HomeMy WebLinkAboutCO 2025-156 - MNS EngineersPSA 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 MNS
Engineers, a California Corporation (“Consultant”).
RECITALS
A. City has heretofore issued its request for proposals to perform the following
design professional services: on-call development plan check 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 development plan check services all as more fully set forth in the
R equest for Statement of Qualifications, attached hereto as Exhibit “A” and Consultant’s
proposal, dated January 13, 2025 attached hereto as Exhibit “B”, and incorporated by
reference herein. The nature, scope, and level of the services required to be performed by
Consultant are set forth in the Scope of Work and are referred to herein as “the Services.”
In the event of any inconsistencies between the Scope of Work and this Agreement, the
terms and provisions of this Agreement shall control.
1.2 Revisions to Scope of Work. Upon request of the City, the
Consultant will promptly meet with City staff to discuss any revisions to the Project desired
by the City. Consultant agrees that the Scope of Work may be amended based upon said
meetings, and, by amendment to this Agreement, the parties may agree on a revision or
revisions to Consultant’s compensation based thereon. A revision pursuant to this Section
that does not increase the total cost payable to Consultant by more than ten
City of Rancho Cucamonga
CONTRACT NUMBER
2025-156
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 2
percent (10%) of the total compensation specified in Section 3, may be approved in
writing by the City’s City Manager without amendment.
1.3 Time for Performance. Consultant shall perform all services under
this Agreement in a timely, regular basis consistent with industry standards for professional
skill and care, and in accordance with any schedule of performance set forth in the Scope
of Work, or as set forth in a “Schedule of Performance”.
1.4 Standard of Care. As a material inducement to City to enter into this
Agreement, Consultant hereby represents that Consultant’s services will be performed in
accordance with generally accepted professional practices and principles and in a manner
consistent with the level of care and skill ordinarily exercised by members of the profession
currently practicing under similar conditions (the “Standard of Care”).
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 $200,000 (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: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
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 Brandon Reyes, 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: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 4
6. Consultant’s Personnel.
6.1 All Services shall be performed by Consultant or under Consultant’s
direct supervision, and all personnel shall possess the qualifications, permits, and licenses
required by State and local law to perform such Services, including, without limitation, a
City business license as required by the City’s Municipal Code.
6.2 Consultant shall be solely responsible for the satisfactory work
performance of all personnel engaged in performing the Services and compliance with the
standard of care set forth in Section 1.4.
6.3 Consultant shall be responsible for payment of all employees’ and
subcontractors’ wages and benefits, and shall comply with all requirements pertaining to
employer’s liability, workers’ compensation, unemployment insurance, and Social
Security. By its execution of this Agreement, Consultant certifies that it is aware of the
provisions of Section 3700 of the California Labor Code that require every employer to be
insured against liability for Worker's Compensation or to undertake self-insurance in
accordance with the provisions of that Code, and agrees to comply with such provisions
before commencing the performance of the Services.
6.4 Consultant shall indemnify, defend and hold harmless City and its
elected officials, officers and employees, servants, designated volunteers, and agents
serving as independent contractors in the role of City officials, from any and all liability,
damages, claims, costs and expenses of any nature to the extent arising from Consultant’s
violations of personnel practices and/or any violation of the California Labor Code. City
shall have the right to offset against the amount of any fees due to Consultant under this
Agreement any amount due to City from Consultant as a result of Consultant’s failure to
promptly pay to City any reimbursement or indemnification arising under this Section 6.
7. Ownership of Work Product.
7.1 Ownership. Except for Consultant’s pre-existing intellectual
property, including but not limited to, data, materials concepts and standard details. 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: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 5
performance of the contract, or otherwise. This covenant shall survive the termination of
this Agreement. City’s reuse of the Work Product for any purpose other than the Project,
shall be at City’s sole risk.
7.2. Assignment of Intellectual Property Interests: Upon execution of this
Agreement and to the extent not otherwise conveyed to City by Section 7.1, above, and
with the exception of pre-existing intellectual property, 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. City agrees that use of Consultant’s completed work product, for
purposes other than identified in this Agreement, or use of incomplete work product, is at
City’s own risk.
7.3 Title to Intellectual Property. Except for pre-existing 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
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 6
City by reason of the independent contractor relationship created by this Agreement.
Consultant shall fully comply with the workers’ compensation law regarding Consultant
and Consultant’s employees.
9. Confidentiality. Consultant may have access to financial, accounting,
statistical, and personnel data of individuals and City employees. Consultant covenants
that all data, documents, discussion, or other information developed or received by
Consultant or provided for performance of this Agreement are confidential and shall not
be disclosed by Consultant without prior written authorization by City. City shall grant
such authorization if applicable law requires disclosure. All City data shall be returned to
City upon the termination of this Agreement. Consultant’s covenant under this Section
shall survive the termination of this Agreement. This provision shall not apply to
information in whatever form that is in the public domain, nor shall it restrict the Consultant
from giving notices required by law or complying with an order to provide information or
data when such an order is issued by a court, administrative agency or other legitimate
authority, or if disclosure is otherwise permitted by law and reasonably necessary for the
Consultant to defend itself from any legal action or claim.
10. Conflict of Interest.
10.1 Consultant covenants that it presently has no interest and shall not
acquire any interest, direct or indirect, which may be affected by the Services, or which
would conflict in any manner with the performance of the Services. Consultant further
covenants that, in performance of this Agreement, no person having any such interest shall
be employed by it. Furthermore, Consultant shall avoid the appearance of having any
interest, which would conflict in any manner with the performance of the Services.
Consultant shall not accept any employment or representation during the term of this
Agreement which is or may likely make Consultant “financially interested” (as provided
in California Government Code §§1090 and 87100) in any decision made by City on any
matter in connection with which Consultant has been retained.
10.2 Consultant further represents that it has not employed or retained
any person or entity, other than a bona fide employee working exclusively for Consultant,
to solicit or obtain this Agreement. Consultant has not paid or agreed to pay any person or
entity, other than a bona fide employee working exclusively for Consultant, any fee,
commission, gift, percentage, or any other consideration contingent upon the execution of
this Agreement. Upon any breach or violation of this warranty, City shall have the right,
at its sole and absolute discretion, to terminate this Agreement without further liability, or
to deduct from any sums payable to Consultant hereunder the full amount or value of any
such fee, commission, percentage or gift.
10.3 Consultant has no knowledge that any officer or employee of City
has any interest, whether contractual, noncontractual, financial, proprietary, or otherwise,
in this transaction or in the business of Consultant, and that if any such interest comes to
the knowledge of Consultant at any time during the term of this Agreement, Consultant
shall immediately make a complete, written disclosure of such interest to City, even if such
interest would not be deemed a prohibited “conflict of interest” under applicable laws as
described in subsection 10.1.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 7
11. Indemnification.
11.1 Design Professional Services. To the fullest extent permitted by
law, the Consultant shall, at its sole cost and expense, indemnify, defend, and hold
harmless the City, its elected officials, officers, attorneys, agents, employees, designated
volunteers, successors, assigns and those City agents serving as independent contractors
in the role of City officials (collectively “Indemnitees” in this Section 11.0), from and
against any and all damages, costs, expenses, liabilities, claims, demands, causes of
action, proceedings, judgments, penalties, liens, stop notices, and losses of any nature
whatsoever, including fees of accountants and other professionals, and all costs
associated therewith, and reimbursement of attorneys’ fees and costs of defense
(collectively “Claims”), whether actual, alleged or threatened, to the extent arising out of,
pertaining to, or relating to, in whole or in part, the negligence, recklessness or willful
misconduct of the Consultant, and/or its officers, agents, servants, employees,
subcontractors, contractors or their officers, agents, servants or employees (or any entity
or individual for which or whom the Consultant shall bear legal liability) in the
performance of design professional services under this Agreement by a “design
professional,” as the term is defined in California Civil Code § 2782.8(c). The
indemnification obligation herein shall not in any way be limited by the insurance
obligations contained in this Agreement. Notwithstanding the foregoing and as required
by Civil Code § 2782.8(a), in no event shall the cost to defend the Indemnitees that is
charged to Consultant exceed Consultant’s proportionate percentage of fault.
11.2 Other Indemnities. With respect to claims and liabilities which do
not arise in connection with the performance of professional services by a “design
professional”, as that term is defined in California Civil Code Section 2782.8(c),
including, but not limited to, those claims and liabilities normally covered by commercial
general and/or automobile liability insurance, and to the maximum extent permitted by
law, Consultant shall, at its sole cost and expense, protect, defend, hold harmless and
indemnify the Indemnitees from and against any and all damages, costs, expenses,
liabilities, claims, demands, causes of action, proceedings, judgments, penalties, liens,
stop notices, and losses of any nature whatsoever, including fees of accountants,
attorneys and other professionals, and all costs associated therewith, and the payment of
all consequential damages (collectively “Damages”), in law or equity, whether actual,
alleged or threatened, which arise out of, pertain to, or relate to the acts or omissions of
Consultant, its officers, agents, servants, employees, subcontractors, materialmen,
suppliers, or contractors, or their officers, agents, servants or employees (or any entity or
individual for which or whom Consultant shall bear legal liability) in the performance of
this Agreement, except to the extent the Damages arise from the active or sole negligence
or willful misconduct of any of the Indemnitees, as determined by final arbitration or
court decision or by the agreement of the Parties. Consultant shall defend the
Indemnitees in any action or actions filed in connection with any Damages with counsel
of the Indemnitees’ choice, and shall pay all costs and expenses, including all attorneys’
fees and experts’ costs as they are actually incurred in connection with such defense.
Consultant shall reimburse the Indemnitees for any and all legal expenses and costs
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 8
incurred by the Indemnitees in connection therewith. The indemnification obligation
herein shall not in any way be limited by the insurance obligations contained in this
Agreement.
. 11.3 Nonwaiver of Rights. Indemnitees do not, and shall not, waive any rights that
they may possess against Consultant because of the acceptance by City, or the deposit
with City, of any insurance policy or certificate required pursuant to this Agreement.
11.4 Waiver of Right of Subrogation. Except as otherwise expressly
provided in this Agreement, Consultant, on behalf of itself and all parties claiming under
or through it, hereby waives all rights of subrogation against the Indemnitees, while acting
within the scope of their duties, from all claims, losses and liabilities arising out of or
incident to activities or operations performed by or on behalf of the Consultant.
11.5 Survival. The provisions of this Section 11 shall survive the
termination of the Agreement and are in addition to any other rights or remedies which
Indemnitees may have under the law. Payment is not required as a condition precedent to
an Indemnitee’s right to recover under this indemnity provision, and an entry of judgment
against Consultant shall be conclusive in favor of the Indemnitee’s right to recover under
this indemnity provision.
12. Insurance.
12.1 Liability Insurance. Consultant shall procure and maintain in full
force and effect for the duration of this Agreement, insurance against claims for injuries to
persons or damages to property which may arise from or in connection with the
performance of the services hereunder by Consultant, and/or its agents, representatives,
employees and subcontractors.
12.2 Minimum Scope of Insurance. Unless otherwise approved by City,
coverage shall be at least as broad as:
(1) Insurance Services Office Commercial General Liability
coverage (occurrence form CG 0001).
(2) Insurance Services Office form number CA 0001 (Ed. 1/87)
covering Automobile Liability, code 1 (any auto).
(3) Worker’s Compensation insurance as required by the State
of California, and Employer’s Liability Insurance.
(4) Professional Liability insurance in a form approved by the
City, having an extended reporting period of not less than
three (3) years after completion of the Services which shall
provide protection against claims of professional negligence
arising out of Consultant’s performance of the Services and
otherwise complying with all applicable
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 9
provisions of this Section 12.
12.3 Minimum Limits of Insurance. Consultant shall maintain limits no
less than: (1) Commercial General Liability: $2,000,000 per occurrence
for bodily injury, personal injury and property damage.
Commercial General Liability Insurance with a general
aggregate limit shall apply separately to this Agreement or
the general limit shall be twice the required occurrence limit.
(2) Automobile Liability: $2,000,000 per accident for bodily
injury and property damage.
(3) Employer’s Liability: $1,000,000 per accident and in the
aggregate for bodily injury or disease and Workers’
Compensation Insurance in the amount required by law.
(4) Professional Liability: $1,000,000 per 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.
(6) Required limits may be satisfied either by a standalone
policy or in combination with an excess/umbrella policies.
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: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 10
Consultant; premises owned, occupied or used by
Consultant; and/or automobiles owned, leased, hired or
borrowed by Consultant. The coverage shall contain no
limitations on the scope of protection afforded to City, its
officers, officials, employees, designated volunteers or
agents serving as independent contractors in the role of City
officials which are not also limitations applicable to the
named insured.
(2) For any claims related to this Agreement, Consultant’s
insurance coverage shall be primary insurance as respects
City, its officers, officials, employees, designated volunteers
and agents serving as independent contractors in the role of
City or officials. Any insurance or self- insurance
maintained by City, its officers, officials, employees,
designated volunteers or agents serving as independent
contractors in the role of City officials shall be excess of
Consultant’s insurance and shall not contribute with it.
(3) Consultant’s insurance shall apply separately to each insured
against whom claim is made or suit is brought, except with
respect to the limits of the insurer’s liability.
(4) Each insurance policy required by this clause shall be
endorsed to state that coverage shall not be canceled except
after 30 days prior written notice by first class mail has been
given to City (ten (10) days prior written notice for non-
payment of premium). Consultant shall provide thirty
(30) days written notice to City prior to implementation of a
reduction of limits or material change of insurance coverage
as specified herein.
(5) Each insurance policy, required by this clause shall
expressly waive the insurer’s right of subrogation against
City and its elected officials, officers, employees, servants,
attorneys, designated volunteers, and agents serving as
independent contractors in the role of City officials.
(6) Each policy shall be issued by an insurance company
approved in writing by City, which is admitted and licensed
to do business in the State of California and which is rated
A:VII or better according to the most recent A.M. Best Co.
Rating Guide.
(7) Each policy shall specify that any failure to comply with
reporting or other provisions of the required policy, including
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 11
breaches of warranty, shall not affect the coverage required
to be provided.
(8) Each policy, except 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: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 12
for compensation. City may terminate for cause following a default remaining uncured
more than five (5) business days after service of a notice to cure on the breaching party.
Consultant may terminate this Agreement for cause upon giving the City ten (10) business
days prior written notice for any of the following: (1) uncured breach by the City of any
material term of this Agreement, including but not limited to Payment Terms; (2) material
changes in the conditions under which this Agreement was entered into, coupled with the
failure of the parties to reach accord on the fees and charges for any Additional Services
required because of such changes.
15. Notices. Any notices, bills, invoices, or reports authorized or required by
this Agreement shall be in writing and shall be deemed received on (a) the day of delivery
if delivered by hand or overnight courier service during Consultant’s and City’s regular
business hours; or (b) on the third business day following deposit in the United States mail,
postage prepaid, to the addresses set forth in this Section, or to such other addresses as the
parties may, from time to time, designate in writing pursuant to the provisions of this
Section.
All notices shall be addressed as follows:
If to City: City of Rancho Cucamonga
Engineering Services Department
10500 Civic Center Drive
Rancho Cucamonga, CA 91730
Attn: Marlena Perez, Principal Engineer
If to Consultant: MNS Engineers
3850 Vine Street
Suite 110
Riverside, CA 92507
Attn: Brandon Reyes, Vice Principal
16. Non-Discrimination and Equal Employment Opportunity. In the
performance of this Agreement, Consultant shall not discriminate against any employee,
subcontractor, or applicant for employment because of race, color, creed, religion, sex,
marital status, national origin, ancestry, age, physical or mental handicap, medical
condition, or sexual orientation. Consultant will take affirmative action to ensure that
subcontractors and applicants are employed, and that employees are treated during
employment, without regard to their race, color, creed, religion, sex, marital status, national
origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation.
17. Assignment and Subcontracting. Consultant shall not assign or transfer
any interest in this Agreement or subcontract the performance of any of Consultant’s
obligations hereunder without City’s prior written consent. Except as provided herein, any
attempt by Consultant to so assign, transfer, or subcontract any rights, duties, or obligations
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 13
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
drafted that portion of the Agreement.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 14
24. Entire Agreement. This Agreement consists of this document, and any
other documents, attachments and/or exhibits referenced herein and attached hereto, each
of which is incorporated herein by such reference, and the same represents the entire and
integrated agreement between Consultant and City. This Agreement supersedes all prior
oral or written negotiations, representations or agreements. This Agreement may not be
amended, nor any provision or breach hereof waived, except in a writing signed by the
parties which expressly refers to this Agreement.
IN WITNESS WHEREOF, the parties, through their respective authorized
representatives, have executed this Agreement as of the date first written above.
Consultant Name: MNS Engineers
By: ______________________________
Name Brandon Reyes Date
______________________________
Title
City of Rancho Cucamonga
By:________________________________
Name Date
_________________________________
Title
By: ______________________________
Name Miranda Patton Date
______________________________
Title
(Two signatures required if corporation)
Rancho Cucamonga Fire Protection District
By:________________________________
Name Date
_________________________________
Title
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57
Vice President
9/4/2025 | 10:01 AM PDT
9/4/2025 | 1:52 PM PDT
Vice President/Secretary
Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
9/16/2025 | 8:55 PM PDT
Mayor/President
Fire Chief
9/16/2025 | 9:44 PM PDT
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 15
EXHIBIT A
REQUEST FOR STATEMENT OF QUALIFICATIONS
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) #24/25-501
FOR
VARIOUS ON-CALL SERVICES
City of Rancho Cucamonga
Purchasing Division
10500 Civic Center Drive
Rancho Cucamonga, California 91730
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 2 of 30
Table of Contents
1. GENERAL INFORMATION ................................................................................................................................ 5
1.1 INTRODUCTION ............................................................................................................................................................................. 5
1.2 DISCREPANCIES OR OMISSIONS ................................................................................................................................................... 5
1.3 CONTINGENCIES ............................................................................................................................................................................ 5
1.4 DISPOSITION OF MATERIAL AND CONFIDENTIAL OR PROPRIETARY INFORMATION ................................................................ 6
1.5 KNOWLEDGE OF REQUIREMENTS ................................................................................................................................................ 6
1.6 RESERVATION OF RIGHTS ............................................................................................................................................................. 6
1.7 CALIFORNIA'S PUBLIC RECORDS ACT .......................................................................................................................................... 7
1.8 PERFORMANCE PERIOD ................................................................................................................................................................ 8
2. MINIMUM REQUIREMENTS ............................................................................................................................ 8
2.1 Business License ................................................................................................................................... 8
2.2 Prevailing Wages .................................................................................................................................. 8
2.3 Employee Conduct ................................................................................................................................ 8
2.4 REPRESENTATIVES ......................................................................................................................................................................... 9
3. SOQ DELIVERY AND SCHEDULE OF EVENTS ...................................................................................................10
3.1 Questions and Clarifications ................................................................................................................ 10
4. SOQ SUBMISSION REQUIREMENTS AND RESPONSE FORMAT .....................................................................11
4.1 COVER LETTER / INTRODUCTION ...............................................................................................................................................11
4.2 TABLE OF CONTENTS..................................................................................................................................................................12
4.3 EXECUTIVE SUMMARY................................................................................................................................................................ 12
4.4 FIRM EXPERIENCE/QUALIFICATIONS .........................................................................................................................................12
4.5 THIRD-PARTY / SUBCONTRACTORS ...........................................................................................................................................12
4.6 STAFF RESUMES AND ORGANIZATION CHART ..........................................................................................................................13
4.7 PROJECT MANAGEMENT APPROACH ........................................................................................................................................13
5. DISCIPLINES AND APPLCABLE SCOPE OF SERVICES .......................................................................................13
5.1 SURVEY AND MAPPING..............................................................................................................................................................14
5.2 GEOTECHNICAL ENGINEERING AND MATERIAL SAMPLING/TESTING .....................................................................................14
5.3 GENERAL CIVIL ENGINEERING ....................................................................................................................................................14
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 3 of 30
5.4 TRAFFIC ENGINEERING AND TRANSPORTATION PLANNING ................................................................................................... 15
5.5 CONSTRUCTION MANAGEMENT AND INSPECTION .................................................................................................................. 15
5.6 DEVELOPMENT PLAN CHECK ..................................................................................................................................................... 16
5.7 ARCHITECTURAL ENGINEERING ................................................................................................................................................. 16
5.8 LANDSCAPE ARCHITECTURE ...................................................................................................................................................... 17
5.9 RIGHT OF WAY COORDINATION ............................................................................................................................................... 17
6. EVALUATION AND CONSULTANT SELECTION PROCESS ............................................................................... 18
6.1 INITIAL SCREENING .................................................................................................................................................................... 18
6.2 EVALUATION ACTIVITIES ........................................................................................................................................................... 18
6.3 DEMONSTRATIONS/ INTERVIEWS ............................................................................................................................................. 18
6.4 REFERENCE CHECK EVALUATION .............................................................................................................................................. 19
6.5 CONSULTANT SELECTION........................................................................................................................................................... 19
6.6 BEST AND FINAL OFFER ............................................................................................................................................................. 19
6.7 LETTER OF INTENT TO AWARD .................................................................................................................................................. 19
6.8 EXHIBITS A THROUGH H ............................................................................................................................ 20
6.9 NON-DISCLOSURE CONFLICT OF INTEREST .............................................................................................................................. 20
6.10 PROFESSIONAL SERVICE AGREEMENT ...................................................................................................................................... 20
6.11 ACKNOWLEDGEMENT OF INSURANCE ...................................................................................................................................... 20
6.12 ADDENDUM ACKNOWLEDGEMENT .......................................................................................................................................... 20
6.13 DEBARMENT AND SUSPENSION ................................................................................................................................................ 21
6.14 PARTICIPATION CLAUSE ............................................................................................................................................................ 21
6.15 SIGNATURE OF AUTHORITY ....................................................................................................................................................... 21
6.16 COMPANY REFERENCES ............................................................................................................................................................. 21
6.17 PRICING ...................................................................................................................................................................................... 22
“EXHIBIT A” CITY OF RANCHO CUCAMONGACONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT ............ 23
“EXHIBIT B, PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY” ................................................. 24
“EXHIBIT C, ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO
PROVIDE AND MAINTAIN COVERAGES SPECIFIED” ............................................................................................. 25
“EXHIBIT D” ADDENDUM ACKNOWLEDGEMENT ................................................................................................ 26
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 4 of 30
“EXHIBIT E DEBARMENT and SUSPENSION CERTIFICATION FORM .....................................................................27
“EXHIBIT F, PARTICIPATION CLAUSE” ...................................................................................................................28
“EXHIBIT G” SIGNATURE OF AUTHORITY ..............................................................................................................29
“EXHIBIT H” REFERENCES WORKSHEET” ...............................................................................................................30
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 5 of 30
1. GENERAL INFORMATION
1.1 INTRODUCTION
The City of Rancho Cucamonga (hereinafter “City”) is inviting qualified Consultants to submit a Request for
Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services, in accordance with the Scope of
Services indicated herein. It is the City’s intent to create a qualified Consultants list with multiple Consultants.
Responses to this SOQ are electronic only and no paper submittals will be accepted. Consultants wishing to
submit a response the SOQ, must be registered as a Consultant with the City through Planet Bids. Registration
can be accomplished by visiting the City website at https://www.cityofrc.us/your-government/procurement.
Only those responses received from registered Consultants will be accepted. Responses must be submitted by
the named Consultant that has downloaded the SOQ this information is indicated in the bid system and provides
the ability to tabulate the responses in accordance with the named Consultants. Submitting a response under
a Consultants name that does not appear to be on the Prospective Bidders list will be deemed as non-responsive
and disqualify said response from further consideration.
1.2 DISCREPANCIES OR OMISSIONS
Consultants finding discrepancies or omissions in the SOQ or having any doubts as to the meaning or intent of
any part thereof shall submit such questions or concerns in writing to the applicable Purchasing contact
identified herein in Section 3.1. All questions must be in writing and no responsibility will be accepted for oral
instructions. Addenda issued in correspondence to this SOQ shall be considered a part of this SOQ and shall
become part of any final Contract that may be derived from this SOQ.
1.3 CONTINGENCIES
This SOQ should not be considered as a contract to purchase goods or services but is a Request for a Statement
of Qualifications in accordance with the terms and conditions herein and will not necessarily give rise to a
Contract. However, SOQ responses should be as detailed and complete as possible to facilitate the formation
of a contract based on the SOQ response(s) that are pursued should the City decide to do so.
Completion of this SOQ form and its associated appendices are a requirement. Failure to do so may disqualify
your SOQ response submittal. Consultants must submit signed SOQ responses by the due date and time as
specified herein. Consultants will be considered non-responsive if the above requirements are not submitted
as requested.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 6 of 30
Any scope of services, contingencies, special instruction and/or terms and conditions applicable to this SOQ and
any purchase order derived thereafter shall be effective as of the issue date of a purchase order for the
requested work (the “Effective Date”), and shall remain in full force and effect until sixty (60) days after the City
has accepted the work in writing and has made final payment, unless sooner terminated by written agreement
signed by both parties.
1.4 DISPOSITION OF MATERIAL AND CONFIDENTIAL OR PROPRIETARY INFORMATION
All materials submitted in response to the SOQ solicitation will become the property of the City and will be
returned only at the City option and at the expense of the Consultant submitting the SOQ response. A copy of
the SOQ response will be retained for official files and become a public record. Any material that a Consultant
considers as confidential but does not meet the disclosure exemption requirements of the California Public
Records Act should not be included in the Consultant’s SOQ response as it may be made available to the public.
If a Consultant’s SOQ response contains material noted or marked as confidential and/or proprietary that, in
the City sole opinion, meets the disclosure exemption requirements, then that information will not be disclosed
pursuant to a written request for public documents. If the City does not consider such material to be exempt
from disclosure, the material may be made available to the public, regardless of the notation or markings. If a
Consultant is unsure if its confidential and/or proprietary material meets disclosure exemption requirements,
then it should not include such information in its SOQ response because such information may be disclosed to
the public.
1.5 KNOWLEDGE OF REQUIREMENTS
The Consultants shall carefully review all documents referenced and made a part of the solicitation document
to ensure that all information required to properly respond has been submitted or made available and all
requirements are priced in the SOQ response. Failure to examine any documents or instructions will be at the
Consultant’s sole risk.
Consultants shall be responsible for knowledge of all items and conditions contained in their SOQ responses and
in this SOQ, including any City issued clarifications, modifications, amendments, or addenda. The City will
provide notice of any changes and clarifications to perspective Consultants by way of addenda to Planet Bids;
however, it is the Consultant’s responsibility to ascertain that the SOQ response includes all addenda issued
prior to the SOQ due date.
1.6 RESERVATION OF RIGHTS
The issuance of this SOQ does not constitute an agreement by the City that any contract will be entered by the
City. The City expressly reserves the right at any time to:
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 7 of 30
• Waive or correct any defect or informality in any response, SOQ, or SOQ procedure.
• Reject any or all SOQs.
• Reissue a Request for SOQs.
• Prior to submission deadline for SOQs, modify all or any portion of the selection procedures, including
deadlines for accepting responses, the specifications or requirements for any materials, equipment, or
services to be provided under this SOQ, or the requirements for contents or format of the SOQs.
• The City recognizes that price is only one of several criteria to be used in judging a product or service,
and the City is not legally bound to accept the lowest SOQ response.
• The City reserves the right to conduct pre-award discussions and/or pre-Contract negotiations with any
or all responsive and responsible Consultants who submit SOQ responses.
• Procure any materials, equipment or services specified in this SOQ by any other means.
• Determine that no project will be pursued.
• The City reserves the right to inspect the Consultant’s place of business prior to award or at any time
during the contract term or any extension thereof, to determine the Consultant’s capabilities and
qualifications.
1.7 CALIFORNIA'S PUBLIC RECORDS ACT
The City of Rancho Cucamonga complies with the California Public Records Act, Government Code Section
6253. (a) Public records are open to inspection at all times during the office hours of the state or local agency
and every person has a right to inspect any public record, except as hereafter provided. Any reasonably
segregable portion of a record shall be available for inspection by any person requesting the record after
deletion of the portions that are exempted by law.
An SOQ in its entirety shall not be considered confidential and proprietary. Notwithstanding the foregoing,
companies are hereby notified that any and all materials submitted in response to this SOQ are subject to
California's Public Records Act. The City's receipt, review, evaluation or any other act or omission concerning
any such information shall not create an acceptance by the City or any obligation or duty to prevent the
disclosure of any such information except as required by Government Code Section 6253. Companies who
submit information they believe should be exempt from disclosure under the Public Records Act shall clearly
mark each document as confidential, proprietary, or exempt, and state the legal basis for the exemption with
supporting citations to the California Code. Pursuant to California Law, if the information is requested under the
Public Records Act, the City shall make a final determination if any exemption actually exists for the City to deny
the request and prevent disclosure. The City will withhold such information from public disclosure under the
Public Records Act only if the City determines, in its sole discretion, that there is a legal basis to do so.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 8 of 30
1.8 PERFORMANCE PERIOD
It is the City’s intent to award on-call contracts for the Scope of Services listed in this RFQ. The period of award
shall be five (5) years, with up to two (2) additional one-year options to be awarded at the sole discretion of the
City upon satisfactory performance of previous work as determined by City staff.
2. MINIMUM REQUIREMENTS
2.1 Business License
Selected Consultants awarded a contract shall be required to obtain a Rancho Cucamonga Business License no
later than five (5) business days from notification of award prior to being issued a Purchase Order. A selected
Consultants must possess and maintain all appropriate licenses/certifications necessary in the performance of
duties required under this SOQ and will provide copies of licenses/certifications immediately upon request
throughout the term of the Contract.
2.2 Prevailing Wages
Where labor is required for a public work as a part of any requirement covered by this SOQ, pursuant to the
provisions of the Labor Code of the State of California and/or the federal Davis -Bacon Act, a selected
Consultants(s) shall pay no less than those minimum wages unless an exemption applies. In certain cases, an
exemption from the prevailing wage requirement may apply to the scope of work. (See Cal. Labor Code
§ 1720(c)(1), (5); 42 USC § 5310(a). However, the City makes no representations in this SOQ that such an
exemption will apply or that prevailing wages will not be required for a scope of work covered by this SOQ.
