Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
CO 2025-162 - Onward Engineering
PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 1 AGREEMENT FOR DESIGN PROFESSIONAL SERVICES THIS AGREEMENT is made and entered into this 4th day of September, 2025, by and between the City of Rancho Cucamonga, a municipal corporation and the Rancho Cucamonga Fire Protection District (“City”) and Onward Engineering, a California Corporation (“Consultant”). RECITALS A.City has heretofore issued its request for proposals to perform the following design professional services: on-call construction management and inspection services (“the Project”). B.Consultant has submitted a proposal to perform the professional services described in Recital “A”, above, necessary to complete the Project. C.City desires to engage Consultant to complete the Project in the manner set forth and more fully described herein. D.Consultant represents that it is fully qualified and licensed under the laws of the State of California to perform the services contemplated by this Agreement in a good and professional manner. AGREEMENT NOW, THEREFORE, in consideration of performance by the parties of the mutual promises, covenants, and conditions herein contained, the parties hereto agree as follows: 1.Consultant’s Services. 1.1 Scope and Level of Services. Subject to the terms and conditions set forth in this Agreement, City hereby engages Consultant to perform all technical and design professional services described in Recitals “A” and “B” above, including, but not limited to on-call construction management and inspection services all as more fully set forth in the R equest for Statement of Qualifications, attached hereto as Exhibit “A” and Consultant’s proposal, dated January 13, 2025 attached hereto as Exhibit “B”, and incorporated by reference herein. The nature, scope, and level of the services required to be performed by Consultant are set forth in the Scope of Work and are referred to herein as “the Services.” In the event of any inconsistencies between the Scope of Work and this Agreement, the terms and provisions of this Agreement shall control. 1.2 Revisions to Scope of Work. Upon request of the City, the Consultant will promptly meet with City staff to discuss any revisions to the Project desired by the City. Consultant agrees that the Scope of Work may be amended based upon said meetings, and, by amendment to this Agreement, the parties may agree on a revision or revisions to Consultant’s compensation based thereon. A revision pursuant to this Section that does not increase the total cost payable to Consultant by more than ten City of Rancho Cucamonga CONTRACT NUMBER 2025-162 Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 2 percent (10%) of the total compensation specified in Section 3, may be approved in writing by the City’s City Manager without amendment. 1.3 Time for Performance. Consultant shall perform all services under this Agreement in a timely, regular basis consistent with industry standards for professional skill and care, and in accordance with any schedule of performance set forth in the Scope of Work, or as set forth in a “Schedule of Performance”. 1.4 Standard of Care. As a material inducement to City to enter into this Agreement, Consultant hereby represents that it has the experience necessary to undertake the services to be provided. In light of such status and experience, Consultant hereby covenants that it shall follow the customary professional standards in performing the Services. 1.5 Familiarity with Services. By executing this Agreement, Consultant represents that, to the extent required by the standard of practice, Consultant (a) has investigated and considered the scope of services to be performed, (b) has carefully considered how the services should be performed, and (c) understands the facilities, difficulties and restrictions attending performance of the services under this Agreement. Consultant represents that Consultant, to the extent required by the standard of practice, has investigated any areas of work, as applicable, and is reasonably acquainted with the conditions therein. Should Consultant discover any latent or unknown conditions, which will materially affect the performance of services, Consultant shall immediately inform City of such fact and shall not proceed except at Consultant’s risk until written instructions are received from the City Representative. 2. Term of Agreement. The term of this Agreement shall be five (5) years and shall become effective as of the date of the mutual execution by way of both parties’ signature (the “Effective Date”). No work shall be conducted; service or goods will not be provided until this Agreement has been executed and requirements have been fulfilled. Parties to this Agreement shall have the option to renew in one (1) year increments to a total of two (2) years, unless sooner terminated as provided in Section 14 herein. Options to renew are contingent upon the City Manager’s approval, subject to pricing review, and in accordance to all Terms and Conditions stated herein unless otherwise provided in writing by the City. 3. Compensation. 3.1 Compensation. City shall compensate Consultant as set forth in Exhibit A, provided, however, that full, total and complete amount payable to Consultant shall not exceed $500,000 (per year), including all out of pocket expenses, unless additional compensation is approved by the City Council. City shall not withhold any federal, state or other taxes, or other deductions. However, City shall withhold not more than ten percent (10%) of any invoice amount pending receipt of any deliverables reflected in Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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 Muhammad Ataya, 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 4 6. Consultant’s Personnel. 6.1 All Services shall be performed by Consultant or under Consultant’s direct supervision, and all personnel shall possess the qualifications, permits, and licenses required by State and local law to perform such Services, including, without limitation, a City business license as required by the City’s Municipal Code. 6.2 Consultant shall be solely responsible for the satisfactory work performance of all personnel engaged in performing the Services and compliance with the standard of care set forth in Section 1.4. 6.3 Consultant shall be responsible for payment of all employees’ and subcontractors’ wages and benefits, and shall comply with all requirements pertaining to employer’s liability, workers’ compensation, unemployment insurance, and Social Security. By its execution of this Agreement, Consultant certifies that it is aware of the provisions of Section 3700 of the California Labor Code that require every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the Services. 6.4 Consultant shall indemnify, defend and hold harmless City and its elected officials, officers and employees, servants, designated volunteers, and agents serving as independent contractors in the role of City officials, from any and all liability, damages, claims, costs and expenses of any nature to the extent arising from Consultant’s violations of personnel practices and/or any violation of the California Labor Code. City shall have the right to offset against the amount of any fees due to Consultant under this Agreement any amount due to City from Consultant as a result of Consultant’s failure to promptly pay to City any reimbursement or indemnification arising under this Section 6. 7. Ownership of Work Product. 7.1 Ownership. All documents, ideas, concepts, electronic files, drawings, photographs and any and all other writings, including drafts thereof, prepared, created or provided by Consultant in the course of performing the Services, including any and all intellectual and proprietary rights arising from the creation of the same (collectively, “Work Product”), are considered to be “works made for hire” for the benefit of the City. Upon payment being made, and provided Consultant is not in breach of this Agreement, all Work Product shall be and remain the property of City without restriction or limitation upon its use or dissemination by City. Basic survey notes, sketches, charts, computations and similar data prepared or obtained by Consultant under this Agreement shall, upon request, be made available to City. None of the Work Product shall be the subject of any common law or statutory copyright or copyright application by Consultant. In the event of the return of any of the Work Product to Consultant or its representative, Consultant shall be responsible for its safe return to City. Under no circumstances shall Consultant fail to deliver any draft or final designs, plans, drawings, reports or specifications to City upon written demand by City for their delivery, notwithstanding any disputes between Consultant and City concerning payment, Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 5 performance of the contract, or otherwise. This covenant shall survive the termination of this Agreement. City’s reuse of the Work Product for any purpose other than the Project, shall be at City’s sole risk. 7.2. Assignment of Intellectual Property Interests: Upon execution of this Agreement and to the extent not otherwise conveyed to City by Section 7.1, above, the Consultant shall be deemed to grant and assign to City, and shall require all of its subcontractors to assign to City, all ownership rights, and all common law and statutory copyrights, trademarks, and other intellectual and proprietary property rights relating to the Work Product and the Project itself, and Consultant shall disclaim and retain no rights whatsoever as to any of the Work Product, to the maximum extent permitted by law. City shall be entitled to utilize the Work Product for any and all purposes, including but not limited to constructing, using, maintaining, altering, adding to, restoring, rebuilding and publicizing the Project or any aspect of the Project. 7.3 Title to Intellectual Property. Consultant warrants and represents that it has secured all necessary licenses, consents or approvals to use any instrumentality, thing or component as to which any intellectual property right exists, including computer software, used in the rendering of the Services and the production of the Work Product and/or materials produced under this Agreement, and that City has full legal title to and the right to reproduce any of the Work Product. Consultant shall defend, indemnify and hold City, and its elected officials, officers, employees, servants, attorneys, designated volunteers, and agents serving as independent contractors in the role of City officials, harmless from any loss, claim or liability in any way related to a claim that City’s use is violating federal, state or local laws, or any contractual provisions, relating to trade names, licenses, franchises, patents or other means of protecting intellectual property rights and/or interests in products or inventions. Consultant shall bear all costs arising from the use of patented, copyrighted, trade secret or trademarked documents, materials, software, equipment, devices or processes used or incorporated in the Services and materials produced under this Agreement. In the event City’s use of any of the Work Product is held to constitute an infringement and any use thereof is enjoined, Consultant, at its expense, shall: (a) secure for City the right to continue using the Work Product by suspension of any injunction or by procuring a license or licenses for City; or (b) modify the Work Product so that it becomes non- infringing. This covenant shall survive the termination of this Agreement. 8. Status as Independent Contractor. Consultant is, and shall at all times remain as to City, a wholly independent contractor. Consultant shall have no power to incur any debt, obligation, or liability on behalf of City or otherwise act as an agent of City. Neither City nor any of its agents shall have control over the conduct of Consultant or any of Consultant’s employees, except as set forth in this Agreement. Consultant shall not, at any time, or in any manner, represent that it or any of its officers, agents or employees are in any manner employees of City. Consultant shall pay all required taxes on amounts paid to Consultant under this Agreement, and to defend, indemnify and hold City harmless from any and all taxes, assessments, penalties, and interest asserted against City by reason of the independent contractor relationship created by this Agreement. Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 6 Consultant shall fully comply with the workers’ compensation law regarding Consultant and Consultant’s employees. 9. Confidentiality. Consultant may have access to financial, accounting, statistical, and personnel data of individuals and City employees. Consultant covenants that all data, documents, discussion, or other information developed or received by Consultant or provided for performance of this Agreement are confidential and shall not be disclosed by Consultant without prior written authorization by City. City shall grant such authorization if applicable law requires disclosure. All City data shall be returned to City upon the termination of this Agreement. Consultant’s covenant under this Section shall survive the termination of this Agreement. This provision shall not apply to information in whatever form that is in the public domain, nor shall it restrict the Consultant from giving notices required by law or complying with an order to provide information or data when such an order is issued by a court, administrative agency or other legitimate authority, or if disclosure is otherwise permitted by law and reasonably necessary for the Consultant to defend itself from any legal action or claim. 10. Conflict of Interest. 10.1 Consultant covenants that it presently has no interest and shall not acquire any interest, direct or indirect, which may be affected by the Services, or which would conflict in any manner with the performance of the Services. Consultant further covenants that, in performance of this Agreement, no person having any such interest shall be employed by it. Furthermore, Consultant shall avoid the appearance of having any interest, which would conflict in any manner with the performance of the Services. Consultant shall not accept any employment or representation during the term of this Agreement which is or may likely make Consultant “financially interested” (as provided in California Government Code §§1090 and 87100) in any decision made by City on any matter in connection with which Consultant has been retained. 10.2 Consultant further represents that it has not employed or retained any person or entity, other than a bona fide employee working exclusively for Consultant, to solicit or obtain this Agreement. Consultant has not paid or agreed to pay any person or entity, other than a bona fide employee working exclusively for Consultant, any fee, commission, gift, percentage, or any other consideration contingent upon the execution of this Agreement. Upon any breach or violation of this warranty, City shall have the right, at its sole and absolute discretion, to terminate this Agreement without further liability, or to deduct from any sums payable to Consultant hereunder the full amount or value of any such fee, commission, percentage or gift. 10.3 Consultant has no knowledge that any officer or employee of City has any interest, whether contractual, noncontractual, financial, proprietary, or otherwise, in this transaction or in the business of Consultant, and that if any such interest comes to the knowledge of Consultant at any time during the term of this Agreement, Consultant shall immediately make a complete, written disclosure of such interest to City, even if such interest would not be deemed a prohibited “conflict of interest” under applicable laws as described in subsection 10.1. Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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 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. Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 9 less than: 12.3 Minimum Limits of Insurance. Consultant shall maintain limits no (1) Commercial General Liability: $2,000,000 per occurrence for bodily injury, personal injury and property damage. Commercial General Liability Insurance with a general aggregate limit shall apply separately to this Agreement or the general limit shall be twice the required occurrence limit. (2) Automobile Liability: $2,000,000 per accident for bodily injury and property damage. (3) Employer’s Liability: $1,000,000 per accident and in the aggregate for bodily injury or disease and Workers’ Compensation Insurance in the amount required by law. (4) Professional Liability: $1,000,000 per claim/aggregate. (5) The Insurance obligations under this agreement shall be the greater of (i) the Insurance coverages and limits carried by the Contractor; or (ii) the minimum insurance requirements shown in this Agreement. Any insurance proceeds in excess of the specified limits and coverage required which are applicable to a given loss, shall be available to the City. No representation is made that the minimum insurance requirements of this Agreement are sufficient to cover the obligations of the Contractor under this Agreement. 12.4 Deductibles and Self-Insured Retentions. Any deductibles or self- insured retentions must be declared to and approved by the City and shall not reduce the limits of coverage. City reserves the right to obtain a full certified copy of any required insurance policy and endorsements. 12.5 Other Insurance Provisions. (1) The commercial general liability and automobile liability policies are to contain the following provisions on a separate additionally insured endorsement naming the City, its officers, officials, employees, designated volunteers and agents serving as independent contractors in the role of City officials as additional insureds as respects: liability arising out of activities performed by or on behalf of Consultant; products and completed operations of Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 11 breaches of warranty, shall not affect the coverage required to be provided. (8) Each policy shall specify that any and all costs of adjusting and/or defending any claim against any insured, including court costs and attorneys' fees, shall be paid in addition to and shall not deplete any policy limits. (9) Contractor shall provide any and all other required insurance, endorsements, or exclusions as required by the City in any request for proposals applicable to this Agreement. 12.6 Evidence of coverage. Prior to commencing performance under this Agreement, the Consultant shall furnish the City with certificates and original endorsements, or copies of each required policy, effecting and evidencing the insurance coverage required by this Agreement including (1) Additional Insured Endorsement(s), (2) Worker’s Compensation waiver of subrogation endorsement, and (3) General liability declarations or endorsement page listing all policy endorsements. The endorsements shall be signed by a person authorized by the insurer(s) to bind coverage on its behalf. All endorsements or policies shall be received and approved by the City before Consultant commences performance. If performance of this Agreement shall extend beyond one year, Consultant shall provide City with the required policies or endorsements evidencing renewal of the required policies of insurance prior to the expiration of any required policies of insurance. 12.7 Contractor agrees to include in all contracts with all subcontractors performing work pursuant to this Agreement, the same requirements and provisions of this Agreement including the indemnity and insurance requirements to the extent they apply to the scope of any such subcontractor’s work. Contractor shall require its subcontractors to be bound to Contractor and City in the same manner and to the same extent as Contractor is bound to City pursuant to this Agreement, and to require each of its subcontractors to include these same provisions in its contract with any sub- subcontractor. 13. Cooperation. In the event any claim or action is brought against City relating to Consultant’s performance or services rendered under this Agreement, Consultant shall render any reasonable assistance and cooperation that City might require. City shall compensate Consultant for any litigation support services in an amount to be agreed upon by the parties. 14. Termination. City shall have the right to terminate this Agreement at any time for any or no reason on not less than ten (10) days prior written notice to Consultant. In the event City exercises its right to terminate this Agreement, City shall pay Consultant for any services satisfactorily rendered prior to the effective date of the termination, provided Consultant is not then in breach of this Agreement. Consultant shall have no other claim against City by reason of such termination, including any claim Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: Onward Engineering 300 South Harbor Boulevard Suite 814 Anaheim, CA 92805 Attn: Muhammad Ataya, Vice President 16. Non-Discrimination and Equal Employment Opportunity. In the performance of this Agreement, Consultant shall not discriminate against any employee, subcontractor, or applicant for employment because of race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation. Consultant will take affirmative action to ensure that subcontractors and applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation. Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 13 17. Assignment and Subcontracting. Consultant shall not assign or transfer any interest in this Agreement or subcontract the performance of any of Consultant’s obligations hereunder without City’s prior written consent. Except as provided herein, any attempt by Consultant to so assign, transfer, or subcontract any rights, duties, or obligations arising hereunder shall be null, void and of no effect. 18 Compliance with Laws. Consultant shall comply with all applicable federal, state and local laws, ordinances, codes and regulations in force at the time Consultant performs the Services. Consultant is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq., (“Prevailing Wage Laws”), which require the payment of prevailing wage rates and the performance of other requirements on “public works” and “maintenance” projects. If the Services are being performed as part of an applicable “public works” or “maintenance” project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Consultant agrees to fully comply with such Prevailing Wage Laws. The applicable prevailing wage rate determinations can be found at http://www.dir.ca.gov/dlsr/DPreWageDetermination.htm Consultant shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at the Consultant’s principal place of business and at the Project site. Consultant shall defend, indemnify and hold the City, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 19. Non-Waiver of Terms, Rights and Remedies. Waiver by either party of any one or more of the conditions of performance under this Agreement shall not be a waiver of any other condition of performance under this Agreement. In no event shall the making by City of any payment to Consultant constitute or be construed as a waiver by City of any breach of covenant, or any default which may then exist on the part of Consultant, and the making of any such payment by City shall in no way impair or prejudice any right or remedy available to City with regard to such breach or default. 20. Attorney’s Fees. In the event that either party to this Agreement shall commence any legal action or proceeding to enforce or interpret the provisions of this Agreement, the prevailing party in such action or proceeding shall be entitled to recover its costs of suit, including reasonable attorney’s fees and costs of experts. 21. Exhibits; Precedence. All documents referenced as exhibits in this Agreement are hereby incorporated in this Agreement. In the event of any material discrepancy between the express provisions of this Agreement and the provisions of any document incorporated herein by reference, the provisions of this Agreement shall prevail. 22. Applicable Law and Venue. The validity, interpretation, and performance of this Agreement shall be controlled by and construed under the laws of the State of California. Venue for any action relating to this Agreement shall be in the San Bernardino County Superior Court. Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 14 23. Construction. In the event of any asserted ambiguity in, or dispute regarding the interpretation of any matter herein, the interpretation of this Agreement shall not be resolved by any rules of interpretation providing for interpretation against the party who causes the uncertainty to exist or against the party who drafted the Agreement or who drafted that portion of the Agreement. 