* ◢Town of Apple Valley, SRTS Master Plan, Apple Valley, CA – Project Manager* ◢Town of Apple Valley, The “Village” SR 18 Corridor Enhancement Plan, Apple Valley, CA – Project Manager* ◢Caltrans, Coast Highway Intersection Improvement Feasibility Study, Laguna Beach, CA – Project Manager* ◢City of Long Beach, As-Needed Traffic Engineering and Transportation Planning Services, Long Beach, CA – Contract Manager* ◢City of Long Beach, Studebaker Road Complete Streets/ITS Project, Long Beach, CA – Task Manager* ◢City of Long Beach, 3rd Street and Broadway Cycletrack PS&E, Long Beach, CA – Project Senior Engineer* ◢City of Seal Beach, Seal Beach TSSP Project, Seal Beach, CA – Project Manager* ◢City of Santa Monica, On-Call Traffic Signal Timing Database Conversions, Training, and Development Support, Santa Monica, CA – Project Manager* ◢City of Santa Monica, Traffic Signal System Inventory and Assessment Master Plan, Santa Monica, CA – Project Manager* ◢City of Pomona, On-Call Traffic Engineering Services, Pomona, CA – On-Call Assistant City Traffic Engineer* ◢City of Diamond Bar, On-Call Traffic Engineering Services, Diamond Bar, CA – Technical Support Staff* ◢City of Inglewood, Arbor Vitae Street, La Cienega Boulevard, and Florence Avenue Traffic Signal Synchronization, Inglewood, CA – Project Manager* *Performed prior to joining Kimley-Horn Professional Credentials • Bachelor of Arts, Social Ecology, University of California, Irvine • Professional Engineer in California #91422 • Traffic Engineer in California #2692 Ryan Calad, PE, TE Traffic Engineering QC/QA Manager; Signing, Striping, Traffic Calming, and Traffic Control Plans Lead Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR City of Rancho Cucamonga  TRCASANC003795.2024 39 Professional Credentials • Bachelor of Science, Civil Engineering, California Polytechnic State University, San Luis Obispo • Professional Civil Engineer in California #60296 • Former Instructor for UC Berkeley’s ITS “Advanced Traffic Signal Operations” CourseBrian has 27 years of experience in California providing a broad range of traffic and civil engineering services to public agencies. His experience includes signal timing and coordination, signal system design and evaluation, pedestrian/bicycle studies, traffic operations and safety studies, and ramp meter analysis and rate development. For the past two-and- a-half decades, Brian has been one of the leaders in signal timing in California, having managed hundreds of signal re-timing projects involving nearly 5,000 traffic signals. His extensive experience managing various large-scale, multijurisdictional traffic signal timing programs has provided him the in-depth knowledge and insight into the type of services needed to complete signal timing projects of any size or complexity. RELEVANT EXPERIENCE ◢MTC, Program for Arterial System Synchronization (PASS) 2010-2023, Bay Area, CA – Project Manager ◢OCTA, El Toro Road East Corridor TSSP, Orange County, CA – QC/QA Manager, Principal-in-Charge, and Fine-Tuning Lead ◢City of Irvine, Barranca Parkway Regional TSSP, Irvine, CA – QC/QA Reviewer, Principal-in-Charge, Fine-Tuning Lead ◢OCTA, Chapman Avenue Corridor TSSP, Orange County, CA – QC/QA Reviewer, Principal-in-Charge, Fine-Tuning Lead ◢OCTA, Newport Avenue North TSSP, Orange County, CA – QC/QA Reviewer, PIC, Fine-Tuning Lead ◢OCTA, Aliso Creek Road Regional TSSP, Orange County, CA – QC/QA Reviewer, PIC, Fine-Tuning Lead ◢OCTA, Crown Valley Parkway TSSP, Orange County, CA – Project Engineer ◢OCTA, Brookhurst Street Traffic Light Synchronization Program (166 traffic signals), Orange County, CA – QC/QA Reviewer ◢Alameda CTC, I-80 ICM Signal Coordination Retiming on Incident Response Routes, Alameda, CA – Project Manager ◢MTC, Regional Signal Timing Program (RSTP) Projects (1,300 signals), 2006-2009, Bay Area, CA – Project Manager ◢C/CAG, San Mateo County Smart Corridors Project, Incident Response and Arterial Traffic Signal Coordination (250 signals), San Mateo County, CA – Project Manager ◢City of San Jose, Downtown San Jose TFCA Signal Retiming Project (140 signals), San Jose, CA – Project Manager ◢City of San Jose, Signal Retiming (TLSP Phase I) and LRT Signal Priority Study (318 signals), San Jose, CA – Project Manager ◢City of San Jose, Signal Retiming Phase III and Transit Signal Priority (221 signals), San Jose, CA – Project Manager ◢City of San Jose, Signal Retiming Phase II and Transit Signal Priority Study (242 signals), San Jose, CA – Project Manager Length of Time at Kimley-Horn: 10 years Brian Sowers, PE Traffic Signal Timing Lead Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR City of Rancho Cucamonga  TRCASANC003795.2024 40 Professional Credentials • Master of Science, Civil Engineering, Georgia Institute of Technology • Bachelor of Science, Civil Engineering, Georgia Institute of Technology • Professional Engineer in California #93146 • Traffic Engineer in California #2818 Laura is a professional civil and traffic engineer with more than 10 years of traffic operations and transportation engineering experience ranging from small design projects and task orders to large design-build environments and acting City Traffic Engineer roles. Her background encompasses traffic analysis, design and simulation, and transportation planning. Laura’s key areas of expertise include extensive knowledge of the Highway Capacity Manual (HCM) and Manual on Uniform Traffic Control Devices (MUTCD) methodologies; microsimulation knowledge using VISSIM, SimTraffic, and ALPS; traffic impact analysis studies; traffic signal warrants; signal design and plan presentation; and signal timing and optimization (SYNCHRO). RELEVANT EXPERIENCE ◢City of Hawthorne, Professional Traffic Engineering Services, Hawthorne, CA – Project Manager ◢City of Lomita, Traffic Calming Toolkit, Lomita, CA – Project Manager ◢City of Los Angeles, 6th Street Landscape Design, Los Angeles, CA – Project Manager ◢City of La Canada Flintridge, Traffic Circulation and Signal Operations for Foothill Boulevard and Angeles Crest Highway, La Canada Flintridge, CA – Project Engineer ◢City of Malibu, Pacific Coast Highway Signal System Improvements Project, Malibu, CA – Project Engineer ◢City of Agoura Hills, Kanan Road/Agoura Road Ultimate Intersection Improvements Project, Agoura Hills, CA – Project Manager ◢City of Agoura Hills, Crossing Guard Analysis, Agoura Hills, CA – Project Manager ◢City of Agoura Hills, School Area Traffic Study Along Kanan Road, Agoura Hills, CA – Project Manager ◢City of Agoura Hills, Reyes Adobe Road High-Intensity Activated Crosswalk (HAWK) Signal Project, Agoura Hills, CA – Project Manager ◢City of Agoura Hills, Pavement Management Plan Update, Agoura Hills, CA – Project Engineer ◢City of Agoura Hills, Affordable Housing Overlay Street Frontage Improvements in the Agoura Village Specific Plan, Agoura Hills, CA – Project Manager ◢City of Agoura Hills, LRSP with Vision Zero Strategy, Agoura Hills, CA – Project Manager ◢City of Agoura Hills, Bicycle Master Plan and VMT Banking Program, CA – Project Manager ◢City of Moorpark, Los Angeles Avenue Traffic Study, Moorpark, CA – Project Engineer ◢City of Diamond Bar, Neighborhood Traffic Management Plan on North Del Sol Lane and Highland Valley Road, Diamond, CA – Project Engineer ◢LA Metro, Los Angeles County Grade Crossing and Corridor Safety Program, Los Angeles, CA – Project Engineer ◢LA Metro, North Hollywood to Pasadena BRT Environmental and Planning Study, Los Angeles, CA – Project Engineer ◢City of Oxnard, Oxnard Avenue and Saviers Road Signal Improvements, Oxnard, CA – Project Engineer ◢City of Oxnard, Rice Avenue Grade Separation, Oxnard, CA – Project Manager ◢City of Laguna Niguel, Traffic Manual and Neighborhood Traffic Management, Laguna Niguel, CA – Project Manager ◢City of Laguna Niguel, Traffic Engineering Services for Public Works Department and Capital Improvement Program, Agoura Hills, CA – Project Manager Length of Time at Kimley-Horn: 6 years Laura Forinash, PE, TE Traffic Engineering Analysis, Warrants, and Studies Lead Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR City of Rancho Cucamonga  TRCASANC003795.2024 41 Professional Credentials • Masters, Urban Spatial Analytics, University of Pennsylvania • Bachelor of Arts, Geography, Carleton University, Ottawa • Certificate, Geographic Information Systems, Algonquin College • American Institute of Certified Planners #26552 • Geographic Information Systems Professional #59317 • Roadway Safety Professional 2B #17 Darryl has more than 15 years of experience in leading transportation and safety planning projects. He uses data-driven approaches to assess transportation system performance for operations, safety, equity, and other factors as needed. As a GIS Professional, Darryl uses performance-based analysis techniques to identify the root causes of mobility and safety challenges, efficiently assess existing conditions, and analyze project alternatives. He has supported the development and implementation of GIS analysis methods for traffic performance assessment, traffic safety analysis, ADA transition plans, and other transportation planning functions. He is experienced in creating and applying adjustment factors and elasticities to evaluate VMT impacts of projects or developments that are typically not handled by travel demand models. He has worked on studies at the statewide, regional, local, and site-specific levels that include guidance documents, LRSPs, safety thresholds and audits, and local countermeasure recommendations. RELEVANT EXPERIENCE ◢City of Eastvale, Systemic Safety Analysis Report (SSAR) and HSIP Project Development, Eastvale, CA – Project Manager ◢City of Riverside, LRSP and Vision Zero Strategy, Riverside, CA – Project Planner ◢City of Moreno Valley, Road Safety Audit (RSA)/Roadway Safety Signing Audit (RSSA), Moreno Valley, CA – Project Planner ◢Riverside County Transportation Department (RCTD), Horizontal Curve Assessment, Riverside County, CA – Project Planner ◢City of Goleta, Traffic Safety Study for the SSAR/LRSP, Goleta, CA – Project Planner ◢City of Palm Desert, LRSP and Vision Zero Strategy, Palm Desert, CA – Project Planner ◢City of La Quinta, SSAR, La Quinta, CA – Project Planner ◢City of South El Monte, Design Services for Traffic Signal Improvements at Various Signalized Intersections, South El Monte, CA – Caltrans Local Assistance Procedures Manual (LAPM) Coordination ◢City of Monterey Park, Design Engineering Services for Various Signalized Intersections Along Garfield Avenue, Monterey Park, CA – Project Planner ◢ City of West Covina, Preliminary Engineering Phase Services for HSIP Cycle 10 Improvements, West Covina, CA – Caltrans LAPM Coordination ◢City of Santa Clarita, Citywide Analysis of Pedestrian and Bicycle Collisions Systemic Safety Analysis Report Program (SSARP), Santa Clarita, CA – Project Planner ◢City of Goleta, Citywide Traffic Signal Improvements, Goleta, CA – Project Planner ◢City of Anaheim, LRSP and Vision Zero Strategy, Anaheim, CA – Project Planner ◢City of Artesia, LRSP and Vision Zero Strategy, Artesia, CA – Project Manager ◢City of Ventura, SSARP and HSIP Project Development, Ventura, CA – Project Planner ◢County of Imperial, SSAR for Varied Roadways and HSIP Project Development, Imperial County, CA – Project Planner ◢Caltrans, California Strategic Highway Safety Plan (SHSP) Update and Implementation, Statewide, CA – Project Planner ◢Caltrans, Safety Performance Measure Target Setting Analysis, Statewide, CA – Project Planner Length of Time at Kimley-Horn: 7 years Darryl dePencier, AICP, GISP, RSP28 Transportation Planning Lead Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR City of Rancho Cucamonga  TRCASANC003795.2024 42 Professional Credentials • Masters, Civil Engineering, California Polytechnic State University San Luis Obispo • Bachelor of Science, Civil Engineering, California Polytechnic State University San Luis Obispo • Professional Engineer in California #60858 • Professional Traffic Operations Engineer #1601 • Road Safety Professional 2B #16 Length of Time at Kimley-Horn: 28 years Over the past 28 years, Mike has been responsible for the planning and design of transportation facilities that incorporate safety and functionality. He specializes in highway safety and has presented at the Transportation Research Board (TRB) Annual Meeting on Highway Safety applications the past three years and is the ViceChair of the TRB Toward Zero Deaths subcommittee. Mike is currently leading the HSM Implementation and the SHSP Update and Implementation for the Nevada DOT, as well as assisting with the Federal Highway Administration (FHWA) Scale and Scope of HSM Guidebook. He has managed regional active transportation projects and bicycle and pedestrian safety action plans. In addition, Mike has completed formal training on RSAs, HSM, Interactive Highway Safety Design Model (IHSDM), and Human Factors Guidelines. Mike has worked with various DOTs, the FHWA, and local cities and agencies in and around the California region on the development and implementation of safety analysis approaches and guidelines for incorporating quantitative safety processes. He will use his experience and lessons learned to provide solutions that enhance safety, while maximizing HSIP funding opportunities RELEVANT EXPERIENCE ◢City of Moreno Valley, Moreno Valley RSA/ Roadway Safety Signing Audit (RSSA), Moreno Valley, CA – Project Manager ◢City of Santa Clarita, Citywide Analysis of Pedestrian and Bicycle Collisions Systemic Safety Analysis Report Project (SSARP), Santa Clarita, CA – Principal-in-Charge ◢City of Goleta, Traffic Safety Study for the Systemic Safety Analysis Report Program (SSARP), Goleta, CA – Principal-in-Charge ◢Caltrans, California Strategic Highway Safety Plan (SHSP) Update and Implementation, Statewide, CA – Project Manager ◢City of Ventura, Systemic Safety Analysis Report Program (SSARP), Ventura, CA – Principal-in-Charge ◢City of San Clemente, Preparation of a Local Road Safety Plan (LRSP), San Clemente, CA – Principal-in-Charge ◢City of Compton, Local Roadway Safety Plan, Compton, CA – Principal-in-Charge ◢Caltrans, HSIP Implementation Plan, Statewide, CA – Project Manager ◢Caltrans, CMAS Safety Performance Management Target Setting Analysis, , CA – Project Manager ◢Pacific Gas and Electric (PGE), Vomac Road Road Safety Assessment (RSA), Balch Camp, CA – Project Manager ◢Federal Highway Administration, Performance-Based Practical Design, Nationwide – Project Engineer ◢FHWA, Road Safety Audits for the U.S. Forest Service, Nationwide – Project Engineer ◢Arizona DOT, Arizona Crash Prediction Model Calibration and SPF Development, Statewide, AZ – Project Manager ◢Arizona DOT, Pedestrian Safety Action Plan Update, Statewide, AZ – Principal-in-Charge ◢Nevada DOT, Jones Boulevard/Cheyenne Avenue Safety Management Plan, Las Vegas, NV – Project Manager ◢Nevada DOT, Incident Management Training, Las Vegas and Reno, NV – Project Manager ◢Nevada DOT, Strategic Highway Safety Plan (SHSP) Implementation Support, Statewide, NV – Project Manager ◢Nevada DOT, Development of Local Bicycle Plans, Statewide, NV – Project Manager Mike Colety, PE, PTOE, RSP2B Traffic Safety Lead Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR City of Rancho Cucamonga  TRCASANC003795.2024 43 Length of Time at