2.3 Employee Conduct
All Consultants personnel must observe all City regulations in effect at the location where the Services are being
conducted. While on City property, the Consultant’s personnel shall be subject to oversight by City staff. Under
no circumstances shall the Consultant’s or Consultant’s sub-contractor personnel be deemed as employees of
the City. Consultants or Consultant’s subcontractor personnel shall not represent themselves to be employees
of the City.
Consultant’s personnel will always make their best efforts to be responsive, polite, and cooperative when
interacting with representatives of the City and City employees. The Consultant’s personnel shall be required
to work in a pleasant and professional manner with City employees, outside Consultants, and the public.
Nothing contained in this SOQ shall be construed as granting the Consultants the sole right to supply personal
or contractual services required by the City or without the proper City approval and the issuance of a Purchase
Order.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 9 of 30
2.4 REPRESENTATIVES
Should a selected Consultants require the services of a subconsultant to complete the Scope of Services
indicated in this SOQ, the awarded Consultants will not assign, transfer, convey or otherwise dispose of the
contract or its right, title, or interest in or to the same, or any part thereof. Any attempt by the awarded
Consultants to so assign, transfer, or subcontract any rights, duties, or obligations arising hereunder shall be
null, void and of no effect.
The awarded Consultants shall be solely responsible for the satisfactory work performance of all personnel
engaged in performing the Services including Consultants subcontractor. All Services shall be performed by the
awarded Consultants or under the awarded Consultant’s direct supervision, and all personnel shall possess the
qualifications, permits, and licenses required by state and local law to perform such services.
The awarded Consultants shall be responsible for payment of all employees’ and subcontractors’ wages and
benefits and shall comply with all requirements pertaining to employer’s liability, workers’ compensation,
unemployment insurance, and Social Security. By its execution of this Agreement, Consultants certifies that it
is aware of the provisions of Section 3700 of the California Labor Code that require every employer to be insured
against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of
that Code and agrees to comply with such provisions before commencing the performance of the services.
In case of default by the Consultants, the City may take the following actions which shall include but not be
limited to; cancellation of any purchase order, procurement of the articles or service from other sources and
may deduct from unpaid balance due to the Consultants, or may bill for excess costs so paid, and the prices paid
by the City shall be considered the prevailing market prices paid at the time such purchase is made, withholding
of payment until final resolution. Cost of transportation, handling, and/or inspection on deliveries, or
Consultants for delivery, which do not meet specifications, will be for the account of the Consultants.
City Representative:
For the purposes of this Agreement, the contract administrator and City ’s representative shall be Marlena
Perez, Principal Engineer, or such other person as designated in writing by City (“City ’s Representative”). It shall
be the Consultant’s responsibility to assure that City ’s Representative is kept informed of the progress of the
performance of the services, and the Consultants shall refer any decisions that must be made by City to the City
Representative. Unless otherwise specified herein, any approval of City required hereunder shall mean the
approval of the City Representative.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 10 of 30
Consultants Representative:
The response to this SOQ shall designate the representative of the Consultants authorized to act in its behalf
with respect to the services specified herein and make all decisions in connection therewith (“Consultant’s
Representative”). It is expressly understood that the experience, knowledge, capability, and reputation of the
Consultant’s Representative will be a substantial inducement for City to enter into an Agreement with the
Consultants. Therefore, the Consultant’s Representative shall be responsible during the term of any Agreement
for directing all activities of consultants and devoting enough time to personally supervise the services
hereunder. The successful Consultants may not change the Consultant’s Representative without the prior
written approval of City ’s Representative.
3. SOQ DELIVERY AND SCHEDULE OF EVENTS
Complete SOQ responses must be received electronically via Planet Bids prior to the due date and time specified
in the below Schedule of Events. Please note, there will be no paper responses accepted. The City shall not be
responsible for any delays by transmission errors.
Schedule of Events
Event Description Date & Time
Post SOQ November 18, 2024
Questions Due December 4, 2024, by 3:00 pm
Addendum Issued December 12, 2024
SOQ Response Due Date January 6, 2024, by 9:00 am
(The City reserves the right to change schedule of events without prior notice or responsibility to Consultant.)
3.1 Questions and Clarifications
All questions or clarification requests must be submitted directly through the City’s bid system no later than the
due date and time indicated in the above Schedule of Events. Answers and/or clarifications will be provided in
the form of an Addendum and will be posted for download from the City’s bid system in accordance with the
above “Schedule of Events”.
From the issuance date of this SOQ until a Consultant is awarded, Consultants are not permitted to communicate
with any City staff or officials regarding this procurement, other than during interviews, demonstrations, and/or
site visits, except at the direction of Ruth Cain, Procurement Manager, the designated representative of the City
of Rancho Cucamonga.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 11 of 30
4. SOQ SUBMISSION REQUIREMENTS AND RESPONSE FORMAT
Completion of this SOQ and its associated Exhibits are a requirement. To be considered responsive and evaluate
SOQ responses fairly and completely Consultants must comply with the format and submission requirements
set out in this SOQ, and provide all information requested. Failure to comply with the instruction indicated
herein or any part of this SOQ will deem said SOQ response as non -responsive and will not receive further
consideration in the evaluation process.
If only one SOQ response is received, the City reserves the right to discard the response, re-bid or proceed with
an SOQ review and negotiations.
SOQ responses are due on the date and time indicated in the above schedule of events. Submittals shall be
submitted electronically via Planet Bids; no paper SOQ responses will be accepted. SOQ responses must include
the information required by this SOQ.
The City has streamlined its various on-call disciplines into one SOQ. Consultants have the option to submit a
response for one or multiple disciplines. Please review the detailed response submittal instructions below. Titled
tabs have been created in the bid system for section responses. Sections are to be submitted separately unless
otherwise instructed. Please submit responses for the following sections to the associated section response
type tab in Planet Bids:
• Sections 4.1 through 4.8 – These sections shall be compiled as one document with a title sheet
separating each numbered section. Submit under the Response File tab.
• Section 5.1 Surveying and Mapping – Submit under the Section 5.1 tab.
• Section 5.2 Geotechnical Engineering and Material Sampling/Testing – Submit under the Section 5.2
tab.
• Section 5.3 General Civil Engineering – Submit under the Section 5.3 tab.
• Section 5.4 Traffic Engineering and Transportation Planning – Submit under the Section 5.4 tab.
• Section 5.5 Construction Management and Inspection – Submit under the Section 5.5 tab.
• Section 5.6 Development Plan Check – Submit under the Section 5.6 tab.
• Section 5.7 Architectural Engineering – Submit under the Section 5.7 tab.
• Section 5.8 Landscape Architecture – Submit under the Section 5.8 tab.
• Section 5.9 Right of Way Coordination – Submit under the Section 5.9 tab.
4.1 COVER LETTER / INTRODUCTION
SOQ responses must include the complete name and address of the Consultant and the name, email address,
and telephone number of the contact person regarding the SOQ response. A signature by an authorized
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 12 of 30
representative must be included on each SOQ response. Said signature will be considered confirmation of the
Consultants ability and willingness to comply with all provisions stated herein.
4.2 TABLE OF CONTENTS
The Table of Contents must be a comprehensive listing of the contents included in your SOQ response. This
section must include a clear definition of the material, exhibits and supplemental information identified by
sequential page numbers and by section reference numbers.
4.3 EXECUTIVE SUMMARY
The Executive Summary shall condense and highlight the contents of the Consultant’s SOQ response to provide
the Evaluation Committee with a broad understanding of the Consultant’s approach, qualifications, experience,
and availability of staff in terms of workload, current or ongoing projects.
4.4 FIRM EXPERIENCE/QUALIFICATIONS
The Consultant shall demonstrate the Consultant’s qualifications, experience, expertise, and capability to
perform the requirements of this SOQ. The Consultant shall provide a minimum of 6 representative projects
that have been completed within the last five years, including a contact person (including name, title, phone
number and email) at the agency for whom the work was completed. Each experience shall include a brief
description of the scope performed, the years of the work, and the team members involved.
Consultants shall provide a brief history of your firm, including the number of years in business, office locations,
specifically the address of offices located within the State of California. State whether your organization is an
individual proprietorship, partnership, corporation, or private nonprofit organization, and the date your
company was formed or incorporated.
4.5 THIRD-PARTY / SUBCONTRACTORS
If the Consultants intends to subcontract any of the services, provide a detailed list of any subcontractors,
partners, or third-party Consultants who will be involved in the implementation of the proposed services
including but not limited to:
• Description of the Consultant’s experience with each of the proposed subcontractors,
• Three (3) customer references for each subcontractor to include references names, addresses, and
telephone numbers, for products and services like those described in this SOQ,
• Describe the specific role of each.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 13 of 30
4.6 STAFF RESUMES AND ORGANIZATION CHART
An organization chart shall be submitted identifying the staff available to perform the scope of services. The
organization chart shall identify the Consultant’s Representative, key personnel for the contract and any
subconsultants.
Submit the resumes of the key personnel that will be performing the services for the city. Key personnel for
each discipline shall be identified on the proposed team organization chart. Should any of the key personnel
become unavailable, the Consultant must submit a written request for substitution of this personnel with
another party of equal competence for City approval. The Consultant shall provide experienced and licensed
personnel, equipment, and facilities to perform the services outlined in this RFQ. All work shall be performed
by personnel with the appropriate license registered in registered in the State of California. All surveys, reports,
plans, specifications, and cost estimates shall be signed and sealed by the licensed professional.
Submit the resumes of the individuals who will be performing the services for the city. Resumes shall be
formatted in the following order:
• Role within On-Call.
• Length of time with the Company.
• Licenses, registrations, and certifications as required by law to perform the services described in the
Scope of Services herein.
• Educational background: technical training, education and experience of employees who would be
assigned to perform the services.
• Work history on similar or like projects with the other municipalities.
4.7 PROJECT MANAGEMENT APPROACH
Consultant shall describe how the firm intends to manage the aspects of the work to be performed, including
overall project management approach and methodology, quality, cost and schedule control procedures,
project tracking and performance monitoring procedures, and project progress reporting procedures.
5. DISCIPLINES AND APPLCABLE SCOPE OF SERVICES
Consultants shall provide experienced and licensed personnel, equipment, and facilities to perform the
following tasks. All work shall be performed by personnel with the appropriate license registered in registered
in the State of California. All surveys, reports, plans, specifications, and cost estimates shall be signed and sealed
by the licensed professional. Below is a list of anticipated scope of services required within each discipline of
this On-Call Contract, however this list is not exhaustive and other services may be required.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 14 of 30
5.1 SURVEY AND MAPPING
Surveying and Mapping services that will be required may include, but not be limited to the following:
• Topographical survey and aerial surveys
• Records of survey
• Legal descriptions and plat maps for right-of-way acquisitions
• Right of way base mapping
• Boundary and control surveys
• Monument perpetuation/preservation including pre- and post-construction records.
• Prepare and file corner records.
• Mark limits of removals
• Construction surveying
• Survey plan checking.
• Prepare and review of tentative tract and a parcel maps and final tract maps and parcel maps.
5.2 GEOTECHNICAL ENGINEERING AND MATERIAL SAMPLING/TESTING
Geotechnical Engineering and Material Sampling/Testing Services that will be required on-call contract may.
include but not be limited to the following:
• Geotechnical, hydrological and groundwater investigations
• Preparation of subsurface reports and recommendations
• Field inspections and material testing
• Laboratory materials testing
• Hazardous materials evaluations and testing
• Preparing Phase 1 and Phase 2 studies
• DTSC coordination and permitting.
• Evaluation of street, storm drain and retaining wall repairs or maintenance.
• Review of asphalt concrete and cement concrete mix designs performed in accordance with ASTM
standards.
5.3 GENERAL CIVIL ENGINEERING
General Civil Engineering Services that will be provided under this on-call contract may include but not be limited
to the following:
• Preliminary planning and cost estimating for various projects.
• Provide project study reports, project reports, value engineering analysis and feasibility studies.
• Hydrology and hydraulic food plain studies, and erosion control plans
• Utility research and investigations, including potholing and Ground Penetrating Radar
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 15 of 30
• Preparation of plans, technical specifications and cost estimates for various Public Works and Capital
Improvement Projects including but not limited to; streets, bicycle facilities, sidewalks and curb ramps,
storm drains, site plans, highway improvements and trail improvements projects including park
improvements.
• Structural engineering services for bridges and retaining walls including structural observations and
inspections, structural calculations, structural drawings, shoring plans, and technical specifications.
• Landscaping and irrigation design
• Lighting design for streets, parking lots and parking structures
5.4 TRAFFIC ENGINEERING AND TRANSPORTATION PLANNING
Traffic Engineering and Transportation Planning Services that will be provided under this on -call contract may
include but not be limited to the following:
• Preliminary planning and cost estimating for various projects.
• Provide project study reports, project reports, value engineering analysis and feasibility studies.
• Preparation or review traffic engineering reports, traffic impact analysis, traffic signal design plans, and
transportation planning studies or project specific traffic related issues analysis
• Review traffic impact analysis and scoping agreements related to subdivisions or development projects.
• Perform traffic signal warrants, pedestrian studies and other warrants/studies as requested.
• Provide speed data analysis, intersection control studies including multi-way stop sign control.
• Provide traffic signal or alternatives, safety studies, travel time studies and miscellaneous traffic
engineering services.
• Preparation of plans, technical specifications and cost estimates for traffic projects including but not
limited to; traffic signals, signing and striping, signal interconnect, flashing beacons, pedestrian signals,
traffic calming, and temporary traffic control plans.
• Provide traffic signal timing plans and coordination timing studies for new or modified traffic signals.
• Traffic Plan check services including ability to meet a 2-week review for first plan check and a 1-week
review for each subsequent plan check thereafter until plan check review is approved. City may adjust
plan check review timeline on an as needed basis depending on project size.
5.5 CONSTRUCTION MANAGEMENT AND INSPECTION
Construction Management and Inspection Services that will be provided under this on-call contract may include
but not be limited to the following:
• Construction management including but not limited to; contract administration, contract negotiation,
response to RFIs, submittal reviews, shop drawings, construction scheduling, reviewing change orders,
document control, and cost control.
• Develop and manage RFI and submittal logs.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 16 of 30
• Coordinate and host pre-construction meeting and progress meetings, including preparation of meeting
minutes.
• DBE/SBE and grant/loan compliance if applicable
• Establish procedures and monitor contractor compliance with federal and state prevailing wage
regulations and requirements.
• Maintain inspection records and reports.
• Perform daily construction observation and inspection ensuring construction conforms to the project
documents and report via City’s inspection software.
• Ensure the jobsite conditions are in compliance with OSHA requirements.
• Coordinate special inspection and material testing with representatives from other agencies if needed.
• Prepare daily journals including a log of laborers and time and materials construction activities.
• Measure the completed work for the purpose of progress payments.
• Liaise between the contractor and City staff.
• Provide required field inspection tools including ability to use City’s inspection software.
• Coordination and management of the services required, including review of the project site,
improvement plans, specifications, and special provisions.
• Provide constructability reviews.
5.6 DEVELOPMENT PLAN CHECK
Development Plan Check Services that will be provided under this on-call contract may include, but not be
limited to, the following:
• Initial plan review will need to determine compliance with City and State codes.
• Provide the City with a monthly plan review status report for all assigned projects.
• Ability to meet a 2-week review for first plan checks and a 1-week review for each subsequent plan check
thereafter until plan check review is approved. City may adjust plan check review timeline on an as
needed basis depending on project size.
• Map and Improvement plan check review will require a California Licensed Professional Land Surveyor
to stamp and/or seal necessary documents.
5.7 ARCHITECTURAL ENGINEERING
Architectural Engineering Design Services that will be provided under this on-call contract may include, but not
be limited to, the following:
• Preliminary architectural design including planning and cost estimating.
• Preparation of plans, technical specifications and cost estimates for new structures or modifications of
existing structures
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 17 of 30
• Prepare sketches, renderings and materials boards providing alternative architectural concepts and
designs.
• Prepare 2D and 3D models, sketches, renderings and elevation drawings of proposed architectural
designs and treatments.
• Review for conformance with ADA and required standards.
• Preparation of permit applications to the Planning and Building Departments
• Architectural construction support services and prepare record drawings.
5.8 LANDSCAPE ARCHITECTURE
Landscape Architecture Services that will be provided under this on-call contract may include, but not be limited
to, the following:
• Provie landscape planning and design services for new facilities or modifications to existing facilities
• Perform preliminary siting, grading, and landscaping layouts.
• Conduct site and field investigations to verify locations of existing and proposed facilities.
• Prepare sketches, renderings, and materials boards providing alternative landscaping concepts or
options.
• Prepare construction drawings, technical specifications, and cost estimates for Landscape Architecture
Projects
• Irrigation design including preparation of plans, specifications, and cost estimates.
• Provide landscaping construction support services including preparation of record drawings.
5.9 RIGHT OF WAY COORDINATION
Right of Way Coordination Services that will be provided under this on -call contract may include, but not be
limited to, the following:
• Negotiations with property owners for the purchase of right of way
• Adherence to Caltrans Right of Way Manual for all standards and operating procedures including
completion of Caltrans Right of Way Certification
• Prepare all written correspondence, offer packages.
• Escrow coordination.
• Administration of right of way related contracts (for both state and federally funded projects) including
but not limited to, appraisals, negotiations, preparation of offer packages, and signature coordination.
• Relocation services
• Provide preliminary title reports.
• Provide or review loss of business goodwill appraisal.
• Notary services for the signing and acquisition documents
• Condemnation support
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 18 of 30
• Eminent domain support
• Provide title and escrow services.
• Coordinate and provide support or information to City Legal staff, if required
• Prepare and secure agreements for Possession and Use, Right of Entry, and license or permits form
property owners.
• Prepare and maintain a schedule of major activities and milestones.
• Represent the City at Planning Commission meetings, City Council meetings or legal proceedings, if
required
6. EVALUATION AND CONSULTANT SELECTION PROCESS
6.1 INITIAL SCREENING
All SOQ responses will undergo an initial review to determine responsiveness to the instructions herein. Those
SOQ responses initially determined to be responsive by meeting the SOQ requirement as indicated herein will
proceed to the next phase of the evaluation process.
6.2 EVALUATION ACTIVITIES
SOQ responses deemed as having met the standard requirements indicated herein are evaluated by an
Evaluation Committee. The SOQ submittals are scored and assigned a ranking of zero (0) through ten (10), ten
being the highest possible score.
The following evaluation criteria and percentages have been assigned to each of the on -call disciplines for the
purposes of evaluation and scoring each SOQ response:
Evaluation Criteria (By Discipline)
Criteria Description Assigned Percentage
Conformance to the Specified RFQ Format 10
Company Expertise and Experience 30
Quality of Project Management Administration Approach 25
Project Team Experience 35
6.3 DEMONSTRATIONS/ INTERVIEWS
Upon completion of the SOQ evaluations and data analysis, and only, if necessary, selected top ranked
Consultants will be provided an opportunity to interview and conduct a presentation to further expand on their
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 19 of 30
SOQ response(s). Consultant interviews/demonstrations are scored and assigned a ranking of zero (0) through
ten (10), ten being the highest possible score, based upon but not limited to the evaluation criteria factors as
stated within the SOQ.
6.4 REFERENCE CHECK EVALUATION
The City may elect to conduct reference checks in lieu of interviews as the final selection criteria. The reference
checks will be conducted by phone with the information being scribed or conducted by a written form,
submitted to the Consultant’s reference contact. Reference contacts will be asked several predetermined
questions for response and to provide a score from zero (0) to ten (10), ten being the highest. Scores are then
tabulated and added to the spreadsheet with the criteria scores. It is imperative that Consultants provide up to
date and accurate information regarding contact information for reference checks. All scores are then tabulated
into the final Consultant ranking.
6.5 CONSULTANT SELECTION
The final Consultant selection is based on which Consultants are the most responsive, meeting the City’s
requirements and offering the best value to the city.
The City may conduct negotiations with several Consultants simultaneously. The City may also negotiate
contract terms with the selected Consultants prior to award. The City, at its sole discretion, reserves the right,
unless otherwise stated, to accept or reject all or any SOQ responses, or any part thereof, either separately or
to waive any informality and to split or make the award in any manner determined to be in the best interest of
the City.
6.6 BEST AND FINAL OFFER
The City reserves the right to conduct pre-award discussions and/or pre-contract negotiations with all or only
top ranked Consultants. At the conclusion of the evaluation processes, the City will request a Best and Final
Offer to be submitted from the finalists.
6.7 LETTER OF INTENT TO AWARD
After a final Consultant selection is determined, a Letter of Intent to Award (LOI) will be posted for review by all
participating, responsive Consultants. Negotiations shall be confidential and not subject to disclosure to
competing Consultants unless an agreement is reached. If contract negotiations cannot be concluded
successfully, City may negotiate a contract with the next highest scoring Consultant or withdraw the SOQ
entirely.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 20 of 30
6.8 EXHIBITS A THROUGH H
The following named Exhibits A through H are a requirement and must be complete and signed where required.
Exhibits are not to be included in your proposal response. All referenced Exhibits must be submitted in Planet
Bids system under the Response Types, Exhibits A – G, H. Failure to comply with this instruction will deem your
SOQ submittal as non-responsive.
6.9 NON-DISCLOSURE CONFLICT OF INTEREST
Specify any possible conflicts of interest with your current clients or staff members and the city. A signed
“Conflict of Interest and Non-Disclosure Agreement, Exhibit A” included herein must be submitted under the
Non-Disclosure tab.
6.10 PROFESSIONAL SERVICE AGREEMENT
In addition to the acceptance of the City ’s Terms and Conditions, the successful Consultant will be required to
enter into a Professional Services Agreement (“PSA”) with the City, a “Sample” of which is attached in the City’s
bid system for review. All requirements of said PSA must be completed by the successful Consultant and signed
by both applicable parties prior to any services being rendered. This SOQ sets forth some of the general
provisions which may be included in the final PSA. In submitting a response to this SOQ, Consultant will be
deemed to have agreed to each clause unless otherwise indicated in “Exhibit B, Professional Services
Agreement Exceptions Summary” and the City agrees to either accept the objection or deviation or change the
PSA language in writing. Failure to raise any objections at the time of this SOQ response submittal will result in
a waiver of objection to any of the contractual language in the PSA at any other time. The signed Exception
Summary must be submitted in Planet Bids system under the Response Types tab Exhibits A – G.
6.11 ACKNOWLEDGEMENT OF INSURANCE
Consultants must meet all insurance requirements as outlined in the Professional Services Agreement. Ability
to comply with said requirements must be indicated with signature of “Exhibit C, Acknowledgement of
Insurance Requirements and Certification of Ability to Provide and Maintain Coverages Specified”. The
awarded Consultant will be responsible for providing the required Certificates of Insurance and must be the
Named Insured on the Certificates. Certificates of Insurance from any other entity other than the awarded
Consultant, will not be accepted. The signed Acknowledgement of Insurance must be submitted under the
Planet Bid Response Types, Exhibits A – G.
6.12 ADDENDUM ACKNOWLEDGEMENT
The Consultant shall hereby acknowledge they have received all posted Addendums, if any. It is the Consultant’s
responsibility to log into the Bid System to identify and download the number of addenda that have been
posted. Addenda issued in correspondence to this SOQ shall be considered a part of this SOQ and shall become
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 21 of 30
part of any final Contract that may be derived from this SOQ. Consultants must indicate their acknowledgement
of any Addendums by way of signature on “Exhibit D, Addendum Acknowledgement” and must be submitted
under the Planet Bid Response Types, Exhibits A – G.
6.13 DEBARMENT AND SUSPENSION
Bidding Consultants must verify by way of signature to “Exhibit E, Consultant Certification Form” that they are
not listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with
the guidelines under 2 CFR 200 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and
12689 (3 CFR part 1989 Comp., p. 235), and that neither Consultant nor any of its proposed subcontractors are
tax delinquent with the State of California. The signed exhibit must be submitted under the Planet Bid
Response Types, Exhibits A – G.
6.14 PARTICIPATION CLAUSE
Consultants shall provide a completed “Exhibit F, Participation Clause”, must be submitted under the Planet.
Bids Response Types, Exhibits A – G. This will indicate a consultants’ agreement to or not to allow other entities.
to utilize the SOQ response and awarded contract as a piggyback option.
6.15 SIGNATURE OF AUTHORITY
“Exhibit G”, Signature of Authority must be submitted under the Planet Bid Response Types, Exhibits A – G.
Unsigned SOQ responses will not be accepted. The Signature of Authority declares that the Consultant has
carefully examined the instruction indicated herein including all terms and condition and specifications, and
hereby proposes and agrees, if the Consultants SOQ response is accepted, Consultant agrees to furnish all
material in accordance with the instruction and specifications in the time and manner prescribed for the unit
cost amounts set forth in the Consultants SOQ response.
6.16 COMPANY REFERENCES
Provide a minimum of three (3) references for each discipline you are interested in. If a reference is included for
multiple disciplines, please indicate that on the reference worksheet under the description of services section.
The references must be agencies in California that your company has conducted comparable or like services.
Preferred references should be current customer within the past three (3) years.
Exhibit H, Reference Worksheet, must be complete and uploaded into the Planet Bid system under the
“Response Type” section identified as “Exhibit H”. While the Reference Worksheet accompanies your SOQ
response it is not to be discussed in any other area of the SOQ response other than the “Response Type, Exhibit
H” in Planet Bids. Failure to comply with the instruction will determine the Consultants SOQ response as non-
responsive and be eliminated from proceeding any further in the process.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 22 of 30
6.17 PRICING
There is no pricing / cost element included in this SOQ. The SOQ review and Consultant Interview/Presentations
(if necessary) will produce a list of qualified Consultants that will then be requested to submit their cost sheets
for each submitted response. Pricing should not be discussed anywhere in any responses submitted at this time
including samples of other pricing scenarios for sample or other projects. Failure to comply with required format
and/or instruction will cause Consultants SOQ response to be considered as non-responsive and be eliminated
from proceeding any further in the process.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 23 of 30
“EXHIBIT A” CITY OF RANCHO CUCAMONGACONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT
It is the policy of the City of Rancho Cucamonga to prevent personal or organizational conflict of interest, or the
appearance of such conflict of interest, in the award and administration of City Contracts, including, but not
limited to Contracts for Professional Services Agreements (“PSA”) with potential Consultants.
I do not have specific knowledge of confidential information regarding SOQ responses received in response to
the Request for Statement of Qualifications (SOQ) #24/25-501 Various On-Call Services.
I agree not to disclose or otherwise divulge any information pertaining to the contents, status, or ranking of any
SOQ response to anyone. I understand the terms and "disclose or otherwise divulge" to include, but are not
limited to, verbal conversations, written correspondence, reproduction of any part or any portion of any SOQ
response, or removal of same from designated areas.
I, the undersigned, hereby certify that the following statements are true and correct and that I understand and
agree to be bound by commitments contained herein.
(Print Name)
(Relationship to the City)
(Relationship to the Consultant)
(Signature)
(Date)
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 24 of 30
“EXHIBIT B, PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY”
Mark the appropriate choice, below:
Vendors accepts the PSA without exception.
OR
Vendors proposes exceptions to the PSA.
Summarize all exceptions on a separate document. Enclose a written summary of each change and title as
“Exception Summary”, which shall include the Vendors’ rationale for proposing each such exception. Each
exception must be labeled with the Section number in the PSA. Failure to properly reference exceptions in the
submitted summary may deem the response as non-responsive.
Signature
Printed Name
Title
Date
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 25 of 30
“EXHIBIT C, ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO
PROVIDE AND MAINTAIN COVERAGES SPECIFIED”
I, the
(President, Secretary, Manager, Owner or Representative)
of , certify that the
(Name of Company, Corporation or Owner)
Specifications and General Provisions regarding insurance requirements as stated within the Professional
Services Agreement (PSA), for the Purchase Contract designated Request for Statement of Qualifications
(“SOQ”) #24/25-501 for Various On-Call Services have been read and understood and that our Vendors is able
to provide and maintain the coverage as specified in the PSA. Failure to provide said coverage, upon request to
finalize the PSA prior to award shall be enough cause for immediate disqualification of award. Failure to
maintain said coverage shall result in termination of the contract.
Signature
Printed Name
Title
Date
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 26 of 30
“EXHIBIT D” ADDENDUM ACKNOWLEDGEMENT
The Consultants hereby acknowledges the following Addenda Number(s) to this SOQ have been received, if any.
Consultants understands failure to acknowledge any addenda issued may cause the SOQ response to be
considered non-responsive. It is the Consultants’ responsibility to log into the Bid System to identify and
download the number of addenda that have been posted.
•
•
•
•
Signature
Printed Name
Title
Date
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 27 of 30
“EXHIBIT E DEBARMENT and SUSPENSION CERTIFICATION FORM
I certify that neither (Consultant) nor any of its proposed subcontractors
are not currently listed on the governmentwide exclusions in the System for Award Management (SAM), in
accordance with the guidelines under 2 CFR 200 that implement Executive Orders 12549 (3 CFR part 1986
Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), and that neither Consultant nor any of its proposed
subcontractors are tax delinquent with the State of California.
I acknowledge that if Consultants or any of its subcontractors subsequently are placed under suspension or
debarment by a local, state or federal government entity, or if Consultants or any of its subcontractors
subsequently become delinquent in California taxes, our Proposal will be disqualified.
Signature
Printed Name
Title
Date
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 28 of 30
“EXHIBIT F, PARTICIPATION CLAUSE”
It is hereby understood that other government entities, such as cities, counties, and special/school districts may
utilize this RFP response at their option for equipment or services at the RFP response price for a period of
days. Said entities shall have the option to participate in any award made because of this solicitation.
Any such piggy-back awards will be made independently by each agency, and the city is not an agent, partner
or representative of these agencies and is not obligated or liable for any action of debts that may arise out of
such independently negotiated piggy-back procurement. Each public agency shall accept sole responsibility of
its own order placement and payments of the Vendors.
Successful Vendors will extend prices as proposed herein to other governmental agencies, please
specify.
YES NO
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 29 of 30
“EXHIBIT G” SIGNATURE OF AUTHORITY
The undersigned firm declares that he has carefully examined the specifications and read the above terms and
conditions, and hereby proposes and agrees, if this SOQ response is accepted, to furnish all material in
accordance with the specifications and instructions, in the time and manner therein prescribed for the unit cost
amounts set forth in the following SOQ response.