24. Entire Agreement. This Agreement consists of this document, and any other documents, attachments and/or exhibits referenced herein and attached hereto, each of which is incorporated herein by such reference, and the same represents the entire and integrated agreement between Consultant and City. This Agreement supersedes all prior oral or written negotiations, representations or agreements. This Agreement may not be amended, nor any provision or breach hereof waived, except in a writing signed by the parties which expressly refers to this Agreement. IN WITNESS WHEREOF, the parties, through their respective authorized representatives, have executed this Agreement as of the date first written above. Consultant Name: Onward Engineering By: ______________________________ Name Majdi Ataya Date ______________________________ Title City of Rancho Cucamonga By:________________________________ Name Date _________________________________ Title By: ______________________________ Name Muhammad Ataya Date ______________________________ Title (Two signatures required if corporation) Rancho Cucamonga Fire Protection District By:________________________________ Name Date _________________________________ Title Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EA Secretary 9/9/2025 | 1:22 PM PDT President 9/10/2025 | 8:30 AM PDT Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Mayor/President 9/17/2025 | 2:28 PM PDT Fire Chief 9/17/2025 | 3:00 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 16 EXHIBIT B CONSULTANT PROPOSAL Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 300 S. Harbor Blvd., Suite 814 Anaheim, CA 92805 (714) 533.3050 | www.oe-eng.com • City of Rancho Cucamonga • Purchasing Division • 10500 Civic Center Drive, Rancho Cucamonga, California 91730 REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) #24/25-501 FOR VARIOUS ON-CALL SERVICES Rancho cucamonga PURCHASING DIVISION city of Attn: Marlena Perez Onward Engineering | Design Smarter. Build Better REQuESt foR StatEmEnt of QuaLIfIcatIonS Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 City of Rancho Cucamonga January 13th, 2025 Purchasing Division Attn: Marlena Perez 10500 Civic Center Drive Rancho Cucamonga, California 91730 Subject: ReQueSt FOR StAteMeNt OF QuALIFIcAtIONS (SOQ) #24/25-501 FOR VARIOuS ON-cALL SeRVIceS Onward Engineering (OE) is excited to submit our Statement of Qualifications (SOQ) in response to the City of Rancho Cucamonga’s request for on-call services. With a strong history of delivering high-quality Surveying & Mapping (5.1), General Civil Engineering (5.3), and Construction Management & Inspection (5.5) services, we are eager for the opportunity to continue supporting the City’s Capital Improvement Project within these disciplines. A History of Success in Rancho Cucamonga For General Civil Engineering (5.3), our team has successfully completed a variety of projects for local agencies, including Rancho Cucamonga, where we designed over 250 ADA ramps on an expedited schedule. Our extensive experience ensures that we can efficiently manage complex design projects while maintaining compliance with regulatory standards and community expectations. For Construction Management & Inspection (5.5), we have proudly provided inspection services for the City for over nine years. Led by Chris Boren as the primary inspector, along with seasoned professionals such as Ron Ostendorf, Jeff Eaton, and Robert Valle, our team understands Rancho Cucamonga’s project requirements, expectations, and best practices. Our inspectors are well-versed in VPM, the City’s preferred construction reporting system, ensuring seamless documentation and communication. Innovative & Dynamic Engineering Solutions Our approach to civil design leverages the latest technology to enhance efficiency and adaptability. Utilizing Civil 3D, we design dynamically, allowing for precise, real-time modifications and coordination of the design plans. Additionally, our agile project management tools like ClickUp streamline the design process, ensuring clear task management, accountability, and progress tracking, which results in efficient and organized project execution. In-House Survey Capabilities for Better Control Unlike firms that rely solely on external survey teams, Onward Engineering provides in-house surveying services, allowing for greater control over scheduling, accuracy, and deliverables. Our team’s expertise in mapping and data collection ensures that every phase of a project—whether design, construction, or inspection—is supported with precise and reliable information. Expanding Our Commitment to Outreach We have successfully implemented outreach programs for other agencies and would love the opportunity to bring this expertise to Rancho Cucamonga. Our approach includes multilingual mailers, digital outreach, interactive project maps, and real-time project updates—ensuring the community remains informed and engaged throughout construction. Additionally, we incorporate drone flight footage to provide aerial progress updates and enhanced construction notices with detailed project timelines and impacts, ensuring stakeholders have clear, proactive communication about ongoing work. Although we have provided inspection services to the City for over 9 years, we would love the opportunity to provide more inclusive services including outreach and even construction management. Data-Driven Field Inspections All of our inspectors are equipped with data-connected iPads, ensuring real-time access to plans, reports, and documentation. This technology enhances efficiency and accuracy while allowing seamless integration with the City’s VPM reporting system. By utilizing these tools, we can ensure that Rancho Cucamonga receives comprehensive, accurate, and timely reporting on all construction activities. Onward Engineering 300 S. Harbor Blvd., Suite 814 Anaheim, CA 92805 (714) 533.3050 | www.oe-eng.com SECTION 4.1: COVER LETTER / INTRODUCTION On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 1RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services cOVeR LetteR / INtRODuctION4.1Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Looking Ahead Onward Engineering has built a strong partnership with the City of Rancho Cucamonga, and we are eager to continue that relationship while expanding the ways we can serve the City. Whether through innovative design solutions, enhanced surveying capabilities, excellent construction management and inspection services, or expanding our role in public outreach, we are ready to deliver outstanding results for Rancho Cucamonga’s infrastructure projects. We do not take our opportunities with the City for granted, and are excited to see what the future holds. Thank you for the opportunity to submit our qualifications. We look forward to the possibility of continuing our work with the City. Please feel free to contact me at (714) 495-4802 or muataya@oe-eng.com if you have any questions. We acknowledge receipt of Addendum 1. Thank you, Muhammad Ataya Vice President, Onward Engineering SECTION 4.1: COVER LETTER / INTRODUCTION | 2RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 tAbLe OF cONteNtS SEction 4.1 - Cover Letter / Introduction 01- Previous Page SEction 4.2 - Table Of Contents 03- Current Page SEction 4.3 - Executive Summary 04- Executive Summary SEction 4.4 - Firm Experience/Qualifications 05- Firm’s General Information 05- Firm Experience SEction 4.5 - Third-Party / Subcontractors 14- Aragon 16- Sitio 17- NoorzayGeo 18- Ecopr. Consulting Inc. SEction 4.6 - Staff Resumes And Organization Chart 19- Organizational Chart 20- Staff Resumes SEction 4.7 - Project Management Approach 46- Project Management Approach 46- Quality Policy System Components 47- Design engineering QA/QC 48- Construction Management and Inspection QA/QC 49- Project Controls 51- Public Outreach 54- Orange Vest SECTION 4.2: TABLE OF CONTENTS On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 3RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services tAbLe OF cONteNtS4.2Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Onward Engineering (OE) is pleased to submit this Statement of Qualifications (SOQ) in response to the City of Rancho Cucamonga’s Request for On-Call Services (#24/25-501). With over 20 years of experience, OE provides Surveying & Mapping (5.1), General Civil Engineering (5.3), and Construction Management & Inspection (5.5) services, bringing together technology, expertise, and a deep understanding of municipal needs to deliver innovative solutions for infrastructure projects. More details on our firm’s background and history can be found starting on page 5. Our approach to any project starts at the proposal phase. We carefully review the City’s RFP, make multiple visits to the project site to better explain the scope, and coordinate with the design team to fine-tune our fee and schedule. This means that by the time we get the NTP from the City, we have a thorough understanding of the project, potential issues, and possible solutions. Project Management & Technology Integration OE integrates cutting-edge technology to improve efficiency, transparency, and collaboration: Agile Project Management with ClickUp: Task and resource tracking, Gantt charts, and real-time status updates ensure efficient workflows. AutoCAD Civil 3D for Dynamic Design: Enables real-time modifications, drainage simulations, and precise design adjustments. Document Control with Box Enterprise: Ensures secure, cloud-based storage, allowing City staff access to key project files at any time. Data-Connected Inspections: All inspectors use iPads for real-time field reporting, fully integrating with VPM, Rancho Cucamonga’s construction reporting system. Staff Availability & Resource Commitment OE ensures dedicated personnel availability for Rancho Cucamonga’s on-call projects. Our team of experienced engineers, surveyors, and inspectors is structured to scale services efficiently, ensuring timely project execution without overburdening resources. FIRM PRINcIPAL AGeNt Majdi Ataya, Principal-In-Charge of Onward Engineering, is a seasoned Professional Engineer with over 43 years of solid experience in the public works sector. As a former Deputy Director and City Engineer for the City of La Habra and La Habra Heights. Majdi brings invaluable expertise to every public works project. He is known for his outstanding communication, adaptability, and enthusiasm for each project. Majdi is committed to making sure that OE can be a dependable extension of your staff. SECTION 4.3: EXECUTIVE SUMMARY On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 4RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services eXecutIVe SuMMARY4.3Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 DeSiGN eNGiNeeRiNG & SuRVeYiNG ALhAMbRA WatER main REpLacEmEnt at haLStEad dRivE, hidaLgo avEnuE, & main StREEt OE provided engineering design services for the City of Alhambra on the Water Main Replacement Project with site locations at Halstead Drive, Hidalgo Avenue, and Main Street. The purpose of the project was to replace water mains that were constructed between the 1910s and 1920s with approximately 5,400 linear feet (1.0 mile) of water mains in order to improve water flow and firefighting capabilities. The limits included Halstead Circle (from Vega St. to Vega St.) and on Hidalgo Avenue (from Alhambra Rd. to Main St.) in which 6” cast iron piping was replaced with 8” ductile iron pipe (DIP). The work on Main St. (from Hidalgo to Champion Place) involved replacing 4” cast iron piping with 8” DIP. Service lateral reconnection, trench backfilling, pavement reconstruction, signing and striping, and curb and gutter repairs were also addressed. •Reference: Thomas Amare, Engineering Associate - (626) 300-1562 - tamare@cityofalhambra.org - 111 South First Street, Alhambra, CA. 91801 •Date of the project: June, 2023-September, 2023 •Status of the project: Completed cORONA SidEWaLk gap cLoSuRE at EaSt chaSE dRivE and Smith avEnuE OE provided engineering design services for the City of Corona on the Sidewalk Gap Closure Project located at East Chase Drive and Smith Avenue. The purpose of the project was to construct approximately 1,400 linear feet (0.27 miles) of ADA accessible sidewalk along the following streets: (1) Chase Drive between Gilbert Avenue and Thacker Drive; (2) Thacker Drive from Mid-block to Chase Drive; and (3) Smith Avenue between SR-91 freeway and Pleasant View Avenue. The project was funded by the Agreement for Funding Under SB 821 Bicycle and Pedestrian Facilities Program, Agreement No. 22-62-058-00, entered into between the City and the Riverside County Transportation Commission (RCTC) and was subject to all Federal and State requirements. OE’s design work included closing sidewalk gaps and designing ADA compliant curb ramps and driveways to improve accessibility, safety, and mobility for pedestrians. •Reference: Gerardo Sanabria, Associate Engineer - (951) 736-2266 - gerardo.sanabria@coronaca.gov 400 S. Vicentia Avenue, Corona, CA. 92882 •Date of the project: March, 2023-May, 2024 •Status of the project: Completed At Onward Engineering (OE), our mission is to set a new standard of excellence in consulting services for our clients, ultimately enhancing the quality of life in the communities we serve. MISSION StAteMeNt Incorporated Year 2004 as a “c” Corporation in the state of CA. 21 Years in business 34 Employees DeSIGN Engineering PROject Management cONStRuctION Management StAFF Augmentation PLAN Check cONStRuctION Inspection SuRVeYiNG California Secretary of State business entity number: C2640309 FiRM DetAiLS PROFeSSiONAL SeRVIceS FiRM hIStORY Onward Engineering 300 S. Harbor Blvd. Suite 814, Anaheim, CA 92805 (714) 533.3050 | mataya@oe-eng.com LeGAL NAMe & ADDReSS FiRM’S GeNeRAL iNFORMAtiON FiRM’S eXPeRIeNce SECTION 4.4: FIRM EXPERIENCE/QUALIFICATIONS On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 5RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services FIRM eXPeRIeNce/QuALIFIcAtIONS4.4Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 StAN t O N fy23-24 city WidE StREEtS & aLLEyS RESuRfacing pRogR am The City of Stanton engaged OE to provide professional design engineering services for the FY 23/24 Citywide Streets and Alleys Resurfacing Project. This project aimed to rehabilitate approximately 8,341 linear feet (1.58 miles) of streets across the city, enhancing the overall roadway infrastructure to improve safety and driving conditions for residents and visitors alike. In addition to the street resurfacing, the project included extensive parkway enhancements, along with concrete improvements such as sidewalk upgrades, ADA-compliant ramps, driveway reconstructions, and curb and gutter improvements. These comprehensive efforts were designed to ensure long-term durability and significantly improved mobility and accessibility throughout the City’s roadways. •Reference: Han Sol Yoo, Civil Engineer - (714) 890-4204 - hyoo@stantonca.gov - 7800 Katella Avenue, Stanton, CA. 90680 •Date of the project: August, 2023-January, 2024 •Status of the project: Ongoing GLeNDALe fy 2023-24 pavEmEnt managEmEnt pRogRam ImpLEmEntation pRojEct OE provided Surveying and Design Engineering services to the City of Glendale on the Fiscal Year 2023 to 2024 Pavement Management Program Implementation Project. The purpose of this project was to rehabilitate approximately 48,650 linear feet (9.2 miles) of street, a total of 60 streets in all. OE was tasked with providing designs for pavement resurfacing and reconstruction; curb, gutter and sidewalk repairs at 9 separate locations; a total of 124 ADA curb ramps and driveways construction; catch basin enhancements; bus stop improvements and relocations; sewer point repairs; tree well installation and tree planting; utility appurtenance adjustments and relocations; signing and striping; and surveying well monument installations and replacements. Additional work included sewer video inspection to identify sewer defects and preparing sanitary sewer plans for repairs that included point repairs, and sectional and full-length slip lining, along with Traffic Control plans. OE also acquired no-fee permits for ground distrubance work within the City’s right-of-way. •Reference: Yazdan T. Emrani, PE, Director of Public Works - (818) 548-3950 - yemrani@glendaleca.gov - 633 E. Broadway Street, Suite 209, Glendale, CA 91206 •Date of the project: 2023 - 2024 •Status of the project: Ongoing chiNO hiLLS SiERRa viSta dRivE (WESt) & dEL noRtE avEnuE (noRth) pRojEct OE provided the City of Chino Hills with professional engineering services for the Sierra Vista Drive (West) & Del Norte Avenue (North) Project. The purpose of the project was to rehabilitate pavement and install new curb, gutter, and sidewalk along approximately 650 linear feet (0.12 miles) of Sierra Vista Drive between Pipeline Avenue and Del Norte Avenue and approximately 350 feet (0.07 miles) of Del Norte Avenue from Gird Avenue to Lugo Avenue. Concrete infrastructure improvements were limited to the south side of Sierra Vista Drive and the east side of Del Norte Avenue. The streets included very minimal existing curb, gutter, and sidewalk. •Reference: Victor Yanez, PE, Senior Engineer - (909) 364-2755 - Vyanez@chinohills.org - 4000 City Center Drive, Chino Hills, CA 91709 •Date of the project: 2023 •Status of the project: Completed WhittieR fy 2022-23 annuaL pavEmEnt REhabiLitation pRojEct, phaSES 1-4 OE provided the City of Whittier with Engineering Design and surveying services through 4 phases of their Annual Pavement Rehabilitation Project. The project purpose was to rehabilitate approximately 49,000 linear feet (9.3 miles) of 46 streets with a variety of slurry and cape seal, and grind and overlay in order to achieve an extended pavement service life while minimizing future maintenance needs, improve safety and enhance aesthetics. The required work involved pavement, curb, gutter and sidewalk repair and rehabilitation, reconstructing 62 ADA curb ramps (52 with missing truncated domes), replacing 9 cross gutters, utility appurtenance adjusting and relocating, and signing and striping. The project also required Caltrans Encroachment Permits for streets around Whittier Boulevard, and permits for the Union Pacific Railroad (UPRR) due to street proximity to the right-of-way on the southwest end. OE’s in-house Laser Scanner was utilized to capture visible indications of surface utilities, trees, utility poles, luminaries, fencing, walls, sidewalks, hardscape, signs, and edge of pavement lying within the ramp locations, as well as lip of gutter, flow-line, top of curb, and back of walk elevations were documented. The survey also extended beyond the ramp’s BCRs/ECRs to ensure proper tie-in to the existing infrastructure. •Reference: Michelle Chapman, PE , Senior Civil Engineer - (562) 567-9500 - mchapman@cityofwhittier.org 13230 Penn Street, Whittier, California 90602 •Date of the project: August, 2022-February, 2023 •Status of the project: Completed eL MONte duRfEE avEnuE & Ramona bouLEvaRd SidEWaLk ImpRovEmEntS pRojEct OE provided the City of El Monte with design engineering services for the Durfee Avenue & Ramona Boulevard Sidewalk Improvements Project (CIP No. 002). The project limits included two areas. The first was south side of Ramona Boulevard, between the eastern city limit - west side of San Gabriel River Trail – and Durfee Avenue (1,115 linear feet). The second location was on both sides of Durfee Avenue, between Ramona Boulevard and the address of 4000 Durfee Avenue (2,525 linear feet). The project had five main objectives. (1) reconstruct sidewalks, driveways, and curb ramps within project limits as necessary to comply with current ADA requirements. (2) identify surface utilities preventing ADA compliance SECTION 4.4: FIRM EXPERIENCE/QUALIFICATIONS | 6RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 and provide design alternatives that include constructing around the interfering utilities or relocating them. (3) evaluate existing infrastructure (sidewalks, driveways, and curb ramps) for adherence to current ADA requirements. (4) construct new ADA compliant sidewalk where absent. (5) ensure all improvements are constructed within the existing right-of-way. •Reference: Jimmy Chung, PE, Associate Civil Engineer - (626) 580-2058 - jchung@elmonteca.gov - 11333 Valley Boulevard, El Monte, CA 91731-3293 •Date of the project: 2019 •Status of the project: Completed APPLe VALLeY StoddaRd WELLS Road WidEning pRojEct OE provided the Town of Apple Valley with Engineering and Design services for the Stoddard Wells Road Widening Project. The project consisted of widening the roadway and shoulders of the section of Stoddard Wells Road between Interstate 15 and Johnson Road with a total length of approximately 8,450 linear feet (1.6 miles). The existing road was approximately 22 feet wide with one lane of traffic in either direction and unimproved dirt shoulders. The Town asked that the roadway be widened to 26 feet with 12-foot wide shoulders added to both sides of the road. The shoulders were reinforced with the addition of Class II bicycle lane base. The work was completed on schedule. •Reference: Kenneth Bailey, City Engineer - (760) 240-7000 x 7119 - kbailey@applevalley.org - 14955 Dale Evans Pkwy., Apple Valley, CA. 92307 •Date of the project: 2020 - 2021 •Status of the project: Completed SAN beRNARDiNO mt. vERnon StoRm dRain pRojEct OE is providing design engineering services for the City of San Bernardino. The project consists of constructing approximately 2,700 linear feet (0.51 miles) of storm drain pipe along Mt. Vernon Avenue. This was between existing manholes at the 16th Street and Cajon Boulevard intersections that also required replacement. OE conducted a hydrology/hydraulic analysis to verify if a 48 inch diameter storm drain pipe was sufficient in handling future storm events, as per the City’s Storm Drain Plan recommendations. Additional work included the reconstruction of an existing concrete island that intersected the path of the storm drain pipe, reconstructing 15 curb returns and 45 driveways to ADA required standards, a geotechnical investigation, and a pavement analysis and rehabilitation of 140,000 SF of asphalt pavement. Legal descriptions and plats were also required for Temporary Construction Easements that were needed for private parcel improvements. The work was completed on schedule. •Reference: Mirela Grigorescu, Engineering Assistant II - (909) 384-5202 - grigorescu_mi@sbcity.org - 201 North E Street, 2nd Floor, San Bernardino, CA 92401 •Date of the project: 2020 - 2021 •Status of the project: Completed WhittieR WaLnut StREEt & SEWER main InfRaStRuctuRE ImpRovEmEntS OE provided full Design Engineering services for the City of Whittier for the Walnut Street Water and Sewer Main Improvement Project. The proposed project limits included 3,000 feet of Walnut Street from Pickering Avenue to Painter Avenue, consisting of commercial buildings as well as single-family and multi-family residential developments. OE removed an existing 6-inch cast iron water main and a 6-inch VCP sewer main and replaced them with 12-inch and 10- inch mains, respectively. All laterals and intersecting mains were to be reconnected and sewer manholes reconstructed. The existing plain cement concrete (PCC) roadway was to be replaced from curb to curb following the replacement of the water and sewer mains. Areas of sidewalks in disrepair were to be repaired, and ramps were to be retrofitted or reconstructed as needed to meet ADA requirements. •Reference: Carl Hassel, PE, Capital Projects Administrator - (562)567-9302 - chassel@cityofwhittier.org - 13230 Penn Street, Whittier, CA 90602 •Date of the project: 2018 •Status of the project: Completed chiNO hiLLS LoS SERRanoS WidEning and SidEWaLk ImpRovEmEnt pRojEct OE provided full Design Engineering services for the Los Serranos Infrastructure - ATP Project. The proposed project limits included the widening of ten rural residential streets in the Los Serranos area of Chino Hills. The project limits are located just west of the 71-freeway towards the east end of the City of Chino Hills. The project locations are surrounded by single family residential homes. The project is funded through the Active Transportation Program Project. Currently the Los Serranos area is very rural. The project limits include very minimal curb, gutter, and sidewalk. The ATP grant proposed provided funding for curb, gutter, and sidewalk on one side of each of the ten streets. The design included widening one side of the street on ten street segments within the City of Chino Hills. •Reference: Tad Garrety - (909) 364-2722 - tgarrety@chinohills.org - 4000 City Center Drive, Chino Hills, CA 91709 •Date of the project: 2016 - 2017 •Status of the project: Completed ReDONDO beAch IngLEWood avE. at manhattan bEach bLvd. Sb Right tuRn LanE OE provided full design engineering and surveying services for the Inglewood Avenue at Manhattan Beach Boulevard Southbound Right-Hand Turn Lane Improvements Project. In addition to design engineering services, OE had assembled a team that completed environmental analyses and right-of-way appraisal and acquisition services. The proposed project limits included the intersection of Inglewood Avenue and Manhattan Beach Boulevard. The