Kimley-Horn: 7 years Professional Credentials • Master of Science in Civil Engineering, University of California, Berkeley • Bachelor of Science, Civil and Environmental Engineering, University of California, Los Angeles • Professional Engineer in California #90465 • Professional Traffic Engineer in California #3063Matt has experience in traffic engineering, transportation planning, and traffic safety analysis. His experience includes traffic signal operations and design, on-call traffic engineering, traffic impact analysis, and parking analysis. Most recently, he worked on two traffic signal synchronization projects in Orange County, specifically Barranca TSSP in Irvine, Santa Ana, and Fountain Valley, and Aliso Creek TSSP in the cities of Laguna Woods, Aliso Viejo, and Laguna Niguel. Matt has experience in data collection and field review, traffic signal timing optimization, traffic management center (TMC) and controller cabinet timing implementation, fine-tuning, and corridor before and after studies. RELEVANT EXPERIENCE ◢City of Malibu, On-Call Traffic Engineering, Malibu, CA – Project Engineer ◢City of Agoura Hills, On-Call Traffic Engineering, Agoura Hills, CA – Project Manager ◢City of Lancaster, Lancaster Health District Traffic Impact Analysis and Signing and Striping and Traffic Signal Plans, Lancaster, CA – Project Engineer ◢City of Santa Clarita, ITS Multi-Phase Improvements, Santa Clarita, CA –Project Engineer ◢City of Agoura Hills, Traffic Signal Design at Thousand Oaks Boulevard/Argos Street, Agoura Hills, CA – Project Engineer ◢City of Rancho Mirage, Design of Traffic Signal Interconnect Improvements City Projects, Rancho Mirage, CA – Project Engineer ◢City of Alhambra, 710 North Arterial and I-10 Interchange Improvements at I-10/Fremont Avenue, I-10/Atlantic Boulevard, and I-10/Garfield Avenue, Alhambra, CA – Project Engineer ◢City of Diamond Bar, Implementation Plan for Adaptive Traffic Control System (ATCS), Diamond Bar, CA – Project Analyst ◢City of Malibu, Pacific Coast Highway Signal System Improvements Project, Malibu, CA – Project Engineer ◢City of Malibu, Pacific Coast Highway Mobility Improvements at Various Locations, Malibu, CA – Project Engineer ◢OCTA, El Toro Road Regional Traffic Signal Synchronization Project, Orange County, CA – Project Engineer ◢OCTA, Chapman Avenue Traffic Signal Synchronization Project, Orange County, CA – Project Analyst ◢OCTA, Aliso Creek Road Regional Traffic Signal Synchronization Program, Orange County, CA – Project Engineer ◢OCTA, Bake Parkway and Rockfield Boulevard, Crown Valley Parkway, and Moulton Parkway RTSSP, Orange County, CA – Project Engineer ◢City of Irvine, Barranca Parkway Regional Traffic Signal Synchronization Program, Irvine, CA – Project Analyst ◢City of Los Angeles, Consolidated Rent-A-Car Off-Site Traffic Signal and Signing and Striping Improvements, Los Angeles, CA – Project Engineer ◢City of Oxnard, Timing Sheet Development at Various Signals, Oxnard, CA – Project Engineer ◢City of Oxnard, Landing at Riverpark Traffic Signal Design, Oxnard, CA – Project Engineer ◢City of Oxnard, La Colonia Green Alleys, Oxnard, CA – Project Engineer Matt Stewart, PE, TE Plan Check Services Lead Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR City of Rancho Cucamonga  TRCASANC003795.2024 44 Professional Credentials • Bachelor of Science, Landscape Architecture, California State Polytechnic University, Pomona • Professional Landscape Architect in California #6625 Corey has over 10 years of landscape architecture experience; prior to discovering his passion for landscape architecture, Corey worked in various fields of employment ranging from construction and landscape construction positions to artistic and creative positions. This well-rounded experience has provided Corey with a foundational understanding and curiosity of the built environment. His natural creativity and passion for design, along with his critical thinking, technical aptitude, and tenacity, position him well to tackle any project from conceptualization to final construction. His work focuses on educational spaces, streetscape and roadway, commercial and mixed-use projects, parks, and urban infill. RELEVANT EXPERIENCE ◢City of Rancho Cucamonga, Rancho Cucamonga Library Relocation, Rancho Cucamonga, CA – Landscape Architect/Project Manager ◢City of Moreno Valley, Landscape Architecture On-Call, Moreno Valley, CA – Landscape Architect ◢City of El Centro, Aquatic Center, El Centro, CA – Landscape Architect ◢City of El Centro, Plank Park, El Centro, CA – Landscape Designer ◢City of Chula Vista, Millennia Park, Chula Vista, CA – Landscape Designer ◢SANDAG, North Park Mid-City Bikeways, San Diego, CA – Landscape Designer, Visualization Expert ◢SANDAG, Uptown Bikeway, San Diego, CA – Landscape Designer, Visualization Expert ◢City of Seaside, Broadway Avenue Complete Street Corridor Project, Seaside CA – Landscape Architect, Irrigation Designer ◢City of Imperial Beach, 10th Streetscape Improvements, Imperial Beach, CA – Landscape Architect, Visualization Expert ◢City of Oceanside, Coast Highway Corridor Design, Oceanside, CA – Landscape Designer, Irrigation Designer ◢City of National City, Paradise Creek Educational Park, National City, CA – Landscape Designer ◢Beaumont Unified School District, Beaumont High School, Beaumont, CA – Landscape Architect / Project Manager ◢Beaumont Unified School District, Summerwind Trails K-8 School, Beaumont, CA – Landscape Architect ◢Riverside Unified School District, Alcott Elementary School Modernization, Riverside, CA – Landscape Architect/Project Manager ◢Riverside Unified School District, Longfellow Elementary, Riverside, CA – Landscape Architect/Project Manager ◢Hemet Unified School District, Whittier Elementary School Modernization, Hemet, CA – Landscape Architect/Project Manager ◢Hemet Unified School District, Ramona Elementary School Modernization, Hemet, CA – Landscape Architect/Project Manager ◢Ocean View School District, Star View Elementary Modernization, Midway City, CA – Landscape Architect/Project Manager ◢Ocean View School District, Vista View Middle School Modernization, Fountain Valley, CA – Landscape Architect/Project Manager ◢Ocean View School District, Marine View Middle School Modernization, Huntington Beach, CA – Landscape Architect/Project Manager Length of Time at Kimley-Horn: 8 years Corey Cameron, PLA Task Manager Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 City of Rancho Cucamonga  TRCASANC003795.2024 45 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR 7. Project Management Approach On-Call Understanding and Approach Our approach to on-call contracts is based on developing a team-oriented approach to the project review process. Key characteristics that distinguish Kimley-Horn include: ◢Rapid mobilization of staff for each task order request, including immediate identification of the key personnel and subconsultants needed for each project. The availability of in-house staff provides efficiency and consistent quality of the technical analyses ◢Ongoing communication and consultation to address issues that arise during the project review process. The collaborative process maintains project progress and results in user-friendly planning documents and legally defensible environmental documents ◢Commitment of senior level management to the project to provide close coordination with the City, to help confirm technical accuracy, and to carefully monitor budget and schedule compliance ◢Responsiveness to any significant issues of concern raised by responsible and regulatory agencies and the public ◢Flexibility to tailor our approach to meet the specific needs of each