THE CONSULTANTS IN SUBMITTING THIS SOQ RESPONSE MUST FILL IN THE FOLLOWING INFORMATION. FAILURE TO
DO SO MAY DEEM YOUR SOQ RESPONSE AS NON-RESPONSIVE.
Company Name: Address:
(Street, Su. # City, State, Zip)
Telephone #:
Fax #:
E-mail address: Web Address:
Authorized Representative: (print) Title:
Signature: Date:
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 30 of 30
“EXHIBIT H” REFERENCES WORKSHEET”
This Exhibit must be complete and uploaded into the Planet Bid system under the applicable Response Type,
section identified as “Exhibit H”” section. Provide a minimum of three (3) clients for each discipline you are
interested in. If a reference is included for multiple disciplines, please indicate that on the worksheet below
under the description of services section. The references must be agencies in California that your company has
conducted comparable or like services within the past three (3) years. Please make the copies of the table below
to provide additional reference information for multiple disciplines if necessary. Please verify accuracy of
contact information.
Reference 1
Company Name
Contact Name and Title
Company Address
Contact Telephone Number
Contact Email
Description of Comparative Services (please be specific)
Reference 2
Company Name
Contact Name and Title
Company Address
Contact Telephone Number
Contact Email
Description of Comparative Services (please be specific)
Reference 3
Company Name
Contact Name and Title
Company Address
Contact Telephone Number
Contact Email
Description of Comparative Services (please be specific)
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibit H.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Addendum No. 001
Request for Statement of Qualifications (SOQ) #24/25-501
For
Various On-Call Services
December 12, 2024
Re: Consultant Questions/Answers/Clarifications
Ladies and Gentlemen:
This Addendum will address questions and clarification requests as submitted by Consultants.
Only those questions submitted in writing are being addressed and can be found in the below
table.
The RFP response due date and time is being extended to January 13, 2025, by 9:00 am.
If there are any questions regarding this Addendum, please contact me at (909) 774-2500
Sincerely,
Ruth Cain, Procurement Manager
City of Rancho Cucamonga
Procurement Division
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 2 of 11
Question(s) / Clarification(s) Answer(s) / Comment(s)
1
Please clarify if the reference information
requested in Section 4 should be included
with the 6 projects requested. Considering
that Exhibit H, Reference Worksheet, states
that it is not to be discussed in any other
area of the SOQ response other than the
“Response Type, Exhibit H” in Planet Bids.
Failure to comply with the instruction will
determine the Consultants SOQ response as
non-responsive and be eliminated from
proceeding any further in the process.
Yes, the references requested under Section
4 for the 6 projects should be included for City
awareness. However, the City will only
contact the references formally provided
under Exhibit H as part of the reference
checks for this RFQ.
2
Could the City please clarify if all categories
should be combined and submitted as one
Response File and also submitted separately
under their respective category tabs? Please
clarify if reference information should be
included with the 6 projects requested.
Considering that Exhibit H, Reference
Worksheet, must be complete and
uploaded into the Planet Bid system under
the “Response Type” section identified as
“Exhibit H”. While the Reference Worksheet
accompanies your SOQ response it is not to
be discussed in any other area of the SOQ
response other than the “Response Type,
Exhibit H” in Planet Bids. Failure to comply
with the instruction will determine the
Consultants SOQ response as non-
responsive and be eliminated from
proceeding any further in the process.
Sections 4.1 to 4.7 should be combined and
submitted as one response file. Individual
responses and files with the scope of services
for each discipline shall be submitted under
the appropriate category in Section 5.5 for
the disciplines that you are proposing on.
See response to Question 1 regarding the
references.
3
Please clarify if reference information
should be included with the 6 projects
requested. Considering that Exhibit H,
Reference Worksheet, must be complete
and uploaded into the Planet Bid system
under the “Response Type” section
identified as “Exhibit H”. While the
Reference Worksheet accompanies your
See response to Question 1.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 3 of 11
SOQ response it is not to be discussed in any
other area of the SOQ response other than
the “Response Type, Exhibit H” in Planet
Bids. Failure to comply with the instruction
will determine the Consultants SOQ
response as non-responsive and be
eliminated from proceeding any further in
the process.
4 Does the City want resumes for our
proposed sub-consultants?
Yes, submit resumes for key personnel,
including subconsultants as necessary.
5
Section 4. SOQ Submission Requirements
and Response Format lays out that a single
document for Sections 4.1 through 4.8 must
be submitted as the "Response File." There
is no Section 4.8. Is this section missing from
the RFQ? Additionally, what does the City
want submitted as the separate Section 5
tabs? Can this be clarified so that we make
sure we are compliant?
There is no Section 4.8, only sections 4.1-4.7
are required to be submitted.
Quals, resumes, and the org chart submitted
within Sections 4.1-4.7 should be
representative of all disciplines you are
proposing on. Only the description of the
offered scope of services for each discipline
that you are proposing on should be
submitted as separate tabs under Section 5.
6
Due to the holidays and there being several
pursuits due at the same time, can you
please extend the deadline by one week, to
January 13?
Yes, the deadline will be extended until
January 13, 2025.
7
What is the maximum dollar amount of the
contract (annually/or life of contract)?
The initial contract award (over the life of the
contract) will be $1 Million for each selected
consultant. However, there is no guarantee of
work or compensation, and the City reserves
the right to increase or decrease this limit if
needed.
8
How many firms is the City looking to award
for each of the listed disciplines on page 11
?
The City does not have a number of
consultants set for each discipline but is
looking to award to multiple consultants for
each category provided that they meet the
requirements of the RFQ and that their
reference checks are in good standing.
9 Is there a page count limit, and if so what
does not count towards it?
There is no page count limit.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 4 of 11
10 How many firms does the City intend to
select for each discipline?
See response to Question 8.
11
On Page 11, it states that firms should
submit items under the tab for their
respective discipline. For example, what
information should be included in Section
5.5?
See response to Question 5.
12
On Page 11, it states that Sections 4.1
through 4.8 should be submitted under the
Response File tab. What information should
be listed in Section 4.8?
Please see answer to Question 5.
13
Please confirm to whom at the City the
cover letter by the Consultant should be
addressed to?
Marlena Perez
14
Could the City please clarify if Section 5.6
Development Plan Check pertains to
Engineering, Building and Safety, Planning
Review, or all three?
The Development Plan Check only pertains to
Engineering. Building and Safety and Planning
Review are under different on-call contracts
at the City.
15
Section 4 of the RFP states that the response
file will be comprised of information
discussed in sections 4.1 through 4.8.
However, when the section requirements
are broken down there are only sections 4.1
through 4.7. Is there a requirement for
section 4.8 or was that a typo?
Please see answer to Question 5.
16
Exhibit "A" - There are five lines to be filled
on the Exhibit. It is understood that the first
line would be the printed name of the
"Consultant's Representative" as defined on
Page 10 of the Request for Statement of
Qualifications. The fourth line will be the
signature of the Consultant's
Representative, and the fifth line will be the
date of signature of the Consultant's
Representative. Please indicate as to what
information needs to be presented on the
second (Relationship to the City) and the
third line (Relationship to the Consultant).
Print name, indicate what your relationship
to the City is, i.e. current vendor, related to
any City staff….. or none, indicate what your
relationship is to the Consultant are you an
owner, related to staff….. or none, sign and
date
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 5 of 11
17
Exhibits "A" through "H", inclusive - It is
understood that Exhibits "A" through "H",
inclusive will need to be provided by the
consultant submitting the Statement of
Qualifications - Would submittal of any of
said Exhibits be required by any of the sub-
consultants that the consultant may retain
as part of the consultant's team? If so,
please indicate which Exhibit(s).
Exhibits A through G are only required for the
prime consultant. Exhibit H needs to be
provided for the prime and subconsultants.
18
On Page 16 of 30 - Section 5.6 - Last bullet
point - What will be the seal and signature
requirements of the professional engineers
who will be reviewing improvement plans
during the initial plan check period and
when the plans have received the seal and
signature of the professional engineers in
charge of preparation of the improvement
plans?
Improvement plans shall be reviewed by or
under the supervision of a California Licensed
Professional Engineer.
19
On Page 16 of 30 - Section 5.6 - Last bullet
point - Will the seal and signature of a
Professional Land Surveyor licensed in the
State of California or alternatively the seal
and signature of a Registered Civil Engineer
in the State of California authorized to
practice survey be required under the City
Surveyor's Statement on final tract and
parcel maps?
The last bullet point from Section 5.6 will be
removed and this task will be part of a
separate Proposal Request.
20
On Page 16 of 30 - Section 5.6 - Last bullet
point - It is understood that map review
services and review of legal descriptions and
plats will be conducted by a Professional
Land Surveyor licensed in the State of
California or a Registered Civil Engineer in
the State of California authorized to practice
survey. It is understood that the review of
improvement plans will be conducted by
registered professional engineers in the
State of California. Please clarify/ confirm.
See response to Questions 18 and 19.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 6 of 11
21
On Page 16 of 30 - Section 5.6 - Last bullet
point - Will the review of the final tract maps
and parcel maps be conducted by the
Development Plan Check consultant
selected for Section 5.6 functions, or will the
review of the final tract maps and parcel
maps be conducted by the Survey and
Mapping consultant selected for Section 5.1
functions? The final tract maps and parcel
maps, under City Surveyor's Statement,
require the signature of a Professional Land
Surveyor licensed in the State of California
or the signature of a Registered Civil
Engineer in the State of California
authorized to practice survey. Will the
signatures under City Surveyor's Statement
be made by the Development Plan Check
consultant selected under Section 5.6 or will
it be made by the Survey and Mapping
consultant selected for Section 5.1
functions?
Neither the consultant selected for 5.1 or 5.6.
This task will be revised to only include
“prepare tentative and final tract and parcel
maps.” See response to Question 19.
22
On Page 14 of 30 - Section 5.1 - Last bullet
point - Will the review of the final tract maps
and parcel maps be conducted by the
Survey and Mapping consultant selected for
Section 5.1 functions, or will the review of
the final tract maps and parcel maps be
conducted by the Development Plan Check
consultant selected for Section 5.6
functions? The final tract maps and parcel
maps, under City Surveyor's Statement,
require the signature of a Professional Land
Surveyor licensed in the State of California
or the signature of a Registered Civil
Engineer in the State of California
authorized to practice survey. Will the
signatures under City Surveyor's Statement
be made by the Survey and Mapping
consultant selected for Section 5.1 or will it
be made by the Development Plan Check
See response to Question 21.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 7 of 11
consultant selected under Section 5.6
functions?
23
On Page 11 of 30 - Section 4 - First bullet
point on the page - Sections 4.1 through 4.8
is referenced - Section 4.8 seems to be
missing.
See response to Question 5.
24
Will the City look to choose a variety of
different consultants than in previous
years? In other words, are all firms eligible
even if they have previously held the on call
contract?
Yes, all firms are eligible even if they have not
been on previous on-calls with the City.
25 How many consultants will you select in
each category?
See response to Question 8.
26
Are you able to share how much work was
given out during the past cycle….ie: value of
contracts given / how many projects, etc.
See response to Question 7. The City will not
be providing this information at this time.
However, the number of contracts given to
each consultant under the on-call as it is
based on the total contract value and not the
number of projects.
27 Can you provide a list of consultants who
currently hold the on call in each category?
The City will not be providing this information
at this time.
28
On RFQ page, 4th paragraph it states:
“Please submit responses for the following
sections to the associated section response
type tab in Planet Bids” In the bullet list after
the 4th paragraph it states: • Section 5.1
Surveying and Mapping – Submit under the
Section 5.1 tab. // • Section 5.2
Geotechnical Engineering and Material
Sampling/Testing – Submit under the
Section 5.2 tab. // • Section 5.3 General Civil
Engineering – Submit under the Section 5.3
tab. // • Section 5.4 Traffic Engineering and
Transportation Planning – Submit under the
Section 5.4 tab. // • Section 5.5
Construction Management and Inspection –
Submit under the Section 5.5 tab. // •
Section 5.6 Development Plan Check –
See response to Question 5.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 8 of 11
Submit under the Section 5.6 tab. // •
Section 5.7 Architectural Engineering –
Submit under the Section 5.7 tab. // •
Section 5.8 Landscape Architecture –
Submit under the Section 5.8 tab. // •
Section 5.9 Right of Way Coordination –
Submit under the Section 5.9 tab.” We
understand that we should only add
information for those services we want to
propose on; however, we have reviewed
the text in Section 5. DISCIPLINES AND
APPLCABLE SCOPE OF SERVICES from the
bottom of page 13 to the top of page 18,
and none of the text here seems to ask for
any information. QUESTION. Can you please
explain what, if anything, should be
submitted under the tabs for Section 5.1 to
5.9?
29
On RFQ 12, under 4.4 Firm
Experience/Qualifications that we are to
include in our SOQ it states: “The Consultant
shall demonstrate the Consultant’s
qualifications, experience, expertise, and
capability to perform the requirements of
this SOQ. The Consultant shall provide a
minimum of 6 representative projects that
have been completed within the last five
years, INCLUDING A CONTACT PERSON
(INCLUDING NAME, TITLE, PHONE NUMBER
AND EMAIL) AT THE AGENCY FOR WHOM
THE WORK WAS COMPLETED. EACH
EXPERIENCE SHALL INCLUDE A BRIEF
DESCRIPTION OF THE SCOPE
PERFORMED….” [emphasis in CAPS added]
However, on page 21 of the RFQ it states
“Exhibit H, Reference Worksheet, must be
complete and uploaded into the Planet Bid
system under the “Response Type” section
identified as “Exhibit H”. WHILE THE
REFERENCE WORKSHEET ACCOMPANIES
See response to Question 1.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 9 of 11
YOUR SOQ RESPONSE IT IS NOT TO BE
DISCUSSED IN ANY OTHER AREA OF THE
SOQ RESPONSE other than the “Response
Type, Exhibit H” in Planet Bids. Failure to
comply with the instruction will determine
the Consultants SOQ response as non-
responsive and be eliminated from
proceeding any further in the process.”
[emphasis in CAPS added], and Exhibit H on
page 20 of the RFQ asks for virtually the
same information (name, title, address,
phone number, email, and description of
services) as is requested in section 4.4.
QUESTION. These statements seem to
contradict each other with one asking that
we include project/client contact
information in section 4.4 of our SOQ and
the second saying that reference
information cannot be discussed a
30
On RFQ page, 4th paragraph it states:
“Please submit responses for the following
sections to the associated section response
type tab in Planet Bids: • Sections 4.1
through 4.8 – These sections shall be
compiled as one document with a title sheet
separating each numbered section. Submit
under the Response File tab.” However, the
numbered sections that follow only go up to
4.7. QUESTION. Is this a typo, and it should
read “• Sections 4.1 through 4.7”?
See response to Question 5.
31
The RFP mentioned that Section 4.1 - 4.8
should be submitted under the Response
File tab, should there be a 4.8? I do not see
this section in the RFP.
See response to Question 5.
32
Could you confirm what information you
would like to see in the discipline sections
(ie - include specific quals, resumes, org
chart - or should that all stay in section 4.1-
4.8)?
See response to Question 5.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 10 of 11
33
Our firm is interested in submitting an SOQ
for Discipline and Scope of Services 5.5. Our
firm does perform a majority of the services
provided in 5.5 under this on-call contract,
we do not perform all of them. Do we need
to be able to perform all services listed in
Discipline 5.5 (including those that may be
added), or may we submit the SOQ for the
services we do provide?
No, you do not need to perform all
disciplines, you can submit the SOQ for only
the scope of services you wish to provide.
Only include the scope of work for the
disciplines in Section 5.5 that you want to
perform.
34
How many firms will be selected for the On
Call list? Can you provide us with the current
names of the incumbents of this list.
See responses to Questions 8 and 27.
35
In Section 4.2, the SOQ requests a
comprehensive Table of Contents listing all
materials, exhibits, and supplemental
information. However, the instructions for
Exhibit H specify that it should only be
uploaded in the designated section of the
Planet Bid system and must not be
discussed in any other area of the SOQ
response. Should Exhibit H be included in
the Table of Contents, or should it be
excluded to comply with the restriction
against referencing it outside the
designated area?
All exhibits can be referenced in the TOC.
However, Exhibit H itself should only be
submitted under the portal for Exhibit H on
planet bids.
36
On page 11, Section 4 references Section
4.8; however, there does not appear to be
any additional references to this section
elsewhere in the document. Would you
please confirm if there is an additional
section that should be included for
consideration?
See response to Question 5.
37 Can you confirm whether or not building
inspection services are part of this RFQ?
See response to Question 14.
38
Where can I find the scope of work for
environmental consultants? I could not find
it in the SOQ.
This RFQ does not include environmental
consulting services. The City has a separate
On-Call for environmental services that is
held through the Planning Department.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
Page 11 of 11
39
In section 5.6 Development Plan Check.
What discipline is the City looking for here?
For example, is the City looking to hire
different disciplines such as a landscape
architectural firm to provide plan checking
services for submitted landscape plans?
The primary discipline required for the tasks
listed under section 5.6 is Civil Engineering.
The City is interested in having the ability to
have different disciplines other than Civil
Engineering available, but cannot guarantee
the number of plan checks.
40
Please clarify what information is required
for submittal under the tabs for the Sections
5.1 - 5.9, since the required information
appears to be included in Sections 4.1-4.8?
Please confirm there is no section 4.8 - all as
shown on page 11 of 30 of RFQ..
See response to Question 5.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
EXHIBIT B
CONSULTANT PROPOSAL
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 16
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
CITY OF
RANCHO
CUCAMONGA
January 13, 2025
STATEMENT OF QUALIFICATIONS FOR
Various On-Call
Services
RFP #24/25-501
CIRAN.230514
3850 Vine Street, Suite 110 | Riverside, CA 92507 | 805.692.6921 | mnsengineers.com
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
January 13, 2025
City of Rancho Cucamonga
Marlena Perez, Purchasing Division
10500 Civic Center Drive
Rancho Cucamonga, CA 91730
RE: Statement of Qualifications for Various On-Call Services
Dear Ms. Perez:
Thank you for the opportunity to submit this Statement of Qualifications (SOQ) to
Provide Various On-Call Engineering Services for the City of Rancho Cucamonga (City).
Since 1962, MNS Engineers, Inc., (MNS) has provided quality infrastructure consulting
services to the transportation and government service markets throughout California.
MNS specializes in the core services of planning, civil and structural engineering,
construction management, and land surveying.
As a City Engineer to numerous agencies, we have a unique understanding comprised
of both the engineering and the municipality perspectives. Our first-hand knowledge
and experience with public agencies allows us to maintain long-term clients for a
range of transportation infrastructure projects. As a resident of Rancho Cucamonga, I
am extra excited about the opportunity. We are committed to the City for the requested
services. Please feel free to contact me at 951.532.4510 or at breyes@mnsengineers.
com with any questions regarding this SOQ. Thank you for your consideration.
Sincerely,
MNS Engineers, Inc.
Brandon Reyes, PE
Vice President - Transportation
> PLANNING > CIVIL ENGINEERING > CONSTRUCTION MANAGEMENT > LAND SURVEYING
MNS
Name
MNS Engineers, Inc.
Firm Ownership Type
C-Corporation
California Department of
Industrial Relations (DIR)
No. 1000003564
Corporate Office
201 N. Calle Cesar Chavez,
Suite 300
Office
Office
3850 Vine Street, Suite 110
Riverside, CA 92507
Office
Project Contact and
Authorized Signature
Brandon Reyes, PE
Vice President -
Transportation
Mobile
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
4.2 Section 4.2 Table of Contents
TABLE OF CONTENTS
Section 4.1 Cover Letter 1
Section 4.2 Table of Contents 2
Section 4.3 Executive Summary 3
Section 4.4 Firm Experience/Qualifications 4
Section 4.5 Third-Party/Subconsultants 12
Section 4.6 Staff Resumes and Organization Chart 14
Section 4.7 Project Management Approach 43
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.3 EXECUTIVE SUMMARY 3
4.3 Section 4.3 Executive Summary
Our Team's Core Benefits
Professional and Qualified Team
Our Contract Manager, Brandon Reyes, PE, has over
17 years of experience in large transportation projects
involving a breadth of staffing disciplines, Caltrans,
agencies, and local governments throughout California.
Brandon is a solutions -based professional engineer
who is actively involved in design strategies, schedule
and cost management, and quality assurance.
From a project's inception, he applies a big -picture
methodology, allowing him to have a broader
understanding of the project, including potential risks,
solutions, stakeholder involvement and impacts, and
creative design strategies. Brandon has managed
several significant projects and contracts throughout his
career, exclusively in the Inland Empire.
Similar Project Experience
Our firm understands agencies expect quality services
that remain on schedule and budget, and MNS is
committed to providing professional services to the City.
MNS has 100 active on-call municipal contracts with over
70 agencies, each with multiple projects. As a testament
to our quality of work, we have provided professional
services to the following public agencies:
• Cities of Arroyo Grande, Belmont, Berkeley, Beaumont,
Brisbane, Buellton, Calistoga, Carpinteria, Commerce,
Concord, Daly City, Dublin, East Palo Alto, El Segundo,
Emeryville, Fremont, Goleta, Greenfield, Grover Beach,
Hayward, Long Beach, Los Angeles, Malibu, Marina,
Monterey, Morgan Hill, Newark, Oxnard, Palmdale,
Pasadena, Paso Robles, Pomona, Pittsburg, Salinas, San
Bernardino, San Carlos, San Jose, San Luis Obispo, San
Mateo, Santa Barbara, Santa Clarita, Santa Cruz, Santa
Monica, Simi Valley, Solvang, South San Francisco,
Sunnyvale, Thousand Oaks, Ventura, Walnut Creek, and
Watsonville
• Counties of Alameda, Contra Costa, Humboldt, Los
Angeles, Monterey, Napa, Riverside, Sonoma, San
Benito, San Luis Obispo, Santa Barbara, Santa Clara,
Santa Cruz, and Ventura
– MNS was recently awarded to the Riverside County
Transportation Department's Highway/Roadway On-
Call Services Contract
• Special Districts such as Casitas Municipal Water
District, Las Virgenes Municipal Water District, Santa
Maria Valley Water Conservation District, Suburban
Water Systems, United Water Conservation District,
Water Replenishment District of Southern California,
and West Basin Municipal Water District
• Caltrans Districts 3, 4, 5, 6, 7, 8, and 59 (Structures)
Comprehensive Professional Services
Diversified Experience. Our firm’s experience, coupled
with our knowledge of municipalities, makes MNS an
easy addition to provide professional on-call services.
We are able to draw from our highly qualified staff
with expertise and resources in the areas of planning,
engineering, land surveying, and construction
management—always finding precisely the right skillset
and personality fit for the job.
Local Presence. MNS has a local office in Riverside.
Additionally, several of our proposed staff members
reside and have provided professional services in the
Inland Empire area, including Brandon, our Contract
Manager.
Best of Both Worlds. MNS is a full-service firm delivering
superior quality and offering a depth of resources —
ranging from planning and design to construction
management. Our ability to tackle large -scale
endeavors without driving up costs or sacrificing
personalized service makes us stand out as a client
favorite.
Continuity of Service
MNS has sufficient staffing in all disciplines to efficiently
address the needs of the City in a timely manner. We
also have overlapping experience so workloads can shift
to accommodate the City's needs, such that key persons
can be readily replaced, with the City's pre -approval,
in the event of illness, change in employment, or other
reason.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.4 FIRM EXPERIENCE/QUALIFICATIONS 4
4.4 Section 4.4 Firm Experience/Qualifications
Firm Background
As a local California business, MNS offers a proven
depth of resources and services that allows us to deliver
superior quality and service. Established in 1962, MNS
provides quality infrastructure consulting services to
the transportation, water resources, and government
service markets throughout California. Specializing in
the core services of planning, engineering, construction
management, and land surveying, MNS' reputation
has been built on clear and direct communication
and quality services. We understand the technical,
environmental, and regulatory aspects that may be
required for this on-call contract.
Innovative, sustainable, and economically viable
transportation systems are vital to our society.
MNS applies innovative solutions to comply with an
increasing number of ever more complex regulations,
to extend limited resources, and to rehabilitate and
replace aging infrastructure to meet tomorrow’s
needs. Our goal is simple—to provide long-term, cost-
effective, high quality, and reliable systems to ensure
our communities will be well served and protected by
the systems we manage. Our experts examine each
project and its impacts, identify alternatives, and
develop recommendations. We are cognizant of the
particular needs of our clients and their goals to improve
the operational aspects of their system by making a
significant investment in upgrading infrastructure.
Organizational Structure
MNS has 240 employees among our nine offices in
California. Office locations include Santa Barbara
(headquarters), Antioch, Buellton, Long Beach, Oakland,
Riverside, San Jose, San Luis Obispo, and Thousand Oaks.
The services for this on-call will be performed out of MNS'
Riverside office located at 3850 Vine Street, Suite 110,
Riverside, CA 92507.
Key Qualifications
During the last decade, MNS has successfully
administered over $2B of programmed funds, with
the majority of projects involving the construction
of highway and structure improvements. We have
significant experience with projects funded by the
following entities:
• Bond Funded Projects and Local/City Measures
• Federal Highway Administration (FHWA)
• American Recovery and Reinvestment Act (ARRA)
• State Revolving Fund Loans (SRF)
• Highway Bridge Replacement and Rehabilitation
(HBRR)
• Statewide Transportation Improvement Program (STIP)
• Federal Emergency Agency (FEMA)
Transportation/Roadway Expertise
Our licensed engineers are experienced in delivering
transportation projects of all sizes and complexity, as
well as support services such as wastewater resources,
water resources, and public site improvement projects.
We utilize the latest computer-aided design and drafting
(CADD) equipment and technologies to prepare PS&Es.
Our engineering and technical teams stay current with
material and construction method developments as well
as public agency specification and code requirements.
MNS Engineers, Inc. (MNS)
Role Prime Consultant
Firm Type C-Corporation incorporated in CA
Year Founded 1962 (62 years in business)
Office
Locations
Antioch, Buellton, Oakland, Riverside,
Santa Barbara, San Luis Obispo, San
Jose, Thousand Oaks
Local Office 3850 Vine Street, Suite 110
Riverside, CA 92507
Point of
Contact
Brandon Reyes, PE
Vice President - Transportation
951.532.4510
breyes@mnsengineers.com
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.4 FIRM EXPERIENCE/QUALIFICATIONS 5
70 200+ 100+
We offer the City our in-depth project expertise and
a high level of engineering design skill for all project
phases:
• Detailed design, specifications, Engineer's Cost
Opinions (PS&E)
• Preliminary engineering studies
• Stormwater Pollution Prevention Plan (SWPPP)
preparation
• Regulatory permitting
• Pre-bid and bid phase assistance
• Coordination with project stakeholders and utilities
• Requirements for funding from federal, state, and local
resources
• Constructability review
• Construction administration
• Plan check and peer review
•
Agency Experience
A depth of staff resources and a reputation for
successful project delivery and agency coordination are
just some of the reasons clients count on MNS for on-call
engineering, construction management, surveying, and
planning services year after year. Our firm understands
agencies expect quality services delivered on schedule
and budget.
MNS has worked on over 150 municipal on-call contracts
with 70 agencies. As a testament to our quality of work,
we have provided services to the following abbreviated
list of agencies:
• Cities of Arroyo Grande, Berkeley, Buellton, Carpinteria,
Commerce, Culver City, El Segundo, Glendora, Goleta,
Greenfield, Grover Beach, Long Beach, Los Angeles,
Malibu, Morgan Hill, Oxnard, Palmdale, Pasadena,
Paso Robles, Pomona, Salinas, San Bernardino, San
Carlos, San Fernando, San Jose, San Luis Obispo, San
Mateo, Santa Barbara, Santa Clarita, Santa Monica,
Simi Valley, Solvang, Sunnyvale, Thousand Oaks, and
Walnut Creek, Watsonville, Ventura
• Districts including Calleguas Municipal Water
District, Casitas Municipal Water District, Las
Virgenes Municipal Water District, Santa Clara Valley
Transportation Authority, Santa Cruz County Regional
Transportation Commission, Santa Maria Valley Water
Conservation District, Suburban Water Systems, United
Water Conservation District, Water Replenishment
District of Southern California, and West Basin
Municipal Water District
• Counties of Alameda, Los Angeles, Monterey, San Luis
Obispo, San Mateo, Santa Barbara, Santa Clara, Santa
Cruz, Sonoma, and Ventura
Land Surveying
Our land surveying department is comprised of
municipal surveying, right-of-way (R/W) engineering,
design surveying, and construction staking services.
IN-HOUSE
LICENSED
ENGINEERS
LOCAL AGENCY
CLIENTS
ACTIVE ON-CALL
CONTRACTS
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.4 FIRM EXPERIENCE/QUALIFICATIONS 6
R/W Engineering Services. Our R/W Engineering
Division has significant expertise in supporting the
R/W acquisitions and dispositions required for capital
improvement projects. We have an excellent working
knowledge of policies and procedures regarding
R/W acquisition and tailor our products to match
local agency requirements. We also have experience
in providing early project support preparing R/W
Datasheets and associated cost estimates. We also
provide monument preservation services typical for
roadway construction projects.
Design Surveying Services. Our Design Surveying
Division has extensive experience in R/W, boundary and
easement retracement, ground, aerial and bathymetric
topographic mapping, utility mapping, as -builts, and
three-dimensional (3D) scanning survey data collection.
Typical projects encompass roads, highways, bridges,
parking lots, pipelines, and other municipal projects
including water, recycled water, and wastewater
processing and treatment plants.
Permitting and Coordination
Most of our projects require extensive coordination
with permitting agencies. We have proven and
recognized experience in coordinating projects involving
communication with multiple agencies, utilities, and
permitting for encroachment and environmental
protection.
Caltrans-Involved Projects
Brandon, and many of the MNS team members have
extensive experience working with Caltrans. Brandon
has helped many local cities over the years navigate
the Caltrans process both from the consulting/design
side as well as the City side. He and his team have
the capability to represent and support the City in all
aspects of Caltrans, ranging from management support
to design review for any of these projects.