southbound lanes of Inglewood Avenue, north of Manhattan Beach Boulevard, consisted of one left turn lane, two through lanes, and a right turn lane which operate at LOS E in the AM and LOS F in the PM. The purpose of SECTION 4.4: FIRM EXPERIENCE/QUALIFICATIONS | 7RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 the project was to increase the operational capabilities of the intersection. This was accomplished by adding a dedicated right-turn lane on southbound Inglewood Avenue to increase the through traffic to three lanes. •Reference: Didar Khandker, PE, MSCE, Associate Civil Engineer - (310) 318-0661 x2456 - didar.khandker@redondo.org 415 Diamond Street, Redondo Beach, CA 90277 •Date of the project: 2019 - 2022 •Status of the project: Completed LAGuNA NIGueL niguEL Road StREEt REhabiLitation pRojEct OE provided the City of Laguna Niguel with design engineering and surveying services. The project consisted of rehabilitating an approximately 1.93 mile (10,200-foot) section of Niguel Road that extends from Alta Tera to Marina Hills Drive. Niguel Road from Highland Avenue to Marina Hills Drive (8,450 linear feet) is an arterial street with two lanes of traffic in either direction, raised center medians, centerline striping, left and right-turn pockets, and bike lanes. Niguel Road from Alta Terra to Highland Avenue is a residential collector street (1,750-feet) with one lane of traffic in both directions. A major part of this project involves the full design of the 64 ramps for the nearly 2 mile stretch hilly roadway. Parking was prohibited on the street except on the north side of Niguel Road from Alta Terra to Galina Way which required traffic management. Additional tasks included repairing curb, gutter, and sidewalk and constructing ADA compliant access ramps where required. •Reference: Jacki Scott, Public Works Director/Analyst - (949)362-4337 - jscott@cityoflagunaniguel.org - 30111 Crown Valley Parkway, Laguna Niguel, CA 92677 •Date of the project: 2020 - 2021 •Status of the project: Completed LAke FOReSt LakE foRESt dRivE RESuRfacing, fRom bakE paRkWay to I-5 fREEWay OE was awarded this project to provide surveying services and to prepare full design plans, specifications and estimates (PS&E) for this roadway resurfacing project located at Lake Forest Drive, between Bake Parkway and the I-5 freeway. The project design plans were to be phased in order for the construction to be distributed into three phases as funding permitted. Along the approximately 5.5 mile stretch of road within the project limits, the phases required the construction of 152 ADA ramps and 22 ADA driveways in total and 7,105 linear feet of median curb height construction, along with the construction of bus pads, curb gutter and sidewalk repairs, and signing and striping replacement. The main objective is to improve the PCI of the street segments following our team’s professional assessment of the existing pavement conditions in order to extend the street service life, improve safety by upgrading to safer streets with better ride quality and pedestrian access, minimize future maintenance costs and enhance aesthetics. This project is funded through Measure M2, SB1 and Infrastructure Reserves Funds. •Reference: Dennis Jue, Deputy City Engineer - (949) 461-3488 - djue@lakeforestca.gov - 100 Civic Center Drive, Lake Forest, CA 92630 •Date of the project: 2021 - 2023 •Status of the project: Completed LAke FOReSt tRabuco Road RESuRfacing pRojEct OE was awarded this project to provide surveying services and to prepare full design Plans, Specifications and Estimates (PS&E) to the City of Lake Forest on the Trabuco Road Resurfacing Project for road resurfacing on Trabuco Road, between Peachwood Parkway and Bake Parkway. The work required the construction of 11 ADA ramps and 2 ADA driveways in total, median curb height construction, along with curb gutter and sidewalk repairs, and signing and striping replacement. The main objective is to improve the PCI for Trabuco Road following our team’s professional assessment of the existing pavement conditions in order to extend the useful service life of the streets, improve safety by upgrading to safer streets with better ride quality and pedestrian access, minimize future maintenance needs and costs, and enhance aesthetics. •Reference: Dennis Jue, Deputy City Engineer - (949) 461-3488 - djue@lakeforestca.gov - 100 Civic Center Drive, Lake Forest, CA 92630 •Date of the project: 2022 •Status of the project: Ongoing cOStA MeSA nEWpoRt bouLEvaRd WidEning ImpRovEmEntS pRojEct OE is providing the City of Costa Mesa with surveying and design engineering services on the Newport Boulevard Widening Improvements Project. The project consists of widening a portion 77 Fair Drive of southbound Newport Boulevard to accommodate a fourth through lane and improve its Level of Service from the current “F” rating (ranging from 1.10 to 1.30). The section of roadway to be enhanced extends approximately 2,700 linear feet southwest from 19th Street to the Superior Avenue turn-off located northeast of 17th Street. The project is located within Caltrans jurisdiction and requires traffic signal modifications, utility and street light relocations, and right-of way acquisitions to accommodate the additional through lane and right-turn pockets. •Reference: Jennifer Rosales, Project Manager - (714) 754-5180 - jennifer.rosales@costamesaca.gov - 77 Fair Drive, Costa Mesa, CA 92626 •Date of the project: 2020 - 2023 •Status of the project: Ongoing FOuNtAiN VALLeY hEiL avEnuE & WaRd StREEt REhabiLitation & RESuRfacing pRojEct OE is providing professional surveying and design services to the City of Fountain Valley on the Heil Avenue and Ward Street Rehabilitation and Resurfacing Project. The street limits extend along two roadaways-around 5,200 linear feet SECTION 4.4: FIRM EXPERIENCE/QUALIFICATIONS | 8RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 (1-mile) from Euclid Street to Harbor Boulevard on Heil Avenue, and 700’ from Edinger Avenue to the North City limit (150’ north of Margarita Avenue) along Ward Street. The project is calling for OE’s specialized detailed assessment of the roadway conditions and to draft a comprehensive analysis of the best potiential rehabilitation methods which includes verifying record drawings and data, evaluating pavement and concrete infrastructure conditions, identifying proposed private property improvements and requirements, and taking inventory of roadway signage and existing pavement markings. The site features, utility appurtenance locations, and street striping was documented by use of our drone. Substantial improvement needs within the street right-of-way include manholes; valve covers; utility vaults; poles; appurtenance and covers; signs and sign posts; trees; traffic signals and poles; local depressions; catch basins; fire hydrants; parkway drains; disrepaired curb, cross gutter and sidewalk; non-ADA compliant curb, ramp, and driveway; and signing and striping. •Reference: Ryan Damon, Assistant Engineer - (714) 593-4443 - ryan.damon@fountainvalley.org - 10200 Slater Avenue, Fountain Valley, CA 92708 •Date of the project: 2022 - 2023 •Status of the project: Completed FOuNtAiN VALLeY aRtERiaL StREEt ImpRovEmEnt pRojEct OE provided design engineering for the Arterial Street Improvement Project in the City of Fountain Valley. This project focused on the rehabilitation of critical arterial roadways, enhancing safety and mobility for both residents and visitors. The project included Ellis Avenue from Brookhurst Street to Ward Street, approximately 2,600 linear feet; Ward Street from Apache River Avenue to Ellis Avenue, approximately 1,140 linear feet; Newhope Street from Edinger Avenue to Heil Avenue, approximately 2,600 linear feet; and Slater Avenue from Brookhurst Street to Ward Street, approximately 2,600 linear feet. In total, the project covered approximately 8,940 linear feet of roadway improvements. The scope of work featured a combination of a 3-inch grind with ARHM overlay, including a leveling course, Type II slurry, and extensive concrete improvements. These enhancements included sidewalk upgrades, ADA-compliant ramps, driveway reconstructions, and curb and gutter improvements, all designed to ensure long-lasting durability and significantly improved driving conditions on these vital thoroughfares. •Reference: Ryan Damon, Assistant Engineer - (714) 593-4443 - ryan.damon@fountainvalley.org - 10200 Slater Avenue, Fountain Valley, CA 92708 •Date of the project: July, 2024-January, 2025 •Status of the project: Completed GLeNDORA bEnnEtt, WaShington, WEStRidgE & bEndER avEnuES cuL-dE-SacS pRojEct OE is providing surveying and engineering design services on the Bennett Avenue, Washington Avenue, Westridge Avenue and Bender Avenue Cul-De-Sacs Project for the City of Glendora. This includes the design of nearly 7,000 LF of new 8-inch ductile iron/C909 PVC water mains to improve flow, pressure and fire protection, along with 311,000 SF of streets requiring improvements. Other work includes a striping enhancement concept to incorporate marked class II bike lanes, repurposing crosswalk warning lights, reconstructing and replacing 16 ADA curb ramps for compliance, traffic signal inductive loop replacement, and water main appurtenance installation and replacement. A section of pipeline located at Bennett Avenue near Valencia Street passes beneath a storm drain, requiring directional drilling to facilitate new water main installation through the area. This was accompanied by assessments of fire hydrants, air and vacuum release valves, and water meters and services laterals. •Reference: Maliha Ansari, Principal Civil Engineer - (626) 914-8294 - ansari.m@cityofglendora.org - 116 E. Foothill Boulevard, Glendora, CA 91741 •Date of the project: 2021 - 2022 •Status of the project: Completed LONG beAch city WidE ada cuRb RampS & path of tRavEL pEdEStRian accESSibiLity ImpRovEmEnt OE is providing Surveying and Design Engineering services to the City of Long Beach involving Citywide ADA Curb Ramps and Path of Travel Pedestrian Accessibility Improvements. The objective of the project is to design and construct at least 20,000 new ADA compliant curb ramps over the next 20 years in accordance with current State and Federal accessibility codes and standards. The project is to complete 1,000 of those ramps deemed most critical for accessibility. OE’s team utilizes AutoCAD Civil 3D on 3D surfaces for the designs in compliance with the Long Beach Standard Plan No. 122 in order to satisfy the maximum allowable slopes dictated in the most current version of Caltrans Standard Plan A88A, and has had to consider other accessibility standards due to occasional unavailability of a suitable ramp case and type. The project work entails the preparation of detailed individual curb ramp construction plans with the inclusion of horizontal geometrics, design elevations and dimensions, and utility appurtenance adjustments and relocations, along with concrete infrastructure such as curb, gutter, cross-gutters, and sidewalk. The necessary reconstruction is incorporated in order to accommodate the new curb ramps, meet accessibility requirements, and maintain drainage. Additional design elements have also required consideration, which involve constructing 32”x54” size flat landings next to each pedestrian push-button at signalized intersections and installing guardrails where retaining curbs adjoin walkable hard surfaces. Due to the large volume of ramps reconstructed each year, small batches of design details and construction of the ramps are being provided to the City at regular intervals through out a continuous process, with City submittals made on a monthly basis at a scaled frequency and quality. •Reference: Keith Hoey, PE, Senior Civil Engineer - (562) 570-6586 - keith.hoey@longbeach.gov - 411 West Ocean Boulevard, 5th Floor, Long Beach, CA. 90802 •Date of the project: 2020 - 2023 •Status of the project: Ongoing SECTION 4.4: FIRM EXPERIENCE/QUALIFICATIONS | 9RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 cONStRuctION MANAGeMeNt AND INSPectION RiALtO on-caLL pERmIt & Land dEvELopmEnt InSpEctIon OE is providing construction inspection services to the City of Rialto for projects ranging from large scale to small land development projects, full CIP projects, permits, and small maintenance work. OE inspected each project from start to completion, including arranging pre-construction meetings, walking job-sites with the contractor, inspecting work, and signing off on permits. OE provided 2 inspectors full-time for the last two years. This assignment is ongoing. •Reference: Art Cervantes, PMP, Engineering Manager - (909) 820-2531 - acervantes@rialtoca.gov 150 S. Palm Avenue, Rialto, CA 92376•Start and End: Current eAStVALe on-caLL pERmIt & Land dEvELopmEnt InSpEctIon OE is providing construction management and inspection services to the City of Eastvale for projects ranging from large scale to small land development projects, full CIP projects, permits, and small maintenance work. OE inspected each project from start to completion, including arranging pre-construction meetings, walking job-sites with the contractor, inspecting work, and signing off on permits. OE provided 2-3 inspectors full-time depending on time of the year, starting in 2021 and ongoing today. •Reference: Jimmy Chung, PE, City Engineer - (951) 703-4470 - engineering@eastvaleca.gov 12363 Limonite Ave., Suite 910, Eastvale, CA 91752•Start and End: 2021 - Current N O RWAL k on-caLL pERmIt InSpEctIon OE is providing construction inspection services to the City of Norwalk for projects ranging from full CIP projects, permits, and small maintenance work. OE inspected each project from start to completion, including arranging pre- construction meetings, walking job-sites with the contractor, inspecting work, and signing off on permits. OE provided 1 inspector full-time for the last 8 years. This assignment is ongoing. •Reference: Randall Hillman, Associate Engineer - (562) 929-5719 - rhillman@norwalkca.us - 12700 Norwalk Blvd., Norwalk, CA 90650 bReA on-caLL pERmIt InSpEctIon OE is providing construction management and inspection services to the City of Brea for projects ranging from single family-home improvement permits to backbone sewer and storm drain installations. OE inspected each project from start to completion, including arranging pre-construction meetings, walking job-sites with the contractor, inspecting work, and signing off on permits. •Reference: Raymond Contreras, Project Manager - (714) 990-7763 - raymondc@ci.brea.ca.us 1 Civic and Cultural Center, Brea, CA 92821•Start and End: 2008-2019 beLLFLOWeR pERmIt InSpEctIonS OE provided inspection services to the City of Bellflower to closeout a backlog of 150 construction permits. The permits included those pulled by SoCal Edison, local water and gas agencies, home owners, and commercial property owners. OE coordinated with agencies that pulled each permit, scheduled inspections, addressed deficiencies in work, and closed out each permit. •Reference: Philip Wang, PE, City Engineer (now in Whittier) - (562) 567-9500 - pwang@cityofwhittier.org 13230 Penn Street, Whittier, CA. 90602•Start and End: 2020-2023 GLeNDORA mauna Loa avE. RESidEntiaL StREEt ImpRovEmEntS & WatER main InStaLLation OE provided Construction Management and Inspection services to the City of Glendora on the Mauna Loa Avenue Water Main Installation and Street Improvements Project. This project consisted of installing 6,400 LF of new 8-in. water main and 194,000 SF of street improvements that included pavement rehabilitation of grind and overlay, concrete sidewalk repairs, curb and gutter repairs, repairing 11 ADA non-compliant curb ramps, traffic signal loop replacement, signing, and striping for a total of 100 working days. The project was located along 3 streets off Glendora Avenue-Mauna Loa Avenue, Duell Street, and Linfield Street, as well as Minnesota Avenue. •Reference: Michael Mai, Associate Civil Engineer - (626) 914-8217 - mmai@cityofglendora.org - 116 E. Foothill Boulevard, Glendora, CA 91741 •Start and End: 2023 - 2024 MANhAttAN beAch RoSEcRanS avEnuE RESuRfacing pRojEct OE provided the City of Manhattan Beach with Inspection services on the Rosecrans Avenue Improvement Project. SECTION 4.4: FIRM EXPERIENCE/QUALIFICATIONS | 10RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 The limits of the project was on the major arterial of Rosecrans Avenue, from Aviation Boulevard to Village Drive. This segment of roadway is approximately 4,200 linear feet, and the roadway condition varied, with rutting, blocking, and alligator cracking found throughout. Rosecrans Avenue sees heavy daily traffic volume, and it is an important thoroughfare in the City, so it had a high-profile identify. The project entailed cold milling and rubberized asphalt concrete overlay, installation of Tensar GlasPave50, double adjustment of manholes, pavement marking/striping, installation of traffic loops, multiple commercial driveway upgrades, and access ramp upgrades at 8 locations. All eastbound lanes including the left turn pockets of Rosecrans Avenue from Aviation Boulevard to Village Drive were part of the project limits. Construction work was performed at night, adding another level of complexity. •Reference: Prem Kumar, City Engineer - (310) 802-5300 - pkumar@citymb.info - 3621 Bell Avenue, Manhattan Beach, CA. 90266 •Start and End: Oct 2020 - March 2022 LA MiRADA ImpERiaL highWay pavEmEnt REhabiLitation pRojEct (no. StpL-5362-011) OE provided Construction Inspection services on the Imperial Highway Pavement Rehabilitation Project for the City of La Mirada, from Valley View Avenue to Wicker Drive. This project was STPL federally funded. The project location was on Imperial Highway between Valley View Avenue and Wicker Drive. The work entailed AC pavement reconstruction, cold milling, asphalt rubber hot mix overlay, removal and replacement of damaged curb, gutter, and sidewalk. Construction also included adjustment of manholes and water valves, traffic signing, striping, and markings. •Reference: Eric Villagracia, Project Manager - (562) 902-2373 - evillagracia@cityoflamirada.org - 15515 Phoebe Avenue, La Mirada, CA. 90638 •Start and End: April 2023 - June 2023 Vi L LA PA R k EaSt cERRo viLLa dRivE REhabiLitation pRojEct, StatE pRojEct no. cRaL-5377(015) OE provided Construction Management and Construction Inspection services on the East Cerro Villa Drive Rehabilitation Project, State Project No. CRAL-5377(015). This Federally Funded project spanned Cerro Villa Drive, from Valley Drive to Rama Street. The project was completed in 30 working days, and consisted of 1.5” grind and Asphalt Rubber Hot Mix (ARHM) overlay treatment, and improvements were performed on associated ADA Curb Ramps, sidewalk, and curb and gutter. This project took place in close proximity to a full neighborhood, and also required traffic control. •Reference: Mahrooz Ilkhanipour, PE, City Engineer - (714) 998-1500 - mahrooz@villapark.org - 17855 Santiago Blvd., Villa Park, CA. 92861 •Start and End: August 2024 - October 2024 LAGuNA NiGueL maRina hiLLS dRivE pavEmEnt REhabiLitation pRojEct OE provided Construction Management and Construction Inspection services for the City of Laguna Niguel on the Marina Hills Drive Rehabilitation Project. The project limits were on Marina Hills Drive and the work entailed grinding and 2” ARHM over 1” AC overlay. Additionally, traffic signal improvements to add video detection on Marina Hills Drive at the Niguel Road and Golden Lantern intersections. Concrete improvements including curb and gutter, ramps, and sidewalks as well as adjusting utilities and striping and signing were required. •Reference: John Pham, Engineering Tech. - (949) 362-4335 - jpham@cityoflagunaniguel.org - 30111 Crown Valley Parkway, Laguna Niguel, CA 92677 •Start and End: Jan 2023 - May 2024 LAGuNA NiGueL La paz Road Long-tERm phaSE II pRojEct OE provided Construction Management and Construction Inspection services on the La Paz Road Long-Term Phase II Project (CC No. 23-17) for the City of Laguna Niguel. The project limits were on La Paz Road from 1,000 linear feet north of Rancho Niguel Road to just south of Kings Road. The construction included excavation, asphalt concrete improvements, concrete pavement, raised median removal, landscape and irrigation removal, landscape drainage removal, irrigation maintenance on adjacent landscape raised median, construction of asphalt concrete dike, asphalt pavement, PCC concrete pavement, mobilization, traffic control, relocation of street light system, and pavement striping and stenciling. •Reference: John Pham, Engineering Tech. - (949) 362-4335 - jpham@cityoflagunaniguel.org - 30111 Crown Valley Parkway, Laguna Niguel, CA 92677 •Start and End: April 2024 - October 2024 eL MONte Santa anita activE tRanSpoRtation pRogRam, cycLE 5 atp pRojEct,phaSE I, II, & III OE provided Construction Management and inspection services for the City of El Monte on the Santa Anita Active Transportation Program, Cycle 5 ATP Project. This project was funded by LACMTA Net Toll Revenue Reinvestment Grant Fund and Measure M funding, totaling $2,200,000. This project entailed cold-milling and ARHM overlay (nearly 200,000 tons). Additionally, the project included video detection and traffic signal updates, and wayfinding sign and bike rack installation at various intersections. The purpose of this project was to improve safety for all roadway users, improve conditions for non-motorized modes of travel thereby promoting pedestrian, cycle and transit use, improve neighborhood connectivity and livability, and to improve the comfort of non-motorized user traveling to and from the El Monte Transit Center and Downtown El Monte. Work was split into three segments, Class II Bike Lane Installation on SECTION 4.4: FIRM EXPERIENCE/QUALIFICATIONS | 11RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Santa Anita Avenue from Tyler Avenue to Lower Azusa Road (0.53 miles), Pavement, Curb and Ramp Upgrades on Tyler Avenue from Ramona Blvd. to Santa Anita Avenue (0.97 miles), and Pavement, Curb and Ramp Upgrades on Ramona Blvd. from Santa Anita Avenue to Tyler Avenue (0.36 miles). •Reference: Lee Torres, P.E., (now in Palmdale) - (661) 267-5300 - ltorres@cityofpalmdaleca.gov - 11333 Valley Boulevard, El Monte CA 91731-3293 •Date: September 2023 LA MiRADA aLondRa bLvd. tRaffic SignaL/RoadWay ImpRovEmEnt, OE provided inspection services to the City of La Mirada on this project which covered nearly 1.75 miles of roadway on Alondra Boulevard between Valley View Drive and Mottley Drive. This section of roadway alternates between a 4-lane and 6-lane minor arterial with dedicated left-turn lanes and a center median which alternates between hardscaped median, painted median, and dual-left turn lane. The roadway is located primarily within a residential zone east of Stage Road and a commercial zone to the west. Cerritos College was also located within the project limits. Two railroad crossings intersect the roadway and are located west of Heron Avenue and Phoebe Avenue, respectively. The railroad nearest to Heron Avenue did not appear to be operational. Alondra Boulevard is also utilized by the Orange County Transportation Authority, operating Bus Route 460, with bus stops located along both sides of the roadway. The work entailed traffic signal installations and upgrades, AC pavement reconstruction, cold milling, asphalt rubber hot mix overlay, Type 2 slurry seal, removal and replacement of damaged curb, gutter, cross gutter, sidewalk and curb ramps. Construction also included adjustment of manholes and water valves, traffic signing, striping, markings, and raised pavement markers. •Reference: Eric Villagracia, Project Manager - (562) 902-2373 - evillagracia@cityoflamirada.org - 15515 Phoebe Avenue, La Mirada, CA. 90638 •Start and End: 2021 heRMOSA beAch SkEtchER’S SanitaRy SEWER conStRuction OE provided Construction Management and Inspection services on behalf of the City of Hermosa Beach on this project regarding a Skechers USA Project. The work is located between Longfellow Avenue and 30th Street on Sepulveda Boulevard. Construction entailed 394 linear feet of 8” VCP sanitary sewer main and 94 linear feet of PVC as well as six manholes. This was a private project connecting to public sewer. •Reference: Michelle Licata, Principal Civil Engineer - (310) 318-0214- mlicata@hermosabeach.gov 1315 Valley Drive, Hermosa Beach, CA 90254 •Date: 2020 eL MONte mERcEd avEnuE LinEaR paRk pRojEct (hERoES paRk) (cIp 003) OE provided Construction Management and Inspection services to the City of El Monte on the Merced Avenue Linear Park Project, CIP 003, located on Merced Avenue between Garvey Avenue and Towneway Drive. This project features a new linear park constructed directly within a median island along a wide residential street. The 1.1-acre linear park improvements included traffic calming through lane reduction, tree planting, seating, picnic areas, naturalized play and fitness equipment, sidewalk, planting areas, protective fencing, solar lighting, trash receptacles, a Class IV bikeway with bike racks, enhanced stormwater retention areas, a beautiful walking path, and