project and client We tailor each on-call task assignment’s scope of services specifically to the needs of the individual project and the City. Our familiarity with local standards will help us determine what will be necessary to assist the City with each task order. We will approach each project in the same diligent and comprehensive manner, including: ◢Scope of work review and understanding ◢Data collection and review ◢Kick-off meeting ◢Site visit with City staff ◢Evaluation of existing conditions ◢Project evaluation and innovation ◢Concept layouts and reports ◢Interim site walk ◢Review concept layout of study findings ◢Response to comments Upon notice to proceed, the appropriate staff will be assigned by Kimley-Horn’s proposed contract manager Sri Chakravarthy, PE, TE and the respective disciplinary task manager to accomplish the task within the agreed upon timeframe. One of the advantages that our team provides is the ability to assign the right staff to each task, allowing us to get the project completed on time and on schedule. Our team can draw from a multitude of disciplines and resources to complete each assignment—whether the task is relatively minor, requiring only a few people in a single discipline, or a complicated task requiring numerous people and multiple disciplines. Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 City of Rancho Cucamonga  TRCASANC003795.2024 46 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR Task Order Controls and Tools Resource Planning The individual members of our project team were selected using two criteria: (1) their experience with related projects, and (2) their availability to assume major technical responsibilities within this contract timeframe. In order to confirm our team member’s availability, Kimley-Horn uses a proactive management system known as “castaheads” to detail every project’s personnel needs and determine each staff person’s availability. This system forecasts our workload over a six-month period and helps to avoid work overload and shortfalls for each office and discipline. Castaheads help us confirm sufficient staff is available to meet your needs. By continuously matching project needs with staff availability, our castaheads system is an accurate tool for keeping our projects on schedule. Based on a review of our castaheads, our team members are readily available to serve you and are in an excellent position to commit themselves to delivering the scope of services outlined in the RFP. JAN APR FEB MAY MAR JUN 6 MONTHS Proactive resource planning »Forecast upcoming project deliverables and milestones »Evaluate team availabilty to support future deliverables 1 & 3 MONTHS Review workload and assess current project needs »Identify immediate project deliverables and milestones »Evaluate simultaneous workload needs »Allocate staff availability to support project deliverables Address any immediate project needs and weekly milestones Schedule Monitoring Critical elements in maintaining a schedule include a clear definition of the team members’ responsibilities and frequent communication relative to achieving goals. This begins with the preparation of a detailed schedule that includes milestone completion dates for specific tasks and the overall project. We will develop for your project, as we do for every project, a work plan that allocates commitments by individuals for each task. Twice monthly, our system generates a Project Effort Report showing effort expended by task. This internal control allows us to make any adjustments that may be necessary to maintain schedule and stay within budget. To meet schedule and minimize down time, we utilize projections of staffing needs weekly, monthly, and every six months to verify we have the resources in place to meet the City’s needs. Cost Control Kimley-Horn has a Management Information System (MIS) that provides our contract and task order managers with a set of task order control tools to manage schedule, costs, and earned value and provide accurate billing in a manner that meets City requirements. Contract and task order managers use our MIS to monitor the task order progress on a bi-weekly basis. The MIS includes automated budget tracking to allow tighter fiscal control over all tasks and helps contract and task order managers maintain control of schedule, budget, and expenses. Each task order’s work plan and specific details are entered into MIS, including expenses and labor—the system can then provide an up-to-date status report on each task order twice a month. This monitoring capability helps contract and task order managers evaluate a task order’s workload requirements and develop effort estimates for each member of the team (and our entire firm). Additionally, Kimley-Horn utilizes daily electronic timesheets. This practice allows us to accurately track and bill our time; allows contract and task order managers the ability to check progress daily; and maintains compliance with federal auditing requirements set by the Defense Contract Audit Agency. Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 City of Rancho Cucamonga  TRCASANC003795.2024 47 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR Project Tracking and Performance Monitoring Regular communication of project status updates will be provided on a bi-monthly basis or as requested by the City such that our work complies to your vision and sense of urgency. Kimley-Horn project managers are required to provide internal bi-monthly status reports of all their projects. Should multiple tasks be assigned to Kimley-Horn, a similar written reporting format will be provided to the City. Kimley-Horn understands that consultants providing on-call services need to be flexible and diverse enough to complete tasks with short lead times and no increases in costs while providing creative solutions. For your on-call program, Kimley-Horn has carefully selected task leaders with a passion for excellence who not only provide the full range of civil engineering, traffic planning and engineering, and landscape architecture experience, but also bring the specific technical skills to meet the diverse needs of any one project. Kimley-Horn’s team has the ability to take a project from concept through construction seamlessly and effectively. Our team has worked with various municipalities on projects with tight budgets and knows how to complete a project in a timely and economical way, while still satisfying the requirements of the governing jurisdictional agencies. Effective Communication and Progress Reporting For client meetings, we will prepare meeting agendas and summaries, including a list of action items and decisions made. We will distribute the meeting summary to attendees for review and comment. A final meeting summary will be issued if clarifications and/ or corrections are identified. This allows our clients to record decisions made early in the project or by previous staff members. This helps our clients and our team track action items and stay on track. We will provide a monthly project status report with our monthly invoices. Regular meetings are important but are not our only means of communication. We will tailor our communication to a method that works best for the City. We regularly track lists of outstanding items for each project and use these lists to remind each responsible party of their tasks and deadlines. Kimley-Horn has also implemented state-of-the-art systems for online and virtual meetings where we can provide presentations, documents for review, real-time mark-ups, and virtual face-to-face communications. Quality Control/Quality Assurance We achieve quality through