Bridge and Structural Engineering
The MNS Bridge and Structures Engineering team
supports and leads civil infrastructure capital
improvement projects spanning transportation,
government services, flood control, and water resources
disciplines. From concept to completion and design to
preservation, our team provides preliminary engineering
to final structural design and PS&E, inspection,
seismic evaluation, retrofit, repair, rehabilitation and
strengthening, and construction support services
for bridges, retaining walls, culverts, pump stations,
maintenance facilities, and other structures.
Construction Management and
Inspection
A leader in construction management (CM) and
inspection services, we offer the City a depth of staff
resources and a reputation for success in meeting
project quality, budget, and schedule goals. We will
provide qualified CM staff consisting of our most
experienced team members who are available
for the contract duration. Our staff is available to
respond in a timely manner to meet any immediate
and long-term needs the City may require. Having
provided construction management, inspection, and
administration to public agencies for over 50 years,
we fully understand the methods and procedures to
effectively represent the City.
MNS focuses on providing quality CM and inspection
services for transportation and utility infrastructure
projects. Many of our projects are either within Caltrans
R/W or involved federal funds which required the project
to be administered per the Caltrans Local Assistance
Procedures Manual (LAPM); therefore we have modeled
our construction administration procedures after the
Caltrans LAPM. The MNS team is very knowledgeable and
well versed in administering projects per Caltrans LAPM
guidelines. Our expertise includes:
• Complete construction management
• Construction inspection
• Scheduling and critical path method (CPM) review
• Caltrans LAPM
• Contract administration
• Constructability review
• Stormwater Pollution Prevention Plan (SWPPP)
compliance
• Multi-party and contractor coordination
• Utility and regulatory agency coordination
• Funding administration: local, state, and federal (FEMA,
FHWA, etc.)
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.4 FIRM EXPERIENCE/QUALIFICATIONS 7
Technical Tools and Skills
MNS utilizes cloud-based platforms such as Construction
Management Information System (CMIS) to store project
Banana Avenue and Other Roads. This project is located
in a residential neighborhood, between Whittram Avenue
and Foothill Boulevard in the City of Fontana, specifically:
information. This type of platform can be used to share
project documents, track project progress, and manage
communication. We also use the latest mobile apps
to facilitate communication between team members.
These apps can increase efficiency and reduce the need
• Almond Avenue
• Banana Avenue
• Calabash Avenue
• Cottonwood Avenue
• Hemlock Avenue
• Mulberry Avenue
• Redwood Avenue
for paper-based communication.
Project Experience
On-Call Engineering Services
Agency County of San Bernardino
Project
Manager
Rocky Li, Supervising Engineer
909.387.1841
lei.li@dpw.sbcounty.gov
Dates 2019-2024
Key Team
Members Michael Ip, PE, QSD; Shawn Kowalewski, PE
As part of this on-call contract, MNS provided design
engineering services for the following projects:
Muscoy/Vermont Area Pedestrian Improvements. The
project proposes to improve pedestrian routes around
Muscoy Elementary School and Vermont Elementary
School in the Muscoy area. The projects were selected
because Muscoy Elementary School and Vermont
Elementary School are listed as priority projects in the San
Bernardino County Safe Routes to School Master Plan.
Improvements will include, but are not limited to, closing
sidewalk gaps around both schools, curb and gutter
(repair/replacement), driveway approaches (conforming
to street/sidewalks), improving pedestrian-related
traffic control such as high visibility crosswalks, new or
replacement of existing curb ramps or refuge pads, and
signs and pedestrian crossing signals. MNS is performing
the preliminary and final design for this project.
Dates: 2021 — current
The County of San Bernardino Transportation Division
proposes to perform pavement rehabilitation and new or
replacement of existing ADA ramps at 93 locations. MNS
is performing the preliminary and final design for this
project.
Dates: 2022 — current
Pine View Storm Drain Improvements. The project
provides plans, reports, geotechnical recommendations,
specifications, and cost estimates for a storm drain
system in Pine View Drive, from Sugarloaf Boulevard
to Fairway Boulevard in the City of Big Bear. The work
consists of preparing plans to install a new storm drain
system, including pipelines, box culverts, manholes,
and catch basins. Other improvements will include
pavement rehabilitation, RCB culvert at State Highway
18, and a bioswale for the Blue Water Channel at Fairway
Boulevard/Big Bear Airport.
The county desired to reconstruct the Blue Water
Channel as a rock-lined bioswale, vegetated with native
grasses to capture stormwater, snowmelt runoff, and
sediment, and to reduce flows from nearby homes
and roads. The bioswale will reduce sediment that is
currently picked up from the dirt roads by sufficiently
slowing storm flows to allow the sediment to settle within
the bioswale and through the use of concrete forebays.
The project prepares two final bid/construction
packages:
• Phase I – Big Bear Boulevard/State Highway 18
to channel at Big Bear Airport (for immediate
construction); and
• Phase II – Sugarloaf Boulevard to Big Bear Boulevard/
State Highway 18 (for construction at a later date).
Dates: 2022 — current
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.4 FIRM EXPERIENCE/QUALIFICATIONS 8
On-Call Engineering Services
Agency City of Thousand Oaks
Project
Manager
Jorge Munoz, Senior Engineer
805.449.2434 | jmunoz@toaks.org
Dates 2017-2022
Key Team
Members
Shawn Kowalewski, PE; Michael Ip, PE,
QSD
Through the city's on-call procurement process, MNS has
provided engineering and surveying services for
roadway improvements for the following projects:
Conejo School Road and Willow Lane
Sidewalk and Bike Lanes Project. This $4.7M project
designed approximately 1.1 miles of pedestrian
and Class II bicycle lane facilities on Conejo School
Road and Willow Lane between Hillcrest Drive and
Hampshire Road. Services included preliminary and
final design, environmental document, public outreach,
and R/W property easements for roadway widening,
retaining walls, driveway reconstruction, sidewalk
and sidewalk infill construction, bicycle and traffic
lane striping and markings, curb ramp construction
and reconstruction, pedestrian signals, landscaping,
pavement rehabilitation, water facility upgrades, storm
drain improvements, and stormwater treatment facilities
(infiltration trench and bioswales).
A Caltrans Encroachment Permit was obtained for
design and construction activities as the Conejo School
Road travels under the US 101. Minimizing the impact
on private property owners when obtaining permanent
and temporary construction easements was critical
since coordination and acquisition of easements drove
the project schedule. Due to the Active Transportation
Program (ATP) and Congestion Mitigation and Air Quality
(CMAQ) funding for the project, all R/W acquisition
followed federal guidelines.
Dates: 2017 — 2022
Los Feliz Drive Sidewalk Improvements, Phase II. This
$1.5M project installed missing segments of sidewalk
and improved pedestrian safety. The project involved
approximately 800 linear feet of new sidewalk in the
missing segments on the north and south side, driveway
reconstruction, and utility relocation in various locations
on Los Feliz Drive from Thousand Oaks Boulevard to
Conejo School Road. Upgrades were also made to the
existing striping, crosswalk, and signage on Los Feliz
Drive. MNS provided preliminary and final engineering
design, public outreach, and R/W property easement
services.
Dates: 2019 — 2020
Westlake Boulevard (State Route 23)
Sidewalk and Bicycle Lane Improvements. The City of
Thousand Oaks received grant funding from the Federal
Highway Safety Improvement Program (HSIP) to improve
pedestrian and bicycle safety on Westlake Boulevard
(State Route 23) from Triunfo Canyon Road to the
northbound US 101 ramps (approximately 1.1 miles). An
arborist investigation and tree report were performed to
mitigate impacts to the mature trees along the corridor.
The project also required a significant public outreach
program. Westlake Boulevard, south of US 101, is State
Route 23; therefore, a Caltrans Encroachment Permit
process had to be followed. Safety improvements
included new sidewalks and curb ramps, curb ramp
modifications, rectangular rapid flashing beacons
warrant analysis, traffic signal modifications, and
pedestrian and enhanced bicycle lane signing, striping,
and marking. The project also featured retaining walls,
separate decomposed granite (DG) path, sitting areas,
tree report, bus shelter and turnout, landscape and
aesthetic improvements, Caltrans Encroachment Permit,
utility coordination, R/W services, and environmental
support.
Dates: 2014 — 2020
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.4 FIRM EXPERIENCE/QUALIFICATIONS 9
US 101 Corridor Improvements 4A, 4B, and 4C
Client Caltrans District 5
Reference
Contact
Jason Kline, Senior Construction Engineer
805.698.2393 | jason.kline@dot.ca.gov
Dates 2020 – current
Key Team
Members Greg Chelini, PE, Taylor Merlo, PE
This $345M high-occupancy vehicle (HOV) Corridor
Improvement project is being constructed in multiple
segments that will ultimately widen and reconstruct
approximately five miles of US 101 in Carpinteria and
Montecito to accommodate HOV lanes and provide
safety improvements through the corridor. The initial
segments include 4A ($89M), 4B ($151M), and 4C
($106M). The contract is being procured as a CMGC
contract with the various segments being constructed
in a sequential manner with much overlap. The various
segments replace and widen multiple bridges and
interchanges/overpasses over US 101, upgrade over 10
on- and off-ramps, extend and reconstruct portions of
the existing Via Real frontage road.
The US 101 expansion will ultimately accommodate six
lanes of traffic. Additional improvements include sound
walls with architectural treatments and reconstructing
the grade on US 101 by up to 10 feet to provide improved
sight distance.
There is also a large environmental component to the
project that drives the schedule. To meet the various
permit windows and staging milestones, the contractor
is working around the clock to complete the various
segments of the corridor.
Structure construction elements include cast-in-place
(CIP) and post-tensioned box girder bridge structures;
cast-in-place voided slab bridge structures; pre -
stressed/pre-cast (PS/PC) girder bridges; class 90 and
class 140 driven piles, PS/PC concrete piles, 30-inch
cast-in-drilled-hole (CIDH) piles; concrete retaining
walls; miles of sound new walls founded on 16-inch
cast-in-steel-shell (CISS) concrete piles, 16-inch closed
ended pipe piles, and 24-inch CIDH piles; multiple
retaining walls of varying height with one wall over
1,750 linear feet; reinforced box culverts; overhead sign
structures; and concrete barrier railing. The project is
being constructed within limited R/W requiring extensive
shoring between stages as well as multiple falsework
systems to construct the bridges.
The highway related items include significant earthwork
operations; multiple drainage system improvements;
rapid set lean concrete base (LCB) and jointed plain
concrete pavement (JPCP); over 50,000 tons of hot
mix asphalt (HMA) paving; over 40,000 cubic yards of
continuously reinforced concrete pavement (CRCP);
metal beam guard rails (MBGRs); signals and lighting;
and multiple utility realignments; traffic control. As a
result of several concurrent interchange construction
projects at various locations, this project required
constant coordination with the City of Carpinteria, other
local agencies, and the public. This project also required
special attention to environmental permits due to the
project location in an environmentally sensitive area
(Carpinteria Creek).
On-Call Survey Services
Agency City of Goleta
Project
Manager
Charles Ebeling, Former Public Works
Director, currently Public Works Director,
City of Ventura
805.654.7808 | cebeling@cityofventura.
ca.gov
Dates 2002-current
Key Team
Members Shane Sobecki, PLS, EIT
The City of Goleta was incorporated in 2002, and MNS
has provided private development review and field
surveying services for them since that time. Typical
projects include tentative maps, parcel maps, tract
maps, and field surveys for Capital Improvement
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.4 FIRM EXPERIENCE/QUALIFICATIONS 10
projects. As part of this contract, MNS completed the
following projects:
Ekwill Street and Fowler Road Extensions and
Roundabout Project. This $16.7M project designed
two new roadway corridors to improve traffic flow
within the City of Goleta between State Route 217 and
the Santa Barbara Municipal Airport. This project also
involved two new roundabouts at the Hollister Avenue/
State Route 217 interchange and a new bridge over San
Jose Creek. Surveying involved an aerial topographic
map, extensive ground-based topographic surveys,
utility surveys, monument recovery to assist in the
R/W engineering, and retracement of 41 parcels; 10
roadway and highway segments; numerous easements;
preparation of approximately 45 legal descriptions and
plats for acquisition; and preparation of three records
of survey to be used as references for the various legal
descriptions and easements along the new roadways.
MNS recommended, and later prepared, three Records
of Survey to be used as references for the various legal
descriptions and easements along the new roadways;
this provided and expedited the preparation of legal
descriptions once the acquisition elements of the project
were specifically identified and the acquisition effort
became the critical path of the project.
Dates: 2012 — 2024
Ellwood Mesa Open Space Encroachment Survey. The
MNS survey team investigated a possible encroachment
of private property improvements and material dumping
in the City's Ellwood Mesa Open Space parcel. MNS
researched survey maps and easement documents for
seven properties adjacent to the open space parcel.
MNS field crews also located survey monuments and
several walls, fences, landscaping, and other various
private property improvements. A topographic map
and boundary map were prepared for the project and
submitted to the Open Space Manager and City Attorney
for review.
Dates: 2024 — 2027
On-Call Survey Services
Agency City of Carpinteria
Project
Manager
John L. Ilasin, PE, Public Works Director/
City Engineer
805.684.5405 | johni@carpinteriaca.gov
Dates 1980-current
Key Team
Members Chris Vandrey, PLS, CFedS
The City of Carpinteria is a beach -oriented community
bisected by US 101 in southern Santa Barbara County. The
City’s Department of Public Works has a limited full-time
staff and utilizes consultants to assist the City in a variety
of ways. MNS has served as the City Surveyor for over 40
years and has provided the following types of services:
• Map checking services, working closely with the City
Community Development Planners.
• Technical review, title reports, legal descriptions,
conveyance deeds, and other documents, and
conformance with the conditions of approval.
• Maintenance of forms, certifications, statements,
and other documents typically used for private
development projects, including voluntary mergers, lot
line adjustments, modifications to deeds of trust, partial
reconveyance documents, easement deeds, etc.
Dates: 1980 — current
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.4 FIRM EXPERIENCE/QUALIFICATIONS 11
MNS is providing structural plan check services for the
Heritage Park Bridge over Demens Creek Channel which
provides multi-modal access (vehicular, pedestrian,
and equestrian) between Heritage Park and the Outdoor
Equestrian Facility. The project replaces three existing
timber bridges with a single cast -in-place slab bridge
to maintain access to the equestrian facilities, trails,
and Fire District emergency response staging area. The
bridge improvements are subject to permitting with
both United States Army Corps of Engineers (USACE)
and San Bernardino County Department of Public Works
(SBCDPW). MNS supported the City to guide the Project
Engineer of Record to adhere to Caltrans design criteria
and conventional bridge practice for PS&E delivery,
enhancing the project's structural integrity, safety, and
constructability. MNS supported the City’s efforts for
effective communication and collaboration with the
Project Engineer of Record to ensure the project met
critical final deadlines for funding.
As a subconsultant, MNS is working for the County of
Riverside Flood Control and Water Conservation District
to perform capacity evaluation of the existing Rancho
California Bridge over Murrieta Creek, due to channel
modifications as part of the USACE Murrieta Creek
Phase 2B Project Improvements. The Murrieta Creek
improvements project will permanently lower the creek
invert by four to five feet to achieve an Ultimate stream
profile, potentially affecting the stream loading on the
bridge and the resulting pile capacity due to the change
in soil overburden over the piles.
The team evaluated the structural and geotechnical
capacity of the bridge foundation subject multiple live
load vehicles and stream forces for 100, 200, and 500-
year channel events, and in multiple loading situations
including the existing condition, construction condition
for excavation adjacent to footings, and the ultimate
condition with installation of a grouted stone scour
countermeasure at a lowered invert elevation. The team
delivered an exhaustive review and analysis in two
months to help USACE and the District meet their bid and
grant funding schedule.
The load rating demonstrates that the proposed
Murrieta Creek improvements reduce stream loading
on the existing Rancho California Bridge and improve
conditions for foundation stability.
Heritage Park Bridge Structural Plan Check Services
Agency City of Rancho Cucamonga
Project
Manager
Marlena Perez, Principal Engineer
909.774.4058 | marlena.perez@cityofrc.us
Dates 2024-current
Key Team
Members
Kyle Turner, PE, Chad Harden, PE, SE,
Michael Ip, PE, QSD
Murrieta Creek Phase 2B Project Improvements at
Rancho California Bridge over Murrieta Creek
Agency County of Riverside Flood Control and
Water Conservation District
Project
Manager
Rob DeMeritt, Associate Engineer
951.955.9322 | rdemerit@rivco.org
Dates 2024-current
Key Team
Members Kyle Turner, PE, Chad Harden, PE, SE
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.5 THIRD-PARTY/SUBCONSULTANTS 12
4.5 Section 4.5 Third-Party/Subconsultants
MNS has supplemented our in -house construction
management capabilities with the addition of highly
qualified and familiar team members, including:
• G3 Quality, Inc. (G3). Materials Testing.
• Z&K Consultants, Inc. (Z&K). Inspection Support.
G3
Main Contact Qiang Li, PE, PhD, Project Manager
339.502.0312 | qli@g3quality.com
Role Materials Testing
13850 Cerritos Corporate Drive, Suite E,
Cerritos, CA 90703
Established 2013
Certifications SBE
G3 is a California-based Quality Management,
Pavement Engineering, Inspection and Materials
Testing certified Small Business. G3 brings materials
engineering and quality management experts to the
MNS team that are leaders in pavement assessment,
materials innovation, sustainable design and are
highly knowledgeable in proactive quality program
administration. G3 has expertise in pavement evaluation
and design per ASTM D6433, rehabilitation/maintenance
strategies, and Caltrans Highway Design Manual.
G3 operates from its corporate office in Cerritos,
California and additional laboratories and offices
located in Redlands, Bakersfield, and Sacramento. G3
also maintains fully integrated mobile laboratories to
enhance project specific quality programs. Services
will be performed in our Cerritos facility, located in
southeastern Los Angeles County, to allow for expedited
delivery to the project site. Our Cerritos laboratory is
accredited by AASHTO for Quality Management Systems
including R-18, ASTM D3666, C1077, D3740, and E29 as
well as Caltrans qualified and CCRL accredited.
Local Experience
G3 has provided services for:
• City of Rancho Cucamonga
• San Bernardino County Transportation Authority
• County of San Bernardino
• City of Fontana
• City of Victorville
• City of Rialto
G3 has developed a strong working relationship
with MNS through multiple teaming pursuits and our
collaboration on the Professional Civil Engineering
Design Services for the Zones 8, 9, and 12 Street
Improvement Project for the City of El Monte.
G3 References
Kevin Chin, Associate Engineer
City of Cypress, Public Works Engineering
5275 Orange Avenue
Cypress, CA 90630
714.229.6759
Matt McCall, Principal, Construction Inspection
Port of Long Beach, Construction Management Division
725 Harbor Plaza
Long Beach, CA 90802
562.743.0369
Rick Slankard, Senior Construction Manager
KDG Construction Consulting | Ontario International
Airport
1025 N Brand Boulevard, Suite 300
Glendale, CA 91202
623.329.7910
Office
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.5 THIRD-PARTY/SUBCONSULTANTS 13
Z&K
Crystal Fraire, PE, QSD/QSP, Project
Z&K References
Cheryl Ebert, City Engineer
Main Contact Manager
951.310.7470 | cfraire@
zandkconsultants.com
City of El Segundo
350 Main St, El Segundo, CA 90245
310.524.2321
Role Inspection Support
17130 Van Buren Blvd, Suite 122,
Riverside, CA, 92504
Established 2009
Certifications DBE, SBE, WBE
Z&K is a premier provider of construction management
and construction inspection services. As a full -service
civil engineering firm, Z&K specializes in delivering a
comprehensive range of professional engineering
services tailored to meet the diverse needs of public and
private sector clients. Their areas of expertise include
construction management, construction inspection,
project management, structural engineering, plan
review, and staff augmentation.
Local Experience
Z&K has provided services for:
• City of San Bernardino
• City of Hemet
• City of Beaumont
• City of Chino
Z&K has cultivated a strong and collaborative
relationship with MNS over many years, partnering
extensively to provide inspection and construction
management services across a variety of impactful
projects.
As trusted collaborators, Z&K has supported MNS in
delivering exceptional inspection services that ensure
compliance with project specifications, adherence to
safety standards, and seamless coordination among
project stakeholders. Projects range from roadway and
utility improvements to complex municipal upgrades for
the following public agencies:
• Caltrans District 59/5
• City of Burbank
• City of Santa Monica
• Santa Clarita Valley Water Agency
• Western Municipal Water District
Naz Mokarram, Project Manager
City of Lake Forest
100 Civic Center Dr, Lake Forest, CA 92630
949.461.3490
Ramon “Eddie” Mendez, Principal Civil Engineer
City of San Bernardino
290 North D Street, San Bernardino, CA 92401
909.384.5140 ext. 3608
Office
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.6 STAFF RESUMES AND ORGANIZATION CHART 14
4.6 Section 4.6 Staff Resumes and Organization Chart
Professional and Qualified Team
The key to a successful project is a highly qualified and well-managed team. We offer the City a cohesive, talented
team of licensed and certified professionals and support staff. We work with the following key objectives in mind—
quality service and project deliverables, time and budget efficiency, adherence to quality assurance standards,
constant communication, and application of technical and practical expertise. Brandon Reyes, PE, will be the City's
point person on behalf of MNS where he will give the City a simple and streamlined communication protocol as task
order requests come in. Brandon will ensure that each task, regardless of discipline, is running on scope, schedule
and budget and make the City aware of any changes along the way. Additional discipline organizational charts are
included in their respective section tab. Key staff resumes conclude this section.
CITY OF RANCHO
CUCAMONGA
MNS ENGINEERS
Principal-in-Charge/
Contract Manager
Brandon Reyes, PE
MNS PROJECT MANAGEMENT TEAM
GENERAL CIVIL ENGINEERING
Task Order Managers
Kyle Turner, PE
Chad Harden, PE, SE
Michael Ip, PE, QSD
Shawn Kowalewski, PE
Hector Salcedo, PE
TRAFFIC ENGINEERING AND
TRANSPORTATION PLANNING
Task Order Managers
Patrick De Guzman, PE
Tony Salas, PE (WA)
CONSTRUCTION MANAGEMENT
AND INSPECTION
Task Order Managers
Greg Chelini, PE
Taylor Merlo, PE
Inspection Support
Z&K Consultants
Materials Testing
G3 Quality, Inc.
SURVEYING AND MAPPING
Task Order Managers
Jarrad Truman, PLS
Chris Vandrey, PLS, CFedS
DEVELOPMENT PLAN CHECK
Task Order Managers
Jeff Edwards
Kent Yankee, PE, QSD
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.6 STAFF RESUMES AND ORGANIZATION CHART 15
Brandon Reyes, PE
Principal-in-Charge/Contract Manager
Firm
MNS Engineers, Inc.
Areas of Expertise
Roadway and intersection design
Geomatics
Design strategy
Multidisciplinary team management
Project management
Caltrans
Years of Experience
17 Total
1 With MNS
Licensing
Professional Civil Engineer, CA No. 79226
Certification
Caltrans Temporary Pedestrian Access Routes
Education
BS, Civil Engineering, California Polytechnic State
University, Pomona, CA
Mr. Reyes has over 17 years of experience in large
transportation projects involving a breadth of staffing
disciplines, Caltrans, agencies, and local governments
throughout California. Brandon is a solutions-based
professional engineer who is actively involved in design
strategies, schedule and cost adherence management,
and quality assurance. From a project’s inception, he
applies a big-picture methodology, allowing him to have a
broader project understanding, potential risks and
solutions, involvement and impacts to project
stakeholders, and creative design approaches.
Brandon’s project involvement ranges from conceptual
design through to PID, PA&ED, and PS&E phases
throughout his experience on multiple significant
Southern California projects. His experience includes:
Interstate 10/Cherry Valley Interchange, County of
Riverside, Calimesa, CA. Project Manager. Brandon
was responsible for the day-to-day management of the
contract and development of the PSR-PDS deliverable
and supporting documentation for interchange
improvements that require full reconfiguration. Various
challenges at the interchange have resulted in three
viable build al;[‘ternatives in the PID phase: Partial
cloverleaf, roundabouts, and diverging diamond
alternatives. Alternative geometry, scoping, cost
estimation, and initial studies are under development to
finalize the project initiation document. Currently working
on the execution of PA&ED phase. Brandon led the
multidisciplinary team solving key environmental issues
associated with the project including biological resources,
noise, cultural and air quality. He also led the design of
Geometric Approval Drawings (30%) of a DOI type
interchange working with the Caltrans District 8 oversight
team.
Interstate 10/Jefferson Street Overcrossing County
of Riverside, CA. Project Manager. Brandon was
responsible for the day-to-day management of the
contract and design support efforts for the construction
phase of the project, representing the design team and
working with his multidisciplinary design team and the
construction manager through the complex interchange
construction in collaboration with the Caltrans RE and
Inspection team. The modifications included the
replacement and relocation of the Jefferson
Street/Interstate 10 overcrossing, additional loop on-
ramps, and realignment of Jefferson Street. In PA&ED,
he coordinated the alternative analysis and design,
roadway design, traffic studies, drainage studies, and
structure advance planning studies. Also coordinated the
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.6 STAFF RESUMES AND ORGANIZATION CHART 16
Brandon Reyes, PE | RESUME PG 2
revisions to all of the project documents, and circulation
of the environmental document; in coordination with
FHWA, Caltrans, the County of Riverside, and the City of
Indio.
State Route 60/Archibald Avenue Interchange, San
Bernardino County Transportation Authority
(SBCTA), CA. Project Manager (PA/ED AND PS&E) and
Project Engineer (PSR/PDS). Brandon was responsible
for day-to-day management of the contract and
development of the PSR-PDS deliverable, execution of
the PA&ED phase, and the PS&E deliverable package.
One key element was working with Caltrans in every
phase of the project to carefully plan construction staging
that maintained local business operations along
Archibald Avenue. There were several utility conflicts
identified on the project, which involved careful
coordination and design in collaboration with SCE, SCG,
Frontier, and Charter. Brandon worked closely with the
City of Ontario on aesthetics, lighting, and traffic
circulation impacts. He also led the project team as
contract/project manager from PA/ED through
construction support of the interchange, which was
completed in the Spring of 2022.
Interstate 15 Corridor Freight and Express Lanes,
San Bernardino County Transportation Authority
(SBCTA), CA. Project Manager. Brandon was
responsible for day-to-day management of the contract
and project delivery with SBCTA, including direct
interface with Caltrans District 8, RCTC, and various rail
authorities. Management activities included staff
selection and assignment, subconsultant invoice review,
invoicing and progress reporting with SBCTA, and
managing overall project performance related to
schedule and budget. Overseeing a team of 50+
engineers across all design disciplines within a traditional
PS&E delivery phase (roadway, traffic, drainage,
landscape, MOT, ITS, electrical, structures, and
broadband) which was completed in Fall of 2023.
Project Initiation Document On-Call I Riverside
County, Caltrans District 8, CA. Task Order Manager.
Brandon managed multiple task orders under this on-call,
including Task Orders 6 (SBD- 18 Drainage), 9 (PIR for
Bridge Scour Mitigation), and 10 (PIR for Asset
Management Mobility on Interstates 15 and 215 and
State Routes 60, 63, 91, and 111). He oversaw each task
order including leading the multidiscipline teams that
prepared the PSR-PDS, Preliminary Environmental
Assessment Report (PEAR) and varying reports in the
PIO phase, which scoped and programmed projects
through planning, design and construction. He
accomplished completion of these tasks by leading
PDTs, directing multidisciplinary teams and coordinating
across Caltrans units to solicit feedback on various
elements and assumptions within each project. In a
subconsultant role, Michael Baker provided on-call PID
services for various task orders in accordance with
Caltrans policies and standards.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.6 STAFF RESUMES AND ORGANIZATION CHART 17
Kyle Turner, PE
Task Order Manager (General Civil Engineering)
Mr. Turner is a leader, communicator, and technical
problem solver with a diverse set of professional
experiences. A US Naval Academy graduate, Kyle began
his professional career leading US Marines in the combat
zone. He began his engineering career with an MS
Structural Engineering from UC San Diego, including
laboratory research and coursework. Kyle worked on the
design team for the Atlantic Crossing of the Panama
Canal, a world record-setting concrete segmental cable-
Firm
MNS Engineers, Inc.
Areas of Expertise
Structure design, inspection, retrofit, and rehabilitation
Seismic design and analysis
Transportation structures
Water and flood control structures
Years of Experience
19 Total
1 With MNS
Licensing
Professional Civil Engineer, CA No. 86211
Professional Civil Engineer, AK No. 213148
Certification
FHWA NHI Certified Bridge Inspection Team Leader
Education
MS, Structural Engineering, University of California, San
Diego, CA
BS, History, United States Naval Academy, Annapolis, MD
Awards/Patents
Sacrificial Energy Dissipation Mechanism, US Patent No.
10253837
ENR 2021 Top 25 under 40, California, Oregon,
Washington, Alaska, Hawaii
stayed bridge. He founded Structural Fuse and was
awarded a Small Business Innovation Research grant
from the National Science Foundation to conduct
research and development for a unique sacrificial seismic
energy dissipation device he co-invented, resulting in a
US patent. Kyle has inspected bridges all over the
country and was performing a rope-access inspection of
the Hernando de Soto Bridge over the Mississippi River
when his team found a crack in the tie-girder forcing an
emergency closure of Interstate 40 and the River. Kyle
most recently led a Structures Department for an ENR
Top 5 Bridge Firm focused on Riverside and San
Bernardino Counties. Kyle now leads the Bridge and
Structures Practice for MNS Engineers and is based in
Riverside, CA. His project experience includes:
Cary-Haas Pedestrian Bridge, City of San Leandro,
CA. Project Manager. Responsible for leading the project
team in the design and delivery of a 110-foot-long
prefabricated steel truss pedestrian bridge over the San
Leandro Creek in the City of San Leandro, CA. The
project rehabilitated and reused existing abutments and
foundations built for the previous structure and
constructed new pedestrian approaches.