major improvements to the traffic striping and signage allowing for a safe thoroughfare for pedestrians, bike riders, as well as a place for kids to play and people in general to enjoy relaxing or exercising. A new and improved water line to replace the existing 6” and 8” water mainline along the east side of Merced Avenue was also included as part of this project. Additionally, OE provided public outreach support on the project, which substantially maintained informative and always current status during the project’s construction period. This project won the 2024 APWA Best Project of the Year: Creative and Innovative Category and was funded soley through the Clean California Grant Funds and Local Funds. •Reference: Kevin Ko, Project Manager - (626) 580-2250 - kko@elmonteca.gov - 11333 Valley Boulevard El Monte, CA 91731•Start and End: Jan 2023 - Nov 2024 MANhAttAN beAch cycLE 1 WatER main InfR aStRuctuRE ImpRovEmEnt pRojEct OE provided Construction Inspection services to the City of Manhattan Beach on the Cycle 1 Water Infrastructure Improvement Project that included the excavation and installation of over 3200 linear feet of 6-inch and 8-inch Ductile Iron Pipe, water valves, curb to curb pavement rehabilitation, ADA compliant curb ramp replacements, all appurtenant work, and 19 valves at the following 6 locations in the City, with all but Manhattan Beach Blvd. requiring street resurfacing for the entire width of the roadway: 12th Street, from Meadows Avenue to Peck Avenue; 23rd Street, from Redondo Avenue to Herrin Avenue; Manhattan Beach Boulevard, from Pacific Avenue to Sepulveda Boulevard; 17th Street, from Meadows Avenue to Rowell Avenue; 22nd Street, from Redondo Avenue to Herrin Avenue; and Herrin Avenue, from 22nd Street to 23rd Street. The project presented unique challenges in coordinating traffic control, work hours, and minimizing the impact to Meadows Elementary School. Portions with deficient fire flow capacity were selected based on pipe size and locations containing severe operations and maintenance issues in order to resolve fire flow and residual pressure, and to minimize potential for negative impacts to public health, the environment, and the number of residents impacted by main breaks, and allowing for more isolated main shutdown during emergency SECTION 4.4: FIRM EXPERIENCE/QUALIFICATIONS | 12RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 repairs. This project had a 220 working day schedule. •Reference: Tim Birthisel, PE, Senior Civil Engineer - (310) 802-5368 - tbirthisel@citymb.info 3621 Bell Avenue, Manhattan Beach, CA. 90266 •Start and End: Oct 2021 - current N O RWAL k phaSE 3 LocaL StREEtS REhabiLitation (zonE 24, 27, & 32) OE provided CM and Inspection services to the City of Norwalk on the 3rd Stage of Construction of the Local Streets Rehabilitation Paving Improvements. The work included three separate City projects (No. 7924-Zone 24. No. 7925- Zone 25, and No. 7926-Zone 32). Stage 1 of this project included concrete improvements, and OE provided CM and Inspection services for Zone 32 of that phase. Stage 3 included a variety of pavement rehabilitation methods including full-depth repair, grind and overlay, and slurry seal for Zones 24, 27, and 32. Twenty-one streets with a total of 3.6 centerline miles were included as part of this project. These limits were within the two blocks of Highdale Street between Elaine Avenue and Ibex Avenue which had a PCI rated less than 25 (very poor). The streets were also adjacent to Edmondson Elementary School, requiring careful coordination with the school. The replacement of the deteriorated pavement and accessibility ramps was important to improving the safety of the school zone and extending the useful life of the streets. The rehabilitation work involved street repaving which included curb and gutter repairs, slotted cross gutter replacements and pedestrian accessibility ramps at intersection corners to meet current standards. •Reference: Randall Hillman, Associate Engineer - (562) 929-5719 - rhillman@norwalkca.us 12700 Norwalk Boulevard, Norwalk, CA 90650 •Start and End: 2021 Oc SheRiFFS DePt jamES a. muSick faciLit y conStRuction pRojEct OE provided Construction Inspection services for the Orange County Sheriff’s Department Research and Development on the James A. Musick Facility Construction Project. Long called “The Farm” for its historic roots in agriculture, the James A. Musick Facility realized the construction of an 896-bed state-of-the-art facility designed to meet the needs of an expanding jail population and to enhance treatment and rehabilitation. This multi-partnership of public and private industries required inspections on horizontal work - storm drains, curb and gutters, asphalt roadways, parking lots, drainage basins, irrigation, landscaping, concrete stairs/ramps, and signing and striping. Horizontal construction began in May 2022 and was primarily completed by May 2024 with an overall vertical construction completion date set for late 2024. This project was awarded 2024 Project of the Year in the Buildings Category by the APWA and saw a lifespan of 21 months on a $350 million budget. •Reference: Greg Yi, Senior Project Manager, Facilities Planning & Research Development - greg.yi@ocpw.ocgov.com 300 N. Flower Street, Rm. 716, Santa Ana, CA. 92703 •Start and End: 2022 - 2024 tORRANce doWntoWn pEdEStRian ImpRovEmEnt pRojEct - t-115 OE provided Construction Management and Inspection Services to the City of Torrance on this Downtown Pedestrian Improvement Project. The Downtown Pedestrian Improvement Project aimed to provide a more attractive pedestrian environment along Cravens Avenue from Carson Street to Torrance Boulevard. The work encompassed construction of uniform, spacious, and ADA-compliant sidewalks, new decorative LED street lights, improved landscaping, roadway pavement rehabilitation, new curb and gutter, benches, bike racks, and pedestrian signage. The water mainline located under the sidewalk was relocated under the roadway to provide improved access for future repair work. The work also included replacement of the sidewalk, curb and gutter, and curb ramps; roadway repair; and replacement of traffic signs. •Reference: Beth Overstreet - Engineering Manager - (310) 618-3074 - boverstreet@torrnet.com 20500 Madrona Avenue, Torrance, CA 90503 •Start and End: 2018 - 2019 heRMOSA beAch StREEt ImpRovEmEntS at vaRiouS LocationS (cIp 186 & 190) OE provided Construction Management and Inspection services for Street Improvements at Various Locations through out the City of Hermosa Beach. The purpose of the project was to restore the surface integrity of the streets, improve the ride quality and safety, as well as mitigate any potential hazards by means of pavement resurfacing. The project included 5,135 feet of full depth street repairs, 3,186 tons of grind and overlay rehabilitation, and 38 ADA Ramp upgrades, along with various sidewalk repairs. OE also provided the City with community coordination by means of establishing public accessable online web maps to inform and update the public on the project, as well a the distribution of public notifications. •Reference: Romany Basilyous, Engineering Manager now is the City of Baldwin Park | Public Works Department (626) 960-4011, ext 459 - rbasilyous@baldwinpark.com •Start and End: July 2021-September 2021 SECTION 4.4: FIRM EXPERIENCE/QUALIFICATIONS | 13RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Aragon Geotechnical, Inc. (AGI) is a full-service laboratory, located in Riverside, California provide geotechnical engineering, geology, special inspections and materials testing services for public and private agencies throughout Southern California and is a Disadvantaged Business Enterprise (DBE) and Small Business Enterprise (SBE) certified by the State of California. AGI is committed to providing geotechnical, geological, materials testing, and inspection services with a high degree of professional excellence and proficiency. AGI strives to offer their clients individual attention and provide innovative solutions at a competitive cost. AGI’s personnel collectively have decades of experience, enabling public and private clients to draw from a pool of talented professionals in the fields of geotechnical engineering, engineering geology, hydrogeology, earthquake engineering, pavement design and testing, concrete and steel inspections and testing, non-destructive testing and specialized inspection services. AGI’s staff regularly attends scientific conferences to stay abreast of cutting-edge technologies and new developments in their fields of experience. COMPANY exPerieNCe vaRIouS StREEtS REconStRuctIon pRojEct no. 210804, RIALt O The City of Rialto implemented a street improvement plan comprising the furnishing all materials, equipment, tools, labor, incidentals, all implied requirements, and all appurtenant work as required by the Plans, Specifications, and Contract Documents for the above stated project. The general items of work to be performed hereunder consist of traffic control; implementation and maintenance of Best Management Practices SWPPP; construction staking and monument perpetuation; removal and replacement of PCC curbs, gutters, cross-gutters, curb ramps, driveways, and sidewalk; cold milling; crack sealing; cement stabilized pulverized base (CSPB); full depth reclamation-cement; hot mix asphalt (HMA); rubberized hot mix asphalt (RHMA) surface course; and adjustment of surface utilities to grade; parkway drain system. The work also includes traffic striping and pavement markings, installation of detectable warning surfaces, traffic signal loop replacement, adding separate pedestrian push buttons, and all associated work as identified on the construction drawings. Aragon Geotechnical Inc. was selected by the client Matich to provide Geotechnical testing services to include, but not limited to, field, lab, cores, and compaction for the City of Rialto street improvement operations. The service that were accomplished was field density tests performed on material processed during the recent placement and/ or compaction of subgrade, Cement Stabilized Pulverized Base (CSPB) and Hot Mix Asphalt (HMA) on various streets on the subject project. Matich Corporation authorized Aragón Geotechnical, Inc. (AGI) to sample representative subgrade CSPB and HMA materials for laboratory resting and to perform field density testing at various streets in the City of Rialto. WatER maIn REpLacEmEnt & StREEt REconStRuctIon, bANNING The City of Banning street and utility improvement projects have consisted of several miles of street rehabilitation on Sunset Street, Ramsey Street, Wilson Street and San Gorgonio Avenue and more than 3 miles of waterline and irrigation lines were replaced along Sunset, Wilson Street, Westward Avenue and Lincoln Street. As part of our ongoing on-call contract with the City we have provided subsurface geotechnical investigations, materials testing for potentially corrosive conditions, and construction materials testing (soil, concrete, asphalt). Continuous on-site observations, testing, professional recommendations, and opinions were provided to the City as requested. Aragón Geotechnical performed engineered fill observations and testing, utility backfill testing, and laboratory tests to qualify select materials such as bedding and aggregate base. R-value tests provided by an affiliate outside laboratory are used to design new asphaltic concrete pavement structural sections in accordance with recognized standards and City-designated traffic indices. cIty-WIdE pavEmEnt REconStRuctIon pRojEct, phaSE I, II, & III, ReDLANDS, The City of Redlands implemented a Pavement Accelerated Repair Implementation Strategy (PARIS) as part of their comprehensive pavement management plan. Since 2014 the City has repaired and resurfaced over 700 lane-miles of roadways. Aragón Geotechnical was selected by Matich Corporation to provide full-time Field and Lab- oratory Materials Testing during Phase I of the City of Redlands City-Wide Road Reconstruction Project. Aragón Geotechnical field technicians provided quality control during the pulveriza- tion, placement and compaction of aggregate base ArAgON geOteChNiCAl iNvestigAtiON & testiNg (951) 776-0345 | agi@aragongeo.com 16801 Van Buren Boulevard, Riverside, CA 92504 SECTION 4.5: THIRD-PARTY / SUBCONTRACTORS On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 14RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services thIRD-PARtY / SubcONtRActORS4.5Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 course, soil, and Hot Mix Asphaltic [HMA] Concrete. Laboratory technicians and professional engineers provided as-needed support for field technicians. Laboratory materials testing was performed in Aragón Geotechnical’s certified facilities to verify compliance with the project specifications. Mr. Aragón was a source of advice to the City of Redlands engineering staff during construction when materials sieve analyses were not within the project specifications. 15719 & 15755 aRRoW RoutE InduStRIaL pRojEct, FON tANA Aragon Geotechnical Inc. (AGI) completed preliminary geotechnical and geological assessments for the 15719 & 15755 Arrow Route Industrial Project. AGI prepared a report detailing the findings, opinions, and recommendations developed as a result of surface inspections, subsurface exploration and field tests, laboratory testing, and quantitative analyses. The project scope included an infiltration feasibility study for stormwater BMPs, and a second site suitability investigation for on-site wastewater disposal given the lack of municipal sanitary sewer service. Data and recommendations from these studies were issued under separate cover. All geotechnical services have excluded environmental research and materials testing for contaminants in soil, groundwater, or air at the site. Nine exploratory borings were drilled within the proposed construction area to characterize local soil units. Two primary native-soil units were distinguished: (1) Distinctly yellowish brown silty fine-grained sand that forms a looser surface layer about 2 to 6 feet thick; and (2) Brown- colored, massive to crudely stratified, near-cohesionless and well-graded sand with silt, gravelly sand, and sandy gravel found site-wide below the surface layer. The silty sand unit thickens toward the southeast corner. AGI interpreted the bulk of the near-surface zone to represent wind-blown sediments deposited as low dunes and sand sheets. The deeper and much denser sediments were typical of young braided-stream alluvium and sheet flood deposits. on-caLL EngInEERIng SERvIcES, bANNING Aragon Geotechnical Inc. (AGI) provided On-Call Engineering Services to the City of Banning for various types of public works projects. Projects included design, plans, specifications, cost estimates, and contract documents for capital projects including street improvements, traffic engineering; storm drain improvements, sewer improvements, water improvements and wastewater improvements, as well as, plan checks. Some of the design engineering and surveying services provided included: • Preparation of engineering quantity estimates and costs. • Engineering project management. • Structural design. • Survey services necessary for required scope of work. • Land surveying and map/easement or legal description preparation. • Federally and State-mandated reports required for NPDES, general construction permit. • Preparation of grading improvement plans (mass, rough and precise). • Preparation of traffic plans (signing and striping plans, traffic detour and traffic staging plans, and signals). • Preparation of street improvement plans (widening and rehabilitations). • Preparation of traffic studies/reports to ensure conformance with traffic plans. • Preparation of storm drain improvement plans. • Preparation of hydrology and hydraulic reports. • Water well/booster pump stations; water main distribution or transmission improvements/replacement of pipelines Sewer lines and sewer lift stations. • Preparation of sewer improvement plans. • Preparation of water and sewer pressure and capacity calculations and reports. SECTION 4.5: THIRD-PARTY / SUBCONTRACTORS | 15RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Sub -cONSuLtANt SECTION 4.5: THIRD-PARTY / SUBCONTRACTORS On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 16RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services PAbLO cORtez, pLS PRESIDENT & PRINCIPAL LANDSCAPE ARCHITECT QuaLificationS BS: Landscape Architecture - California State Polytechnic University, Pomona, 2007 LA: Landscape Architect #6373 bio Pablo brings his decade+ experience with a wide range of landscape architecture projects to lead and help grow Sitio. Applying the principles of landscape architecture to outdoor design at all scales and scopes, Pablo has worked on a variety of project types with other landscape architecture firms, past and present, that included private residential, public parks, multi-family housing, master planned communities, municipality projects, education, medical and religious campuses, commercial and retail centers, and complete streets initiatives are all within his capabilities and can be developed from the schematic phase, through concept planning and on to construction documentation. Pablo also provides landscape construction administration. As a Landscape Architect, Pablo Cortez leads Sitio with his own varied experience and organizational skills to help design and create living, vibrant outdoor spaces. ExpERiEncE paRkWay tuRf REpLacEmEnt WIth bmLa Inc., cORONA Pablo provided design and production of construction documents for the city of Corona’s LMD and CFD parkway turf replacement project. The City sought to replace existing turf and overhead spray irrigation with low water usage planting and micro irrigation. Sitio provided job captain duties for the team and produced illustrative imagery, demolition, planting and irrigation plans for the project. LaRWIn paRk REnnovatIon pRojEct, bueNA PARk Pablo managed the redesign, construction package and construction administration phases of the Larwin Park renovation project. The park was updated with modern play equipment, safety surfacing and amenities as well as an overhead shade structure, walking path and a new restroom building. tRact 37279 EntItLEmEnt packagE , RiVeRSiDe Pablo worked on a 7-single family residential lot acquisition. Pablo prepared the landscape portion of the entitlement package to include front yard and private slope planting palettes and water efficiency calculations for the site for review by the city of Riverside’s planning department. LandmaRk-LEnaR RESIdEntIaL communIty dESIgn, ON tA R i O Pablo provided design on this multi-phase single family residential community that included city maintained streetscapes and basins, a HOA maintained public parks, HOA maintained front yards and alleys, single family typical front yards, private slopes and a model’s complex with entry monument signage design. Pablo managed the project from design through construction documentation. thE mEadoWS-kb homE, ReDLANDS Pablo managed the preparation of landscape construction documents for a multi-phase single family residential community that included HOA maintained streetscapes and basins, a city maintained public park, typical front yards and a model’s complex. Pablo managed the project from design through construction documentation. Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 NoorzayGeoNoorzayGeo Maihan Noorzay, MS, PE, GE, QSD, QSP PRINCIPAL ENGINEER QuaLificationS BS: Civil Engineering - UC Irvine, 2007 | MS: Civil Engineering - Cal Poly Pomona, 2014 | PE: Registered Civil Engineer - #C77901 | GE: Geotechnical Engineer - #3085 | QSD/QSP: Qualified SWPPP #23878 bio Maihan has over 15 years of experience on projects that included roadways, bridge and parking structures, freeway widenings, and landfills. His tasks on these projects involved project plans and specifications review to verify consistency with the soils report, review of daily field reports and laboratory test results to verify the accuracy of the project plans and specifications, and technical and budget oversight during construction. His field experience includes field observations, monitoring, and testing of grading operations that included fill and backfill placement, subgrade preparations for foundations and pavements including overexcavation requirement verification, in-situ BAT permeameter testing, rammed aggregate pier installation quality assurance, forensic distress inspections, Cast-In-Drilled-Hole (CIDH) borehole logging and quality assurance, and oversight of investigation drilling operations. Maihan has also completed hundreds of soils reports for various conventional structures including implementation of subsurface exploration programs, assignment of laboratory testing, engineering analysis, and final report preparation. He has laboratory management experience performing characterization and construction soils test. ExpERiEncE gREEn tREE bouLEvaRd to yatES Road ExtEnSIon pRojEct, VIctORVILLe Maihan prepared the Materials Report for Green Tree Boulevard to Yates Road Extension Project in Victorville, California. The project extended from 500 feet west of Green Tree Boulevard from its intersection with Hesperia Road and continued east over the BNSF railroad tracks to merge with Ridgecrest Road and Yates Road. At the western limit, the alignment also included a portion of Hesperia Road from approximately 400 feet north of its intersection with Green Tree Boulevard to Coad Road to the south. At the eastern limit, the project alignment split and continued onto Yates Road, heading north to its intersection with Park Road and extending south on Ridgecrest Road to approximately 1,000 feet south of Chinquapin Drive. The project scope of services included reviewing available reports prepared by project personnel, a field investigation and associated laboratory testing, engineering analysis and preparation of the Materials Report suitable for submission to Caltrans. LEnWood Road gRadE SEpaRatIon pRojEct, bA RStOW Maihan was the QA Manager on this $32 million dollar Grade Separation Project as part of the Alameda Rail Corridor East Project for the City of Barstow. The project was intended to facilitate the flow of both vehicular and freight rail traffic though the City of Barstow. This project developed a grade separated crossing along Lenwood Road over the existing BNSF tracks. The improvements include the widening of Lenwood Road from two lanes to four lanes between Main Street and Jasper Road. The grade separation allowed for improved emergency response time and reduced congestion and in turn improved the air quality of the surrounding area. Maihan provided Quality Assurance management involving testing services for construction materials at the direction of the Project Managers of Simon Wong Engineering. The scope of work included compaction, concrete and materials testing of many aspects of the project such as mechanically stabilized earth walls, structural fill and embankment, and sewer improvements. bRIdgE at RanchERo Road ovER thE I-15 fREEWay, heSPeRIA Maihan served as the Quality Assurance Manager on This project consisted of a Bridge at Ranchero Road over the I-15 Freeway in Hesperia, CA. The project Quality Assurance Materials Testing and Inspection services was performed in accordance with the Caltrans construction manual as well as the project special provisions. . Maihan’s daily responsibilities on the project included reviewing daily reports, presenting lab and field test data, and offering technical guidance. Maihan also administered and oversaw the hot mix asphalt QC/QA program including the coordination and verification of the contractors QC laboratory testing, preparing the invoices using the SANBAG templates and categorized and filed all test data. Maihan also performed the review and acceptance of hot-mix asphalt (HMA) mix designs, material submittals including JPCP and PCC mix design submittals. Sub -cONSuLtANt SECTION 4.5: THIRD-PARTY / SUBCONTRACTORS On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 17RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Sub -cONSuLtANt SECTION 4.5: THIRD-PARTY / SUBCONTRACTORS On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 18RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services jeSuS “FReDDie” OLMOS ENVIRONMENTAL SCIENTIST QuaLificationS BA: Environmental Analysis & Design, with a Minor in Urban & Regional Planning - University of California, Irvine TRAINING COURSES: Caltrans Environmental Compliance for Local Agency Partners & Consultants - Categorical Exemptions and Categorical Exclusions, Caltrans, 2013 bio Jesus’ 20-year professional experience involves California Environmental Quality Act (CEQA) and National Environmental Policy Act (NEPA) analysis and document preparation for government agencies and private clients. He has prepared and managed a variety of environmental documents, including Initial Studies/Mitigated Negative Declarations (IS/MNDs), Environmental Impact Reports (EIRs), Environmental Impact Statements (EISs), Environmental Assessments (EAs), and Findings of No Significant Impact (FONSIs), including Addendum CEQA/ NEPA documentation. While his experience focuses on environmental report writing and permit preparation, he also has experience with biological resources monitoring and surveying for public facilities construction and research projects. Proficient in oral and written Spanish. Mr. Olmos is experienced in the bilingual English-Spanish translation of notices, documents, and handouts for CEQA and biological/cultural resources projects. ExpERiEncE San gabRIEL RIvER WatERShEd pRojEct cEQa & Ramp REvIEW, LOS ANGeLeS Jesus reviewed the IS/MN and Adaptive Management Plan (AMP) for the San Gabriel River Watershed Project to Reduce River Discharge in Support of Increased Recycled Water Reuse. ECORP’s focus was limited to biological resources and those specific thresholds of significance in the CEQA checklist, specifically on the reported conclusions in the IS/MND regarding the potential impacts of diverted water on riparian habitat supporting the least Bell’s vireo, the benthic environs, and the overall habitat. ECORP’s review focused on evaluating the existing and future annual daily average discharge from approximately 16 million gallons per day (MGD) to a minimum monthly average of approximately five (5) MGD at the San Jose Creek Water Reclamation Plant (WRP), which discharges to sensitive habitat. In addition, ECORP considered the AMP within the context of the significance finding. LEnWood Road gRadE SEpaR atIon pRojEct, LA hAbRA An IS/MND was prepared by Jesus for the construction and operation of a 500-foot-deep well to extract groundwater for use at the existing Westridge Golf Course. An approximately 50-foot buried pipeline would be constructed to connect the well to the existing irrigation system. The project was located in the golf course parking lot and landscaped areas adjacent to a residential development. The IS/MND included an air quality/climate change technical report and detailed analysis, with an emphasis on impacts to air quality, biological resources (nesting birds), hydrology/ groundwater, and greenhouse gas emissions. hEacock bRIdgE REpLacEmEnt pRojEct, MOReNO VALLeY As the Project Manager for the City of Moreno Valley, Lam was responsible for Construction Surveying Services for the replacement of the existing Heacock Bridge. The project involved replacing the two-lane Heacock Street Bridge, which crosses over the Perris Valley Storm Drain (PVSD) Lateral “A.” The Project area is located south of State Route 60 and is adjacent to the east side of March Air Reserve Base (MARB), in the southeast portion of the City of Moreno Valley, in Riverside County, California. The Project was part of an ongoing regional effort to improve circulation around MARB and March Joint Powers Authority facilities. Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Sub-cONSuLtANtS PR O jec t e NGiNeeRS & c ONS tRuct i ON i NSP ec t ORS PROject & cONStRuctiON MANAGeRS PM&cM PM&cM cM cM bS: Civil Engineering, CSULB pE: Professional Engineer #35217 tE: Licensed Traffic Engineer, #1183 ptoE: Professional Traffic Operations (former) Director & Chief Engineer STATEMENT: *Should any of the key personnel become unavailable, the OE will submit a written request for substitution of this personnel with another party of equal competence for City approval. PRiNciPAL-iN-chARGe PROject eNGiNeeRS 5.3 GeNeRAL ciViL eNGiNeeRiNG 5.5 cONStRuctiON MANAGeMeNt AND INSPectiON cONStRuctiON iNSPectORS DeLFINO “chINO” cONSuNjI - Pe bS: Civil Engineering pE: Professional Engineer, #57908 cERtificatE: - Engineering Management for Construction, UCLA Extension, 1991 - Building Construction & Management, AOTS Japan, 1990 IGNAcIO OchOA - Pe , te, PtOe PM juStIN SMeetS - Pe,PLS,QSD bS: Civil Engineering, CSUF, 2007 pE: Professional Engineer #78314 pLS: Professional Land Surveyor #9293 QSd: Qualified SWPPP Developer #00852 octa : (prior) CERTIFIED: Pavement Condition Analysis LuDWIG SMeetS - Pe bS: Civil Engineering, CSULB, 1979 ma: Military Science, A&M, 1990 uS aRmy: Command & General Staff College, 1989 pE: Professional Engineer #37221 mEmbER: APWA, ASCE, NSPE, SAME RYAN DeNNIS - P. eNG. bS: Civil Engineering, -University of Calgary, 2005 mInoR: Environmental Engineering, -University of Calgary, 2005 p. Eng.: Professional Engineer (Canada) tEch: AutoCAD & Civil 3D DAVID LORIA aS: Computer Animation, -Brooks College, Long Beach cERtIfIEd: AutoCAD Certified Professional tEch: Civil 3D, Revit, 3D Max, Recap, Scan Master point cloud processing software heNRY Lu bS: University of Transport, -Ho Chi Minh, Vietnam dESIgn: Roadway/Drainage/Slope Stability/Utility tEch: AutoCAD/Civil3D LeONARD PhuNG bS: University of Transport, -Ho Chi Minh, Vietnam dESIgn: Roadway/Drainage/Slope Stability tEch: AutoCAD/Civil3D/InfraWork jASON tO bS: Civil Engineering, CSUF, Fullerton ExpERIEncE: Surveying/Soil Mechanics/ Reinforced Concrete & Structural Steel Design tEch: AutoDesk/AutoCAD & ArcGIS/RAM DAYtON LOWe octa: (prior) CERTIFIED: Pavement Assessment, Rehabilitation & Recommendations couRSES: Construction Management, Technology, & Civil Engineering, -Broward College tEch: AutoCAD & Civil 3D jOe zAMARRIPA cERtifiEd: Public Works Inspection, -Santiago Canyon College jORGe ROQue dEgREE: Civil Engineering, Instituto Tecnologico Centro Americano, El Salvador tIMOthY StANLeY couRSES: Public Works Inspection, Business Administration & Computer Technology caLtRanS: ceRtIFIeD 375: AC Pavement In-Place Density | 201: Sample Preparation | 539: Concrete Sampling | 533: Ball Penetrati keVIN GReeN bS: Psychology/Sociology/Business -La Sierra University cERtifiEd: Storm Water Pollution Prevention Plan Radiation Safety ARMANDO R. cAStAÑeDA cERtifiEd: -Construction Inspection Workshop, American Public Works Association. - Public Works Administration, MSA Educational Workshop Series. - Reinforced Concrete Inspection Ac SAMMY eLbAStAWeSY bS: Construction Engineering -CalPoly University, Pomona, 2016 EnviRonmEntaL hEaLth: department of public health - Mt. San Antonio College, Walnut cERtifiEd: -40 Hour HAZWOPER Certified -Forklift Certified -Confined Space Certified Se MIchAeL NGuYeN aa: Industrial Technology, CalPoly Pomona 60 unitS: Mechanical Engineering, CalPoly Pomona 16 yEaRS: Public Works Inspector, County of Orange MARk LueRA couRSES: Public Works Interpretation & Estimation, -Citrus College RON OSteNDORF ExpERiEncE: Caltrans Coordination, Trenching, Traffic Control & Safety Training RubeN ROchA cERtifiEd: -General Construction Inspector -Traffic Signal Inspector -ADA Curb Ramp Inspector, ACI, osha, caltrans & Nuclear Gauge. eRIc uRSO - LSIt bS: Civil Engineering; The Citadel -The Military College of South Carolina mS: Geographic Information Science -Cal State Long Beach LSIt: Licensed Surveyor in Training tEch: Survey CAD: AutoCAD/Civil 3D MuhAMMAD AtAYA - MPA bS: Political Science, CSULB, 2008 mpa: Public Administration, CSULB, 2010 cERtificatE: Construction Management, UCLA Oe RePReSeNtAtIVe & ADMINIStRAtION SItIO pabLo coRtEz President (657) 217.6169 | pcortez@sitioila.com 323 N. Resh Street, Anaheim, CA 92805 LANDSCAPE & Architecture jESuS oLmoS Environmental Scientist (909) 307-0046 folmos@ecorpconsulting.com 215 North 5th Street, Redlands, CA 92374 ecORP, INc. Environmental Consultants RAShID SYeD - MPA bS: Civil Engineering, -Hyderabad Polytechnic Institute ba: Public Administration, CSULB mpa: Public Administration, CSULB MAjDI AtAYA - Pe bS: Civil Engineering, CSULB, 1981 mpa : Full Coursework, CSULB, 1993 pE: Professional Engineer #39392 city of La habRa: (former) Deputy Director of Public Works (former) City Engineer cERtIfIcatE: Caltrans Resident Engineer’s Academy 18, 22, 2024 chRIS bOReN LEvEL I & II: Public Works Inspector ExpERiEncE: -Federal Funding - Caltrans Coordiination -Nuclear Densometer Work jeFF eAtON - QSP 3 yEaRS: Studies & Computer Science, CSUF, 2004 aS: Construction Management, -Santiago Canyon College QSp: Qualified Stormwater Practitioner RObeRt VALLe - QSP, cISec QSp: Qualified Stormwater Pollution Prevention Plan Practitioner #26670 ciSEc: cERtIfIEd Inspector: Sediment & Erosion Control #2075 30 yEaRS: Public Works Inspector, -County of Orange jOe DYeR - Pe bScE: Civil Engineering, Ohio State University mS & phd pRogR am: Virginia Polytech- nic Institute & State University,Virginia pE: Professional Engineer, #31626 tE: # 1200PM&cM Oe SuRVeY teAM 5.1 SuRVeYiNG AND MAPPiNG juStIn SmEEtS, pLS | ERIc uRSo, LSIt | dayton LoWE 5.3 General Civil Engineering & 5.5 CM and Inspection 5.3 General Civil Engineering & 5.5 CM and Inspection 5.3 General Civil Engineering & 5.5 CM and Inspection 5.5 Construction Management and Inspection 5.5 Construction Management and Inspection 5.3 General Civil Engineering NOORzAYGeO, INc. maihan nooRzay, mS, pE, gE Principal Engineer (951) 264-9023 | maihan@noorzaygeo.com 16817 Rainy Vale Avenue, Riverside, CA 92503 NoorzayGeoNoorzayGeo Geotech Investigation & Testing ARAGON GeOtechNIcAL, INc. LuiS aRguELLo, mS, Eit Project Engineer/Manager (951) 776-0345 | aragongeo.com 16801 Van Buren Blvd., Riverside, CA. 92504 Geotechnical Investigation SECTION 4.6: STAFF RESUMES AND ORGANIZATION CHART 300 S. Harbor Blvd. Suite 814 Anaheim, CA. 92805 On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 19RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services StAFF ReSuMeS AND ORGANIzAtION chARt4.6Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 QuaLIfIcatIonS PE #39392 Registered Civil Engineer, EXP: DECEMBER 31, 2023 • BS: Civil Engineering California State University, Long Beach, 1981 • MPA: Full Coursework California State University, Long Beach, 1993 • Former TAC Chairman Orange County Transportation Authority • Former President Engineer’s Flood Control Advisory Committee • Former President & Honoree Engineer’s Association of Orange County • Certificate: Caltrans Resident Engineer’s Academy 18, 22, 2024 ExpERIEncE 7-yEaR annuaL RESidEntiaL REhabiLitation pRojEct, diamond baR Majdi served as the QA/QC Manager to the City of Diamond Bar on their annual arterial and residential roadway maintenance projects for an annual period of 7 years. Years 2010 and 2011 were awarded as separate contracts. The City awarded OE an additional 3-year contract for 2012–2014. In 2015, the City of Diamond Bar awarded OE yet another annual rehabilitation project. The project sizes and costs were: 2010: 11.8 miles of arterial & residential streets ($908 K), 2011: 19 miles of arterial & residential streets ($1.8 M), 2012: 10 miles of arterial & residential streets ($1.1 M), 2013: 13 miles of arterial & residential streets ($1.3 M), 2014: 14.5 miles of residential, arterial & collector streets ($1.8 M), 2015: 14 miles of residential, arterial & collector streets ($1.75 M) and 2016/2017: 16.6 miles of residential and collector streets ($1.58 million). The general scope of work for each year’s project included localized R&R patching, grind and overlay, cape and slurry seal, traffic loops, traffic striping, and required heavy traffic phasing and traffic control review. OE assisted the City through the project bidding phase, developing text and stipulations for the bid package to ensure contractor availability during the desired working months. Due to the proximity to freeways, OE also coordinated with Caltrans to obtain encroachment permits for the City for four of the projects, which was essential. pavEmEnt REhabILItatIon - aREa a & b, L a m I R a da Majdi was the Principal-in-Charge for the City of La Mirada, utilizing local Measure I Funds for these projects. The project area is exclusively residential with parks, school pedestrian walkways, equestrian trails, and several cul- de-sacs. The project encompasses localized street reconstruction and resurfacing, slurry seal, storm drain lining and concrete repairs of curb, gutter and sidewalks with ADA access ramps; adjustment of manholes and valve cans and new striping and traffic loops. In addition, the existing slotted cross gutters required replacement to current roadway standards. The project required preparing plans, specifications and estimates for the City. It also entailed completing field investigations and necessary topographic surveys to provide a cost-effective design solution that maximized construction dollars using thin-lift AC overlay, spot roadway reconstruction prior to overlay and slurry seal, and roadway reconstruction. SkyLInE, bLuEbIRd canyon, & SummIt dRIvE REhabILItatIon, Laguna bEach Majdi was the Principal-In-Charge for the city of Laguna Beach on the Skyline, Bluebird Canyon, and Summit Drive Rehabilitation project. The project limits were split into three residential areas: Area A (Skyline) includes 934,523 sf, Area B (Lower Bluebird Canyon) includes 158,057 SF, and Area C (Summit Drive) is 185,961 SF. The work included variable grind and overlay in some areas, and Type I Slurry Seal in other areas. There was 2,562 square feet of French Drain that was installed in Area A. A 4-inch drain line was connected to a catch basin in Area A as well. The specifications also called for new traffic signal poles at the Skyline Drive, Crestview Drive, and Fern Street Intersections. Lastly, the project encompassed parkway and curb and gutter improvements, signage and striping. Due to the residential element involved, OE provided Web Maps and a Project Hotline for affected residents, keeping them updated and informed through out the life of the project. MA j D I A t AYA, pE 21 YeARS With Oe Qa /Qc managER fiELdS of ExpERtiSE: ExpERiEncE 43 YeARS OF StAFF ReSuMeS ADA RAMP SIDEWALKPAVEMENT WIDENINGROADWAY SECTION 4.6: STAFF RESUMES AND ORGANIZATION CHART On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 20RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 15 YeARS With Oe SECTION 4.6: STAFF RESUMES AND ORGANIZATION CHART On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 21RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services MuhAMMAD AtAYA , MPA oE REpRESEntativE & admInIStRatIon 16 YeARS OF ExpERiEncE fiELdS of ExpERtiSE: ROADWAY ASPHALT PAVEMENT CALTRANS WIDENING QuaLIfIcatIonS BS: Political Science, California State University, Long Beach, 2008 • MPA: Public Administration, California State University, Long Beach, 2008 • Certificate: Construction Management, University of California, Los Angeles ExpERIEncE mERcEd avEnuE LinEaR paRk pRojEct (hERoES paRk) (cIp 003)t, EL montE Muhammad provided Public Outreach services on the Merced Avenue Linear Park Project, CIP 003, for the City of El Monte. The project is located on Merced Avenue between Garvey Avenue and Towneway Drive. This project features a new linear park constructed directly within a median island along a wide residential street. The 1.1-acre linear park improvements included traffic calming through lane reduction, tree planting, seating, picnic areas, naturalized play and fitness equipment, sidewalk, planting areas, protective fencing, solar lighting, trash receptacles, a Class IV bikeway with bike racks, enhanced stormwater retention areas, a beautiful walking path, and major improvements to the traffic striping and signage allowing for a safe thoroughfare for pedestrians, bike riders, as well as a place for kids to play and people in general to enjoy relaxing or exercising. A new and improved water line to replace the existing 6” and 8” water mainline along the east side of Merced Avenue was also included as part of this project. Additionally, OE provided public outreach support on the project, which substantially maintained informative and always current status during the project’s construction period. This project won the 2024 APWA Best Project of the Year: Creative and Innovative Category and was funded soley through the Clean California Grant Funds and Local Funds. StREEt & SLuRRy SEaL REhabiLitation pRojEct - phaSES I, II & III, Laguna bEach Muhammad provided Public Outreach services for the City of Laguna Beach on Phases I, II, and III of this project. The project limits for Phase I (2017) were split into three areas: Area A (Skyline) included 934,523 sf, Area B (Lower Bluebird Canyon) included 158,057 sf, and Area C (Summit Drive) included 185,961 sf. The project limits for Phase II (2018) covered three different regions: Area A: Canyon Acres Drive/Arroyo Drive/Woodland Drive/Laguna Canyon Frontage Road, Area B: Residential streets in downtown (Loma Terrace, Y Place), and Area C: streets between Thalia Street and Cress Street. The project limits for Phase III (2019) included two areas, Area A: Coast Royal, and Area B: South Laguna Village. These areas are in South Laguna Beach, from the neighborhoods between West Street and 10th Avenue/ Sunset Avenue. The work included variable grind and overlay in some areas, and Type I Slurry Seal in other areas. There was 2,562 square feet of French Drain that was installed in Area A. A 4-inch drain line was connected to a catch basin in Area A as well. The specifications also called for new traffic signal poles at the Skyline Drive, Crestview Drive, and Fern Street Intersections. Lastly, the project encompassed parkway and curb and gutter improvements, signage and striping. Due to the residential element involved, OE provided Web Maps and a Project Hotline for affected residents, keeping them updated and informed through out the life of the project. Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 2 YeARS With Oe 5.3 General Civil Engineering & 5.5 CM and Inspection pRojEct & conStRuctIon managER QuaLIfIcatIonS BS Civil Engineering, University of the Philippines, 1986 • Certificate: Engineering Management for Construction, UCLA Extension, 1991 • Certificate: Building Construction & Management, AOTS Japan, 1990 • Certificate: Inland Navigation & Management, IFIT Belgium, 1989 • PE Professional Engineer #57908, EXP: JUNE 30, 2024 ExpERIEncE fy2019/2020 RESidEntiaL StREEtS REhabiLitation, doWnEy As Public Works Director/City Engineer, Chino oversaw the design, bid and contract award process, construction and inspection of this project. This project rehabilitated 35 residential streets or approximately 7 miles of existing asphalt pavement in the south half of the City with a total cost of $2.8 million. Rehabilitation included reconstruction and overlay of the existing asphalt pavement. This project also included removal and replacement of damaged and/or uplifted concrete sidewalks and curb and gutter and reconstruction of curb access ramps in accordance with current ADA standards. Funding for this project came from Measure R, Senate Bill 1, Vehicle Impact Fees and Developer Funds. fy2018/2019 RESidEntiaL StREEtS REhabiLitation, doWnEy As Public Works Director/City Engineer, Chino oversaw the design, bid and contract award process, construction and inspection of this project. This project rehabilitated 43 residential streets or approximately 6 miles of existing asphalt pavement in the north half of the City with a total cost of $2.3 million. Rehabilitation included reconstruction and overlay of the existing asphalt pavement. This project also included removal and replacement of damaged and/or uplifted concrete sidewalks and curb and gutter and reconstruction of curb access ramps in accordance with current ADA standards. Funding for this project came from Measure R, Senate Bill 1 and Vehicle Impact Fees. 3Rd StREEt pavEmEnt REhabiLitation, doWnEy As Public Works Director/City Engineer, Chino oversaw the design, bid and contract award process, construction and inspection of this project. This project reconstructed 1 mile of existing asphalt pavement on 3rd Street from Old River School Road to Paramount Boulevard. This project included replacement of damaged concrete sidewalks, curb and gutter, driveway approaches and reconstruction of curb access ramps to comply with current ADA requirements. The total cost of the project was $700,000 with funding coming from the $30 million Measure and Measure R Bond Proceeds. 5th StREEt pavEmEnt REhabiLitation, doWnEy As Public Works Director/City Engineer, Chino oversaw the design, bid and contract award process, construction and inspection of this project. This project reconstructed approximately 0.5 mile of existing asphalt pavement on 5th Street from Lakewood Boulevard to Brookshire Avenue. This project included replacement of damaged concrete sidewalks, curb and gutter, driveway approaches and reconstruction of curb access ramps to comply with current ADA requirements. The total cost of the project was $610,000 with funding coming from the $30 million Measure and Measure R Bond Proceeds. fLoREncE avEnuE pavEmEnt REhabiLitation, doWnEy As Public Works Director/City Engineer, Chino oversaw the design, bid and contract award process, construction and inspection of this project. This project reconstructed approximately 0.7 mile of existing asphalt pavement on Florence Avenue from Brookshire Avenue to Tweedy Lane. This project included replacement of damaged concrete sidewalks, curb and gutter, driveway approaches and reconstruction of curb access ramps to comply with current ADA requirements. The total cost of the project was $1.7 million with funding coming from Measure M and Proposition C funds. DeLFiNO “chiNO” cONSuNji fiELdS of ExpERtiSE: ExpERiEncE 38 YeARS OF ADA RAMP SIDEWALKPAVEMENT WIDENINGROADWAY SECTION 4.6: STAFF RESUMES AND ORGANIZATION CHART On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 22RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 2 YeARS With Oe 5.3 General Civil Engineering & 5.5 CM and Inspection pRojEct & conStRuction managER jOe DYeR, Pe, te QuaLIfIcatIonS BSCE: Civil Engineering, Ohio State University, Ohio • MS & PHD Program: Virginia Polytechnic Institute & State University,Virginia • PE #31626: Registered Civil Engineer • TE #1200: Registered Traffic Engineer • Certificate: Certified in Building & Facility Maintenance, 2005 ExpERIEncE gRand avEnuE/SR71 tRunk RELIEf at boyS REpubLIc dRIvE, chIno hILLS Joe provided plan, investigations, and schedule reconstruction on the Grand Avenue and SR71 Trunk Relief at Boys Republic Drive Project. The reconstruction involved an existing sewer trunk line with modified manhole to improve the flow efficiency. Budget: $213K. cItyWIdE WaStEWatER maStER pL an Study, chIno hILLS For the Citywide Wastewater Master Plan Study, the City had retained a consultant to evaluated the City’s sewer collection system with its ability to meet projected demands for the upcoming years and identify needed capital improvements. Budget: $650K. pIpELInE avEnuE SEWER accESS Road, chIno hILLS Joe provided plan, design, and construction contract administration for constructing a 20-foot wide sewer maintenance access road along a County owned flood control channel. Work includes grading, construction of pavement, retaining walls and security gates. Budget: $201K. EucaLyptuS avE REcycLEd WatERLInE InStaLLatIon & tR affIc ImpRovEmEntS, chIno hILLS Joe provided plan, design, and contract administration for the installation of a recycled water line at Veterans Park, pavement rehabilitation for Eucalyptus Avenue, and the installation of a H.A.W.K. signal at the Galloping Hills Road Pedestrian Crosswalk. The project work included replacement of existing ADA ramps, adjust utility facilities, traffic striping and electrical work. Budget: $1.7M. WatER maIn SaddLE REpLacEmEnt (phaSES I, II & III), chIno hILLS Joe provided plan, design and contract administration for over 1000 saddles and services replacement in residential neighborhoods on the Water Main Saddle Replacement Project - Phases I, II & III. Budget: $10M. maRoon bELL - WInchEStER WatER maIn REpLacEmEnt, chIno hILLS For the Maroon Bell - Winchester Water Main Replacement Project, Joe provided plan, design and construction administration for replacing 4,700 feet of 8-inch steel water main line in the Maroon Bell neighborhood. The project work involved working with the local neighborhood Homeowners Association. The work also included refurbishing the pavement of 10 of the private streets. Budget: $1M. Ramona avEnuE WatER maIn REpLacEmEnt, chIno hILLS Joe provided plan, design and coordinated work with City’s Water Division on the Ramona Avenue Water Replacement Project. The work called for the replacement of 680 feet of a 2-inch water main, along with 9 service lines. The construction was located at Ramona Avenue, from Bird Farm Road to Mesa Boulevard. Budget: $400K. cItyWIdE StoRm dRaIn maStER pLan Study, chIno hILLS Joe provided coordination and the retention of a consulting engineer to Update the Storm Drain Master Plan to develop the tools needed to plan, operate and maintain the City’s storm drain infrastructure. Budget: $848K. fiELdS of ExpERtiSE: ExpERiEncE 45 YeARS OF SIGNALPAVEMENT WATERROADWAYTRAFFIC SECTION 4.6: STAFF RESUMES AND ORGANIZATION CHART On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 23RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 6 YeARS With Oe6 YeARS With Oe QuaLIfIcatIonS BS Civil Engineering CSULB, Long Beach, 1980 • PE #35217 Civil Engineer • TE #1183 Registered Traffic Engineer PTOE Traffic Operations Engineer ExpERIEncE Santa anIta actIvE tRanSpoRtatIon pRogRam, cycLE 5 atp pRojEct,phaSE I, II, & III, EL montE Ignacio served the City of El Monte as the Traffic Engineer on the Santa Anita Active Transportation Program, Cycle 5 ATP Project. This project was funded by LACMTA Net Toll Revenue Reinvestment Grant Fund and Measure M funding, totaling $2,200,000. This project entailed cold-milling and ARHM overlay (nearly 200,000 tons). Additionally, the project included video detection and traffic signal updates, and wayfinding sign and bike rack installation at various intersections. The purpose of this project was to improve safety for all roadway users, improve conditions for non- motorized modes of travel thereby promoting pedestrian, cycle and transit use, improve neighborhood connectivity and livability, and to improve the comfort of non-motorized user traveling to and from the El Monte Transit Center and Downtown El Monte. Work was split into three segments, Class II Bike Lane Installation on Santa Anita Avenue from Tyler Avenue to Lower Azusa Road (0.53 miles), Pavement, Curb and Ramp Upgrades on Tyler Avenue from Ramona Blvd. to Santa Anita Avenue (0.97 miles), and Pavement, Curb and Ramp Upgrades on Ramona Blvd. from Santa Anita Avenue to Tyler Avenue (0.36 miles).. 