rigorous planning, coordination, supervision, technical direction, and the use of appropriately skilled professionals. The following steps summarize our formal in-house program for complete quality management: ◢Develop Detailed Work Plan. The work plan establishes major tasks, identifies staff members to complete them, determines how much time they will take, designates quality control review staff, and details the schedule for accomplishment. Work plans will be developed and monitored by contract manager Sri Chakravarthy, PE, TE and supported, when necessary, by identified task leads. ◢Independent QC/QA Responsibility. Our QC/QA managers will lead independent QC/QA reviews at the end of each project phase to verify that the deliverables are technically correct and consistent with the project’s objectives. ◢Peer Reviews. In situations involving unusual technical complexity or risk, a peer review will be initiated. Peer reviews will involve our task leads as well as other senior Kimley-Horn managers and risk specialists based upon the relevant subject matter. ◢Perform Meticulous Project Documentation. Appropriate data and work papers that detail the choices that were evaluated and the basis for recommendations will support all documents. Project documentation is the responsibility of all Kimley- Horn team members. ◢Construction Administration. Review models and project deliverables to consider constructability and maintenance implications. ◢Final Project Manager Endorsement. Sri and the task manager(s) will evaluate each project deliverable for clarity, accuracy, completeness, and scope compliance. Many of our on-call clients have described Kimley-Horn as “client- focused with a positive attitude” and “an asset to any team.” Our experience uniquely qualifies us to meet the needs of this on-call contract, and we are dedicated and committed to providing quality service so you can expect more and experience better. VERIFIER 1 2 3 4 5 ORIGINATOR • Prepares Deliverable • Has primary responsibility for accuracy • Usually functions as back checker CHECKER • Not responsible for preparation of deliverable • Checks deliverable • Records comments in red BACK CHECKER • In some cases, performs an editorial review • Usually the originator • Confirms or denies checker’s corrections • Records back-checking activity CORRECTOR • Consults project manager to resolve • differences with checker’s comments • May be originator or other personnel as appropriate • Corrects deliverables • Records corrections once incorporated • Usually the checker • Confirms corrections were accurately made Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 City of Rancho Cucamonga  TRCASANC003795.2024 48 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR 8. Discipline-Specific Scope (SEPARATE FILE) Per the City’s RFP and Addendum No. 1, we have provided descriptions of the offered scope of services for each discipline that we are proposing on as separate document submittals on PlanetBids under the respective category tabs. We have uploaded documents under the following section tabs: Section 5.3 – General Civil Engineering Section 5.4 – Traffic Engineering and Transportation Planning Section 5.8 – Landscape Architecture Proposal Exhibits (SEPARATE FILE) Per the City’s RFP, completed copies of Exhibits A through H have been submitted as separate documents in the PlanetBids system under the Response Types, Exhibit A – G and Exhibit H upload sections. Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 Kimley-Horn and Associates 3801 University Avenue Suite 300 Riverside, CA 92501 www.kimley-horn.com Sri Chakravarthy, PE, TE Sri.Chakravarthy@kimley-horn.com 213.261.4037 CONTACT The entirety of this proposal, including text and images, is the property of Kimley-Horn and Associates, Inc., protected under U.S. copyright law. Copyright © 2025 Kimley-Horn and Associates, Inc. Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 City of Rancho Cucamonga  TRCASANC003795.2024 CE-1 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR Section 5.3 – General Civil Engineering Expected Scope Per the City’s RFP, the following services are expected to be provided under this General Civil Engineering on-call contract—all of which can be provided by the Kimley-Horn team. Can Kimley-Horn Provide It?City Scope Preliminary planning and cost estimating for various projects 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 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 General Project Scoping Approach As-needed contracts require a different approach from typical project-specific contracts. At Kimley-Horn, the overall approach for a task begins with an initial scoping meeting, development of the fee proposal, and a clear understanding of the task expectations and deliverables. The following typical project sequence demonstrates how these key components will be incorporated into our project management approach for this as-needed services contract. Tasks and timeframes may change somewhat depending on the final project selection by the City. This typical sequence serves to illustrate our team’s plan for managing each project assignment. In general, there are four phases to each design project: 1 Preliminary Design Phase 2 Final Design Phase 3 Permitting Applications 4 Construction Phase Preliminary Design Phase It is during this phase that the problem is clearly defined, improvement objectives are set, and a feasible solution is developed. Our team will collect the data necessary to analyze the situation. An analysis will be performed and alternatives evaluated. Initial discussions with permitting agencies and City staff are critical at this time. Cost implications must also be considered during this phase. Milestones in the preliminary design phase include: ◢A kick-off meeting to set project objectives, scope, schedule, and team communication ◢A review of analytical results for the existing conditions to ensure a clear understanding of the problem and to begin developing potential alternatives Deliverables in the preliminary design phase include data compilation in a manner acceptable to the City and an analysis in an agreed-upon format. Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 City of Rancho Cucamonga  TRCASANC003795.2024 CE-2 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR Final Design Phase Now that a preferred alternative has been selected, the Kimley-Horn team will prepare the complete construction documents suitable for competitive bidding. Probable construction costs will be updated as the project details are developed. Pre-application meetings will be updated as the project details are developed. Pre-application meetings will be held with review agencies and permit applications will be prepared and submitted. If necessary, easement or right-of-way sketches and descriptions will be prepared. Access plans for adjacent properties will be considered. Milestones during the final design phase include: ◢A kick-off meeting to authorize the start of final design, confirmation of project scope, objectives, and schedule ◢Design reviews at completion of 60%, 90%, and 100% of plans Permit Applications Deliverables during this phase include complete construction documents, drawings, and specifications suitable for competitive bidding in the City’s format. ROW easement sketches and descriptions will be prepared. Applications for necessary project permits will also be provided and permit approvals will be pursued. Construction Phase The final step will be to build the project. The Kimley-Horn team will provide bidding services and can administer the construction contract. The City should consider using