Heritage Park Bridge Structural Plan Check Services,
City of Rancho Cucamonga, CA. Bridge Engineer. Kyle
supported the plan check services of the bridge design
and structural PS&E for the Heritage Park Bridge over
Demens Creek Channel which provides multi-modal
access (vehicular, pedestrian, and equestrian) between
Heritage Park and the Outdoor Equestrian Facility. The
project replaces three existing timber bridges with a
single cast-in-place slab bridge to maintain access to the
equestrian facilities, trails, and Fire District emergency
response staging area. The bridge improvements are
subject to permitting with both United States Army Corps
of Engineers (USACE) and San Bernardino County
Department of Public Works (SBCDPW).
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.6 STAFF RESUMES AND ORGANIZATION CHART 18
Kyle Turner, PE | RESUME PG 2
Interstate 405 Corridor Express Lanes Design/Build
(Construction Support), OCTA, Orange County, CA.
Bridge Engineer. Responsible for providing structural
engineering support services for construction Non-
Conformance Reports (NCR) related to construction of
bridges, walls, and ancillary structures across the 16-mile
corridor, notably including an assessment of the in-
service capacity of the 405-73 Separation HOV
Connector (Bridge No. 55-1129E).
Pennsylvania Avenue Underpass (Program
Management), City of Beaumont, CA. Bridge Engineer.
Responsible for providing structural engineering
guidance and oversight on behalf of the City to the
project consulting engineers for the design of the Union
Pacific Railroad (UPRR) grade separation bridge and the
Interstate 10 Undercrossing retaining walls supporting
excavation along existing bridge abutments for the
lowered Pennsylvania Ave roadway profile.
Interstate 15 Corridor Freight (Proposal, TSR, PS&E),
SBCTA, Riverside and San Bernardino Counties, CA.
Lead Bridge Engineer. Responsible for design and
development of type selection reports, final design plans,
calculations, special provisions, and estimates for the
widening and retrofit of four Interstate 15 undercrossing
bridges, over 13,000 linear feet of retaining walls, and all
overhead signs and toll gantries through the corridor to
accommodate new express lanes. Kyle served as the
Design Engineer for the two-span Interstate 15/State
Route 60 separation SB (56-0691 L) and NB (56-0691 R)
bridge widenings. Bridges under Kyle’s management
include the single-span Riverside Avenue undercrossing
(56-0693 R/L) median-connecting bridge widening and
the two-span Interstate 15/State Route 66 Separation (54
0922 R/L) median-connecting bridge widening and
seismic retrofit.
Mt. Rubidoux Pedestrian Vista Retaining Wall (PS&E)
City of Riverside, Riverside, CA. Lead Bridge
Engineer. Responsible for structural concept and PS&E
package development of a reinforced concrete cantilever
retaining wall with boulder facing at the top of the Mt.
Rubidoux pedestrian trail. Kyle also designed gabion
basket erosion prevention measures at three locations
along the trail and provided construction support.
Trona Tool House Repairs (PS&E), San Bernardino
County Real Estate Services Division, Amboy, CA.
Project Manager/Lead Structural Engineer. Responsible
for the repair PS&E of a County-owned reinforced
concrete masonry unit (CMU) Maintenance Facility. The
structure experience extensive cracking and spalling
during the 2019 Ridgecrest Earthquake. Emergency
inspections indicated a need for structural repairs. Kyle
led the structure assessment and repair design, in
coordination with the County, to deliver the final PS&E.
Kyle also supported the County's selected Contractor
throughout construction to review and approve materials
and respond to RFI's.
Upper Newport Bay Muth Interpretive Center –
Custom Fabric Shade Anchorages – Final Design
PS&E, Orange County Parks, Newport Beach, CA.
Bridge Engineer. Responsible for qualitative analysis of
existing structure for capacity to withstand newly
imposed loads. Kyle developed a custom-designed steel
anchorage assembly for the attachment of multiple
tension sail shades to the existing reinforced concrete
structure and provided construction support.
Hill Street (North Coast Highway) Bridge over San
Luis Rey River, Caltrans, Oceanside, CA. Rope-
Access Bridge Inspector. Responsible for inspection of
fracture critical bridge elements to support the load rating
of this 92-year-old five-span and 927-foot, 52-inch steel
Warren deck truss bridge for potential use as an
Interstate 5 detour. Elements inspected included the two
lower chords and each of their lower truss panel point
connections, 12 of the 24 tension diagonal truss
members and each of their upper panel point
connections, 18 floor beams, each of the 12 steel rocker
and pin bearings supporting the trusses, and a general
damage assessment of the remainder of the truss
elements, to include stringers and bracing. Specialized
rope and bridge climbing techniques were employed to
gain access to inspected elements.
Venta Spur Trail Bicycle and Pedestrian Bridge over
State Route 133 (PEER), City of Irvine, Irvine, CA.
Bridge Engineer. Responsible for conceptual design,
structural alternative development, plans, cost estimates,
and Advance Planning Study report for a CIP Variable
Depth Box Girder bridge over State Route 133 and a slab
bridge over the Marshburn concrete-lined open channel.
2022 ASCE Orange County Bridge Project of the Year
Award and 2023 APWA Southern California Project of
the Year Award.
32 Bridge Preventative Maintenance Program, City of
Corona, Corona, CA. Project Manager. Lead Bridge
Engineer. Responsible for the BPMP inspection and
repair programming for 32 bridges throughout the City.
Developed inspection reports and cost estimates,
quantified damages, and prioritized repairs. Highway
Bridge Program funding.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.6 STAFF RESUMES AND ORGANIZATION CHART 19
Chad Harden, PE, SE
Task Order Manager (General Civil Engineering)
Mr. Harden has over 22 years of experience with a focus
on project delivery for bridges and transportation
structures, including structural planning and design,
preparation of contract documents (PS&E), and
construction administration. Chad’s experience extends
to a variety of structure types and services including load
rating and existing structure evaluation, industrial
facilities, flood control, water and wastewater structures,
retaining walls, and special foundation systems.
Firm
MNS Engineers, Inc.
Areas of Expertise
Delivery of Structural PS&E
Plan Check and Services During Construction
Bridges and Transportation Structures
Retaining Wall, Water & Flood Control Structures
Structure Design, Inspection, Retrofit, Rehab
Seismic Design & Analysis
Years of Experience
22 Total
1 With MNS
Licensing
Professional Structural Engineer, CA No. 5232
Professional Structural Engineer, AK No. 109540
Professional Civil Engineer, CA No. 67648
Certifications
FHWA-NHI-130092 Load and Resistance Factor Rating of
Highway Bridges
FHWA-NHI-130056 Safety Inspection of In-Service
Bridges for Professional Engineers
Education
MS, Structural Engineering, University of California, Irvine,
CA
BS, Civil Engineering, University of California, Irvine, CA
Affiliations
Transportation Research Board (TRB) Committees:
o Secretary, Seismic Design and Performance of
Bridges (AKB50)
o Friend, Foundations of Bridges and Other Structures
(AKG70)
o Member, GeoSeismic Subcommittee (AFF50(1))
o Friend, Standing Committee on Culverts, Buried
Bridges and Soil Structure Interaction
Publication
Harden, C. W., and Lozano, A. (2022). Compatible Swarm
Intelligence Model and Construction Method to Satisfy
Bridge Design and Load Rating Requirements and
Considering Geotechnical Variability. Transportation
Research Record.
Chad continually grows his expertise in seismic design
and soil-structure interaction - a longtime Transportation
Research Board (TRB) committee member. His
experience includes:
Heritage Park Bridge Structural Plan Check Services,
City of Rancho Cucamonga, CA. Project Manager.
Chad and his team provided plan check services of the
bridge design & structural PS&E for the Heritage Park
Bridge over Demens Creek Channel which provides
multi-modal access (vehicular, pedestrian, and
equestrian) between Heritage Park and the Outdoor
Equestrian Facility. The project replaces three existing
timber bridges with a single cast-in-place slab bridge to
maintain access to the equestrian facilities, trails, and
Fire District emergency response staging area. The
bridge improvements are subject to permitting with both
United States Army Corps of Engineers (USACE) and
San Bernardino County Department of Public Works
(SBCDPW).
Cary-Haas Pedestrian Bridge PS&E, City of San
Leandro, CA. Bridge Lead. Chad was responsible for
leading the structures design and delivery of a 110-foot
prefabricated steel truss pedestrian bridge over the San
Leandro Creek in the City of San Leandro, CA. The
project rehabilitated and reused existing abutments and
foundations built for the previous structure and
constructed new ADA compliant approaches.
Rancho California Road Bridge over Murrieta Creek
Phase 2B Project, County of Riverside, CA. Project
Manager. MNS and Kleinfelder are providing structural
and geotechnical engineering services for the County of
Riverside and USACE to evaluate the long-term stability
and load rating of the existing Rancho California Bridge
under construction conditions and ultimate improvements
following modifications to Murrieta Creek which lower the
channel grade by approximately four feet. Chad
proposed an innovative casing solution to uncouple
seismic concerns from project improvement, ultimately
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.6 STAFF RESUMES AND ORGANIZATION CHART 20
Chad Harden, PE, SE | RESUME PG 2
reducing scope of the project and accelerate delivery of
the analysis required to meet funding milestones.
Interstate 405 Corridor Express Lanes Design/Build
(Construction Support), Orange County
Transportation Authority (OCTA), CA. Bridge
Engineer. Responsible for providing structural
engineering support services for construction Non-
Conformance Reports (NCR) related to construction of
bridges, walls, and ancillary structures across the 16-mile
corridor, notably including an assessment of the in-
service capacity of the 405-73 Separation HOV
Connector (Bridge No. 55-1129E).
Interstate 10 Corridor Contract 1 Design/Build
Project, San Bernardino County Transportation
Authority, Los Angeles and San Bernardino
Counties, CA. Bridge Task Manager. Chad has recently
completed his leadership role to manage the bridge work
for the $673M Interstate 10 Design/Build project in
Ontario, CA, leading special California-specific seismic
training for a national team of engineers and delivering
the design and PS&E for ten bridge widenings and
replacements, special structures, and over 40 special-
designed retaining walls in an accelerated 18-month
schedule. The project scope included bridge
maintenance and rehabilitation, including deck overlays,
barrier replacement, and concrete repair.
Old Telegraph Road Emergency Bridge Inspection
and Load Rating, County of Ventura Public Works
Agency (VCPWA) Filmore, CA. Project Manager. Chad
conducted an emergency inspection, load rating, and
repair recommendations for the Old Telegraph Bridge
over Sespe Creek, a four-span cast-in-place, post-
tensioned (CIP/PS) concrete box girder bridge. Each
span measures approximately 120 feet by 6 inches,
resulting in a total length of 482 feet. The bridge is
supported on integral pier walls and seat-type abutments,
both on driven steel piles. The bridge is scour-critical.
Due to heavy rainfall in February 2024, the scour
protection at Abutment 1 of the Old Telegraph Road
Bridge sustained damage, exposing the abutment piles.
Following the emergency inspection, Chad and his team
provided recommendations for emergency bridge
revetment repairs, an interim emergency load rating for
limited and posted single-lane use, and a load rating for
the repaired condition.
Montalvo and Riviera Beach Pedestrian Bridges
Inspection and Rehabilitation, San Clemente, CA.
Bridge Engineer and Project Manager. Chad was
responsible for bridge inspection, steel member
thickness verification, load rating, maintenance
recommendations, and services during construction for
two prefabricated steel truss pedestrian bridges along the
San Clemente Pedestrian Beach Trail. The bridges, 6’-0”
deep with spans of 96’-8” and 30’-0” spans, are
constructed from self-weathering steel which is also
coated and located in a Marine Atmospheric Zone. The
design team evaluated several coating alternatives and
prepared technical provisions for the coating removal,
containment, and re-coating.
Jackson Street Complete Streets Shade Art
Structures “Shadowalk” Project, City of Indio, CA.
Structural Engineer. Chad provided structural design for
the City of Indio’s Shadowalk Project, which installs
approximately 50 shade art structures along 3/4 of a mile
along Jackson Street. Due to the tight architectural
constraints for narrow dimensions of high strength,
hollow structural section (HSS) tubing, the structural
design required a careful balance to provide capacity
against code-required wind, seismic, and pedestrian
loading, minimize deflection, work with fabrication
tolerances, and accommodate constructability
considerations. The HSS frame allowed for scalability of
structure length and support a thin steel sheet roofing
which will be laser-cut to cast shadows of drawings of
indigenous palms by local high school students, and an
undulating roof line which mirrors the context of the
surrounding mountains.
Mobile Optics Facility Building at Santa Ynez Peak,
Vandenberg Space Force Base, CA. Structures Task
Manager. Chad was responsible for final design and
PS&E for the 30-foot square masonry building to house a
Long-Range Tracking Instrument as part of the New
Mobile Optics Facility at Santa Ynez Peak. The building
is designed following the United Facilities Criteria (UFC)
including UFC 4-010-01 Minimum Antiterrorism
Standards for Buildings.
Whaley House Complex – Café and Shop Seismic
Retrofit & Foundation Rehabilitation Project, County
of San Diego, CA. Project Manager and Structural
Engineer. Chad led the design team to seismically retrofit
and provide permanent foundations for the two existing
false front store buildings on the historic Whaley House
site in Old Town San Diego. A collaborative approach
between the design team, the County of San Diego,
SHPO and Save Our Heritage Organization (SOHO) San
Diego, building tenants, and the construction contractor
led to the successful delivery of the project.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.6 STAFF RESUMES AND ORGANIZATION CHART 21
Shawn Kowalewski, PE
Task Order Manager (General Civil Engineering)
Mr. Kowalewski is a multi-skilled Principal Engineer and
Project Manager with a broad range of experience in
engineering analysis and design as well as construction
management and inspection of a variety of public
infrastructure projects. At MNS, Shawn’s responsibilities
include civil engineering project management, quality
assurance/quality control, structural design and analysis,
contract administration, cost estimating and tracking,
plan and specification review, and report preparation. His
Firm
MNS Engineers, Inc.
Areas of Expertise
Roadway and bridge design
Geometrics
Water and sewer lines
Project management
Caltrans
Years of Experience
29 Total
29 With MNS
Licensing
Professional Civil Engineer, CA No. 59539
Certification
California Emergency Management Agency (OES) Safety
Assessment Program
Education
BS, Civil Engineering, Syracuse University, NY
Professional Development
Caltrans Resident Engineer Academy
Affiliations
American Public Works Association
American Society of Civil Engineers
American Society for Testing and Materials, Technical
Committees: A01-Steel, Stainless Steel and Related
Alloys; D07-Wood; F17-Plastic Piping Systems
American Water Works Association
Awards
2024 APWA Central Coast Chapter, Silver Project of the
Year, Santa Claus Lane Class I Bike Path
2020 APWA Central Coast Chapter, Project of the Year,
Transportation $2M-$5M Category, Old Town Sidewalks
2020 ASCE Santa Barbara/Ventura Chapter, Project of the
Year, Transportation $2M-$5M Category, Old Town
Sidewalks
2015 APWA Southern California Chapter BEST Award, in
the Under 50,000 Population division of the Traffic,
Mobility, and Beautification category, Las Flores Canyon
Creek Pedestrian Bridge and Park Improvements
2012 APWA Project of the Year, Honorable Mention,
Ortega Street Bridge Replacement
2006 APWA Project of the Year, Project under $1M,
Avenue of the Flags Park and Ride Facility
experience includes:
Santa Claus Lane Class I Bike Path, Santa Barbara
County Association of Governments, CA. Principal-in-
Charge/Project Manager. A new 0.8 mile, Class I
bikeway and multipurpose path connects Santa Claus
Lane to Carpinteria Avenue and provides a crucial link as
part of the California Coastal Trail network. The $12.5M
concrete Santa Claus Lane Class 1 Bike Path runs
adjacent to the southbound lanes of US 101 between
Estero Street near the Carpinteria Avenue off-ramp in the
City of Carpinteria and Sand Point Road in the County. It
is located on the beach side of Highway 101 between the
freeway and the railroad tracks. The project must meet
the requirements of Local Coastal Plans from both the
City of Carpinteria and the County of Santa Barbara.
Unique, environmentally sensitive design alternatives are
required. The project involves coordination with the
Santa Barbara County Association of Governments
(SBCAG), City, County and permitting agencies; design
exception fact sheets; project report; stormwater data
report; and final design.
Dockweiler Road Extension, City of Santa Clarita,
CA. Principal-in-Charge/Technical Advisor. This $30M
Secondary Arterial—Dockweiler Drive from Sierra
Highway to Railroad Avenue—will provide an important
north-south connection for the City, a new entrance to
the Master’s University, and a secondary emergency
access point for the Placerita Canyon community. The
roadway extension and widening will go through an
existing railroad crossing, business district, hilly terrain,
and the Master’s University property. MNS provides
preliminary and final design engineering services.
Preliminary engineering services include traffic modeling,
roundabout analysis and simulation, intersection, and
roadway and bikeway alternatives. Final engineering
services include roadway, bikeway and roundabout
design, traffic calming, railroad crossing and permitting,
traffic signals, street lighting, landscaping, drainage and
stormwater treatment, mass grading, environmental
permitting, and extensive public outreach.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.6 STAFF RESUMES AND ORGANIZATION CHART 22
Shawn Kowalewski, PE | RESUME PG 2
Segment 4C Final Design Services for the South
Coast 101 HOV Lanes and Rehabilitation, Santa
Barbara County Association of Governments
(SBCAG), CA. Principal Engineer. This project provides
final freeway, roadway, structural engineering and design
services to complete the HOV lanes and the freeway
reconstruction plans, specifications and estimate for the
South Coast 101 HOV and Pavement Rehabilitation
Project from north of Padaro Lane interchange to just
north of the Sheffield Drive interchange (1.9 miles) in
unincorporated Santa Barbara County. This project will
design the freeway and ramp geometrics, pavement
delineation, signing, contour grading, and utilities for 1.1
miles of this segment. MNS is also responsible for
planning and design of bicycle facilities in this segment
that met the California Coastal Commission’s desires for
a dedicated facility from the County-line to the City of
Santa Barbara.
Olive Mill Road and San Ysidro Road at US 101
Interchanges, Santa Barbara County Association of
Governments, CA. Principal-in-Charge/Project
Manager. In coordination with the County of Santa
Barbara and the City of Santa Barbara, SBCAG is in the
preliminary design phases of a roundabout at the San
Ysidro Road intersection and at the Olive Mill
intersection. The new intersection configuration will
enhance traffic operations and safety for motor vehicles,
bicyclists, and pedestrians. The project is related to the
completion of the proposed improvements included in the
US 101 HOV Widening and Rehabilitation project that will
add an additional lane in both directions of travel for high
occupancy vehicles during rush hour.
Decision Point Documents for South Coast 101 High
Occupancy Vehicle (HOV) Lanes and Rehabilitation,
Santa Barbara County Association of Governments
(SBCAG), CA. Principal Engineer. This project provides
highway, roadway, structural engineering, and design
services to develop 35% plans for the northern segment
of the South Coast 101 HOV Lanes Project and South
Coast 101 Rehabilitation Project in southern Santa
Barbara County. This segment of the US 101 begins
north of the Padaro Lane Interchange in Summerland
and extends to south of Sycamore Creek in the City of
Santa Barbara. Overall, the US 101 HOV Lane Widening
project will widen the US 101 by adding two lanes. This
project is crucial in the overall widening project, for
SBCAG and Caltrans to develop a comprehensive
strategy to efficiently rehabilitate the existing four lanes.
MNS is providing engineering services for two miles of
freeway geometric design; overall roadway drainage
design; and overall utility coordination. Responsibilities
include providing design direction and project
management for MNS’ portion; preparing and presenting
a majority of the alternatives to improve the freeway
geometrics of the MNS portion.
Goleta Transportation Improvement Program, City of
Goleta, CA. Principal-in-Charge. The Goleta
Transportation Improvement Program (GTIP) is a tool the
City routinely utilizes to identify community transportation
needs and plan their funding and implementation over a
medium range timeframe of two to 10 years. The
program functions as unbiased clearinghouse of various
transportation projects; it allows decision makers to see
the City’s transportation needs and to allocate the
resources to meet those needs. Additionally, it becomes
a resource for the City planners and the public to use
when determining the transportation impacts and the cost
of public infrastructure improvement necessary when
land is developed or redeveloped near these
transportation hot spots.
Pavement Rehabilitation, City of Goleta, CA. Project
Manager. MNS provided design services and PS&Es for
this three-phase pavement rehabilitation project.
Responsibilities included preparing a new bid document
referencing Caltrans’ 2010 Standard Specifications. This
project was part of the City’s annual street maintenance
program.
40th Street Transit-Only Lanes and Multimodal
Enhancements, City of Emeryville, CA. Principal-in-
Charge. The project is a new major transit-oriented
corridor at 40th Street/San Pablo Avenue that includes a
two-way separated bikeway on the north side of 40th
Street, an additional eastbound transit-only lane,
conversion of a westbound travel lane into a transit-only
lane, and project limits that extended to a commercial
business entry. As a subconsultant, MNS is providing
field survey and mapping and final design services
including geometrics, intersection design, signing and
striping, construction staging and traffic handling. The
overall project scope includes:
• Multimodal Treatments (two-way separated Class IV
bikeway, East/West Transit-only Lanes, multimodal
intersection improvements, and transit stop
improvements)
• Streetscape improvements and public art
opportunities
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.6 STAFF RESUMES AND ORGANIZATION CHART 23
Michael Ip, PE, QSD
Task Order Manager (General Civil Engineering)
Mr. Ip is a Principal Engineer with over 32 years of
experience specializing in the design and management
of transportation facilities and capital improvement
projects. Michael’s technical experience includes all
project phases, including project reports, planning,
design, and construction management. His management
experience includes oversight and direction of technical
professionals, client liaison, quality control, subconsultant
coordination, public outreach and resource allocation to
Firm
MNS Engineers, Inc.
Areas of Expertise
Roadway, highway, and interchange design
Transportation planning
Traffic engineering
Drainage and flood control facilities
Construction and project management
Caltrans
Years of Experience
32 Total
12 With MNS
Licensing
Professional Civil Engineer, CA No. 43671
Certification
Qualified SWPPP Developer, CA No. 43671
Education
MS, Construction Management, University of California,
Berkeley, CA
BS, Civil Engineering, University of California, Irvine, CA
Awards
2022 APWA Project of the Year, Conejo School Road and
Willow Lane Sidewalk and Bike Lanes Project
2020 APWA Project of the Year, Thousand Oaks
Boulevard Streetscape
2019 APWA Project of the Year, Westlake Boulevard
(State Route 23) Sidewalk and Bicycle Lane
Improvements Project
2017 APWA/ASCE Project of the Year, Donlon Road
Realignment
2017 ACEC Engineering Excellence Merit, Colorado
Esplanade
2012 APWA Project of the Year, California State
University Channel Islands Entrance Road Improvements
2010 ACEC Engineering Excellence Merit, Fillmore Water
Recycling
ensure the timely delivery of project deliverables. At
MNS, Michael serves as Principal Engineer and Project
Manager specializing in transportation projects. His
experience includes:
Muscoy Pedestrian Improvements, County of San
Bernadino, CA. Project Manager. The project will
improve pedestrian routes around Muscoy Elementary
School and Vermont Elementary School in the Muscoy
Area. The project was selected because Muscoy
Elementary School and Vermont Elementary School are
listed as priority projects in the San Bernardino County
Safe Routes to School Master Plan. Improvements will
include sidewalk around both schools, curb and gutter,
driveway approaches, roadway widening, and pedestrian
traffic facilities such as high visibility crosswalks, new or
replacement of existing curb ramps, signs, and
rectangular rapid flashing beacons (RRFB). With State
funding, the project will require approval from the Division
of the State Architect. MNS is designing the pedestrian
improvements. The County will handle the field survey,
base map preparation, geotechnical investigation, and
environmental clearance for this project.
Banana Avenue and Other Roads, County of San
Bernardino, CA. Project Manager. The project is located
in a residential neighborhood, between Whittram Avenue
and Foothill Boulevard in the City of Fontana, specifically:
Almond, Banana, Calabash, Cottonwood, Hemlock,
Mulberry, and Redwood Avenues. The County of San
Bernardino Transportation Division proposes to perform
pavement rehabilitation and new or replacement of
existing ADA ramps at 93 locations. MNS is performing
the preliminary and final design for this project.
Los Feliz Drive Sidewalks Phase 2, City of Thousand
Oaks, CA. Project Manager. This project will install 800
linear feet of pedestrian facilities on the north and south
sides of Los Feliz Drive between Thousand Oaks
Boulevard and Conejo School Road. Los Feliz Drive
within the project limits consists of high-density
residential properties. The project will install missing
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.6 STAFF RESUMES AND ORGANIZATION CHART 24
Michael Ip, PE, QSD | RESUME PG 2
segments of sidewalk and improve pedestrian safety.
These improvements consist of sidewalk construction,
driveway reconstruction, traffic lane striping and
markings, curb and gutter construction, and crosswalk
striping. The project also involves utility relocation in
various locations. Upgrades will also be made to the
existing striping, crosswalk, and signage on Los Feliz
Drive. This project required approval from the Division of
the State Architect.
Dockweiler Drive Extension, City of Santa Clarita,
CA. Project Manager. The City of Santa Clarita proposes
to construct a $30M Secondary Arterial—Dockweiler
Drive from Sierra Highway to Railroad Avenue. The
project will provide an important north-south connection
for the City, a new entrance to Masters University, and a
secondary emergency access point for the Placerita
Canyon community. The roadway extension and
widening will go through an existing railroad crossing,
business district, hilly terrain, and the Master’s University
property. Preliminary engineering services include
community outreach, traffic modeling, roundabout
analysis and simulation, intersection, and roadway and
bikeway alternatives. Final engineering services include
roadway, design following LACDPW LID Standards
Manual, bikeway and roundabout design, traffic calming,
railroad crossing and permitting, traffic signals, street
lighting, landscaping, drainage and stormwater treatment
(including detention basins, infiltration trenches, and
bioretention areas), mass grading, environmental
permitting, and extensive public outreach.
Conejo School Road and Willow Lane Sidewalk and
Bike Lanes Project, City of Thousand Oaks, CA.
Project Manager. The City of Thousand Oaks received
Active Transportation Program (ATP) and Congestion
Mitigation and Air Quality (CMAQ) funding to improve
pedestrian and bicyclist safety along 1.1 miles of Conejo
School Road and Willow Lane. Engineering services
consist of preliminary and final design, environmental
document, and property services for roadway widening,
retaining walls, reconstruction of private driveways,
sidewalk and sidewalk infill construction, bicycle and
traffic lane striping and markings, curb ramp construction
and pavement rehabilitation, pedestrian activated
signals, storm drain improvements, stormwater treatment
facilities and landscaping. Critical elements to project
success encompass reconstruction of multiple private
driveways and retaining walls—requiring temporary
private property access and easements to construct the
proposed pedestrian and bicyclist facilities while
maintaining the existing roadway lane configuration.
Project design, right-of-way, and construction is
estimated at $4.5M.
Ekwill Street and Fowler Road Extensions and
Roundabouts, City of Goleta, CA. Project Engineer.
This $16.7M project designs two new roadways, Ekwill
Street and Fowler Road, including two new roundabouts
to improve traffic flow within the City of Goleta between
State Route 217 and the Santa Barbara Municipal
Airport. Hollister Avenue at State Route 217 will be
reconstructed to install two new roundabouts at the
Hollister Avenue and State Route 217 interchange. In
total, the project involves four roundabouts and 1.7 miles
of corridor improvements. MNS transportation and traffic
engineering staff provide complete roadway and
roundabout design; plans, specifications and construction
cost estimates; drainage analysis and stormwater quality
design; traffic control; Stormwater Pollution Prevention
Plan (SWPPP); coordination with environmental and
permitting agencies; and utility coordination for the entire
project. Internal and external coordination of this project
is paramount for success. The project is located in and
crosses through many jurisdictions such as City of
Goleta, City of Santa Barbara, County of Santa Barbara,
California Coastal Commission, California Department of
Transportation (Caltrans), and Federal Aviation
Administration (FAA) flight path.
Westlake Boulevard (State Route 23) Sidewalk and
Bicycle Lane Improvements, City of Thousand Oaks,
CA. Project Manager. The City received grant funding
from the Federal Highway Safety Improvement Program
(HSIP) for pedestrian and bike safety improvements on
Westlake Boulevard (State Route 23) from Triunfo
Canyon Road to the northbound US 101 ramps
(approximately 1.1 miles). Safety improvements involved
new sidewalks and curb ramps, curb ramp modifications,
pedestrian push button post, bicycle loop detectors and
pedestrian and bike lane signing, striping, and marking.
With community input, the project included meander
sidewalks with decomposed granite surface, vista/sitting
areas and extensive re-landscaping. Many mature trees
were impacted along the corridor. This project included
arborist investigation, a tree report with mitigations, and a
public information and outreach program. Westlake
Boulevard south of US 101 is State Route 23; therefore,
a Caltrans Encroachment Permit process was followed.
Responsibilities included preliminary engineering and
final project specifications and estimates.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.6 STAFF RESUMES AND ORGANIZATION CHART 25
Hector Salcedo, PE
Task Order Manager (General Civil Engineering)
Mr. Salcedo is a well-rounded engineer who understands
the key aspects of all Caltrans project phases. He has
experience working on all three phases of Caltrans
project delivery phases which include the Project
Initiation Documents (PID), Project Approval/
Environmental Document (PA/ED), and Plans,
Specifications and Estimates (PS&E). His vast project
experience includes review and preparation of technical
reports and preliminary geometric designs in the planning
Firm
MNS Engineers, Inc.
Areas of Expertise
Caltrans
Transportation design
Design-build projects
Years of Experience
10 Total
<1 With MNS
Licensing
Professional Civil Engineer, CA No. 90382
Education
BS, Civil Engineering/Transportation, California State
Polytechnic University, Pomona
Affiliations
Institute of Transportation Engineers (ITE)
Women's Transportation Seminar (WTS)
and development of major interchanges throughout
Southern California, environmental technical studies,
utility coordination, and project coordination. His recent
project experience includes design on the Interstate 10
Design-Build Project where he was responsible for a
three-mile segment of roadway modeling and preparation
of over 100 roadway plans complying to the Caltrans
HDM, Standard Plans and Plan Preparation Manual. Mr.