7 yEaR annuaL RESIdEntIaL RoadWay maIntEnancE pRojEctS, dIamond baR Ignacio served as the Construction Manager to the City of Diamond Bar on their annual arterial and residential roadway maintenance projects for an annual period of 7 years. Years 2010 and 2011 were awarded as separate contracts. The City awarded OE an additional 3-year contract for 2012–2014. In 2015, the City of Diamond Bar awarded OE yet another annual rehabilitation project. The project sizes and costs were: 2010: 11.8 miles of arterial & residential streets ($908 K), 2011: 19 miles of arterial & residential streets ($1.8 M), 2012: 10 miles of arterial and residential streets ($1.1 M), 2013: 13 miles of arterial & residential streets ($1.3 M), 2014: 14.5 miles of residential, arterial & collector streets ($1.8 M), 2015: 14 miles of residential, arterial & collector streets ($1.75 M) and 2016/2017: 16.6 miles of residential and collector streets ($1.58 million). The general scope of work for each year’s project included localized R&R patching, grind and overlay, cape and slurry seal, traffic loops, traffic striping, and required heavy traffic phasing and traffic control review. Justin assisted the City through the project bidding phase, developing text and stipulations for the bid package to ensure contractor availability during the desired working months. Due to the proximity to freeways, Justin also coordinated with Caltrans to obtain encroachment permits for the City for four of the projects, which was essential. manhattan bEach & SEpuLvEda bLvd. WIdEnIng, manhattan bEach Ignacio was the Project Manager to the City of Manhattan Beach on the Manhattan Beach Boulevard and Sepulveda Boulevard Widening project. The proposed project limits include the intersection of Manhattan Beach Boulevard and Sepulveda Boulevard to accommodate dual left turn lanes in the northbound to westbound, eastbound to southbound, and westbound to northbound directions. The City of Lawndale is east of the project area, the City of Redondo Beach is south of the intersection, El Segundo sits to the north, and the Pacific Ocean to the west. Commercial businesses can be found throughout the project limits. The purpose of the project was to increase the operational capabilities of the intersection. This was accomplished by adding dual left turn lanes to the westbound, northbound and eastbound lanes. Northbound and southbound Sepulveda will have five travel lanes; two left turn lanes, and three through lanes. Eastbound and Westbound Manhattan Beach Boulevard will have five travel lanes; two left turn lanes, two through lanes and one dedicated right turn lane. iGNAciO OchOA, Pe, te, PtOe pRojEct & conStRuctIon managER 36 YeARS OF ExpERiEncE fiELdS of ExpERtiSE: ROADWAY ASPHALT PAVEMENT CALTRANS WIDENING 5.3 General Civil Engineering & 5.5 CM and Inspection SECTION 4.6: STAFF RESUMES AND ORGANIZATION CHART On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 24RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 6 YeARS With Oe 5.5 CM and Inspection conStRuctIon managER LuDY SMeetS, Pe QuaLIfIcatIonS PE #37221 Registered Civil Engineer, EXP: JUNE 30, 2024 • BS Civil Engineering CSULB, 1979 • US Army Command & General Staff College, 1989 • MA Military Science A&M, 1990 • APWA Member American Public Works Association • ASCE Member American Society of Civil Engineers • NSPE Member National Society Professional Engineers • SAME Member Society of American Military Engineers ExpERIEncE StREEt & SLuRRy SEaL REhabILItatIon - phaSE III, Laguna bEach Ludy lent his skills in providing full Construction Management and Inspection Services for the City of Laguna Beach on Phase III of the Street and Slurry Seal Rehabilitation Project, The project covered the span of three phases in three years. The project limits for Phase III (2019) includes two areas: Area A-Coast Royal, and Area B-South Laguna Village. These areas are in South Laguna Beach, from the neighborhoods between West Street and 10th Avenue/Sunset Avenue. The work included variable grind and overlay in some areas, and Type I Slurry Seal in other areas. The specifications also called for new traffic signal poles. Lastly, the project encompassed parkway and curb and gutter improvements, and signage and striping. Due to the residential element involved, OE provided an up-to-date informative Web Page, interactive Web Maps and a Project Hotline for affected residents, keeping them updated and informed through-out the life of the project. aRLIngton dRIvE bIo -SWaLE and StoRm dRaIn ImpRovEmEnt, coSta mESa Ludy provided Construction Management for the City of Costa Mesa by assuring that the project adhered to the correct plans and specifications. Additionally, Ludy implemented quality control and overseeing the project on behalf of the City. This project included the construction of a 1,200 lineal feet bio-swale, a 2,800 lineal feet storm drain from 60 inch to a 72-inch RCP, plus the widening, reconstruction, and re-striping of the 4,500 lineal feet of roadway. An all-purpose recreational trail was also added to this project on the opposite side of the bio-swale. oRangE avEnuE StREEt ImpRovEmEnt, Long bEach Ludy provided Construction Management services on this capital improvement project for the City of Long Beach. The project included the design to widen and provide pavement reconstruction of 5,400 lineal feet of roadway. Several options of improvements were provided. One option was to demolish the entire PCC pavement and replace with an asphalt over an aggregate base over subgrade. The second option was to merely crack seal the existing PCC and add a 2.5-inch AC overlay. The third option was to crack seal the number one lane in each direction, and then grind and pave the number two and parking lane to the edge of gutter entirely throughout this nearly one-mile street segment. The third option was constructed. nEIghboRhood paRk REnovatIonS - chERRy paRk pRojEct, LakE foRESt Ludy provided Construction Management and inspection services to the City of Lake Forest on this neighborhood park located on Cherry Avenue, bound by Jeronimo Road to the west, Trabuco Road to the east, Los Alisos Boulevard to the south, and El Toro Road to the north. The work entails grading, landscaping, irrigation, site furnishings, a redesigned play area with resilient surfacing, new playground equipment, and a shade structure. dRakE SoccER fIELd, paRk dESIgn and pS&E, Long bEach As the Project Manager tasked by the City of Long Beach, Ludy provided design plans and specifications for this 8.6-acre linear park at Drake Soccer Field. The site was a former railroad corridor and open space, transformed into park recreational use by the design of an artificial turf soccer field, with a parking lot, restrooms, and bike/pedestrian concrete meandering pathway, approximately 2,800 linear feet in length, through a turf and landscaped linear park. fiELdS of ExpERtiSE: ExpERiEncE 39 YeARS OF ADA RAMP DRAINAGEWATER PARKROADWAY SECTION 4.6: STAFF RESUMES AND ORGANIZATION CHART On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 25RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 QuaLIfIcatIonS PE #78314 Registered Civil Engineer • PLS #9293 Professional Land Surveyor • QSD/QSP #00852 Qualified SWPPP Developer • BS Civil Engineering CSUF, 2007 • OCTA Pavement Rehabilitation (prior) Certification • FAA Licensed Drone Pilot ExpERIEncE fy 2023-24 pavEmEnt managEmEnt pRogRam ImpLEmEntatIon pRojEct, gLEndaLE Justin was the Lead Project Engineer for the City of Glendale on the Fiscal Year 2023 to 2024 Pavement Management Program Implementation Project. The purpose of this project was to rehabilitate approximately 48,650 linear feet (9.2 miles) of street, a total of 60 streets in all. OE was tasked with providing designs for pavement resurfacing and reconstruction; curb, gutter and sidewalk repairs at 9 separate locations; a total of 124 ADA curb ramps and driveways construction; catch basin enhancements; bus stop improvements and relocations; sewer point repairs; tree well installation and tree planting; utility appurtenance adjustments and relocations; signing and striping; and surveying well monument installations and replacements. Additional work included sewer video inspection to identify sewer defects and preparing sanitary sewer plans for repairs that included point repairs, and sectional and full-length slip lining, along with Traffic Control plans. OE also acquired no-fee permits for ground distrubance work within the City’s right-of-way. aRdEn dR. zonE 3 StREEt & bIkE LanE ImpRovEmEntS pRojEct (cIp 053/058), EL montE Justin was the Project Manager for the City of El Monte on the Arden Drive Zone 3 Street and Bike Lane Improvements Project. The work called for the preparation of PS&E to rehabilitate pavement on Zone 3 streets and Arden Drive, as well as construct ADA ramps, repair damaged curb and reconstruct cross gutters where drainage was affected. The pavement was treated with slurry seal, cape seal, milling and overlays. Failed pavement sections were treated with a deeper grind and a grindable fibrous interlayer to prevent reflective cracking in lieu of full depth reconstruction. Sidewalk was replaced in areas that did not meet ADA compliance, such as heaved sidewalk panels and minimum path widths. Damage due to tree root infiltration of 126 trees was also noted, requiring OE to assign a licensed arborist. Further enhancements were included in the design per the San Gabriel Valley Regional Bicycle Master Plan to include a Class II bike lane along Arden Drive and Class III bike lanes along Hickson Street, Esto Avenue, Marsen Street, Ranger Avenue, and Arden Way. OE subsequently updated the City’s Master Bike Plan with recommendations. OE also conducted public outreach activities to address concerns from local businesses, residents and stakeholders affected by the construction. fy 2022-23 annuaL pavEmEnt REhabILItatIon pRojEct, phaSES 1-4, WhIttIER Justin served as the Project Manager to the City of Whittier with Engineering Design services through 4 phases of their Annual Pavement Rehabilitation Project. The project purpose was to rehabilitate approximately 49,000 linear feet (9.3 miles) of 46 streets with a variety of slurry and cape seal, and grind and overlay in order to achieve an extended pavement service life while minimizing future maintenance needs, improve safety and enhance aesthetics. The required work involved pavement, curb, gutter and sidewalk repair and rehabilitation, reconstructing 62 ADA curb ramps (52 with missing truncated domes), replacing 9 cross gutters, utility appurtenance adjusting and relocating, and signing and striping. The project also required Caltrans Encroachment Permits for streets around Whittier Boulevard, and permits for the Union Pacific Railroad (UPRR) due to street proximity to the right-of-way on the southwest end. OE’s in-house Laser Scanner was utilized to capture visible indications of surface utilities, trees, utility poles, luminaries, fencing, walls, sidewalks, hardscape, signs, and edge of pavement lying within the ramp locations, as well as lip of gutter, flow-line, top of curb, and back of walk elevations were documented. The survey also extended beyond the ramp’s BCRs/ECRs to ensure proper tie-in to the existing infrastructure. fiELdS of ExpERtiSE: ExpERiEncE 19 YeARS OF 10 YeARS With Oe 5.3 General Civil Engineering and 5.1 Surveying & Mapping pR oj E c t managER juStIN SM e etS , pE, pLS, QSd ADA RAMP SIDEWALKPAVEMENT WIDENINGROADWAY SECTION 4.6: STAFF RESUMES AND ORGANIZATION CHART On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 26RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 7 YeARS With Oe QuaLIfIcatIonS MPA: Public Administration California State University, Long Beach • BS: Civil Engineering Hyderabad Polytechnic Institute • BA: Public Administration California State University, Long Beach ExpERIEncE doWntoWn pEdEStRian impRovEmEnt pRojEct, toRRancE Rash provided Inspection Services to the City of Torrance on this Downtown Pedestrian Improvement Project. The Downtown Pedestrian Improvement Project seeks to provide a more attractive pedestrian environment along Cravens Avenue from Carson Street to Torrance Boulevard. The work encompassed construction of uniform, spacious, and ADA-compliant sidewalks, new decorative LED street lights, improved landscaping, roadway pavement rehabilitation, new curb and gutter, benches, bike racks, and pedestrian signage. The water mainline located under the sidewalk was relocated under the roadway to provide improved access for future repair work. The work also included replacement of the sidewalk, curb and gutter, and curb ramps; roadway repair; and replacement of traffic signs. aRtESia bouLEvaRd REconStRuction - phaSE I, cERRItoS Rash served as a Project Manager & Construction Inspector for the Artesia Boulevard reconstruction project. The project limits were from Carmenita Road to Valley View Avenue. The scope of the work included removing and replacing damaged asphalt pavement, removing and replacing the damaged curb and gutter, and grind and overlay of the existing street. The project also required traffic striping and traffic control. This was federally funded project with an approximate construction cost of $530,000. Rash managed the project, meeting the federal requirements, including DBA requirements and certified payrolls. Rash was also involved is securing the federal funds, meetings with Caltrans, and having the project audited. caRmEnita Road REconStRuction - phaSE I, cERRItoS Rash served as a Project Manager & Construction Inspector for the Carmenita Road Reconstruction Project, Phase I. The project limits were from Artesia Boulevard to Alondra Boulevard. The scope of the work included removing and replacing damaged asphalt pavement, removing and replacing the damaged curb and gutter, and grind and overlay of the existing street. The project also required traffic striping and traffic control. The approximate construction cost was $529,000. aRtESIa bouLEvaRd REconStRuction - phaSE II, cERRItoS Rash served as Project Manager & Construction Inspector on this project on Artesia Boulevard from Clarkdale Avenue to Norwalk Boulevard. This project was a multi-agency project with the City of Artesia. It was fully funded by the City of Cerritos, but the westerly boundary joined with the City of Artesia. Rash worked with the City of Artesia from beginning till end to obtain approval. The scope of the work included grind and overlay. pIuma avEnuE REconStRuction - phaSE II, cERRItoS Rash served as Project Manager & Construction Inspector for this $200,000 project with limits on Piuma Avenue from Alondra Boulevard to the Golf Course. Rash designed this project in house with the help of the City staff. The scope of the work including full reconstruction to repair the deteriorated roadway. Parkway improvements were also made as part of this project. fiELdS of ExpERtiSE: ExpERiEncE 36 YeARS OF PAVEMENT BRIDGEROADWAYADA RAMP TRAFFIC 5.5 CM and Inspection conStRuctIon managER RAShID SYeD SECTION 4.6: STAFF RESUMES AND ORGANIZATION CHART On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 27RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 QuaLIfIcatIonS P.ENG. : APEGA Registered Civil Engineer • BS: Civil Engineering Minor: Environmental Engineering University of Calgary, 2005 • Certified AutoCAD & Civil 3D ExpERIEncE duRfEE avEnuE & Ramona bouLEvaRd SidEWaLk ImpRovEmEntS, EL montE Ryan served as Project Engineer for the City of El Monte with design engineering services for the Durfee Avenue & Ramona Boulevard Sidewalk Improvements Project (CIP No. 002). The project limits included two areas. The first was south side of Ramona Boulevard, between the eastern city limit - west side of San Gabriel River Trail – and Durfee Avenue (1,115 linear feet). The second location was on both sides of Durfee Avenue, between Ramona Boulevard and the address of 4000 Durfee Avenue (2,525 linear feet). The project had five main objectives. (1) reconstruct sidewalks, driveways, and curb ramps within project limits as necessary to comply with current ADA requirements. (2) identify surface utilities preventing ADA compliance and provide design alternatives that include constructing around the interfering utilities or relocating them. (3) evaluate existing infrastructure (sidewalks, driveways, and curb ramps) for adherence to current ADA requirements. (4) construct new ADA compliant sidewalk where absent. (5) ensure all improvements are constructed within the existing right-of-way. 247th StREEt aREa WatER maIn REpLacEmEnt, L o m I ta Ryan was the Project Engineer on this project to provide design services for the 247th Street Area Water Main Replacement Project. The existing 4-inch/6-inch water main system was constructed between 1928 and 1930 and had exceeded its useful service life. The project area included Western Avenue from 246th St. to Lomita Blvd, on Lomita Blvd. from Western Avenue to Lot 1728, on 246th St. from Western Avenue to Lot 1748, on 247th St. from Western Avenue to Lot 1748, on 247th Place from Western Avenue to Lot 1746, and on 248th St. from Western Avenue to Lot 1746. To provide improved flow, pressure, and fire protection, installing approximately 3,300 linear feet of new 8-inch PVC water mains was needed. The project had a construction budget of $1.1 million dollars and was funded by local monies along with FEMA Hazard Mitigation Grant Program funds. The work was done on an expedited 4 month schedule, and a Caltrans Encroachment Permit along with a City of Los Angeles Permit had to be obtained. LakE foRESt dRIvE RESuRfacIng (bakE paRkWay to I-5), LakE foRESt Ryan served as Project Engineer for the City of Lake Forest on this project to prepare full design plans, specifications and estimates (PS&E) for this roadway resurfacing project located at Lake Forest Drive, between Bake Parkway and the I-5 freeway. The project design plans were to be phased in order for the construction to be distributed into three phases as funding permitted. Along the approximately 5.5 mile stretch of road within the project limits, the phases required the construction of 152 ADA ramps and 22 ADA driveways in total and 7,105 linear feet of median curb height construction, along with the construction of bus pads, curb gutter and sidewalk repairs, and signing and striping replacement. The main objective is to improve the PCI of the street segments following our team’s professional assessment of the existing pavement conditions in order to extend the street service life, improve safety by upgrading to safer streets with better ride quality and pedestrian access, minimize future maintenance costs and enhance aesthetics. This project is funded through Measure M2, SB1 and Infrastructure Reserves Funds. fy 2017-18 Sb1 StREEt REhabILItatIon pRojEct, aLhambRa Ryan provided the City of Alhambra with Project Engineering services. The project entails the rehabilitation of a total of approximately 21,972 feet (4.2 miles) of asphalt concrete (AC) streets located within the City limits and a small portion of street located within the City of South Pasadena. The project is financed using SB1 funds with an estimated construction budget of $954,000 Initially, the City was considering reconstruction, but the cost to rehabilitate the proposed street segments is $2,227,066 based on the reported PCIs and preferred reconstruction methods. To remain within the allotted budget of $954,000, OE prepared a cost-benefit analysis to maximize the budget while utilizing multiple rehabilitation methods. RYAN DeNNIS, p. Eng. pRojEct EnginEER fiELdS of ExpERtiSE: ADA RAMP SIDEWALKPAVEMENT WIDENINGROADWAYExpERiEncE 19 YeARS OF 7 YeARS With Oe 5.3 General Civil Engineering SECTION 4.6: STAFF RESUMES AND ORGANIZATION CHART On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 28RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 QuaLIfIcatIonS Broward College Coursework Civil Engineering Technology & Construction Management • OCTA Pavement Rehabilitation (prior) Certification • Certified AutoCAD & Civil 3D ExpERIEncE 7-yEaR annuaL RESidEntiaL REhabiLitation pRojEct, diamond baR Dayton served as the Project Engineer for the City of Diamond Bar on their annual arterial and residential roadway maintenance projects for an annual period of 7 years. Years 2010 and 2011 were awarded as separate contracts. The City awarded OE an additional 3-year contract for 2012–2014. In 2015, the City of Diamond Bar awarded OE yet another annual rehabilitation project. The project sizes and costs were: 2010: 11.8 miles of arterial & residential streets ($908 K), 2011: 19 miles of arterial & residential streets ($1.8 M), 2012: 10 miles of arterial & residential streets ($1.1 M), 2013: 13 miles of arterial & residential streets ($1.3 M), 2014: 14.5 miles of residential, arterial & collector streets ($1.8 M), 2015: 14 miles of residential, arterial & collector streets ($1.75 M) and 2016/2017: 16.6 miles of residential and collector streets ($1.58 million). The general scope of work for each year’s project included localized R&R patching, grind and overlay, cape and slurry seal, traffic loops, traffic striping, and required heavy traffic phasing and traffic control review. OE assisted the City through the project bidding phase, developing text and stipulations for the bid package to ensure contractor availability during the desired working months. cIty WIdE ada cuRb RampS & path of tRavEL pEdEStRIan accESSIbILIty ImpRovEmEnt, Long bEach Dayton served as the Project Engineer for the City of Long Beach involving Citywide ADA Curb Ramps and Path of Travel Pedestrian Accessibility Improvements. The objective of the project is to design and construct at least 20,000 new ADA compliant curb ramps over the next 20 years in accordance with current State and Federal accessibility codes and standards. The project is to complete 1,000 of those ramps deemed most critical for accessibility. OE’s team utilizes AutoCAD Civil 3D on 3D surfaces for the designs in compliance with the Long Beach Standard Plan No. 122 in order to satisfy the maximum allowable slopes dictated in the most current version of Caltrans Standard Plan A88A, and has had to consider other accessibility standards due to occasional unavailability of a suitable ramp case and type. The project work entails the preparation of detailed individual curb ramp construction plans with the inclusion of horizontal geometrics, design elevations and dimensions, and utility appurtenance adjustments and relocations, along with concrete infrastructure such as curb, gutter, cross-gutters, and sidewalk. The necessary reconstruction is incorporated in order to accommodate the new curb ramps, meet accessibility requirements, and maintain drainage. Additional design elements have also required consideration, which involve constructing 32”x54” size flat landings next to each pedestrian push-button at signalized intersections and installing guardrails where retaining curbs adjoin walkable hard surfaces. fy 2022-23 annuaL pavEmEnt REhabILItatIon pRojEct, phaSES 1-4, WhIttIER Dayton was the Project Engineer for the City of Whittier with Engineering Design services through 4 phases of their Annual Pavement Rehabilitation Project. The project purpose was to rehabilitate approximately 49,000 linear feet (9.3 miles) of 46 streets with a variety of slurry and cape seal, and grind and overlay in order to achieve an extended pavement service life while minimizing future maintenance needs, improve safety and enhance aesthetics. The required work involved pavement, curb, gutter and sidewalk repair and rehabilitation, reconstructing 62 ADA curb ramps (52 with missing truncated domes), replacing 9 cross gutters, utility appurtenance adjusting and relocating, and signing and striping. The project also required Caltrans Encroachment Permits for streets around Whittier Boulevard, and permits for the Union Pacific Railroad (UPRR) due to street proximity to the right-of-way on the southwest end. OE’s in-house Laser Scanner was utilized to capture visible indications of surface utilities, trees, utility poles, luminaries, fencing, walls, sidewalks, hardscape, signs, and