Loading...
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