Salcedo uses his vast experience to ensure the most
practical, and safe designs on his projects with a full
understanding of the Caltrans delivery process. He has
technical experience with AutoCAD/Civil 3D and
MicroStation/Inroads platforms. His experience includes:
Interstate 10/Cherry Valley Boulevard, City of
Calimesa, CA. Assistant Project Manager. This project
develops PS&E for the upgrade and reconfiguration of
the existing diamond interchange to a diverging diamond
interchange (DDI) at the Interstate 10/Cherry Valley
Interchange, which is a major thoroughfare of the South
end of the City of Calimesa and the City of Beaumont.
The traffic volume in the intersection has increased in the
surrounding area due to the combination of newer and
established residential/housing, the Marketplace at
Calimesa, and the Cherry Valley Logistics Center. The
interchange was recently upgraded with traffic signals
and minor turning lane additions. These additions have
provided some relief but will not support long-term
regional growth. It is imperative the ultimate
improvements, in the form of a diverging diamond
interchange (DDI) alternative, be implemented for the
success of traffic flow in and around the community.
PS&E for Interstate 10/Jackson Street Interchange
Project, City of Indio/Caltrans, CA. Project Manager.
This project developed PS&E for the upgrade of the
existing interchange along Interstate 10 and Jackson
Street for the City of Indio. Improvements included new
ramps, two new bridges and local street widening.
Hector’s responsibilities included coordinating with
Caltrans on the review and approval of engineering
reports; preparing and receiving approval on PS&E
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.6 STAFF RESUMES AND ORGANIZATION CHART 26
Hector Salcedo, PE | RESUME PG 2
packages; leading and developing monthly Project
Development Team (PDT) meeting material and meeting
minutes; and managing and coordinating the project
schedule for PS&E.
Calle Contento and La Serena Way Roundabouts
along Rancho California Road, Riverside County
Transportation Department, CA. Project Manager.
Hector negotiated and established an approved contract
of over $1M, managed and reviewed sub-consulting
invoices and project deliverables, was responsible for
overseeing the project schedule to achieve
environmental clearance (CEQA) and final design
approval, communicated monthly with the County,
oversaw the project design of the roundabouts to ensure
meeting roundabout design standards and
constructability, and provided design oversight on the
roundabout performance analysis and plan and profile
exhibits.
Interstate 10 Design-Build, San Bernardino County
Transportation Authority/Caltrans, CA. Civil Engineer.
This project widened approximately 6 miles of Interstate
10. Hector was responsible for the design/oversight of 25
ramps, 5 bridges, 10+ walls and 20+ curb ramps. Hector
coordinated with drainage, traffic, structures, and the
contractor to provide proposed surfaces. He also
prepared and reviewed 100+ roadway plan sheets
including layouts, profiles and superelevations,
construction details, grading and typical sections. Hector
coordinated with Caltrans and the contractor design
decisions through weekly Technical Working Group
meetings and over-the-shoulder reviews.
Salt Creek Trail, Riverside County Transportation
Department/Caltrans/City of Menifee/City of Hemet,
CA. Assistant Project Manager. Hector managed and
maintained the project schedule, deliverables, and action
items; coordinated with Caltrans Local Assistance on
reviews of technical reports and permits; reviewed and
prepared final design plans, including plan, profile, typical
sections, construction details, horizontal control, and
grading; coordinated with County and Cities on the plan
check requirements and overall design; and developed
public outreach material for open house meetings.
Ethanac Expressway, Riverside County
Transportation Department, CA. Roadway Lead.
Hector designed preliminary alternatives for the Nichols
Road using Quantm software, which can produce
multiple alignments simultaneously by establishing inputs
such as cost, geometric, and object parameters;
reviewed and assisted in the developments of the traffic
forecast analysis and corridor vision; prepared exhibits
and a video for multiple open house meetings with
various cities; managed and coordinated the project
schedule; and developed meeting material and meeting
minutes for bi-monthly PDT meetings.
PSR/PDS for State Route 60/Redlands Boulevard,
City of Moreno Valley/Caltrans, CA. Roadway Lead.
Hector designed three interchange alternatives,
coordinated with the City on choosing a locally preferred
alternative, reviewed and coordinated the TEPA and
PEAR reports, prepared exhibits for a Caltrans kick -off
meeting to introduce alternatives and the schedule, and
developed preliminary cost estimates.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.6 STAFF RESUMES AND ORGANIZATION CHART 27
Patrick De Guzman, PE
General Traffic Lead
Firm
MNS Engineers, Inc.
Areas of Expertise
Traffic engineering
Transportation engineering
Years of Experience
10 Total
1 With MNS
Licensing
Professional Civil Engineer, CA No. 92120
Education
BS, Civil Engineering, California Polytechnic State
University, San Luis Obispo, CA
Affiliations
Institute of Transportation Engineers
American Public Works Association
Mr. De Guzman is a Senior Project Engineer with ten
years of local government traffic and transportation
engineering experience encompassing active
transportation, traffic safety, and calming roadway
enhancements. Patrick also has four years of civil
engineering design experience including residential,
commercial, industrial, and public infrastructure. As a
successful engineer and traffic administrator, he has
utilized his design knowledge to direct junior staff and
deliver roadway enhancements to multiple jurisdictions
including signing and striping, traffic signal, roundabout,
traffic control, and overall project management. Patrick
has also been involved in plan production for private
residential projects and grading and drainage design.
Patrick has developed and maintains a working
knowledge of local city, county, and state engineering
regulations. His experience includes:
40th Street Transit-Only Lanes and Multimodal
Enhancements, City of Emeryville, CA. Senior Civil
Engineer. The project is a new major transit-oriented
corridor at 40th Street/San Pablo Avenue that includes a
two-way separated bikeway on the north side of 40th
Street, an additional eastbound transit-only lane,
conversion of a westbound travel lane into a transit-only
lane, and project limits that extended to a commercial
business entry. As a subconsultant, MNS is providing
field survey and mapping and final design services
including geometrics, intersection design, signing and
striping, construction staging and traffic handling. The
overall project scope includes:
• Multimodal Treatments (two-way separated Class IV
bikeway, East/West Transit-only Lanes, multimodal
intersection improvements, and transit stop
improvements)
• Streetscape improvements and public art
opportunities
Newhall Avenue Beautification, City of Santa Clarita,
CA. Project Designer. Patrick provided engineering
services for the preparation of the signing and striping
and traffic control plans for the street improvements
along Newhall Avenue from Sierra Highway to Railroad
Avenue.
Thermoplastic Lane Striping Program, City of Santa
Clarita, CA. Project Manager. Patrick managed and
provided engineering services for the program and
preparation of signing and striping plans to install
updated Caltrans Standard striping details along various
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.6 STAFF RESUMES AND ORGANIZATION CHART 28
Patrick De Guzman, PE | RESUME PG 2
corridors in the City. He designed the plans that would be
part of a seven-year program.
Soledad Canyon Road and Langside Avenue Traffic
Signal Modification, City of Santa Clarita, CA. Project
Manager. Patrick managed and provided engineering
services for the preparation of traffic signal modification
plans, removal of flashing beacons, and installation of
additional signal heads on the curved approach to this
intersection. He coordinated closely with Spectrum,
Edison, and the City.
Buffered Bike Lane Enhancements Soledad Canyon
Road and Bouquet Canyon Road, City of Santa
Clarita, CA. Project Manager. Patrick managed the
design and construction of the signing and striping plans
to install buffered bike lanes along the subject segments
of the City.
Pedestrian Safety Enhancements, City of Santa
Clarita, CA. Project Designer. Patrick designed the
signing and striping plans for pedestrian safety
enhancements including continental crosswalk and curb
extension improvements at 9 identified locations.
Pedestrian Crossing Enhancements HSIP at 6
Locations, City of Santa Clarita. Project Manager.
Patrick managed the design and construction of the
signing and striping enhancements to pedestrian
crossings at channelized right turn lanes at six locations
within the City.
Canyon Country Community Center - Off Street
Improvements, City of Santa Clarita, CA. Project
Designer. Patrick supported the traffic control staging
and handling, and final signing and striping design of the
project which involved strategic analysis of the City's
traffic volumes along the segment to determine
construction scheduling with as minimal impact as
possible on the City's traffic operation.
Neighborhood Traffic Calming Program Abelia Road,
Thompson Ranch Road, Pamplico Drive, City of
Santa Clarita, CA. Project Manager. Patrick designed
and managed the construction of speed cushions along
three segments of roadway in the City after coordinating
the City's policies and procedures for installation with the
affected communities.
Plum Canyon Park Facility Improvements, City of
Santa Clarita, CA. Project Manager. Patrick managed
the construction of Baseball Field Lighting, Backstop
Fencing, Parking Lot Re-Configuration, and Maintenance
Storage Building modification at this park facility. He
worked closely with the planning department to present
to Planning Commission for an approved Conditional-
Use-Permit for this annexed Los Angeles County park.
He also coordinated with Edison and various contractors
to complete the multiple scopes of the project.
Gillette Avenue Street Sweeping Program and
Complete Streets Enhancement, City of Irvine, CA.
Project Manager. Patrick managed the construction of a
reconfiguration of a four-lane roadway to a two-lane
roadway with additional parking, and bike lane facilities
along Gillette Avenue from Main Street to Armstrong
Avenue. He worked with consultants, the community, and
presented to Transportation Commission to receive
approval for the improvement of the area to better
accommodate the change in land uses fronting the
segment from Industrial to Mixed-Use.
Annual Collision Review, City of Irvine, CA. Project
Manager. Patrick managed the evaluation of the City’s
collision data and presented potential projects to the
Transportation Commission to enhance the segments
along high-incident intersection locations.
Bikeway Enhancement Program, City of Irvine, CA.
Project Manager. The City dedicated funding for the
improvement of bikeway infrastructure as part of the
Irvine Strategic Active Transportation Plan. The plan
outlines major arterials for consideration of Class II
buffered bike lane and conflict zone improvements to
enhance the biking experience within Irvine's roadways.
Project elements include signing and striping
improvements to the latest state and federal standards,
reduction of vehicle travel lane widths, and curbside
management. Responsibilities include team coordination
with the slurry and overlay project to incorporate signing
and striping designs of class II bikeway enhancements,
schedule and budget management.
Rectangular Rapid Flashing Beacon HSIP at 7
Locations, City of Irvine, CA. Project Designer. The
City of Irvine received a Highway Safety Improvement
Program (HSIP) grant to address pedestrian and bike
safety at seven locations within the City that have been
identified as top priorities by the community. The project
will improve the pedestrian and trail crossings at seven
intersections with ADA curb ramps and rectangular rapid
flashing beacons (RRFBs). The project included
coordination with the City's Signal Maintenance and
Street Maintenance divisions. Responsibilities included
engineering services for the design and preparation of
the signing and striping plans.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.6 STAFF RESUMES AND ORGANIZATION CHART 29
Tony Salas, PE (WA)
Task Order Manager (Traffic Engineering and Transportation Planning)
Mr. Salas is a well-rounded traffic engineer who
understands the key aspects of traffic engineering design
for the Plans, Specifications and Estimates (PS&E)
phase. His responsibilities include design management
of all areas of traffic engineering design for Caltrans and
local agencies. His expertise is composed of design in
pavement delineation, signing, overhead sign design,
traffic control, traffic handling, stage construction, traffic
signal design, traffic signal communication, intelligent
Firm
MNS Engineers, Inc.
Areas of Expertise
Caltrans
Traffic design
Design-build projects
Years of Experience
14 Total
<1 With MNS
Licensing
Professional Civil Engineer, WA No. 20101200
Professional Civil Engineer, CO No. PE.0057443
Education
BS, Civil Engineering/Transportation, California State
Polytechnic University, Pomona, CA
Affiliation(s)
Institute of Transportation Engineers (ITE)
Orange County Traffic Engineering Council (OCTEC)
transportation system (ITS), Tolling, Middle Mile
Broadband Network, ramp metering, roadway lighting,
street lighting and photometric analysis. Furthermore, he
has general knowledge in traffic signal synchronization
before and after studies, signal timing, traffic signal
warrants, speed surveys, trip generation tech memos,
synchro analysis, thru-traffic analysis and sight distance
analysis. His experience includes:
PS&E for Interstate 10/Jackson Street Interchange
Project, City of Indio/Caltrans, CA. Traffic Lead. This
project developed PS&E for the upgrade of the existing
interchange along Interstate 10 and Jackson Street for
the City of Indio. Improvements included new ramps, two
new bridges and local street widening. Tony’s
responsibilities included coordinating with Caltrans and
local agencies and providing design oversight for
Signing, Pavement Delineation, Maintenance of Traffic,
Traffic Signals, Ramp Metering, Lighting, ITS and all
temporary electrical elements PS&E Packages.
PS&E for Interstate 10/Monroe Street Interchange
Project, City of Indio/Caltrans, CA. Traffic Lead. This
project developed PS&E for the upgrade of the existing
interchange along Interstate 10 and Monroe Street for
the City of Indio. Improvements included new ramps, two
new bridges and local street widening. Tony’s
responsibilities included coordinating with Caltrans and
local agencies and providing design oversight for
Signing, Pavement Delineation, Maintenance of Traffic,
Traffic Signals, Ramp Metering, Lighting, ITS and all
temporary electrical elements PS&E Packages.
PS&E for State Route 60/World Logistics Center
(WLC) Parkway Interchange Project, City of Moreno
Valley, CA. Traffic Lead. This project developed PS&E
for the upgrade of the existing interchange along State
Route 60 and WLC Parkway for the City of Moreno
Valley. Improvements included new ramps, two new
bridges and local street widening. Tony’s responsibilities
included coordinating with Caltrans and local agencies
and providing design oversight for Signing, Pavement
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.6 STAFF RESUMES AND ORGANIZATION CHART 30
Tony Salas, PE (WA) | RESUME PG 2
Delineation, Maintenance of Traffic, Traffic Signals,
Ramp Metering, and Roadway lighting.
Interstate 10 Design-Build, San Bernardino County
Transportation Authority/Caltrans, CA. Traffic Design
Lead. Provided design and engineering services on the
Interstate 10 Corridor Express Lanes Project. This
project widened approximately six miles of Interstate 10.
Responsible for design and oversight for all Caltrans ITS
and SBCTA tolling infrastructure for the 15 mile stretch of
Interstate 10. The project included the installation of a
new fiber optic communication plan, CCTV’s, TMS,
Weigh-in-Motion system, Ramp Metering, Irrigation
controller cabinets, and Data Nodes at each intersection.
In addition, a separate fiber communication system with
redundancy for the toll collection system as well as the
design of the toll pads and lighting for toll pads and toll
zones. The toll collection system included CCTV’s, count
stations, 16 tolling CMS, and 8 toll collection points.
Coordination with Caltrans was also essential for
developing the Temporary ITS concept (PTP/PTMP
wireless communication plan) and the final ITS
equipment location.
Highway Safety Improvement Program (HSIP) Cycle 9
Traffic Signal Modifications, City of Indio, CA. Task
Manager. Lead the design of traffic signal modifications.
The project involved 15 signalized intersections and
development of final design plans to address dilemma
zone related accidents. Implemented advanced dilemma
zone detection systems and signal modification plans,
and updated signal timing. Prepared specifications
(SSPWC and City template). Assisted City with Caltrans
Local Assistance procedures and successfully received
E-76 for construction.
Middle-Mile Broadband Network (MMBN), Caltrans
District 3. Deputy Project Manager. This project provides
broadband infrastructure in rural parts of northern
California, District 3. Responsible for overseeing an
aggressive project schedule and final design approval,
communicated biweekly with all active functional Caltrans
Units and subconsultants, oversaw the project design of
the fiber optic conduit installation methods and location of
fiber optic, pull vaults and splice vaults to ensure meeting
MMBN design guidelines and constructability for 285
miles of state routes.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.6 STAFF RESUMES AND ORGANIZATION CHART 31
Jarrad Truman, PLS
Task Order Manager (Survey and Mapping)
Firm
MNS Engineers, Inc.
Areas of Expertise
GPS planning and processing
Field calculations
Years of Experience
30 Total
1 With MNS
Licensing
Professional Land Surveyor, CA No. 9546
Certifications
Certified Party Chief
Trimble Geospatial GPS/RTK Processing and Planning,
Sunnyvale CA
Education
Advanced BLM Cadastral Workshop, US Department of
the Interior, Bureau of Land Management, Riverside, CA
Coursework, GPS Planning/Processing, California
Polytechnic State University, Pomona, CA
Coursework, Mapping, California Polytechnic State
University, Pomona, CA
Coursework, Surveying Technology 119, Santa Ana
College
Mr. Truman has over 30 years of significant experience
in land surveying. Jarrad is a proven leader, innovator,
and project manager. His responsibilities include
managing large complex surveying projects, creating
innovative solutions by building teams of experts from
multiple office locations to solve clients’ needs. His
experience includes:
Interstate 10/Jefferson Street Interchange
Improvements, Riverside County Transportation
Department, Indio, CA. Survey Manager. This project
included environmental and engineering services for the
preparation of the project report (PR), modified access
report (MAR), and plans, specifications, and estimate for
I-10/Jefferson Street interchange improvements. This
project will balance several complex geometric
constraints to eliminate the discontinuity of the arterial
street through movements within the interchange. The
interchange is included in the I-10 Corridor Plan,
prepared by the Coachella Valley Association of
Governments (CVAG), which requires specific
architectural and landscape treatments to the improved
or new interchanges located within the plan. The
modifications included replacement and relocation of the
Jefferson Street/I-10 overcrossing, additional loop on-
ramps, and realignment of Varner Road and Jefferson
Street. The project also entailed alternatives analysis and
design, environmental investigations, roadway design,
traffic studies, drainage studies, and structure advance-
planning studies. A wide range of environmental
consulting services involved working closely with
Caltrans and the City of Indio. The following studies were
prepared in support of a joint initial study-environmental
assessment (IS/EA): Visual impact analysis (VIA); noise
impact report, per TNAP; initial site assessment; natural
environment study; report-biological assessment,
HPSR/ASR/AER; air quality report and CO hotspot
analysis; Section 7 consultation; and Section 106
compliance. In addition, Final plans, specifications, and
estimates were developed. Preparation of construction
plans included roadway layouts and profiles, bridge
plans, retaining walls, grading, drainage, signing and
striping, traffic signal, lighting, and staged construction.
Adams Street Bridge Replacement Spanning the
Whitewater River - Regulatory Services, City of La
Quinta, CA. Survey Principal-In-Charge. As the project
director, Jarrad was responsible for the overall QA/QC
and served as the backup point of contact for the
resident engineer. A diversified suite of technical
guidance for proposed bridge improvements spanning
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.6 STAFF RESUMES AND ORGANIZATION CHART 32
Jarrad Truman, PLS | RESUME PG 2
the Whitewater River Channel at Adams Street was
provided. As a grantee of FHWA's Highway Bridge
Replacement and Rehabilitation (HBRR) Program, the
City of La Quinta addressed both National Environmental
Policy Act (NEPA) and California Environmental Quality
Act (CEQA) regulatory requirements. The approximately
525-foot-long and 76-foot-wide bridge was constructed
within the existing roadway right-of-way and does not
increase capacity. The typical section included a 6-foot
sidewalk on both sides of the bridge, a 12-foot raised
curb median island, and four travel lanes. This project
also included the preparation of studies and reports to
support a joint initial study/categorical exclusion (IS/CE),
including a noise impact report (per TNAP), initial site
assessment, natural environment study report, HPSR, air
quality report and CO hotspot analysis, wetland
delineation; Section 106 compliance, water quality report,
and traffic analysis.
State Route 60 / Grand Avenue Interchange
Improvements, Wei Koo & Associates, Inc., Industry,
CA. Surveyor. The State Route 60/Grand Avenue project
included the construction of a new interchange with a
new eight-lane overcrossing. Responsibilities included
surveying and mapping tasks and was preparation of the
project environmental document, project report, and
roadway design. A a traffic impact analysis was
performed for multiple design alternatives under
consideration. The traffic impact analysis included level-
of-service calculations at study intersections and freeway
mainline weaving-transition analysis to identify the
potential benefits associated with the various interchange
design alternatives and to support the project study
report, project report, and environmental documentation.
State Route 60/Theodore Street Interchange,
Highland Fairview Operating Company, Moreno
Valley, CA. Survey Manager. The State Route
60/Theodore Street Interchange improvements project
accommodated the anticipated truck-turning movements
from a proposed logistics warehouse project along the
southerly side of the freeway. Final plans, specifications,
and estimates (PS&E) and an encroachment permit in
Caltrans right-of-way to perform the work for the project
were prepared. Services also included supporting
engineering reports, such as the preliminary engineering
evaluation report, fact sheets to exceptions to advisory
and mandatory design standards, stormwater pollution
prevention plan, and transportation management plan. In
addition, all necessary environmental documents were
prepared, supporting surveying and right-of-way was
performed, lighting luminance analysis was conducted,
and exhibits for client approval were prepared.
As-Needed Land Title Surveying Services, State of
California, Judicial Council of California, CA. Task
Manager. Responsible for surveying. Surveying and
mapping services were provided on an as-needed basis
to support real property transfers, land title surveys for
risk management, and the processing of records of
survey maps for the transfer of more than 250
courthouses from counties to the state due to the
passage of the Trial Court Facilities Act of 2002.
State Route 91 Westbound Widening - Final PS&E,
Orange County Transportation Authority (OCTA),
Orange County, CA. Task Manager. Responsible for
surveying. Plans, specifications, and estimates (PS&E)
for the State Route 91 widening project were provided.
The project consisted of 3.8 miles of freeway widening to
convert the westbound auxiliary lanes into mixed flow
lanes between Brookhurst Street and Euclid Street,
Euclid Street and Harbor Boulevard, and Raymond
Avenue and State College Boulevard. The project also
added two-lane exit ramps and associated auxiliary lanes
at three interchange locations at the westbound exit
ramps to Raymond Avenue, Lemon Street, and
Brookhurst Street.
Elsinore Valley Municipal Water District Construction
Management and Inspection Services of Five Capital
Improvement Projects, Elsinore Valley Municipal
Water District, Lake Elsinore, CA. Task Manager.
Responsible for surveying. Construction management
and inspection for five water resources capital
improvement projects were performed. The projects
consisted of the replacement of 15,600 feet of water
mains and new water lines at 25 locations within the
client's boundaries, an approximately 1,350-foot
extension of lines for recycled water to the five project
sites, replacement of broken or inoperative gate valves in
four intersections, replacement of approximately 1,500
water meters with new automatic-reading meters, and
installation of new water lines and valves at five locations
to interconnect two water pressure zones.
Oak Valley Master Development, Sun Cal, Calimesa,
CA. Task Manager for Survey/Geomatics. Worked
internally with the Engineering Department as the Task
Manger for the Oak Valley Master Development Project.
Responsibilities included contract management, client
coordination, quality control, and coordination with the
design team.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.6 STAFF RESUMES AND ORGANIZATION CHART 33
Chris Vandrey, PLS, CFedS
Task Order Manager (Survey and Mapping)
Firm
MNS Engineers, Inc.
Areas of Expertise
Land surveying project management
Municipal survey services
Right-of-way services and documents
Years of Experience
24 Total
7 With MNS
Licensing
Professional Land Surveyor, CA No. 8783
Certified Federal Surveyor, No. 1734
Education
Coursework, Los Angeles Pierce College and Los Angeles
Mission College, CA
Professional Development
Continuing education, Bureau of Land Management
Affiliations
California Land Surveyors Association
League of California Surveying Organizations
Mr. Vandrey has over 24 years of experience in land
surveying, specializing in municipal surveying services in
the last 10 years. Prior to MNS, Chris served as the
County Surveyor for the County of San Mateo where he
oversaw all the surveying and mapping services required
for the Public Works Department and for various cities
within the County. He is well versed with subdivisions,
boundary surveys, legal descriptions, easements,
geographic information systems (GIS), and
drafting/Civil3D. He is knowledgeable in the Subdivision
Map Act and other legislation related to surveying and
understands how to apply local ordinances when working
with different public agencies. He is known for improving
processes and procedures to provide efficient solutions.
Before beginning his career in land surveying, Chris
served with the United States Marine Corps for six years.
His experience includes:
On-Call Surveying Services, City of Port Hueneme,
CA. Principal Surveyor. MNS was selected to provide
surveying services for the city in 2018. Services included
providing multiple ALTA Surveys, topographic surveys,
mapping for design, and boundary surveys with “Record
of Survey” recorded with the County of Ventura. MNS
also provided multiple construction layout services.
Services for city properties were located at 241 and 245
E. Port Hueneme Road, 700 Hueneme Road, and
included lighting upgrades on Cross Street and parking
lot upgrades at City Hall. MNS also provided document
research, lease agreement surveys, and legal
descriptions.
Municipal Surveying Services, Various Agencies, CA.
Principal Municipal Surveyor. Chris supports the MNS
team to provide Municipal Surveying Services for several
public agencies; some examples follow:
• City of Morgan Hill. MNS is currently reviewing a
subdivision map for a 16-unit residential
condominium project on Tennant Avenue in the City.
This map has numerous existing easements, all of
which need to be shown and described as required
by the Subdivision Map Act. The map also contains a
fee dedication to the City that requires additional
statements on the first sheet also required by the
Subdivision Map Act.
• City of Walnut Creek. MNS is processing the Parcel
Map for the latest expansion to the John Muir Health
campus in Walnut Creek. We are tasked with
ensuring technical accuracy, compliance with State
and local subdivision ordinance, and compliance with
industry standard map preparation. Our team is
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.6 STAFF RESUMES AND ORGANIZATION CHART 34
Chris Vandrey, PLS, CFedS | RESUME PG 2
reviewing the ten-page map that includes partial
public easement abandonments, new public
easement dedications and a complex subdivision
boundary.
• City of Salinas. MNS has provided private
development review for the City since 2015. Typical
projects include parcel maps, tract maps, lot line
adjustments and mergers. Along with several smaller
projects we are reviewing multiple phases of the very
large Monte Bella subdivision. As with all of our
municipal clients, Chris has successfully transitioned
into a key role with the City and won their confidence
with his review work.
• City of Arroyo Grande. MNS has provided private
development review for the City since 2014. Typical
projects include parcel maps, tract maps, lot line
adjustments and mergers. With our wide range of
experience and knowledge of procedures and
formats with other cities, we assisted the City with
improving and standardizing the forms used for Lot
Line Adjustments, Voluntary Mergers, and
Certificates of Compliance. Chris has taken charge of
the majority of the review of these private
development projects.
• City of Malibu. Chris has taken over much of the
responsibilities of providing the City with contract City
Surveyor services. He routinely manages the map
checking, certificate of compliance reviews, lot line
adjustments, etc. along with supporting the Public
Works and Planning staff with special projects such
as review of right-of-way (R/W) locations on
development plans for accuracy and preparing legal
descriptions for acquisitions. Chris recently
participated in meetings with the City’s Planning and
Public Works staff along with the City Attorney to
map the Conditional Certificate of Compliance course
as it relates to the Local Coastal Plan and the City’s
Land Use Plan. We also presented key questions
related to the historic subdivision map acts and local
county ordinances as they relate to determination of
compliance. The results of these meetings were a
clear processing path and rules for consistent
decisions on certain aspects related to parcel
creation compliance.
• City of Pasadena. MNS is currently providing on-call
surveying services for various City projects.
Responsibilities include a variety of survey tasks
including perpetuating, preserving, establishing,
and/or reestablishing survey monuments;
establishing right-of-way centerline, including
monumentation; providing cross-sections, profiles
and/or object locations; establishing permanent
benchmarks; preparing field notes, computer files
and other data; researching reference materials;
collecting and providing data to the City; use of GPS
techniques; preparing right-of-way maps; performing
boundary surveys to establish existing right-of-way
property lines; 3-D aerial topography mapping;
preparing pothole surveys; providing subdivision map
checking services for various private development
projects; and preparing legal descriptions and plats
for easements, license agreements, and/or street
vacations. Assignments have included the
retracement of a 1,400-foot segment of Seco Street
R/W and reestablishing the property corners for 14
adjacent properties; preparation of the Rose Bowl
Loop Road legal descriptions, consisting of field work
for 3.2 miles of road improvements to define the
alignment of the existing roads; and the preparation
of an ALTA survey for a Waverly Drive site.
• City of Greenfield. MNS has served the City of
Greenfield since 2011 and continues to provide land
surveying services including contract City Surveyor
services. Chris manages the map checking, lot line
adjustments, tentative map reviews, etc. He also
supports the Public Works Department and Planning
Department staff with special projects such as
preparing legal descriptions for utility easements and
preparing right-of-way exhibits to help the City
determine where to place City signs. Chris also
worked closely with the City Engineer and PG&E on
creating a detailed right-of-way and utility map for a
major electrical undergrounding project
• City of Berkeley. MNS has been providing survey
services to the City of Berkeley since 2017. Berkeley
has a very organized and diligent program
implemented for monument preservation. Chris has
provided the services of pre-construction and post-
construction monument preservation for several of
their projects, mostly related to storm drain or sewer
projects. MNS has developed a very efficient and
improved system for monument preservation. We
use a generator and electric tools to drill holes and
set very distinct and durable copper plugs into
concrete. We do this competitively with other firms
who typically provide an X scratched into concrete,
which can be easily obliterated and misidentified over
time. We have conducted projects (pre and post) with
monument counts of 7, 17, 22, and 28. We have also
provided topographic mapping for design and
boundary surveys for the City's new Santa Fe Park
project and the City's Gilman Street Solid Waste
Transfer Station.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.6 STAFF RESUMES AND ORGANIZATION CHART 35
Greg Chelini, PE
Task Order Manager (Construction Management and Inspection)
Mr. Chelini has over 35 years of construction
management and project management experience
working for public agencies. Prior to MNS, Greg worked
12 years for the California Department of Transportation
(Caltrans). His extensive work experience makes him
highly qualified for supervising staff on concurrent
projects; administrating multiple projects; supporting field
staff; providing project team quality control; applying
Firm
MNS Engineers, Inc.