edge of pavement lying within the ramp locations, as well as lip of gutter, flow-line, top of curb, and back of walk elevations were documented. DAY t O N LOW e pRojEct EnginEER ExpERiEncE 30 YeARS OF fiELdS of ExpERtiSE: ADA RAMP SIDEWALKPAVEMENT WIDENINGROADWAY 15 YeARS With Oe 5.3 General Civil Engineering and 5.1 Surveying & Mapping SECTION 4.6: STAFF RESUMES AND ORGANIZATION CHART On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 29RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 eRic uRSO, LSIt pRojEct EnginEER ExpERiEncE 15 YeARS OF QuaLIfIcatIonS BS: Civil Engineering, The Citadel, The Military College of South Carolina • MS: Geographic Information Science, California State University, Long Beach • LSIT: #9297: Land Surveyor-In-Training • Software: AutoCAD, SurveyCAD and Civil 3D • FAA Licensed Drone Pilot ExpERIEncE fy 2023-24 pavEmEnt managEmEnt pRogRam ImpLEmEntatIon, gLEndaLE Eric served as Project Engineer to the City of Glendale on the Fiscal Year 2023 to 2024 Pavement Management Program Implementation Project. The purpose of this project was to rehabilitate approximately 48,650 linear feet (9.2 miles) of street, a total of 60 streets in all. OE was tasked with providing designs for pavement resurfacing and reconstruction; curb, gutter and sidewalk repairs at 9 separate locations; a total of 124 ADA curb ramps and driveways construction; catch basin enhancements; bus stop improvements and relocations; sewer point repairs; tree well installation and tree planting; utility appurtenance adjustments and relocations; signing and striping; and surveying well monument installations and replacements. Additional work included sewer video inspection to identify sewer defects and preparing sanitary sewer plans for repairs that included point repairs, and sectional and full-length slip lining, along with Traffic Control plans. OE also acquired no-fee permits for ground distrubance work within the City’s right-of-way. duRfEE avEnuE & Ramona bouLEvaRd SIdEWaLk ImpRovEmEntS, EL montE Eric was the Project Engineer for the City of El Monte on the Durfee Avenue and Ramona Boulevard Sidewalk Improvements Project (CIP No. 002). The project limits included two areas. The first was south side of Ramona Boulevard, between the eastern city limit - west side of San Gabriel River Trail – and Durfee Avenue (1,115 linear feet). The second location was on both sides of Durfee Avenue, between Ramona Boulevard and the address of 4000 Durfee Avenue (2,525 linear feet). The project had five main objectives. (1) reconstruct sidewalks, driveways, and curb ramps within project limits as necessary to comply with current ADA requirements. (2) identify surface utilities preventing ADA compliance and provide design alternatives that include constructing around the interfering utilities or relocating them. (3) evaluate existing infrastructure (sidewalks, driveways, and curb ramps) for adherence to current ADA requirements. (4) construct new ADA compliant sidewalk where absent. (5) ensure all improvements are constructed within the existing right-of-way. EucLId StREEt & RESuRfacIng, EdIngER to WaRnER avEnuE, fountaIn vaLLEy Eric served as Project Engineer to the City of Fountain Valley on the Euclid Street Rehabilitation and Resurfacing Project, which was located on Euclid Street, from Edinger Avenue to Warner Avenue. Approximately 5200 linear feet (1 mile) of roadway required rehabilitation which involved curb, gutter and sidewalk reconstruction, 8 curb returns with ADA curb ramp and 5 driveways to be replaced, signing and striping replacement, and utility appurtenance adjustments. Aerial photographs of the street were captured for use in base map features which included utility appurtenance locations, digout areas, street striping configurations, and pavement limits, along with a topographic survey. The construction budget of this project totaled approximately $1.7 million. zonE 3 coLLEctoR Road ImpRovEmEntS pRojEct L ag una b E ac h Eric served as Project Engineer to the City of Laguna Beach toward the development of Plans, Specifications & Estimates for street improvements of Park Avenue, from Glenneyre Street to Wendt Terrace; Glenneyre Street, from Park Avenue to Thalia Street; and Thalia Street, from Temple Hills Drive to the South End The City. The project consisted of rehabilitating approximately 3,200 linear feet of Park Avenue, 2,500 linear feet of Glenneyre Street, and 2,500 linear feet of Thalia Street. Additional tasks include analyzing crown slopes at pedestrian crossings to reduce crossfall and steep crowns, as needed, along with utility adjustments, a record of survey on Thalia Street, a two-phase set of traffic control plans, and signing and striping. Traffic control and detour plan phasing was also included in order to accommodate the summer moratorium. For Thalia Street, OE prepared a Record of Survey and filed with the County of Orange illustrating the existing centerline from Temple Hills Drive to the southwest end. fiELdS of ExpERtiSE: ADA RAMP SIDEWALKPAVEMENT SURVEYROADWAY 2.5 YeARS With Oe 5.3 General Civil Engineering and 5.1 Surveying & Mapping SECTION 4.6: STAFF RESUMES AND ORGANIZATION CHART On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 30RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 jA SON t O pRojEct EnginEER ExpERiEncE 5 YeARS OF QuaLIfIcatIonS BS: Bachelor of Science-Civil Engineering, California State University, Fullerton • Skills: AutoDesk, AutoCAD, RAM Structural Systems, ArcGIS • Roles: CAD Designer 1, Lab Engineer 1, Technical Specialist, Construction Manager ExpERIEncE RESidEntiaL StREEtS pavEmEnt REhabiLitation pRojEctS-aREaS 1, 2, & 4, doWnEy Jason was the Project Engineer for the City of Downey with Engineering Design services for the Residential Streets Pavement Rehabilitation Project for Areas 1, 2, and 4. The main objective was to improve the PCI of the area residential street segments in order to extend the street service life, improve safety, minimize costs and maintenance needs, and enhance aesthetics. In order to accurately develop a scope of work and fees for the design services, OE conducted a detailed field evaluation, a thorough review of the City’s Pavement Management Plan, and approximated the costs for the construction activities to develop a final list of residential street segments. OE was then able to determine the quantity of streets that could be incorporated into the engineering design, which rehabilitation method to use and which method could be feasibly rehabilitated while adhering to the City’s available budget, along with providing recommendations and estimates. Upon approval by the City, the team then began to prepare separate PS&E packages for areas 1, 2 and 4. The work across the three zones covered nearly 29 miles of residential streets. On a number of segments OE used straight grade between tie-in points at adjacent segments to maximized drainage slopes. A total of 164 Curb Ramps were reconstructed to meet ADA compliance along with 85 total driveways, in addition to street widening and single-sided street parking construction. Collaboration with Caltrans, LA County Flood Control District and Union Pacific Rail Road was also performed in order to acquire permit acquisitions on the segments. The work was completed on time and within budget. fy 2022-23 annuaL pavEmEnt REhabILItatIon pRojEct, phaSES 1-4, WhIttIER Jason was the Project Engineer for the City of Whittier with Engineering Design services through 4 phases of their Annual Pavement Rehabilitation Project. The project purpose was to rehabilitate approximately 49,000 linear feet (9.3 miles) of 46 streets with a variety of slurry and cape seal, and grind and overlay in order to achieve an extended pavement service life while minimizing future maintenance needs, improve safety and enhance aesthetics. The required work involved pavement, curb, gutter and sidewalk repair and rehabilitation, reconstructing 62 ADA curb ramps (52 with missing truncated domes), replacing 9 cross gutters, utility appurtenance adjusting and relocating, and signing and striping. The project also required Caltrans Encroachment Permits for streets around Whittier Boulevard, and permits for the Union Pacific Railroad (UPRR) due to street proximity to the right-of-way on the southwest end. OE’s in-house Laser Scanner was utilized to capture visible indications of surface utilities, trees, utility poles, luminaries, fencing, walls, sidewalks, hardscape, signs, and edge of pavement lying within the ramp locations, as well as lip of gutter, flow-line, top of curb, and back of walk elevations were documented. EucLId StREEt REhabILItatIon & RESuRfacIng, fRom EdIngER to WaRnER avEnuE, fountaIn vaLLEy Jason served as Project Engineer for the City of Fountain Valley on the Euclid Street Rehabilitation and Resurfacing Project, which was located on Euclid Street, from Edinger Avenue to Warner Avenue. Approximately 5200 linear feet (1 mile) of roadway required rehabilitation which involved curb, gutter and sidewalk reconstruction, 8 curb returns with ADA curb ramp and 5 driveways to be replaced, signing and striping replacement, and utility appurtenance adjustments. Aerial photographs of the street were captured for use in base map features which included utility appurtenance locations, digout areas, street striping configurations, and pavement limits, along with a topographic survey. The construction budget of this project totaled approximately $1.7 million. fiELdS of ExpERtiSE: ADA RAMP SIDEWALKPAVEMENT WIDENINGROADWAY 3 YeARS With Oe 5.3 General Civil Engineering SECTION 4.6: STAFF RESUMES AND ORGANIZATION CHART On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 31RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 QuaLIfIcatIonS FAA Licensed #4098277 Commercial Drone Remote Pilot • LEICA Geosystems Cyclone Point Cloud Processing Software • EOS Systems PhotoModeler Motion Photogrammetric Image Analysis/3D Modeling • Autodesk Auto CAD, Civil 3D, Revit, 3D Max, Recap • TopCon Scan Master Point Cloud Processing Software • AS: 3D Computer Animation Brooks College, Long Beach, 2004 • Certified AutoCAD & Civil 3D • FAA Licensed Drone Pilot ExpERIEncE cIty WIdE ada cuRb RampS & path of tRavEL pEdEStRIan accESSIbILIty ImpRovEmEnt, Long bEach David served as the Project Engineer for the City of Long Beach involving Citywide ADA Curb Ramps and Path of Travel Pedestrian Accessibility Improvements. The objective of the project is to design and construct at least 20,000 new ADA compliant curb ramps over the next 20 years in accordance with current State and Federal accessibility codes and standards. The project is to complete 1,000 of those ramps deemed most critical for accessibility. OE’s team utilizes AutoCAD Civil 3D on 3D surfaces for the designs in compliance with the Long Beach Standard Plan No. 122 in order to satisfy the maximum allowable slopes dictated in the most current version of Caltrans Standard Plan A88A, and has had to consider other accessibility standards due to occasional unavailability of a suitable ramp case and type. The project work entails the preparation of detailed individual curb ramp construction plans with the inclusion of horizontal geometrics, design elevations and dimensions, and utility appurtenance adjustments and relocations, along with concrete infrastructure such as curb, gutter, cross-gutters, and sidewalk. The necessary reconstruction is incorporated in order to accommodate the new curb ramps, meet accessibility requirements, and maintain drainage. Additional design elements have also required consideration, which involve constructing 32”x54” size flat landings next to each pedestrian push-button at signalized intersections and installing guardrails where retaining curbs adjoin walkable hard surfaces. LakE foRESt dRIvE RESuRfacIng (bakE paRkWay to I-5), LakE foRESt David served as a Project Engineer for the City of Lake Forest on this project to prepare full design plans, specifications and estimates (PS&E) for this roadway resurfacing project located at Lake Forest Drive, between Bake Parkway and the I-5 freeway. The project design plans were to be phased in order for the construction to be distributed into three phases as funding permitted. Along the approximately 5.5 mile stretch of road within the project limits, the phases required the construction of 152 ADA ramps and 22 ADA driveways in total and 7,105 linear feet of median curb height construction, along with the construction of bus pads, curb gutter and sidewalk repairs, and signing and striping replacement. The main objective is to improve the PCI of the street segments following our team’s professional assessment of the existing pavement conditions in order to extend the street service life, improve safety by upgrading to safer streets with better ride quality and pedestrian access, minimize future maintenance costs and enhance aesthetics. This project is funded through Measure M2, SB1 and Infrastructure Reserves Funds. fy 2023-24 pavEmEnt managEmEnt pRogRam ImpLEmEntatIon, gLEndaLE David served as Project Engineer to the City of Glendale on the Fiscal Year 2023 to 2024 Pavement Management Program Implementation Project. The purpose of this project was to rehabilitate approximately 48,650 linear feet (9.2 miles) of street, a total of 60 streets in all. OE was tasked with providing designs for pavement resurfacing and reconstruction; curb, gutter and sidewalk repairs at 9 separate locations; a total of 124 ADA curb ramps and driveways construction; catch basin enhancements; bus stop improvements and relocations; sewer point repairs; tree well installation and tree planting; utility appurtenance adjustments and relocations; signing and striping; and surveying well monument installations and replacements. Additional work included sewer video inspection to identify sewer defects and preparing sanitary sewer plans for repairs that included point repairs, and sectional and full-length slip lining, along with Traffic Control plans. OE also acquired no-fee permits for ground distrubance work within the City’s right-of-way. DAVID LORIA pRojEct EnginEER ExpERiEncE 14 YeARS OF fiELdS of ExpERtiSE: ADA RAMP SIDEWALKPAVEMENT WIDENINGROADWAY 3 YeARS With Oe 5.3 General Civil Engineering and 5.1 Surveying & Mapping SECTION 4.6: STAFF RESUMES AND ORGANIZATION CHART On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 32RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 fiELdS of ExpERtiSE: ADA RAMP SIDEWALKPAVEMENT WIDENINGROADWAY 4 YeARS With OeQuaLIfIcatIonS BS Civil Engineering University of Transport, Ho Chi Minh City in Viet Nam • Skills Design & Analysis for Roadway, Slope Stability and Drainage Design • Software AutoCAD and Civil 3D, SewerGEMS, GEO-Slope, Infrawork ExpERIEncE LakE foRESt dRIvE RESuRfacIng (bakE paRkWay to I-5), LakE foRESt Leonard served as a Project Engineer for the City of Lake Forest on this project to prepare full design plans, specifications and estimates (PS&E) for this roadway resurfacing project located at Lake Forest Drive, between Bake Parkway and the I-5 freeway. The project design plans were to be phased in order for the construction to be distributed into three phases as funding permitted. Along the approximately 5.5 mile stretch of road within the project limits, the phases required the construction of 152 ADA ramps and 22 ADA driveways in total and 7,105 linear feet of median curb height construction, along with the construction of bus pads, curb gutter and sidewalk repairs, and signing and striping replacement. The main objective is to improve the PCI of the street segments following our team’s professional assessment of the existing pavement conditions in order to extend the street service life, improve safety by upgrading to safer streets with better ride quality and pedestrian access, minimize future maintenance costs and enhance aesthetics. This project is funded through Measure M2, SB1 and Infrastructure Reserves Funds. tRabuco Road RESuRfacIng (pEachWood to bakE paRkWay), LakE foRESt Leonard served as a Project Engineer for the City of Lake Forest on the Trabuco Road Resurfacing Project for road resurfacing on Trabuco Road, between Peachwood Parkway and Bake Parkway. The work required the construction of 11 ADA ramps and 2 ADA driveways in total, median curb height construction, along with curb gutter and sidewalk repairs, and signing and striping replacement. The main objective is to improve the PCI for Trabuco Road following our team’s professional assessment of the existing pavement conditions in order to extend the useful service life of the streets, improve safety by upgrading to safer streets with better ride quality and pedestrian access, minimize future maintenance needs and costs, and enhance aesthetics. cEcILE couRt SubdIvISIon pRojEct-LLoyd dRIvE ImpRovEmEntS, napa, ca Leonard provided Project Engineering services on the Cecile Court Subdivision Project-Lloyd Drive Improvements in the City of Napa, California. Located at 4060 Lloyd Drive, the project consisted of approximately 46,655 square feet of roadway at a width of 36 feet, 4 foot wide sidewalk, and a 30 foot radius cul-de-sac. Leonard provided the roadway improvement design for the entire project, from survey to completion. Utilities were also included, and involved a 6 inch PVC storm drain pipe and an 8 inch sewer PVC, and gas and electrical. LoS RobLES SubdIvISIon pRojEct, napa, ca Leonard provided Project Engineering services on the Los Robles Subdivision Project in the City of Napa, California. The project was located at Seville/Los Robles Drive and required new roadway improvement plans design for 256,356 square feet of the roadway measuring 22 feet in width. The project also called for the design of 3 retaining walls at a max height of 5 feet for each wall, as well as utility design of an 18 inch storm drain, 8 inch PVC, an 8 inch wide sewer system, gas, electric, etc. A City of Napa Ladder Truck was utilized for a fire prevention plan. WEndELL faLLS RoadWay & pubLIc utILIty ImpRovEmEnt pRojEct, WEndELL, nc Leonard served as the Project Engineer on the Wendell Falls Roadway and Public Utility Improvements Project in the City of Wendell, North Carolina. The project consisted of 38,068 square feet of roadway at 30 feet of length, 16,702 square feet of 5 foot wide sidewalk, 1,878 LF of water main, and 2,180 LF of sewer main. Leonard was called upon to provide the needed construction drawings for the area and to provide the new designs for the utility systems improvements. pRojEct EnginEER LeONARD PhuNG ExpERiEncE7 YeARS OF 5.3 General Civil Engineering SECTION 4.6: STAFF RESUMES AND ORGANIZATION CHART On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 33RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 fiELdS of ExpERtiSE: ADA RAMP SIDEWALKPAVEMENT WIDENINGROADWAY 4 YeARS With OeQuaLIfIcatIonS BS Civil Engineering University of Transport, Ho Chi Minh City in Viet Nam • Skills Design & Analysis for Roadway, Slope Stability and Drainage Design • Software AutoCAD and Civil 3D, SewerGEMS, GEO-Slope ExpERIEncE LakE foRESt dRIvE RESuRfacIng (bakE paRkWay to I-5), LakE foRESt Henry served as a Project Engineer for the City of Lake Forest on this project to prepare full design plans, specifications and estimates (PS&E) for this roadway resurfacing project located at Lake Forest Drive, between Bake Parkway and the I-5 freeway. The project design plans were to be phased in order for the construction to be distributed into three phases as funding permitted. Along the approximately 5.5 mile stretch of road within the project limits, the phases required the construction of 152 ADA ramps and 22 ADA driveways in total and 7,105 linear feet of median curb height construction, along with the construction of bus pads, curb gutter and sidewalk repairs, and signing and striping replacement. The main objective is to improve the PCI of the street segments following our team’s professional assessment of the existing pavement conditions in order to extend the street service life, improve safety by upgrading to safer streets with better ride quality and pedestrian access, minimize future maintenance costs and enhance aesthetics. This project is funded through Measure M2, SB1 and Infrastructure Reserves Funds. tRabuco Road RESuRfacIng pRojEct (pEachWood to bakE paRkWay), LakE foRESt Henry served as a Project Engineer for the City of Lake Forest on the Trabuco Road Resurfacing Project for road resurfacing on Trabuco Road, between Peachwood Parkway and Bake Parkway. The work required the construction of 11 ADA ramps and 2 ADA driveways in total, median curb height construction, along with curb gutter and sidewalk repairs, and signing and striping replacement. The main objective is to improve the PCI for Trabuco Road following our team’s professional assessment of the existing pavement conditions in order to extend the useful service life of the streets, improve safety by upgrading to safer streets with better ride quality and pedestrian access, minimize future maintenance needs and costs, and enhance aesthetics. puEbLo StoRagE RoadWay ImpRovEmEntS pRojEct, napa, ca Henry provided Project Engineering services on the Pueblo Storage Roadway Improvements Project in the City of Napa, California. Located at Pueblo Avenue, the project consisted of 7 Buildings and Parking Lots on a parcel area totaling approximately 101,756 square feet of roadway at a width of 18 feet. Henry provided the construction and roadway design for the entire project, from survey to completion. Utilities were also included involving a 12 inch storm drain, a 1 inch water PVC, and a 4 inch sewer PVC SDR 26, and gas and electrical. RoSEcR anS RESIdEncE RoadWay ImpRovEmEntS pRojEct, napa, ca Henry provided Project Engineering services on the Rosecrans Residence Roadway Improvements Project in the City of Napa, California. The project was located at Steele Canyon Road and required new roadway design for a 37.43 AC parcel area measuring 12 feet wide and 22,553 square foot (0.52 AC) long, along with utility design of an 18 inch storm drain, 6 inch PVC, an 8 inch wide sewer system, gas, electric, etc. A City of Napa Ladder Truck was utilized for a fire prevention plan. maRIn WoodS SubdIvISIon nc hIghWay 210 pRojEct, johnSon, nc Henry served as the Project Engineer on the Marin Woods Subdivision NC Highway 210 Project in the City of Johnson, North Carolina. The project consisted of 143 proposed lots, 149,734 square feet of the 210 highway at 29 feet of length, 5 foot wide sidewalk, an 8 foot dip water main, and an 8 inch PVC sanitary sewer main. Henry was called upon to provide the needed construction drawings for the area and to provide the new designs for the utility systems. pRojEct EnginEER ExpERiEncE7 YeARS OF heNRY Lu 5.3 General Civil Engineering SECTION 4.6: STAFF RESUMES AND ORGANIZATION CHART On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 34RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 12 YeARS With OeSEWERRESIDENTIAL QuaLIfIcatIonS Levels I & II Public Works Inspector • Experience Federally Funded Projects CA State Caltrans Projects ExpERIEncE StoRm dRain & pavEmEnt REhabiLitation pRojEct, Rancho cucamonga Chris provided inspection services to the City of Rancho Cucamonga on the Ramona Avenue Storm Drain & Pavement Rehabilitation project. The project limits were from Foothill Boulevard to South of the Pacific Electrical Trail. The project included the installation of approximately 1,000 LF of 60” RCP, construction of 3 manhole structures, installation of 2 laterals and catch basins, as well as a junction structure. 