the firm that completed the project design to provide resident project services during construction to help protect against defects in materials or workmanship in construction. Milestones during this phase include: ◢Advertisement of the construction project ◢Notice to proceed with construction ◢Certification that construction is complete and in compliance with the plans and specifications Deliverables in this phase include complete as-built record drawings and construction certification. While these project milestones are the key steps in successful project completion, we believe the best-run projects are those with effective communication. We prepare monthly status reports and meet with City staff as often as necessary to make certain that your questions and concerns are being properly addressed. We also prepare an up-front action plan and establish firm project schedules to help make project development, design, and construction as easy as possible for City staff. Typical Schedule Due to the tasks of this project being unknown at this time, specific scopes and timelines cannot be established until the City issues a task order. We understand that each task assigned under this on-call contract will be unique. We will make sure that task scope and schedule needs are completely understood and will identify an appropriate task manager for each assignment. After consultation with the responsible City staff, the project manager and the task manager will develop a scope of services for each task and subtask, budget, and schedule to meet the City’s needs. The task manager is responsible for executing the task scope within the identified budget and schedule. We have set up our team this way to provide the City with a wide range of services matched with the most experienced Kimley-Horn team members. Kimley-Horn will plan, direct, and coordinate the work of the project team, provide progress reporting, and set city review times throughout each project’s duration. Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 City of Rancho Cucamonga  TRCASANC003795.2024 TE-1 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR Section 5.4 – Traffic Engineering and Transportation Planning Expected Scope Per the City’s RFP, the following services are expected to be provided under this Traffic Engineering and Transportation Planning on-call contract—all of which can be provided by the Kimley-Horn team. Can Kimley-Horn Provide It?City Scope Preliminary planning and cost estimating for various projects Project study reports, project reports, value engineering analysis and feasibility studies Preparation or review of traffic engineering reports, traffic impact analysis, traffic signal design plans, and transportation planning studies or project-specific traffic related issues analysis Review of traffic impact analysis and scoping agreements related to subdivisions or development projects Traffic signal warrants, pedestrian studies and other warrants/studies as requested Speed data analysis, intersection control studies including multi-way stop sign control 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 traffic signals, signing and striping, signal interconnect, flashing beacons, pedestrian signals, traffic calming, and temporary traffic control plans Traffic signal timing plans and coordination timing studies for new or modified traffic signals Traffic plan check services including ability to meet a two-week review for first plan check and a one-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 General Design Project Scoping Approach Kimley-Horn tailors our approach to the scope of work according to the project needs and expectations of the City and other approving agencies. From the beginning, we gain a thorough understanding of the City’s objectives and review available information. We also visit the project site to understand issues and constraints. This enables us to develop a detailed scope of work that serves as a “roadmap” to successful project completion. It also prevents the potential for unneeded engineering and costly change orders. In most of our assignments, we have been able to assist the City staff reduce the time it has taken to “turn around” the plans and reports. Our proven approach to completing high-quality reviews with consistently detailed comments is based upon our “two-level” review approach. Our approach begins with our well-trained, mid-level staff completing a detailed review, and “red-lining” each review document. These staff members have significantly lower billing rates, and are therefore an extremely cost-effective team. But our review won’t end there, because before we deliver the review back to you, our more experienced, senior staff will sit down with the mid-level staff to perform a quality control review of their work. This allows for faster review and lower costs for our more seasoned professionals—savings passed on to you. The following typical project sequence demonstrates how these key components will be incorporated into our project management approach for this as-needed services contract. Tasks and timeframes may change somewhat depending on the final project selection by the City. This typical sequence serves to illustrate our team’s plan for managing each project assignment. In general, there are four phases to each design project: 1 Preliminary Design Phase 2 Final Design Phase 3 Permitting Applications 4 Construction Phase Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 City of Rancho Cucamonga  TRCASANC003795.2024 TE-2 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR Preliminary Design Phase It is during this phase that the problem is clearly defined, improvement objectives are set, and a feasible solution is developed. Our team will collect the data necessary to analyze the situation. An analysis will be performed and alternatives evaluated. Initial discussions with permitting agencies and City staff are critical at this time. Cost implications must also be considered during this phase. Milestones in the preliminary design phase include: ◢A kick-off meeting to set project objectives, scope, schedule, and team communication ◢A review of analytical results for the existing conditions to ensure a clear understanding of the problem and to begin developing potential alternatives Deliverables in the preliminary design phase include data compilation in a manner acceptable to the City and an analysis in an agreed-upon format. Final Design Phase Now that a preferred alternative has been selected, the Kimley-Horn team will prepare the complete construction documents suitable for competitive bidding. Probable construction costs will be updated as the project details are developed. Pre-application meetings will be updated as the project details are developed. Pre-application meetings will be held with review agencies and permit applications will be prepared and submitted. If necessary, easement or right-of-way sketches and descriptions will be prepared. Access plans for adjacent properties will be considered. Milestones during the final design phase include: ◢A kick-off meeting to authorize the start of final design, confirmation of project scope, objectives, and schedule ◢Design reviews at completion of 60%, 90%, and 100% of plans Permit Applications Deliverables during this phase include complete construction documents, drawings, and specifications suitable for competitive bidding in the City’s format. ROW easement sketches and descriptions will be prepared. Applications for necessary project permits will also be provided and permit approvals will be pursued. Construction Phase The final step will be to build the project. The