Areas of Expertise
Construction management and inspection
Transportation projects
Sewer and water projects
Constructability reviews
Contract administration
Public agency coordination
Caltrans procedures
Years of Experience
36 Total
24 With MNS
Licensing
Professional Civil Engineer, CA No. 48181
Certification
Confined Space Awareness
Education
BS, Civil Engineering, California Polytechnic State
University, San Luis Obispo, CA
Professional Development
Temporary Pedestrian Facilities, Caltrans
Awards
2016 APWA Ventura Transportation Project of the
Year, US 101 HOV Lane Widening
2016 APWA Central Coast Environmental Project of
the Year, Nipomo Supplemental Water Projects
2015 ACEC Engineering Excellence Award of Merit,
Ranchero Road Interchange at Interstate 15
2014 APWA Project of the Year, Honorable Mention,
Chapala Street Bridge Replacement
2014 APWA Project of the Year, San Jose Creek and
Capacity Improvements and Fish Passage
2013 ACEC Engineering Excellence Award of Merit,
Pitkins Curve Bridge and Rock Shed at State Route 1
2013 TAMC Transportation Excellence Award, Rocky
Creek Viaduct on State Route 1
2012 APWA Project of the Year, Honorable Mention,
Ortega Street Bridge Replacement
2010 APWA Project of the Year, Lewis Road (State
Route 34) Grade Separation
2010 APWA Project of the Year, 8th Street Pedestrian
Bridge Replacement
value engineering concepts to projects; consulting with
various project players to facilitate efficient job progress
and maintaining project integrity; coordinating with public
agencies; and maintaining project schedule and budget.
His experience includes:
On-Call Structure Construction Inspection Services,
Caltrans District 5/59 (Current Contract 59A1087),
Santa Barbara County to Santa Cruz County, CA.
Consultant Contract Manager. Consultant Contract
Manager. Greg served as the Project Manager for the
Caltrans District 59 On-Call contract in District 5.
Responsibilities included coordinating with the Caltrans
Contract Manager as well as Caltrans Senior Engineers,
Structures Representatives, and subconsultants to
determine and properly staff upcoming project and
staffing needs. Additional responsibilities included
overseeing MNS inspection personnel, training, and
management; personnel requests; budget summaries;
managing task order budgets; coordinating logistical
support for inspectors; providing needed supplies,
equipment and training; ensuring compliance with DIR
prevailing wage requirements and all other applicable
contract requirements; and quality control for staff.
On-Call Construction Engineering, Construction
Inspection, and Construction Materials Sampling and
Testing Services, Caltrans District 5 (Current
Contract 06A2588), Santa Barbara County to Santa
Cruz County, CA. Consultant Contract Manager. Greg
has managed Caltrans District On-Call contracts in
District 5 for over 12 years as both a subconsultant and
Prime Consultant Contract Manager. Greg is currently
acting as the Contract Manager for the Caltrans District 5
Construction Inspection On-Call contract.
Responsibilities include coordinating with Caltrans
Contract Manager as well as Caltrans Senior Engineers,
Resident Engineers, and subconsultants to determine
and properly staff upcoming project and staffing needs.
Additional responsibilities include overseeing MNS
inspection personnel, training, and management;
personnel requests; budget summaries; managing task
order budgets; coordinating logistical support for
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.6 STAFF RESUMES AND ORGANIZATION CHART 36
Greg Chelini, PE | RESUME PG 2
inspectors; providing needed supplies, equipment and
training; ensuring compliance with DIR prevailing wage
requirements and all other applicable contract
requirements; and quality control for staff.
On-Call Construction Engineering, Construction
Inspection, and Critical Path Method Analyses
Services, Caltrans District 7 (Contracts 07A3731,
07A3176, 07A2767), Ventura County, CA. Consultant
Contract Manager. Greg served as the Consultant
Contract Manager for the Caltrans District 7 Construction
Inspection On-Call contract for Ventura County.
Responsibilities included coordinating with Caltrans
Contract Manager as well as Caltrans Senior Engineers,
Resident Engineers, and subconsultants to determine
and properly staff current and future projects and staffing
needs. Additional responsibilities included the oversight
of MNS inspection personnel, training, and management;
personnel requests; budget summaries; managed task
order budgets; coordinated logistical support for
inspectors; provided needed supplies, equipment, and
training; ensured compliance with DIR prevailing wage
requirements and all other applicable contract
requirements; and quality control for staff.
Nacimiento Lake Drive Bridge Project, County of
Monterey, CA. Principal-in-Charge. This $5.6M project
will realign Nacimiento Lake Drive and replace the
existing single-lane, four-span steel truss bridge crossing
the San Antonio River with a new two-span post-
tensioned concrete box girder bridge. The project
includes the construction of a 267-foot-long cast-in-place
(CIP), post-tensioned box girder bridge and construction
of approximately 787 feet of new roadway approaches
and improvements. The new bridge will provide two 12-
foot-wide travel lanes and two 3.5-foot-wide shoulders
with Type 80 barrier rail and tubular bicycle railing along
the edge of the deck.
Hollister Avenue Class I Bike Path and Pedestrian
Improvements, City of Goleta, CA. Principal-in-Charge.
This $5M project constructed a Class I bicycle/multi-
purpose path along the south side of Hollister Avenue
from Pacific Oaks Road to Ellwood Elementary School.
This project consisted of over a mile of complete street
improvements such as pavement rehabilitation,
multimodal path construction, replacement of over a
dozen curb ramps, drainage improvements, signaled
intersection upgrades, parkway and median planter
construction, and curb and gutter replacement. The
pavement rehabilitation entailed removal and
replacement of failing pavement sections, pavement
leveling courses, pavement overlays, and microsurfacing
placement. The project also incorporated a detailed
landscape and recycled water irrigation plan, which
enhanced the bikeway and pedestrian path. The
construction team maintained access to adjacent
businesses and provided safe pedestrian and bicycle
passage through the project site. Proactive daily traffic
control monitoring and coordination with the public also
contributed to the success of the project. The multiple
funding sources for this project included a $1.6M Active
Transportation Program (ATP) grant for project
construction, Measure A, and Goleta Transportation
Impact Program funds. MNS utilized an in-house
document control system to manage the project in
accordance with City and Caltrans Local Assistance
Procedure Manual (LAPM) guidelines.
Palo Comado Canyon Road Interchange Project, City
of Agoura Hills, Agoura Hills, CA. Project Manager.
This $12M Interchange Improvement project is being
constructed in several stages and includes widening Palo
Comado Canyon Road and the Overcrossing over US
Route 101 with one lane in each direction and a left-turn
lane for the northbound on-ramp. The project widens the
shoulders to accommodate Class II bicycle lanes and
sidewalks on both sides of Palo Comado Canyon Road.
The northbound on and off ramps are being widened
including construction of a new traffic signal at the
intersection with Palo Comado Canyon Road, new street
and bridge lighting, architectural features, signs and
striping, and new irrigation and landscaping. The existing
PC/PS I-Girder and T-Beam bridge is being widened on
both sides. The project also includes three retaining
walls; overhead signs; relocation of several utilities;
drainage systems; ramp metering; earthwork; hot mix
asphalt (HMA) paving; jointed plain concrete pavement
(JPCP); Americans with Disabilities Act (ADA) compliant
curb ramps, driveways, and sidewalks; and adherence to
environmental permitting requirements.
Cabrillo Boulevard Bridge Replacement, City of
Santa Barbara, CA. Principal-in-Charge. As part of the
Lower Mission Creek Flood Control project, this $14M
bridge was constructed at Cabrillo Boulevard and State
Street in one of the most tourist-frequented areas in
downtown Santa Barbara. This project replaced the
existing bridge with a widened and longer bridge
spanning Mission Creek, a highly environmentally
sensitive lagoon and estuary. One of the goals of this
project was to preserve the architectural integrity of this
historic bridge. The existing four-lane bridge, sidewalks,
and bike path were replaced with a four-lane pre-
stressed/pre-cast (PS/PC) slab bridge with sidewalks,
decorative rail, and lighting. The bridge was founded on
special Tubex Piles as well as cast-in-drill-hole (CIDH)
pile extensions with drop caps at the pier bents.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.6 STAFF RESUMES AND ORGANIZATION CHART 37
Taylor Merlo, PE
Task Order Manager (Construction Management and Inspection)
Mr. Merlo has worked on a variety of transportation and
water-related providing onsite inspection and
coordination for roadway, bridge, and utility projects. He
is familiar with Caltrans methods and procedures as well
as coordinating with multiple agencies and utilities. His
experience includes:
Firm
MNS Engineers, Inc.
Areas of Expertise
Roadway improvements design
Water resources design
Pavement rehabilitation
Construction inspection (bridges, roadways, and water
resources projects)
Utility and railroad coordination
Years of Experience
11 Total
11 With MNS
Licensing
Professional Civil Engineer, CA No. 87349
Certifications
10-hour Construction Safety, Cal/OSHA
Concrete Field Testing Technician, Grade 1, ACI No.
01380996
Confined Space Awareness
Defensive Driving
ProCPR Adult CPR/AED and First Aid Certificate, No.
162801729592967
ACI Concrete Field-Testing Technician, Grade I, No.
01380996
Education
BS, Civil Engineering, University of Southern California,
CA
Professional Development
Caltrans Resident Engineer Academy
Stormwater Pollution Prevention Plan (SWPPP) training
Award
2023 California Transportation Foundation Freeway
Project of the Year Finalist, US 101, Carpinteria Segment
4A
2023 Caltrans Platinum Hard Hat Award, US 101,
Carpinteria Segment 4A
2022 Caltrans Success in Motion Silver Award, US 101
Padaro Segment 4B
2021 and 2022 Caltrans Success in Motion Award, US
101, Carpinteria Segment 4A
2016 APWA Central Coast Environmental Project of the
Year, Nipomo Supplemental Water Project
US 101 HOV Lane Improvement, Phase 4B, Caltrans
District 5, Carpinteria, CA. Resident Engineer. This
$151M Caltrans multistage HOV widening construction
project along a 4.4-mile stretch of US 101 is part of a
multi-phase improvement project that reconstructs and
widens the existing highway to support high-occupancy
vehicle (HOV) lanes along a 9-mile stretch of US 101
within the Carpinteria/Santa Barbara corridor. The project
replaces several bridges and an interchanges/overpass
over US 101, upgrades multiple on and off-ramps, and
constructs improvements to the frontage road. The US
101 expansion will accommodate the six lanes of traffic
with an HOV lane in each direction. The improvements
also raise the grade on US 101 by up to 10 feet and
include sound walls with architectural treatments.
Construction elements include multiple cast-in-place
(CIP) and post-tensioned box girder bridge structure
replacements; concrete retaining walls; drainage
improvements; rapid set lean concrete base (LCB) and
jointed plain concrete pavement (JPCP); over 25,000
tons of hot mix asphalt (HMA) paving; 12,000 cubic yards
of continuously reinforced concrete pavement (CRCP);
overhead sign structures; concrete barrier railing and
metal beam guard rails (MBGRs); signals and lighting;
and multiple utility realignments. With multiple segments
being constructed concurrently, this project required
constant coordination with Caltrans staff, the contractor,
City of Carpinteria, and the public. This project also
required special attention to environmental permits due
to the project location in an environmentally sensitive
area. Responsibilities include managing the construction
inspection and contract administration; RFI and submittal
review; change orders negotiation; Stormwater and BMP
management; traffic control and Cozeep coordination;
weekly project meetings; managing over 10 inspectors;
coordination with Caltrans, contractor, local agencies,
and environmental agencies.
US 101 HOV Lane Improvement, Phase 4A, Caltrans
District 5, Carpinteria, CA. Resident Engineer. This
$80M Caltrans multistage construction project was
constructed along a 3.4-mile stretch of US 101 as part of
a HOV lane multi-segment corridor program being
administered through the CMGC procurement method.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.6 STAFF RESUMES AND ORGANIZATION CHART 38
Taylor Merlo, PE | RESUME PG 2
The 4A segment reconstructed the current freeway in
each direction within the City of Carpinteria. The project
included constructing new creek bridges; freeway on-
and off-ramp improvements; six new sound walls; local
street improvements; concrete retaining walls; reinforced
box culverts and drainage improvements; over 28,700
tons of hot mix asphalt (HMA) paving; 39,100 cubic yards
of continuously reinforced concrete pavement (CRCP);
overhead sign structures; concrete barrier railing and
metal beam guard rails (MBGRs); lighting elements; and
multiple utility realignments. As a result of several
concurrent interchange construction projects at various
locations, this project required constant coordination with
the City of Carpinteria, other local agencies, and the
public. This project also required special attention to
environmental permits due to the project’s location in
multiple environmentally sensitive areas. Responsibilities
include overseeing and scheduling the inspection for the
project which is being constructed both day and night;
running weekly progress meetings; review of submittals
and RFIs, negotiation and preparation of CCOs;
managing SWPPP compliance; scheduling and cost
control; coordination with the City, Caltrans, contractor,
and numerous other stakeholders such as utilities; review
progress payments; traffic control and safety overview;
coordination with several environmental agencies.
Palo Comado Road Interchange at US 101, City of
Agoura Hills, CA. Assistant Resident Engineer/Assistant
Structure Representative. This $11M interchange
improvement project involved widening Palo Comado
Canyon Road and the Overcrossing over US 101 with
one lane in each direction and a left-turn lane for the
northbound on-ramp. The existing 235-foot-long, four-
span reinforced concrete T-beam and pre-cast/pre-
stressed (PC/PS) I-girder bridge was widened on both
sides; the diaphragm abutments are founded on 24-inch
cast-in-drilled-hole (CIDH) piles with Spans 1 and 4
consisted of a T-beam superstructure and Spans 2 and 3
being PC/PS I-girder superstructure. This project also
included three Type 1 retaining walls; drainage; utility
relocations; earthwork; jointed plain concrete pavement
(JPCP) and hot mix asphalt (HMA) paving; and
adherence to environmental permitting requirements.
Specially designed architectural treatment was applied to
the outside face of the girders as well as the barriers and
columns. Responsibilities included inspection of all
bridge and road work, assisting with submittal review and
request for information (RFI) review, daily reports, item
quantities, and coordination. The project involved
Caltrans oversight and coordination and is being
administered per Caltrans standards.
Linden Avenue and Casitas Pass Road Operational
Improvements at US 101, Caltrans District 5, CA.
Assistant Resident Engineer. This $52M Caltrans
multistage construction project along a 1.5-mile stretch of
US 101, which paved the way for subsequent high-
occupancy vehicle (HOV) lane widening projects along
the US 101 corridor, replaced two
interchanges/overpasses over US 101 in the City of
Carpinteria, added a new bridge over Carpinteria Creek
to connect Via Real with Casitas Pass Road, upgraded
the southbound off-ramp intersection with a new
roundabout, and extended the existing Via Real frontage
road. The US 101 expansion accommodates the six
lanes of traffic required to begin the subsequent project
to construct HOV lanes along the Carpinteria/Santa
Barbara corridor. Additional improvements included
sound walls with architectural treatments along US 101.
This challenging project raised the grade on US 101 by
10 feet to provide the capacity for a 100-year storm
event.
Construction elements include a new cast-in-place (CIP)
and post-tensioned box girder bridge structure; three
bridge replacements (cast-in-place, post-tensioned, and
box girder bridge structures); concrete retaining walls;
sound walls; reinforced box culverts and drainage
improvements; rapid set lean concrete base (LCB) and
jointed plain concrete pavement (JPCP); over 25,000
tons of hot mix asphalt (HMA) paving; 12,000 cubic yards
of continuously reinforced concrete pavement (CRCP);
overhead sign structures; concrete barrier railing and
metal beam guard rails (MBGRs); signals and lighting;
and multiple utility realignments. As a result of several
concurrent interchange construction projects at various
locations, this project required constant coordination with
the City of Carpinteria, other local agencies, and the
public. This project also required special attention to
environmental permits due to the project location in an
environmentally sensitive area (Carpinteria Creek).
State Route 246 Passing Lane and Operational
Improvements, Caltrans District 5, Lompoc, CA
Assistant Resident Engineer. This $18M highway
improvement project was constructed in multiple stages
and involved widening over four miles of highway
including construction of new passing lanes and raising
the profile over eight feet in some areas to improve sight
distance. The project included over 250,000 cubic yards
of roadway excavation; over 63,000 tons of hot mix
asphalt (HMA) paving; 15,000 feet of HMA dike, 18- to
60-inch drainage pipe; reinforced concrete box culverts;
rock slope protection (RSP); Midwest guardrail system;
and traffic control. Also included in the project was the
installation of two 84-inch culverts under the highway to
serve as wildlife crossings.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.6 STAFF RESUMES AND ORGANIZATION CHART 39
Jeffrey Edwards
Task Order Manager (Development Plan Check)
Mr. Edwards brings a highly diverse background with
expertise in project and construction management, civil
engineering, soils engineering, urban planning,
landscape architecture, and construction inspection. Jeff
manages the Buellton office; he is the Principal-in-
Charge and oversees the municipal engineering services
for the various City Engineer contracts. In addition, he
oversees federal contracts for various military
installations, including Vandenberg Air Force Base (AFB)
Firm
MNS Engineers, Inc.
Areas of Expertise
Management and staff augmentation
Construction management and inspection
Water and sewer projects
Constructability reviews
Contract administration
Years of Experience
44 Total
32 With MNS
Education
Leadership and Organizational Studies, Azusa Pacific
University, CA
Business Management and Quality Assurance, University
of La Verne, CA
Landscape Architecture and Construction Management,
California Polytechnic State University, San Luis Obispo,
CA
and Naval Base Ventura County in Port Hueneme. Prior
to joining MNS, Jeff was a soils consultant for various
public and private agencies including the Counties of
Santa Barbara and San Luis Obispo, as well as
Vandenberg AFB. Jeff has extensive experience with
project planning, from initiating the project review
process and preliminary stage through completion,
providing both plan check review and inspection
services.
For nearly 20 years, Jeff has served as Project Manager
to oversee Vandenberg AFB’s IDIQ Title Inspection
contract. He has overseen over 160 projects worth over
$200M without a single construction claim. All projects
were completed with an average charge order rate of
only 2 percent. As a US Air Force veteran, he actively
recruits military veterans to support federal contracts. His
experience includes:
Government Services Division, MNS Engineers, Inc.,
CA. Principal-in-Charge. Jeff oversees all contractual
administration for this division, serving as each client’s
liaison to ensure the highest quality of service. In the
past, he has served as both the City Planning Director
and Director of Public Works for various municipalities.
To date, Jeff has overseen over 150 cities/counties in
varying degrees. Core government services he oversees
and assigns to his staff include, but not limited to:
• Development review/improvement plans review
including review meetings with staff and applicants
• Land surveying and mapping
• Planning and permitting services
• Program/construction management
• Staff augmentation
• Stormwater compliance
• Stormwater master planning
• Transportation engineering
• Water resources engineering
• Bid analysis
• Capital Improvement Plan (CIP) budgeting, design,
and management
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.6 STAFF RESUMES AND ORGANIZATION CHART 40
Jeff Edwards | RESUME PG 2
• CIP estimating and scheduling
• Contract support staff
• Inspection for private development and grading
• Inspection for public improvements
• Entitlement reviews and project conditioning
• Environmental review
• Floodplain management review
• Funding coordination and public outreach
• Grading and improvement plan checking
• Grant applications
• Permitting
• Project design
• Right-of-way engineering
• Tentative and final map checking
• Oversight of subconsultants
Cities of Buellton, Carpinteria, Greenfield, and
Solvang, CA. Deputy City Engineer. Responsibilities for
these agencies included managing CIP projects;
engineering review; construction inspection; permitting
and inspecting proposed developments; creating
standards, policies, and ordinances for adoption by City
Councils; preparing grant and funding applications for
various programs; coordinating with utility companies and
districts; serving on TTAC, TPAC, Development Review
Committee (DRC), Environmental Review Committee
(ERC), and other committees and advisory panels; and
providing response to general citizen inquiries and
requests.
Lompoc Gate Anti-Terrorism/Force Protection,
Vandenberg Air Force Base, CA. Project Manager. The
Lompoc Gate serves all vehicle traffic entering
Vandenberg Air Force Base. Project upgrades were
completed as part of Vandenberg’s Anti-Terrorism/Force
Protection program. Concrete islands were installed in
order to separate truck traffic and automobile traffic near
existing guard inspection booth. Concrete islands
diverted traffic to appropriate inspection lanes, increasing
safety and minimizing inspection time by personnel
conducting ID checks. A new truck inspection canopy
was constructed in order to facilitate proper inspection of
all truck traffic entering Vandenberg AFB. Manually
operated bollards were installed approaching Lompoc
Gate in order to queue traffic and eliminate the need for
concrete Jersey Barriers. Area lighting was installed in
vicinity of truck inspection canopy and guard inspection
booths, among other improvements. MNS provided Title
II Construction Management for this project. MNS
provided surveillance and inspection services during
construction from the beginning of construction through
the final acceptance by Vandenberg AFB.
NASA Gate Replacement and Pine Canyon
Intersection Realignment, Vandenberg Air Force
Base, CA. Project Manager. MNS provided design and
construction management for the Lompoc Gate and
Nasa Gate Replacement and Pine Canyon Intersection
Realignment. These were managed concurrently within
the same contract. For the Pine Canyon intersection
realignment project, drainage was a large focus for the
grading and roadwork. This project, along with the
Lompoc Gate construction, required close coordination
with security personnel and the contractor due to security
measures (missile entry clearances) critical to the VAFB
mission. Expedient completion of the Lompoc Gate was
a priority, being the secondary entrance to the Base for
both military and civilian employees. Existing guard
houses at the Lompoc and NASA Gates were first
demolished for security protection. Both new guard
houses included HVAC, electrical, plumbing, and
communication system installation. Construction included
concrete, masonry, timber and steel. Prompt solutions to
field problems allowed the projects to be completed
ahead of schedule. The Lompoc Gate project also
involved design/build for a new water well.
Anti-Terrorism Force Protection, Vandenberg Air
Force, Base, CA. Project Manager. MNS provided
oversight and inspection for 30 CES at Space Launch
Complex 6 (SLC 6) for a new Security Management
System (SMS). This work included daily monitoring and
inspections for the new security perimeter chain link
fence, gates, turnstiles, barbed wire intrusion barrier and
repair of the animal control fencing. Electronic sensors,
closed circuit television cameras, site perimeter lighting
and electronic security management components were
major items of installation. These work elements required
underground trenching and boring for new equipment
fiber and electrical power conduit runs inside the secured
fence line. Fiber splicing and field distribution boxes were
installed with the new camera towers. Electronic sensors
(foids) were installed on all the new interior perimeter
fences. MNS observed and witnessed all preliminary
testing of the security system for compliance with
specifications. The VAFB Security Forces performed final
testing of the security equipment that was installed.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.6 STAFF RESUMES AND ORGANIZATION CHART 41
Kent Yankee, PE, QSD
Task Order Manager (Development Plan Check)
Mr. Yankee is a proficient design engineer with a high
level of skill in creating site and grading plans,
construction plan sets, project specifications and
estimates. Kent’s skills in AutoCAD and background in
structural calculations offer a great combination of
services. He is also competent in all aspects of field work
including construction observation, and with his
background in materials testing, has a keen eye on
projects as they progress. Kent has excelled at roles in
Firm
MNS Engineers, Inc.
Areas of Expertise
Grading and drainage
Hydrology and hydraulic
Street improvement projects
Infrastructure design
Years of Experience
23 Total
23 With MNS
Licensing
Professional Civil Engineer, CA No. 74570
Certifications
Qualified SWPPP Developer, CA No. 74570
Nuclear Gauge Safety
Residential/commercial AdvanTex design for septic
systems
Confined Space Awareness
Education
BS, Architectural Engineering, California Polytechnic State
University, San Luis Obispo, CA
Awards
2017 APWA Monterey Bay Chapter BEST Award,
Environmentally Sensitive Projects Category, Elkhorn
Road Emergency Storm Damage Repair
2017 Transportation Agency of Monterey County (TAMC)
Transportation Excellence Award, Elkhorn Road
Emergency Storm Damage Repair
2010 APWA Young Professional of the Year Award,
Central Coast Chapter
project management by handling the contract
documentation and project implementation of a wide
variety of complex projects and meeting time sensitive
project deadlines. His experience includes:
Municipal Engineering Services, City of Buellton, CA.
Deputy City Engineer. Kent has been involved in various
aspects of work for the City of Buellton including creation
of traffic control and construction plans for various street
improvements along with engineers cost estimating for
multiple projects. Using his knowledge from field work
and design he has assisted in updating the City of
Buellton Standard Details. Kent has also been intimately
involved with mapping of City easements and collecting
and mapping data regarding the City’s stormwater,
sewer, and water systems. His involvement in the City’s
infrastructure has led him to be involved in the
preparation of the City-wide Stormwater Management
Plan and updates to Federal Highway Administration
(FHWA) designated routing.
Stormwater Management Plan, City of Buellton, CA.
Project Engineer. Responsibilities included creating a
map showing areas of drainage and their outlets through
the City of Buellton. Extent of overland flow and drainage
areas used to determine drainage study information of
water that flows through the City during rain events.
Elkhorn Road Emergency Storm Damage Repair,
County of Monterey, CA. Project Engineer. As a result
of heavy rain during the 2016-2017 storm season,
portions of Elkhorn Road near Castroville were severely
damaged from erosion and landslides. The County of
Monterey selected MNS to provide overall project
management, design, construction management, and
construction inspection for this important project.
Responsibilities include coordination with the
environmental subconsultant to obtain all necessary
permits from several agencies and with the geotechnical
subconsultant for the Geotechnical Report, laboratory
testing, earthwork observation, and testing.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.6 STAFF RESUMES AND ORGANIZATION CHART 42
Kent Yankee, PE, QSD | RESUME PG 2
Mar Vista Storm Damage Slope Failure Emergency
Repair, City of Monterey, CA. Project Engineer. For this
emergency storm damage repair project, MNS evaluated
slope failures and prepared engineering sketches for the
City and contractor in order to expedite the necessary
repairs. MNS also monitored construction progress and
coordinated with the environmental subconsultant to
obtain required permitting from several agencies and with
the geotechnical subconsultant for the Geotechnical
Report, laboratory testing, earthwork observation, and
testing.
Big Sur Emergency Watershed Protection Measures,
County of Monterey, CA. Project Engineer. MNS
provided field review of six locations eligible for federally-
funded emergency watershed protection measures. In
2016, the Sobranes fire burned 132,000 acres of land in
the Big Sur area. MNS prepared exhibits of preventative
measures should mud flow become an issue during
coming rains.
Blackie Road Emergency Storm Damage Repairs,
County of Monterey, CA. Project Engineer. As a result
of the 2016 – 2017 winter storms, Blackie Road was
flooded and damaged. The County of Monterey selected
MNS to provide project management, design,
construction management, and construction inspection of
the required repairs. MNS also coordinates with the
environmental subconsultant to obtain all necessary
permitting from several agencies and with the
geotechnical subconsultant for the Geotechnical Report,
laboratory testing, earthwork observation, and testing.
Pavement Maintenance CIP, City of Buellton, CA.
Deputy City Engineer. Kent has been involved in the
annual C.I.P. project involving city road maintenance and
rehabilitation. He manages the projects from inception to
notice of completion. Using his experience, Kent is able
to access city streets and make proper plans,
specifications and estimates to execute projects in a
timely and long-lasting manner. Road conditions are
accessed and treatments ranging from crack seal to full
depth reclamation are recommended and used to
prepare bid documents. Kent works closely with City staff
to address other small projects/repairs needed
throughout the City to incorporate within the annual
project. Kent has used his experience and skills to
coordinate the maintenance program and phases
necessary of improvements.
State Route 246 Pedestrian Lighting, City of Buellton,
CA. Deputy City Engineer. Working in close coordination
with a Caltrans CAPM project correcting and adding
deficient features of the main thoroughfare through
Buellton, Kent directed the installation of much needed
pedestrian lighting. Collaboration between Caltrans and
their contractor was pertinent for the success of the
project as well as clear communication with PG&E. In the
same project, the City was able to advocate updating the
existing highway lanes to consider complete streets. Kent
led the team that created striping plans with designated
bike lanes and proper signage and striping at
intersections on a very tight timeline.
Flying Flags RV Park Expansion, City of Buellton,
CA. Deputy City Engineer. As a private development
project, Kent has worked with the development team to
ensure the City infrastructure and drainage facilities are
properly installed for long lasting service. He worked
diligently with the team to have quick responses to
requested changes and additions to the work all the while
protecting the City of Buellton’s infrastructure.
Salinas Stormwater Inspections, City of Salinas, CA.
Project Engineer. MNS was contracted by the City of
Salinas to conduct stormwater inspections on a multitude
of Private Development Projects in response to a Notice
of Violation to the City from the Regional Water Quality
Control Board. MNS had to do thorough inspections and
reports under intense review from the City and the Water
Board. Kent played an integral part as the QA/QC for the
reporting process making sure the data was accurate
and correct for regulatory reporting standards.
Pedestrian Safety Improvements, City of Buellton,
CA. Deputy City Engineer. Kent led a coordinated effort
to apply and be awarded an ATP Cycle 3 Grant utilizing
concept plans created by MNS to improve the needed
safety of crossing State Route 246. The project involves
many traffic calming devices and coordination efforts with
Caltrans to create a Safe Routes to School crossing.
Once funds were allocated, Kent implemented multiple
phases of safety improvements along the residential
corridor split by State Route 246. The project culminated
in installing a flashing beacon system at Sycamore Drive.
Kent was a Lead Designer creating plans, specifications
and estimates as well as attaining a Caltrans
encroachment permit and working through construction
as the Project Manager. Kent performed all reported
necessary for grant funding as well as before and after
studies as required through Caltrans Local Assistance.
The project was opened and incorporated not only the
flashing beacons but many other safety elements such
as curb bulb outs, curb ramps, and signage and striping.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.7 PROJECT MANAGEMENT APPROACH 43
4.7 Section 4.7 Project Management Approach
Quality Assurance and Project
Start-Up Process
Our approach is to provide the most qualified and
experienced resources to the City in a timely manner with
staff who best meet the needs of the anticipated project.
The MNS team will work as an extension of the City’s staff;
we have the necessary experience and training to hit
the ground running. Based on our extensive experience
with on-call contracts, we have divided our approach to
managing this contract and associated task orders into
four phases: Contract Set-up, Staffing Implementation,
Quality Control, and Reporting/Invoicing.