Kimley-Horn team will provide bidding services and can administer the construction contract. The City should consider using the firm that completed the project design to provide resident project services during construction to help protect against defects in materials or workmanship in construction. Milestones during this phase include: ◢Advertisement of the construction project ◢Notice to proceed with construction ◢Certification that construction is complete and in compliance with the plans and specifications Deliverables in this phase include complete as-built record drawings and construction certification. While these project milestones are the key steps in successful project completion, we believe the best-run projects are those with effective communication. We prepare monthly status reports and meet with City staff as often as necessary to make certain that your questions and concerns are being properly addressed. We also prepare an up-front action plan and establish firm project schedules to help make project development, design, and construction as easy as possible for City staff. Typical Schedule Due to the tasks of this project being unknown at this time, specific scopes and timelines cannot be established until the City issues a task order. We understand that each task assigned under this on-call contract will be unique. We will make sure that task scope and schedule needs are completely understood and will identify an appropriate task manager for each assignment. After consultation with the responsible City staff, the project manager and the task manager will develop a scope of services for each task and subtask, budget, and schedule to meet the City’s needs. The task manager is responsible for executing the task scope within the identified budget and schedule. We have set up our team this way to provide the City with a wide range of services matched with the most experienced Kimley-Horn team members. Kimley-Horn will plan, direct, and coordinate the work of the project team, provide progress reporting, and set city review times throughout each project’s duration. Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 City of Rancho Cucamonga  TRCASANC003795.2024 LA-3 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR Section 5.8 – Landscape Architecture Expected Scope Per the City’s RFP, the following services are expected to be provided under this Landscape Architecture on-call contract—all of which can be provided by the Kimley-Horn team. Can Kimley-Horn Provide It?City Scope Landscape planning and design services for new facilities or modifications to existing facilities Preliminary siting, grading, and landscaping layouts Site and field investigations to verify locations of existing and proposed facilities Sketches, renderings, and materials boards providing alternative landscaping concepts or options Construction drawings, technical specifications, and cost estimates for landscape architecture projects Irrigation design including preparation of plans, specifications, and cost estimates Landscaping construction support services including preparation of record drawings General Project Scoping Approach Kimley-Horn is committed to bringing the City innovative solutions that meet your deadlines, stay within your budgets, and deliver our commitments to you and the citizens you serve. We are available and excited to produce quality projects that exceed the City’s expectations. Our staff resources and current projected workload assist in meeting the City’s schedule and commitments. We have developed an approach to respond to any work tasks which may result from this on-call contract. Tasks may include, but are not limited to, the following: ◢Responsible for project management activities throughout the life of the contract and the scope of activities including, but is not limited to, coordinating and being responsible for scheduling meetings, managing the project schedule, preparing and distributing minutes, field reviews, tracking action items for the City and consultant subcontractors, and preparing all submissions for outside organizations ◢Provide in-house personnel or subconsultants for landscape design and review on an as needed basis for services including, but not limited to, investigations and recommendations for City-owned parks and landscaping ◢Assist in California Environmental Quality Act (CEQA) analysis as needed prior to Planning Commission and City Council consideration of the project application, and transmit to City a Certified Arborist’s written finding and recommendations to achieve consistency with City requirements ◢Attend Planning Commission and City Council meetings and make presentations, as needed ◢Secure and coordinate engineering services, including civil, structural, mechanical, electrical, and hydro-engineering as necessary ◢Conduct a topographic and boundary survey; coordinate with the City regarding requirements for geotechnical investigations and other base data to be provided by the City, and meet with the City as required to coordinate start of work ◢Perform field observation and recommendations as to adequacy/of landscape work items on construction projects ◢Assist in development of grant proposals and review project plans from all Public Works divisions ◢Provide the full range of landscape architect services including preliminary studies, stormwater pollution prevention documentation, renderings, drawings, specifications, scopes of work and other professional services in compliance with the City’s Landscape Design Guidelines and Greenbook: Public Works Standard Specifications. Review of the construction working drawings must also make certain: • Compliance with the City’s Green Building Practices and the US Green Building Council LEED Green Building Rating System • Reflection of seasonal landscape requirements through the landscape maintenance monitoring program. At a minimum, this will address weeding; removal and replacement of dead, dying and/or diseased plants, pruning; adjusting watering schedules; repairing broken lines/ heads, etc.; and periodic fertilization. Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 City of Rancho Cucamonga  TRCASANC003795.2024 LA-4 (#24/25-501) Various On-Call Services STATEMENT OF QUALIFICATIONS FOR ◢Attend community meetings and pre-bid conference, if required for project, and respond to the bidder’s technical questions via addendum that will be prepared by the City’s Project Manager ◢Prepare project documents (i.e., project specifications, project plans, bid schedule and estimate) in adherence to applicable codes and standards. Perform quality assurance checks for the accuracy and completeness of project documents ◢Perform construction administration including the following: attending pre-construction meeting or progress construction meetings; submittal and shop drawing reviews in conformance with the contract documents; and responses to the RFIs. Consultant shall respond to submittal and shop drawings within seven working days and within three working days for RFIs to the City’s Project Manager from the date documents are received from City staff ◢A registered Landscape Architect will inspect the installation of all aspects of the Construction Working Drawings, including landforms, plants and irrigation. Provide written recommended corrections as needed. Confer with the City Project Manager and other public agency staff, as needed ◢Assist the City with the review of any contract change orders from the Consultant that may arise during the construction phase of the project ◢Prepare supplemental documents such as bulletins, drawings and/or details, as required to