Contract Set-Up and Project Scoping
As part of the contract set-up, one of the first
actions upon selection is to meet with the
City’s Project Manager to re-establish a clear
protocol and understand specific forms, reports,
invoicing processes, schedule, and expectations for the
contract. Communication is fundamental to establishing
a firm foundation. The MNS discipline leads will prepare a
detailed scope of services for each project or task order
based upon the following: our understanding of the
project, information supplied by the City at the
preliminary scoping meeting, and our evaluation of the
project site and services required. Necessary specialty
subconsultants will also be retained at this time for any
portion of the work in which MNS requires specialized
technical expertise.
Staffing Implementation
Staffing implementation starts with
understanding the staffing requirements for
current and future projects. This is
accomplished by communicating with the City on a
consistent basis to gain a better understanding of the
type of projects and potential staffing needs of the City
well in advance of the anticipated project schedule. This
information will enable MNS to identify the technical
expertise and experience required and the availability of
those staff members so we can immediately respond to
City project needs. Our staff is cross-trained in multiple
disciplines, providing the City with a high level of
efficiency and experience for its projects.
Quality Control
MNS considers quality control the
backbone of the value-added services we
provide. Based on working with various
local agencies for over 60 years, MNS has
developed an internal Quality Assurance/Quality Control
(QA/QC) program that is implemented on all projects.
The program, which is tailored to meet the specific work
requirements and expectations for the City’s on-call
contract, focuses on performance and responsibilities.
As the first order of work, the MNS Contract Manager and
discipline leads will implement our Quality Control Plan
for the contract.
Reporting/Invoicing
MNS will work directly with the City to effectively
communicate task order status, progress, and team
performance to the City. Task order budgets will
be accurately tracked; detailed cost and budget
information will be clearly provided to the City. Any
events on the construction contract that could impact
our budget will be discussed immediately.
Cost Management Approach
Our cost management approach provides assurance
the design budget will be managed and controlled
appropriately. Three major components of cost
management involve managing:
• Design budget costs to the scope and limits
established at the start of the project
• Estimated construction cost to allowable budget
• Actual construction cost by minimizing the potential
for change orders
Development of the activities to establish a defined
project scope of work and project budget will be
essential for each project. Once the early budgets
are established, ongoing evaluation of the solutions
developed during the collaboration process must
be checked against the agreed budget. For each
decision, the established construction budget must be
maintained; and after the alternatives analysis phase,
no changes to design solutions will be implemented
without understanding the cost, collaboratively
agreeing to the approach, and then establishing the
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 4.7 PROJECT MANAGEMENT APPROACH 44
new forecast for the individual element of work once it
is agreed upon.
Schedule Management
Approach
The MNS team will accurately manage and track the
restrictive elements of time and resources throughout
each project. The development of an accurate,
detailed, and realistic baseline schedule is critical for
a successfully implementation of a clear and concise
path to achieve project milestones. We will utilize
Microsoft Project as the scheduling tool to illustrate and
measure our plan to achieve schedule milestones for
most projects. Some large complex projects may need
more advanced scheduling. In this case, we will utilize
Primavera scheduling software. Several key elements
are critical to the development and management of
engineering schedules. We will use the following key
elements in our schedule development to protect the
“plan's” success.
Identify Key Project Stakeholders
We will identify the key project stakeholders and how
their participation in the project impacts planning, such
as the County of San Bernardino and other authorities
with jurisdiction, local community involvement,
environmental considerations, etc.
Risk Assessment
As required, we will create a detailed and formal
risk assessment of those possible issues potentially
impacting the planned schedule. This is a critical part
of our planning process and may involve formal risk
assessment techniques.
Team Member Agreement
We will gain agreement with all entities involved in
the design process to both the logic and durations of
activities contained in the schedule. Our experience
indicates this “buy-in” from those involved is critical
to the success of the schedule plan. While simple in
concept, this is one of the most difficult elements to
achieve in the planning process.
Face-to-Face Communication
Our designated Project Manager will facilitate face-to-
face communication and continuous communication.
Our closest office is only 22 miles and less than an hour
away from the City’s offices; this offers a reduced cost
of travel and provides for enhanced communication.
Once developed and published, MNS will manage the
schedule as a living document that must be accurately
updated and proactively used as a management tool.
Measurement of the progress on a monthly basis will
provide good control of items that are lagging behind
projected finish dates. This will then impact successor
logic in such a manner that the schedule becomes totally
inadequate. By maintaining updates, problems are
quickly identified and corrective measures are put into
place immediately so a potential delay is mitigated as
soon as practical. MNS will issue direction for the design
team to implement any needed corrective measures,
including adding additional team members, working
extra days or hours, etc. MNS will reach out to senior
management to correct the situation or find other firms
to assume portions of that work. MNS considers no
design firm or individual will be given the opportunity to
negatively impact the project plan.
Demonstrated QA/QC and Schedule Management through Project Awards
Additionally, as a testament to our quality of work, MNS
has served as an integral team member on award
winning projects throughout the state. Of our 121 project
awards, 97 projects are transportation focused and have
been recognized by the following associations:
• AASHTO
• ACEC
• AWPA
• ASCE
• CTF
• Caltrans
• CMAA
• League of California
Cities
• National Engineers Week
• SAME
• TAMC
68
12
16
18
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 5.6 DEVELOPMENT PLAN CHECK 75
5.6 Section 5.6 Development Plan Check
Firm Expertise
Municipal Services
MNS offers assistance to cities, counties, and districts
that require program management, review of private
development projects, special engineering expertise,
or to supplement full-time or part-time staff members
during periods of heavy workload.
Development Review
• Entitlement reviews
• Environmental review
• Environmental impact report (EIR) and specific plan
review
• Preliminary review/plan check review
• Development project condition preparation
• Permit issuance and inspection
• Traffic control plans
• Compliance with approved plans and specifications
• Bonding review and cost analysis
Public Works Inspection
• Construction inspection
• Scheduling and CPM review
• Claims avoidance
• Construction phase surveying and staking
• Contract administration
• Constructability review
• SWPPP compliance
• Code compliance
• Multi-party and contractor coordination
• Utility relocation and coordination
• Regulatory agency coordination
• Environmental compliance and restricted work windows
• Funding administration: local, state, and federal
City Surveyor
• Right-of-way (R/W) engineering
• Plan and map check
• Easement and R/W research
• Tentative and final map review and sign-off
Stormwater Compliance
• Wastewater management plans
• Stormwater quality management plans
• Stormwater pollution control plans
• SWPPP
Public Works Administration Functions
• Preparation of staff reports, attending/presenting at
Council meetings
• Public works permit administration: plan review, fee
collection, and permit inspection
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 5.6 DEVELOPMENT PLAN CHECK 76
CITY OF RANCHO
CUCAMONGA
Principal-in-Charge/
Contract Manager
Brandon Reyes, PE
Jeff Edwards
Kent Yankee, PE, QSD
Doug Pike, PE
Plan Check Engineer
Gaby Mak, PE, QSP
Construction Inspector
Tyler Purvis
Surveyor
Chris Vandrey, PLS, CFedS
SWPPP
Kent Yankee, PE, QSD
Development Plan Check Organizational Chart
Based on our understanding of the RFQ, MNS has developed a team organizational chart (below) outlining our
proposed staffing. The chart delineates communication/reporting relationships among the project staff and City staff.
The MNS team will work directly with the City to keep the City informed of progress on a regular basis.
Understanding
MNS understands Development Plan Check Services to
be provided under this on-call contract may include, but
will 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.
Project Approach
Our approach provides the most qualified and
experienced resources to the City in a timely manner
with staff that will best meet the needs of the project. The
MNS team will work as an extension of the City’s staff—
we have the necessary experience and training to hit the
ground running for any anticipated project.
Management Approach
Based on our extensive experience with on -call
contracts, we have divided our approach to managing
this contract and associated task orders into four
phases:
1. Contract Setup and Project Scoping
2. Staffing Implementation
3. Quality Assurance/Quality Control (QA/QC)
4. Reporting/Invoicing
As part of the contract set-up, one of the first actions
upon selection is to meet with the City's Project
Manager to establish a clear protocol and understand
specific forms, reports, invoicing processes, schedule,
and expectations for the contract. Communication is
fundamental to establishing a firm foundation.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 5.6 DEVELOPMENT PLAN CHECK 77
4 Reporting/Invoicing
The MNS Project Manager will prepare a detailed scope
of services for each project or task order based upon the
following:
• Our understanding of the project
• Information supplied by the City at the preliminary
scoping meeting
• Evaluation of the project and services required
MNS will implement a project management plan
including all project elements establishing the project
scope of work, budget, schedule, and standards to allow
for solid traceability and accountability for any changes
or variances from the project baseline components.
Staffing implementation starts with understanding the
staffing requirements for current and future projects.
This is accomplished by communicating with the City's
Project Manager on a consistent basis to gain a better
understanding of the type of projects and potential
staffing needs of the City well in advance of the
anticipated schedule. This information will enable MNS to
identify the technical expertise and experience required,
and the availability of those staff members so we can
immediately respond to the City’s staffing/project needs.
Our staff is cross-trained in multiple disciplines providing
the City with a high level of efficiency and experience for
its projects.
MNS considers quality control the backbone of the
value-added services we provide. MNS has developed
an internal QA/QC program that we implement on all
projects. The program is tailored to meet the specific
work requirements and expectations and focuses on
performance and responsibilities.
As the first order of work, the MNS Project Manager
will implement our Quality Management Plan (QMP)
for the contract. The plan will include procedures to
ensure quality and timely services; provide accurate
documentation, calculations, and reports; and perform
services in a professional manner. The Project Manager
will monitor and oversee each individual project staffing
need throughout the contract to ensure the overall
quality of service for the project and the City’s needs are
being met.
Each project team member is responsible for QA/
QC—it does not lie on just one individual. Each member
of the MNS Team is responsible for reviewing their
documentation on a consistent basis and adhering to
the procedures and requirements set forth in the QMP.
The MNS Project Manager is responsible for performing
reviews of the project records to ensure compliance with
the QMP. Any outstanding items are noted such as a list
of any areas missing information, needing updating,
or requiring special attention. Any new procedures,
requirements, or standards needing to be incorporated
into the project are also discussed at this time. We
have found performing these independent reviews
and implementing these QA/QC procedures result in a
successful project meeting all the project requirements
and resulting in an efficient project closeout. For
construction contracts, the Project Manager will oversee
the inspection of the project and ensure all work is being
performed in accordance with the contract documents.
The MNS Project Manager will work directly with the City's
Project Manager to effectively communicate task order
status, progress, and MNS team performance. Task order
budgets will be accurately tracked and detailed cost
and budget information will be clearly provided to the
City’s Project Manager. Any events arising during the
project or task order potentially impacting our budget
will be discussed immediately.
Development Review Approach
This section provides MNS' general project approach/
scope of work to complete services for this on -call
contract. MNS has developed methodical, effective
procedures for delivering our services in a cost-effective
and professional manner. The key to organizational
success is well -thought-out processes and well
documented, quality communications.
Our process for overall organization will be adapted
and customized to the City’s needs and includes the
following major components:
2 Staffing Implementation
3 Quality Assurance/Quality Control (QA/QC)
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 5.6 DEVELOPMENT PLAN CHECK 78
Professional and Proactive Communication
An effective Project Manager must be a strong
communicator. All project stakeholders must feel valued
and respected. Our assigned Project Manager will
continue to work to develop a relationship of trust with
City staff by:
• Establishing a regular and reliable responsiveness to
requests and needs and putting all time present to
good use.
• Closely communicating project progress and issues
with the City staff.
• Anticipating concerns and issues, mitigating them
in advance. This includes preemptive and extra
communications made to avoid misunderstandings.
• Providing timely correspondence and responses to
City staff.
The assigned Task Order Manager will function as the
Project Manager and single point-of-contact as needed
and desired by the City. The MNS team and support staff
will be available to the City, but will communicate with
the Project Manager to keep current.
Land Development Engineering Methodology
MNS has developed process flow charts, checklists for
submittals, checklists for development projects plan
review, checklists for tentative and final parcel/tract
map review, checklists for permitting, and checklists
for just about everything we do. If the City has similar
tools, we will adapt or incorporate them into our own as
desired.
We have authored a number of Land Development and
Engineering Design and Construction Guidelines, as
well as Standard Construction Details for Public Works
Construction. We can assist the City in enhancing their
development project review function and organization in
many ways, as desired.
Initial Preparation. With each new City, our review
team begins by reviewing the appropriate Municipal
Code sections, such as Grading, Utilities, Stormwater,
and Streets Ordinances. Then, the team reviews City's
General Plan, Specific Plans, Engineering Guidelines,
Construction Standard Details, and any other relevant
documents that may be available.
Initial Client Meeting. Once we have reviewed all the
appropriate documents and are fully familiar with City
requirements, we request a meeting with the City's
designated Project Manager to go over City expectations
and to review any item which may need clarification.
Development Reviews. We will work with the Public
Works staff to determine the level of desired involvement.
We are able to fully run this function— from conditioning,
accepting, logging, and processing development
applications to permit issuance, construction inspection,
and permit closeout. We have recommended processes
for this function or can adapt to the City’s existing
processes.
Public Welfare. The citizens' health, safety, and welfare
will always be considered foremost with each project.
City's Best Interest in Mind. Protecting the City’s interests
will be the key element in all high quality development
review services.
Land Surveying Approach to Development
Review Projects
Land Surveyor, Chris Vandrey, PLS, CFedS, will be
responsible for QA/QC oversight for all development
map reviews and any requested City Surveyor activities.
Chris will also sign the maps as "Acting City Surveyor"
and provide updates regarding the status of ongoing
projects. Chris will provide a substantial amount of the
project reviews. When appropriate, Chris will assign
tasks to staff members for such items as reviewing
closure calculations and verifying map and document
references. The procedures are outlined as follows:
Initial Preparation. With each new City client, we begin
by reviewing their Subdivision Ordinance in the Municipal
Code. We then review other documents that may be
available such as Planning department documents
and City Council agendas and minutes. We research
and review several recently recorded parcel maps and
tract maps to get an understanding of what typical
statements are used, how dedications and acceptances
are worded, and what mapping conventions are used
locally. This is an important step as each County and
City will have significant differences. Our goal is to
provide the City Surveying services efficiently and fully
cognizant of local practices.
Initial Client Meeting. Combining the data we have
reviewed in the initial preparation with our knowledge of
the requirements of the State Subdivision Map Act and
our in depth map review experience, we prepare a list
of questions aimed at clarifying the processes and the
expectations of the City.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 5.6 DEVELOPMENT PLAN CHECK 79
Review Procedures. Upon receiving a project from the
City, we log the submittal into our spreadsheet and
assign a tracking number. We also set a target due
date that falls prior to the State -mandated deadline
for response. The map is assigned and a review for
completeness is done.
Once the submittal is deemed substantially complete,
we conduct the first thorough review. We will prepare
a redlined map (or redlined documents for non -
map projects) and a separate text document listing
the review comments. We can work with hard copy
submittals, but find Adobe Acrobat PDF submittals are
very efficient and we encourage this type of submittal.
Each task assigned contains folders and subfolders
for each submittal and for each subsequent review. All
projects will be reviewed by a licensed surveyor and QA/
QC review performed by a second, licensed surveyor.
Depending upon the City’s preference, we will send our
comments directly back to the City whereby the City will
review and forward to the applicant’s surveyor, or we will
work directly with the applicant’s surveyor and copy the
City.
Coordination with Plan Checking. When easements,
roadways, or other dedications are required, we find
it valuable to correspond with the person assigned to
the plan check to ensure the areas being dedicated
are adequate for the project. We also review the
conditions of approval to identify any conditions tied
to the preparation or recordation of the map and/or
documents.
Additional Project Experience
On-Call Engineering Services
Client City of Greenfield
Reference
Contact
Paul Wood, City Manager
831.674.5591 | pwood@ci.greenfield.ca.us
Dates 2014 — current
Services Development plans and map review,
development inspection
Since 2014, MNS has been providing city engineering,
development plans and map review services,
development inspection services, facilities support,
Special Assessment District Engineering services,
and Building Department services, including staff
augmentation. We have prepared development review
checklists and worked with the city to update their
standards, fees, forms, and review processes. Services
include:
Private Development Reviews. Our Development
Review team has been providing comprehensive
development review services to the City, including review
of commercial and residential private development
projects, construction plans, such as grading and
drainage plans, utility plans, street improvement, water
supply/distribution plans, sewer systems, storm drains,
stormwater detention/retention calculations, SWPPP,
and erosion control plans. In addition to development
reviews, MNS coordinates with other city departments
to finalize the plan checking process and permit
management. As part of permit management, we
provide inspection services for private and public
improvements including utilities, paving, grading, water
systems, sewers, traffic control, and construction BMPs.
Municipal Surveying and Map Checking. MNS provides
the city’s on-call survey review services, including
review of all tentative and final maps such as signing
and sealing the maps for technical accuracy, review
of lot line adjustments, voluntary mergers, and
certificates of compliance. We work directly with the
staff in the Planning and Development and Public
Works departments. We are often called upon to
provide templates for certain easement or R/W grants,
quitclaims, and roadway vacations. We have developed
a library of forms used for these tasks, saving the city
time and money by accessing those documents for their
use. This is critical given the state-mandated review time
period. We typically target the reviews to be completed
within 10 days of receipt in order to ensure the reviews
are completed well within the allowed time.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 5.6 DEVELOPMENT PLAN CHECK 80
On-Call Engineering Services
Client City of Buellton
Reference
Contact
Rose Hess, Public Works Director/City
Engineer
805.688.5177 | roseh@cityofbuellton.com
Dates 1992 — current
Services Plan checking, map checking
Since 1992, MNS has provided development review and
survey services, along with developing and refining
the standards, forms, submittal, and review checklists
and processes used by private development engineers
and surveyors for designing private development
projects within the city. We coordinate with the Public
Works and Planning Departments who rely upon us to
provide professional guidance with regard to any land
development activities. Sample services include:
Private Development Reviews. Our Development Review
team has plan checked residential and commercial
project civil plans, including private and public
improvements and managed the permit issuance
system. We have reviewed National Pollutant Discharge
Elimination System (NPDES) compliance calculations,
SWPPP reports, hydrology/hydraulic calculations,
and other stormwater-related studies. We have also
performed construction inspection of private and public
utility installation, roadway improvement construction,
traffic control issues, and stormwater compliance items.
Municipal Surveying and Map Checking. Our Municipal
Survey team provides all aspects of private development
review, including tentative and final map review, along
with the development and refining of map statements,
dedication, and acceptance language. We have
established the standards, forms, and processes used by
private development surveyors for development within
the city. Using our experience with the California Streets
and Highway Code, we recently prepared a Council
Resolution for the vacation of portions of an unused road
R/W along with the supporting documents including
legal descriptions, exhibits, and quitclaim deeds typically
needed with these projects.
Development Review and Inspection Services
Client City of Arroyo Grande
Reference
Contact
Bill Robeson, Public Works Director
805.473.5466 | brobeson@arroyogrande.
org
Dates 2014 — current
Services Map checking
MNS provides on-call services for map checking, private
development reviews, and construction inspection
services:
Private Development Reviews. Our Development
Review team is currently providing development reviews
for the city. Our reviews include grading, stormwater
compliance, hydrology report, sewer and water design,
structural design and calculations, flood control issues,
certificate of no rise in flood elevation, and other private
and public improvements.
Municipal Surveying and Map Checking. Our Municipal
Survey team has reviewed parcel maps and tract
maps as well as mergers and lot line adjustments
for the city over the past three years. We also have
reviewed legal descriptions for easements related
to the development process; along the way we have
been reviewing, improving, and standardizing the
map statements and the documents used for lot line
adjustments, mergers, and other processes. Because
we also provide plan review for the same projects, the
survey reviewers coordinate with the design reviewers to
ensure certain plan components are consistent with final
map components, particularly with regard to easement
dedications and locations.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SECTION 5.6 DEVELOPMENT PLAN CHECK 81
On-Call Engineering Services
Client City of Paso Robles
Reference
Contact
David Athey, PE, City Engineer
805.227.7276 | dathey@prcity.com
Dates 2020 — current
Services Plan checking, map checking
MNS provides city engineering, development plans and
map review services, development inspection services,
facilities support, Special Assessment District Engineering
services, and Building Department services, including
staff augmentation. We have prepared development
review checklists and worked with the city to update
their standards, fees, forms, and review processes.
Services include:
Private Development Reviews. MNS provides
comprehensive development review services to the
city, including review of commercial and residential
private development projects construction plans, such
as grading and drainage plans, utility plans, street
improvement, water supply/distribution plans, sewer
systems, storm drains, stormwater detention/retention
calculations, SWPPP, and erosion control plans. In addition
to development reviews, MNS coordinates with other city
departments to finalize the plan checking process and
permit management. As part of permit management,
we provide inspection services for private and public
improvements including utilities, paving, grading, water
systems, sewers, traffic control, and construction BMPs.
Municipal Surveying and Map Checking. On-call
survey review services, including review of all tentative
and final maps such as signing and sealing the maps
for technical accuracy, review of lot line adjustments,
voluntary mergers, and certificates of compliance.
We work directly with the staff in the Planning and
Development and Public Works departments. We are
often called upon to provide templates for certain
easement or R/W grants, quitclaims, and roadway
vacations. We have developed a library of forms
used for these tasks saving the city time and money
by accessing those documents for their use. This is
critical given the state-mandated review time period.
We typically target the reviews to be completed within
10 days of receipt in order to ensure the reviews are
completed well within the allowed time.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
> PLANNING > ENGINEERING > CONSTRUCTION MANAGEMENT > LAND SURVEYING
EXHIBIT A. CONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT 1
“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.
Brandon Reyes
N/A
Vice President - Transportation
January 13, 2025
(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: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
> PLANNING > ENGINEERING > CONSTRUCTION MANAGEMENT > LAND SURVEYING
EXHIBIT B. PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY 2
“EXHIBIT B, PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY”
Mark the appropriate choice, below:
Vendors accepts the PSA without exception.
OR
X 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
Brandon Reyes
Printed Name
Vice President - Transportation
Title
January 13, 2025
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: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
> PLANNING > ENGINEERING > CONSTRUCTION MANAGEMENT > LAND SURVEYING
3
Exception Summary
PSA SECTION
NUMBER CLARIFICATION/RECOMMENDATION RATIONALE
1.4, pg 2 Add to following to end of 1.4: "As defined hereunder: Standard
of Care shall be the skill and care ordinarily employed by the
professionals in the same trade providing same services in the
same or similar project at the same time and locality."
Additions in bold blue.
Clarification.
7.1, pg 4 Add to following to the start of 7.1 Ownership. Except for Consultant’s
pre-existing intellectual property, including but not limited to,
data, materials concepts and standard details,
Additions in bold blue.
Clarification.
7.2, pg 5 Assignment of Intellectual Property Interests: Upon execution of
this Agreement and to the extent not otherwise conveyed to City by
Section 7.1, above, and with the exception of pre-existing intellectual
property, 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. CITY agrees that use of Consultant’s completed work
product, for purposes other than identified in this Agreement, or use of incomplete work product, is at City’s own risk.
Additions in bold blue.
Proportionate fees should
be applied where multiple
parties are involved.
7.3, pg 5 Title to Intellectual Property. Except for pre-existing 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.
Additions in bold blue.
Clarification.
11.1, pg 7 Indemnification. 11.1 Design Professional Services. To the fullest
extent permitted by law, the Consultant agrees to 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
Additions in bold blue.
Proportionate fees should
be applied where multiple
parties are involved.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
> PLANNING > ENGINEERING > CONSTRUCTION MANAGEMENT > LAND SURVEYING
4
12.2(4), pg 8 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 provisions of this Section 12. The policy shall be endorsed
to include contractual liability to the extent insurable.
No commercially available
insurance policies will
include an “endorsement”
for contractual liability
as the policy contains
specific verbiage related
to contractual liability.
12.5(8), pg 11 Each policy, except 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.
Additions in bold blue.
MNS carries umbrella
insurance that meets the
requirement.
12.6, pg 11 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.
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.
Clarification.
18, pg 12 Compliance with Laws. Consultant shall at all times exercise
Standard of Care to comply with all applicable federal, state and
local laws, ordinances, codes and regulations in force at the time
Consultant performs the Services.
Additions in bold blue.
Ensure that the Standard
of Care.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
> PLANNING > ENGINEERING > CONSTRUCTION MANAGEMENT > LAND SURVEYING
EXHIBIT C. INSURANCE REQUIREMENTS 5
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
“EXHIBIT C, ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO
PROVIDE AND MAINTAIN COVERAGES SPECIFIED”
I, Brandon Reyes the Vice President - Transportation
(President, Secretary, Manager, Owner or Representative)
of _MNS Engineers, Inc. , 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
Brandon Reyes
Printed Name
Vice President - Transportation
Title
January 13, 2025
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: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
> PLANNING > ENGINEERING > CONSTRUCTION MANAGEMENT > LAND SURVEYING
EXHIBIT D. ADDENDUM ACKNOWLEDGEMENT 6
“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.
Addendum No. 1
•
•
•
•
Signature
Brandon Reyes
Printed Name
Vice President - Transportation
Title
January 13, 2025
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: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
> PLANNING > ENGINEERING > CONSTRUCTION MANAGEMENT > LAND SURVEYING
EXHIBIT E. DEBARMENT AND SUSPENSION CERTIFICATION 7
“EXHIBIT E DEBARMENT and SUSPENSION CERTIFICATION FORM
I certify that neither MNS Engineers, Inc. (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
Brandon Reyes
Printed Name
Vice President - Transportation
Title
January 13, 2025
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: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
> PLANNING > ENGINEERING > CONSTRUCTION MANAGEMENT > LAND SURVEYING
EXHIBIT F. PARTICIPATION CLAUSE 8
“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
60 _ 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 X 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: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
> PLANNING > ENGINEERING > CONSTRUCTION MANAGEMENT > LAND SURVEYING
EXHIBIT G. SIGNATURE OF AUTHORITY 9
“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:
MNS Engineers, Inc. (Street, Su. # City, State, Zip)
3850 Vine Street, Suite 110
Riverside, CA 92507 Telephone #: 805.692.6921
Fax #: 805.692.6921
E-mail address: breyes@mnsengineers.com Web Address: mnsengineers.com
Authorized Representative: (print)
Brandon Reyes
Title:
Vice President - Transportation
Signature:
Date:
January 13, 2025
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: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
2 0 2 5 S T A N D A R D S C H E D U L E O F F E E S
PROJECT/PROGRAM MANAGEMENT
Principal-In-Charge................ $375 Senior
Project/Program Manager .................. 340
Project/Program Manager .................. 290
Assistant Project/Program Manager 265
Senior Project Coordinator ................. 210
Project Coordinator ............................. 175
ENGINEERING
Principal Engineer ............................. $325
Lead Engineer ..................................... 285
Supervising Engineer .......................... 270
Senior Project Engineer ...................... 245
Project Engineer.................................. 220
Associate Engineer ............................. 200
Assistant Engineer .............................. 185
SURVEYING
Principal Surveyor ............................. $295
Lead Surveyor ...................................... 285
Supervising Surveyor .......................... 245
Senior Project Surveyor ...................... 220
Project Surveyor.................................. 195
Associate Project Surveyor ................ 185
Assistant Project Surveyor ................. 170
Party Chief (PW) ................................... 200
Chainperson (PW) ............................... 170
One-Person Survey Crew (PW) ........... 240
TECHNICAL SUPPORT
CADD Manager ................................. $210
Supervising Technician ....................... 185
Senior Technician................................ 175
Engineering Technician ...................... 140
CONSTRUCTION MANAGEMENT
Principal Construction Manager ...... $360
Senior Construction Manager ............ 310
Senior Resident Engineer ................... 285
Resident Engineer ............................... 275
Structure Representative .................... 270
Construction Manager ........................ 250
Assistant Resident Engineer ............... 220
Sr. Construction Inspector (PW) ......... 200
Construction Inspector (PW) .............. 188
Office Administrator............................ 140
PLANNING
Planning Director .............................. $250
City Planner/Planning Manager ......... 230
Principal Planner .................................. 215
Senior Planner ..................................... 200
Associate Planner ................................ 170
Assistant Planner ................................. 140
Planning Technician ............................ 120
ADMINISTRATIVE SUPPORT
Senior Management Analyst ............ $210
Management Analyst .......................... 180
IT Technician ........................................ 150
Graphics/Visualization Specialist ....... 160
Administrative Assistant ..................... 110
GOVERNMENT SERVICES
City Engineer ..................................... $280
Deputy City Engineer .......................... 250
Assistant City Engineer ....................... 235
Plan Check Engineer ........................... 195
Permit Engineer................................... 185
City Inspector ...................................... 175
Senior City Inspector (PW) ................. 200
City Inspector (PW) ............................. 188
Principal Stormwater Specialist ......... 240
Senior Stormwater Specialist ............. 210
Stormwater Specialist ......................... 180
Stormwater Technician ....................... 160
Building Official ................................... 275
Senior Building Inspector ................... 210
Building Inspector ............................... 185
Senior Grant Writer ............................. 200
Grant Writer ......................................... 190
Associate Grant Writer ....................... 170
Assistant Grant Writer ........................ 155
Rev. 8/15/2025
DIRECT EXPENSES
Use of outside consultants as well as copies, blueprints, survey stakes, monuments, computer plots, telephone, travel (out of area) and all similar charges
directly connected with the work will be charged at cost plus fifteen percent (15%). Mileage will be charged at the current federal mileage reimbursement rate.
PLAN CHECK SERVICES
Fees for development plan check services will not exceed 60% of the total fee amount collected by the City for plan checking services. MNS expressly
agrees that we will only be paid up to this percentage.
ANNUAL ESCALATION
Standard fee rates provided for each classification are subject to 5% annual escalation or the most recent US Bureau of Labor Statistics Consumer Price Index,
whichever is higher.
OVERTIME
Overtime for non-exempt employees will be charged at 1.5 x hourly rate; overtime for exempt employees and other classifications will be charged
at 1 x hourly rate.
Docusign Envelope ID: 33B48496-2B2D-4E53-9359-6B94FE7F4A57Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B