facilitate changes in the work as may be necessary, or where it is determined more information is needed to complete the work. Our approach to managing and delivering task orders consists of the following: Design Phase Kimley-Horn’s approach to each task order will focus on providing the City with the services it needs to meet those specific objectives. Based on specific task order goals and objectives, Kimley-Horn will work with the City to determine phase of services to be provided as outlined in the RFP including pre-design, schematic design, design development, construction documents, bidding documents, and construction support services. These project phases may include the optional types of services for the specific task order as outlined in the RFP. In general, during the initial design phase, Kimley-Horn provides alternatives/options with recommendations for the City to evaluate, confirm, and make the necessary decisions to move the project forward. By providing regular communications to City staff that include exhibits, costs, schedule impacts, and recommendations, we are able to support the City by addressing technical, safety, or even political issues. Schedule Kimley-Horn understands the importance of the City’s schedule and is dedicated to meeting your needs and expectations. A major factor in successful projects is adhering to all established deadlines so that projects stay on track in the review cycle, avoid delays, and that project funding is used prudently and efficiently. Kimley-Horn will utilize Microsoft Project Professional to develop and track schedules for each task, big or small. We have a proven record of performing on time and within budget. The key to our success is managing and monitoring the task and assigning resources to deliver when expected. Cost Kimley-Horn understands the tremendous pressure for agencies to meet project budgets. Our standard practice is to continuously identify and analyze ways to minimize both design and construction costs to stay within an overall project budget. We routinely work with municipal clients and understand the importance of meeting budgets. We do this by monitoring and controlling design budgets, developing accurate cost estimates early at each stage, and defining alternatives to construction costs. Problem Resolution Conflicting opinions, comments, or requests for new project requirements happen from time to time. Our approach to resolving problems includes the following: ◢Listen carefully to understand the problem, comment, or project requirement ◢Ask questions and get clarification for complete understanding ◢Maintain project objective and an unbiased perspective ◢Provide alternatives, including the pros and cons for each option ◢Work collaboratively to reach consensus on the best option for resolving the problem, comment, or to address the project requirements If we are unable to reach a satisfactory resolution at the project level, we will provide the City with support and guidance from our project principals and senior staff. Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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. Principal in Charge January 13, 2025 Srikanth Chakravarthy, PE, TE Senior V.P., Kimley-Horn and Associates, Inc. Contract Manager Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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. January 13, 2025 Srikanth Chakravarthy, PE, TE Senior Vice President, Kimley-Horn and Associates, Inc. Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 Exception Summary Kimley-Horn has reviewed the sample Agreement for Professional Services and would like to discuss the following modifications with the City. 12.2 Minimum Scope of Insurance. Unless otherwise approved by City, coverage shall be as broad as: (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 provi sions of this Section 12. The policy shall be endorsed to include contractual liability to the extent insur able. The requirement to provide a contractual liability endorsement for our professional liability policy exceeds the scope of commercially available professional liability insurance. 12.5 Other Insurance Provisions. (2) For any claims related to this Agreement, Consultant’s insurance coverage, with the exception of professional liability, employers’ liability, and workers compensation, shall be primary insurance as respects City, its officers, officials, employees, designated volunteers and agents serving as independent contractors in the roe of City o r officials. Any insurance or self-insurance maintained by City, its officers, officials, employees, designated volunteers or agents servings as independent contractors in the role of City officials shall be excess of Consultant ’s insurance and shall not contribute with it. Only policies affording additional insured status can provide primary and non-contributory endorsements. (8) Each policy, with the exception of professional liability, 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. Defense costs under Engineers professional liability policies erose policy limits and the requirement to have defense costs payable under the policy in addition to the limits exceeds the scope of commercially available professional liability insurance for engineers. Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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. Srikanth Chakravarthy Kimley-Horn and Associates, Inc. Senior Vice President January 13, 2025 Srikanth Chakravarthy, PE, TE Senior Vice President Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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. Addendum No. 001 January 13, 2025 Srikanth Chakravarthy, PE, TE Senior V.P., Kimley-Horn and Associates, Inc. Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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. Kimley-Horn and Associates, Inc. January 13, 2025 Senior Vice President Srikanth Chakravarthy, PE, TE Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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. Counts Unlimited, Inc. Kris Campos President 1/8/2025 Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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. Lindsay Kottwitz Client Manager 1/8/25 NDS Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 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. 213.261.4037 January 13, 2025 N/A sri.chakravarthy@kimley-horn.com Kimley-Horn and Associates, Inc. 3801 University Avenue, Suite 300Riverside, CA 92501 www.kimley-horn.com Senior Vice PresidentSrikanth Chakravarthy, PE, TE Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853 kimley-horn.com 660 South Figueroa Street, Suite 2050, Los Angeles, CA 90017 213-261-4040 BR00PUSTD.A.001 Hourly Labor Rate Schedule Classification Rate Analyst I $145 - $175 Analyst II $185 - $220 Professional $215 - $250 Senior Professional I $265 - $345 Senior Professional II $360 - $395 Senior Technical Support $130 - $310 Technical Support $105 - $180 Support Staff $95 - $160 Effective through June 30, 2026. Subject to annual adjustment thereafter. Staff will bill at their current classification at the time of the executed task order. Internal Reimbursable Expenses will be charged at 5% of Labor Billings (Covers direct expenses, such as in-house duplicating and blueprinting, local mileage, telep hone calls, electronic messaging, postage, and word processing). External Reimbursable Expenses will be charged at 10% mark-up, or per the Contract. Sub-Consultants will be billed per the Contract. Docusign Envelope ID: 0AD39453-AED6-4C5A-A34D-F75468332EEADocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853