19th St. hELLman avE. pavEmEnt REhabiLitation, Rancho cucamonga Chris provided inspection services to the City of Rancho Cucamonga on the 19th St. Hellman Avenue Pavement Rehabilitation project. The project limits were from Haven Avenue to West City Limit, and Hellman Avenue from Baseline Road to 19th Street. The project included a Grind and Asphalt Rubber Hot Mix (ARHM) overlay, adjustments to manholes, water valves, and gas valves. It also included the installation of traffic loops, traffic signs, striping, and traffic signal video detection. In addition, the project called for traffic control for the duration of the project. hERmoSa avEnuE pavEmEnt REhabiLitation, Rancho cucamonga Chris provided inspection services to the City of Rancho Cucamonga on the Hermosa Avenue Pavement Rehabilitation project. The project limits were from Main Street to Arrow Route. The project included an Asphalt Rubber Hot Mix (ARHM) overlay, asphalt concrete pavement, cold plane, adjusting manholes, and water valve covers. It also included installing traffic signal detector loops at Hermosa and Arrow, and another set of traffic signal detector loops at Feron Blvd. and Hermosa Ave. This project also required extensive traffic control. chIno hILLS paRkWay & chIno avE. REhabILItatIon - StpL fundEd, dIamond baR Chris was the construction inspector for the City of Diamond Bar for this STPL-funded project. The site spanned 1.25 miles along Chino Hills Parkway, from the north city limit to the south city limit, and Chino Avenue, from Chino Hills Parkway to the eastern city limit. The scope included grind and ARHM overlay, 783 SF of local R&R, and minimal PCC curb, gutter, and sidewalk replacements. A constructability review was conducted prior to construction commencing, and noted several additional reconstruction areas along with several ramp upgrades to add to the scope. In addition, paving was coordinated to be completed at night to minimize traffic congestion RESidEntiaL aREa 1b & aRtERiaL zonE 7 Road maintEnancE pRojEct, dIamond baR Chris was the Inspector in the City of Diamond Bar. Areas 1B and Zone 7 consisted of 8.9 miles of residential streets, 1.3 miles of collector streets, and 2.5 miles of arterial roadways. For the annual project OE was tasked with providing a design for rehabilitating the streets in a manner that meets the City’s tight budget. Each street was individually inspected to determine the most cost effective remedy. The scope of work entailed 29,000 SY of chip seal, type II slurry seal, 5,235 tons of AC overlay, 210,000 SF of cold milling the existing pavement to a variable-depth of 6’ from the edge of the gutter, removal and replacement of 2,249 tons of AC pavement, adjusting 127 manhole frames and covers, and 147 water & gas valve covers, and installing 6 traffic loop detectors. Furthermore, an elementary school was within the project limits, which made scheduling and phasing for both the pavement and striping operations essential in order to provide safety and accessibility from beginning and end of the school day. ROADWAY chRiS bOReN conStRuctIon InSpEc toR fiELdS of ExpERtiSE: WATERExpERiEncE 16 YeARS OF ADA RAMP 5.5 CM and Inspection SECTION 4.6: STAFF RESUMES AND ORGANIZATION CHART On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 35RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 8 YeARS With Oe QuaLIfIcatIonS Construction Management & Codes coursework, Saddleback College • Radiation Safety Officer, Nuclear Gauges • Certificate: Nuclear Density & Moisture Operation • Caltrans Certificate Proficiency, 125 Sample Hwy. Materials 231 Compaction of Soils Aggregates ExpERIEncE RESIdEntIaL aREa 7 & aRtERIaL zonE 5 Road maIntEnancE, dIamond baR Ron was the inspector on the Area 7 and Arterial Zone 5 Road Maintenance Project for the City of Diamond Bar. The limits of this project included a total of 19.5 centerline miles of residential, collector and arterial streets within the city. The scope of work included rehabilitation of the roadway using primarily slurry seal and chip seal methods. In areas of extreme degradation, an asphalt overlay or full width grind and replacement was recommended depending on funding availability. In order to provide an accurate design, a field walk was coordinated to note any necessary localized AC removal and replacement patches, damaged curb & gutter, and non-ADA compliant sidewalks. This full breadth field survey also included the correlation of field work items through photographs and tables in order to ensure that the full scope of work was identified. The best rehabilitation method was recommended to the City, based on existing field conditions and the allotted project budget. tELEgRaph Road mEdian ImpRovEmEntS & REhabiLitation, pIco RIvERa Ron provided inspection Services to the City of Pico Rivera on the Telegraph Road Landscape Median Improvements Project. The project limits were on Telegraph Road, between Rosemead Boulevard and Passons Boulevard and on Rosemead Boulevard between Telegraph Road and Vista Del Rosa. This high profile project was funded by the Federal Highway Safety Improvement Program (HSIP) and Proposition C. A portion of the project limits were in the City of Downey, and multi-agency coordination was essential to the success of the project. Telegraph Road is a major residential and commercial thoroughfare running east-west. The roadway rehabilitation comprised of reconstruction of heavily deteriorated areas, including the Telegraph Road and Lindell Avenue intersection. The work also included a 2.5” grind and ARHM overlay. The project also called for curb and gutter, sidewalk, curb ramps, and landscape median improvements. The landscape component entailed fine grading, automatic irrigation installation, constructing a moisture barrier, and placement of over 16,000 tons of mulch, nearly 2,000 shrubs, 85 trees, and 50 brown trunk palms. This project was hailed as a landmark project for the City, and a ribbon cutting ceremony was held to celebrate the completion of work. atLantic avEnuE & fiREStonE bouLEvaRd IntERSEction ImpRovEmEntS, South gatE Ron provided inspection services for the City of South Gate on this $6 million project. The project limits were on two arterial streets: Atlantic Avenue from Firestone Boulevard to Patata St. (~1,300 LF) and Firestone Boulevard, from Dorothy Avenue to Atlantic Ave. (~2,200 LF). The project involved the widening and realignment of the intersection to increase the number of thru, left turn lanes, the length of turn pockets, and right turn lanes. In addition to the widening, the scope entailed a concrete approach to the intersection; concrete intersection; grind and ARHM overlay; four legs of the intersection; 50,000 SF of sidewalk, 1,850 LF of curb and gutter, 2,100 LF of DIP waterline and 2,840 LF of recycled waterline, and 4,656 LF of median island curb with decorative landscaping and a city monument sign. This project was funded with Measure R, MTA and other state funding sources, and required the preparation of an award package and the continued upkeep of project files, invoices, reports and submittals in accordance with Caltrans’ LAPM. RON OSteNDORF conStRuctIon InSpEc toR fiELdS of ExpERtiSE: ExpERiEncE 29 YeARS OF ROADWAY ADA RAMP TRAFFICPAVEMENTDRAINAGE 5.5 CM and Inspection SECTION 4.6: STAFF RESUMES AND ORGANIZATION CHART On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 36RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 7 YeARS With OeBRIDGEPAVEMENTADA RAMP QuaLIfIcatIonS 16 Years Inspection for the County of Orange • AA Degree Industrial Technology California Polytechnic Universtiy, Pomona • 60 Units Mechanical Engineering California Polytechnic Universtiy, Pomona ExpERIEncE StREEt & SLuRRy SEaL REhabILItatIon - phaSE III, Laguna bEach Michael provided full Inspection Services for the City of Laguna Beach on phase III of this project. The project limits for Phase III (2019) included two areas, Area A: Coast Royal, and Area B: South Laguna Village. These areas are in South Laguna Beach, from the neighborhoods between West Street and 10th Avenue/Sunset Avenue. The work included variable grind and overlay in some areas, and Type I Slurry Seal in other areas. There was 2,562 square feet of French Drain that was installed in Area A. A 4-inch drain line was connected to a catch basin in Area A as well. The specifications also called for new traffic signal poles at the Skyline Drive, Crestview Drive, and Fern Street Intersections. Lastly, the project encompassed parkway and curb and gutter improvements, signage and striping. Due to the residential element involved, OE provided Web Maps and a Project Hotline for affected residents, keeping them updated and informed through out the life of the project. 2017 SLuRRy SEaL pRogRam (I-139 / I-159), toRRancE Michael served as Construction Inspector on this $2.5 million dollar slurry seal project for the City of Torrance covering three residential neighborhoods, as well as Camino de la Costa from Calle Miramar to the City limit; Madison Street and Hawthorne Boulevard service road between 240th Street and Skypark Drive; 240th Street from Hawthorne Boulevard to Madison Street; and arterial and collector streets on Anza Avenue, from Calle Mayor to Sepulveda Boulevard, Ocean Avenue from the Pacific Coast Highway to Torrance Boulevard, along with Madrona Avenue south of the Prairie Avenue Bridge to Sepulveda Boulevard. Four City parking lots were also slurry sealed. aREa 6 RESIdEntIaL & coLLEctoR StREEt SLuRRy SEaL & ovERLay REhabILItatIon, dIamond baR Michael was the Inspector to the City of Diamond Bar on this CDBG Project. The project limits included approximately 63,360 feet (12 miles) of residential and collector streets located within Area 6, with slurry seal and overlay work. Michael provided effective communication with the City, updated R FIs, Submittals, and CCO Logs, and helped ensure compliant work with the Contractor and Inspector. Michael also participated in public outreach services to the affected neighborhoods to ensure a seamless construction process and maintain a positive public outlook for the City of Diamond Bar. nEWpoRt bouLEvaRd SIdEWaLk gap cLoSuRE at gREEnbRIER Road, oRangE Michael served as Supervising Construction Inspector on this $356,431 project. The work consisted of constructing a sidewalk approx. 100 feet along Newport Boulevard including a Modified Caltrans Type I Retaining Wall, a wing wall, return walls, a Caltrans Type V Retaining Wall, curb ramp, and a concrete cross gutter. Michael was actively involved with all project stakeholders, reviewed and approved drafted change orders, assisted in facilitating RFI responses, periodically reviewed daily reports, reviewed and approved progress payments and all justification backup data. ROADWAY MichAe L NGuYe N conStRuctIon InSpEc toR fiELdS of ExpERtiSE: DRAINAGEExpERiEncE 32 YeARS OF 5.5 CM and Inspection SECTION 4.6: STAFF RESUMES AND ORGANIZATION CHART On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 37RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 3 YeARS With OeBRIDGEDRAINAGEWATERADA RAMP QuaLIfIcatIonS Public Works Plan Interpretation & Estimating Citrus College • Regulations & Codes County of Orange, County of Los Angeles & Multiple Cities & Municipalities ExpERIEncE pERmit and Land dEvELopmEnt InSpEctionS, RiaLto Mark Luera provided permit and land development inspection services to the City of Rialto for 2+ years. The projects varied and included housing developments, businesses and industrial construction, and tenant improvements. Mark would manage multiple projects at the same time, while preparing separate reports for each one. coWan hEightS pcc & ac REmEdiaL REpaiR pRojEct, oRangE pubLic WoRkS Mark served as Construction Inspector to the County of Orange on the Cowan Heights PCC and AC Remedial Repair Project. Project site work was located within a number of Orange County streets, including Brighton Drive, Cowan Heights Drive, Highcliff Drive, Huntsman Road, Kimberwick Drive, La Sierra Place, Overhill Drive, Rangeview Drive, Saddlery Road, and Sirrine Drive. Mark’s inspection services focused on road maintenance project work being performed under The County of Orange Construction’s Job Order Contract. The scope of work for the project included removing existing striping and pavement markings, grinding operations, placement of base materials, asphalt concrete placement, fabrication of structural steel, erection of falsework, placement of concrete, application of a “slurry seal” and re-establishing pavement markings and related work, forms and documentation. ocEan viEW channEL REhabiLitation, oRangE pubLic WoRkS Mark served as Construction Inspector to the County of Orange Public Works Department on The Ocean View Channel Rehabilitation Project. The project required the construction of a 2,200 foot reinforced concrete trapezoidal channel that lined the existing earthen channel. Key tasks that Mark was involved with included inspecting the channel to establish horizontal and vertical control, calculating earthwork quantities for use in conducting earthwork operations and dewatering operations, the installation of steel rebar, the placing of concrete along the walls and invert of the channel, the paving of the access road, the mobilization and demobilization of operations and site preparations. The project was completed on time, within budget, and with acceptable quality control while adhering to all engineer’s safety requirements. La SEda pavEmEnt SLuRRy SEaL and ScRub pRojEct - phaSES I & II, LoS angELES pubLic WoRkS On the La Seda Pavement, Slurry and Scrub Project, Mark served as Construction Inspector for the County of Los Angeles Public Works Department. The primary objective of this project was to preserve 5 miles of residential roads, located at the South San Jose Hills community, bounded by Giano Avenue, City of West Covina, La Seda Road, and Valley Boulevard. The project was constructed in two phases. Phase 1 included pavement, sidewalk and crosswalk, rehabilitation and repair on all concrete related works including the preparation and installation of missing sidewalks. Phase 2 included pavement preservation treatments. Additional project work requirements included cost estimating, Document Preparation, ADA curb ramp repair, signing and striping. LotuS avEnuE pavEmEnt pRESERvation, LoS angELES pubLic WoRkS Mark served as Construction Inspector for the County of Los Angeles Public Works Department on the Lotus Avenue Pavement Preservation Project. The goal of the project was to preserve 8.9 miles of residential roads located in the community of East Pasadena bounded by Del Mar Boulevard, Rosemead Boulevard, Huntington Drive, and the Cities of San Marino and Pasadena. The scope included pavement prep-work, parkway improvements, concrete panels along roadways and driveway approaches, and curb ramps upgrades. The proposed construction work involved micro-milling to improve road ride- ability, scrub seal to seal existing cracks, and slurry seal to preserve the pavement and provide a smoother, more finished driving surface. Mark provided project cost estimations, document preparation including environmental study documents, and preliminary design. ROADWAY MARk LueR A conStRuctIon InSpEc toR fiELdS of ExpERtiSE: ExpERiEncE 16 YeARS OF 5.5 CM and Inspection SECTION 4.6: STAFF RESUMES AND ORGANIZATION CHART On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 38RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 2 YeARS With Oe SECTION 4.6: STAFF RESUMES AND ORGANIZATION CHART On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 39RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services RubeN ROchA, Aci conStRuction inSpEctoR 17 YeARS OF ExpERiEncE fiELdS of ExpERtiSE: ROADWAY ASPHALT PAVEMENT CALTRANS WIDENING QuaLIfIcatIonS Coursework: General Education, Business and Management, Mt. San Jacinto College, Menifee, 2006 • Certified: General Construction Inspector; Traffic Signal Inspector; ADA Curb Ramp Inspecton; Nuclear Gauge • ACI Certified: Field Technician Level I; Aggregate Testing Lab Technician Level I; Trenching & Excavation Awareness • OSHA Certified: 40 hour Hazwoper; 10-Hour Safety Training; Confined Space Safety in Construction • Caltrans Certified: D125: Sampling Highway Materials/Products; 216 & 231: Relative Compaction, Soils & Aggregates (Nuclear); 504: Air Content, Freshly Mixed Concrete, & Pressure; 518: Density of Fresh Concrete; 523 & 524: Method of Test for Flexural Strength of Concrete & Rapid Set Concrete; 533: Ball Penetration in Fresh Portland Cement Concrete; 539: Sampling Freshly Fixed Concrete; 540: PCC Cylinder Fabrication; 552: Method of Test for Relative Compaction of Polymer Concrete with Nuclear Gages; 556 & 557: Slump & Temperature of Freshly Mixed Cement Concrete. ExpERIEncE RoutE 47 gERaLd dESmond bRidgE REpLacEmEnt, Long bEach Ruben served as construction inspector on the Route 47 Gerald Desmond Bridge Replacement Project for the City of Long Beach. The project purpose was to replace the existing Gerald Desmond Bridge, connecting Route 710 to Terminal Island, in order to provide sufficient roadway capacity to accommodate current and future traffic demand, reduce approach grades, provide a structurally sound and seismically resistant bridge, and provide vertical clearance that would allow for existing container ships and new-generation vessels currently being constructed to pass through the Back Channel. Rubens tasks involved the review of the construction plans, provide oversight of concrete testing that included procurement of cylinders, slump, and air content field tests, maintain daily inspector reports and material quantity records through out the construction stages, monitor the construction schedule over the course of construction, and verify that all deliveries had accurate tickets and were from approved suppliers. Ruben additionally reviewed the accuracy of the reported concrete and asphalt yields, issued notices to the Contractor, recorded time and materials in case of disputed work, lead discussions with local homeowners to resolve their concerns, reviewed plans for sewer systems and expansions, served as a liaison between the municipal client, engineers, and contractors, examined road and utility repairs completed by the contractor and utility company for compliance with the project plans and specifications, and ensured that building plans, materials, safety procedures, and other variables followed Federal, State, and local City codes. StREEt EnhancEmEnt pRojEct, huntington paRk Ruben provided Lead Construction Inspector services to the City of Huntington Park on the Street Enhancement Project. The scope of work included construction improvements of damaged, lifted, broken, and raised curbs, gutters, and cross gutters, the removal and replacement of non-compliant ADA pedestrian ramps, adjustment of existing utilities to finish grade, pavement markings and striping and signage, isolated areas of roadway structural section repair, asphalt concrete pavement grinding, and overlay. Ruben coordinated schedules for trade subcontractors to obtain a smooth and adequate workflow. In addition, he conducted ongoing inspections of the work-in-process to ensure that the final product met drawings and specifications. He also reviewed, inspected and approved traffic control systems in accordance with Caltrans and City standards and requirements, and he assisted the Resident Engineer in all aspects of field work for the project including: inspection of construction operations, along with conducting field labor compliance interviews. Ruben provided support with the contract change orders, tracked weekly statements of working days, prepared service contract documents, kept logs for submittals, RFIs, RFCs, and RFQs, review extra work bills submitted by contractors, and more. The project cost was approximately $2.1 million between the periods of October, 2020 to May, 2021. 5.5 CM and Inspection Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 5 YeARS With Oe QuaLIfIcatIonS CISEC #2075 Certified Inspector of Sediment and Erosion Control • QSP #26670 Qualified SWPPP Practitioner Certified: Confined Space, Cal OSHA Construction Safety and Health • Extensive Courses: Mathematics and Public Works • Orange County Public Works Division: Capital Improvement Projects, Encroachment Permitting, Job Order Contracts backgRound Robert is a highly skilled Public Works inspector with over 30 years of experience. He emphasizes an attention to quality, detail and safety on various types of construction projects. His experience involves supplemental task orders and contract change orders; submittals and RFI’s review and response related to constructability; signatory on Notice to Proceed, Progress Payments, Notice of Completion, ensuring project documentation of inspector daily logs, photographs, concurrence of quantities with contractor for payment, and attending meetings with design engineers, stakeholders, and outside agencies. Robert has been responsible for inspector training related to construction, public relations and safety, and for project constructability peer reviews of PS&E. He is well versed in agency special provision that involve Caltrans Standards & Specifications, Standard Specifications for Public Works Construction (Greenbook), public works agency standards, CA MUTCD and WATCH Manual, Regulatory Permits, and NPDES Requirements, alongside document control. Robert also incorporates his skills and knowledge in managing public relations, and he is effective with adept communication toward project stakeholders. He has worked on projects involving road and arterial maintenance and rehabilitation, flood control and bridge repair, grind and overlay, slurry seal, traffic signal upgraids, PCC removal, ADA access ramps replacement, curb, gutter and sidewalk. ExpERIEncE La paz Road Long-tERm phaSE II pRojEct, Laguna niguEL Robert provided Construction Inspection services on the La Paz Road Long-Term Phase II Project (CC No. 23-17) for the City of Laguna Niguel. The project limits were on on La Paz Road from 1,000 linear feet north of Rancho Niguel Road to just south of Kings Road. The construction included excavation, asphalt concrete improvements, concrete pavement, raised median removal, landscape and irrigation removal, landscape drainage removal, irrigation maintenance on adjacent landscape raised median, construction of asphalt concrete dike, asphalt pavement, PCC concrete pavement, mobilization, traffic control, relocation of street light system, and pavement striping and stenciling. maRina hiLLS dRivE pavEmEnt REhabiLitation pRojEct, Laguna niguEL Robert provided Construction Inspection services for the City of Laguna Niguel on the Marina Hills Drive Rehabilitation Project. The project limits were on Marina Hills Drive and the work entailed grinding and 2” ARHM over 1” AC overlay. Additionally, traffic signal improvements to add video detection on Marina Hills Drive at the Niguel Road and Golden Lantern intersections. Concrete improvements including curb and gutter, ramps, and sidewalks as well as adjusting utilities and striping and signing were required. LocaL StREEtS REhabiLitation phaSE I (concREtE ImpRovEmEntS) zonE 3, noRWaLk Robert served as construction inspector on the Local Streets Rehabilitation Program Phase I (Concrete Improvements) in Zone 3, which is bound by the Union Pacific Railroad to the Northwest, the I-5 Freeway to the Northeast, Imperial Highway to the South, and Firestone Boulevard to Southwest. The project involves removal and replacement of sidewalk (3,000 SF); curb and gutter (2,600 LF); new and replacement ADA curb ramps (93 ramps and 10 truncated domes); driveway approach repairs (500 SF); cross gutter replacements (29 locations with associated curb ramps); including incidental asphalt work, utility relocations and traffic control. ROb eRt VALLe conStRuctIon InSpEctoR 30 YeARS OF ExpERiEncE fiELdS of ExpERtiSE: ROADWAY DRAINAGE PAVE - MENT BRIDGE WIDENING 5.5 CM and Inspection SECTION 4.6: STAFF RESUMES AND ORGANIZATION CHART On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 40RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 2.5 YeARS With OeSEWERBRIDGEWATERADA RAMP QuaLIfIcatIonS QSP Qualified SWPPP Practitioner • 35 yrs. Public Works Construction The County of Orange • AS: Construction Management Santiago Canyon College • 3 yrs. Study & Computer Science California State University, Fullerton, ‘01-’04 ExpERIEncE pERmit and cIp InSpEctionS, EaStvaLE Jeffrey Eaton provided permit and CIP inspection services to the City of Eastvale for 18 months. The projects varied in type and Jeff would manage multiple projects at the same time, while preparing separate reports for each one. Jeff also trained and mentored city staff and consultant inspectors. pavEmEnt anaLySiS & invEStigationS, Santa ana Jeffrey provided construction inspection services and supervised engineering technicians in the process of performing pavement analysis and investigations in the City of Santa Ana. Additional work for Jeffrey included performing the pavement analysis using ground penetrating radar and a falling weight deflectometer, and the design work for overlay thicknesses for the County’s resurfacing projects. Jeffrey also reviewed plans and specifications for The County Public Works Projects in which he wrote geotechnical and materials reports for the County geotechnical engineer, in which involved design work requiring compliance to The County Standard Plans and Greenbook Specifications. Further design work included traffic control plans using the MUTCD, and further geotechnical investigations involved field techniques such as drilling, site reconnaissance, and visual inspection. Lastly, Jeffrey assisted the geotechnical engineer and engineering geologist in inspecting the Seven Oaks Dam periodically, lending a geotechnical engineer point of view. RoadWay REhabiLitation documEntation & dRaft REpoRting, Santa ana Jeffrey was tasked with evaluating and analyzing designed road structural sections for rehabilitation, writing Materials Reports for geotechnical projects, subdivisions, and arterial highways, and writing street rehabilitation reports for County and City road projects. This included reports on strategies for rehabilitation, along with mapping removals and replacements, including measuring quantities. Jeffrey was also involved in the design and implementation of various computer applications and drafting boring logs, project exhibits, and maps. Right-of-Way and pRopERty pERmitS inSpEction, oRangE Jeffrey provided construction inspection services on public works construction projects involving work in The County of Orange Right-of-Way and County Property Permits. This included inspecting various permits for homeowners, utility companies, developers, and businesses. Jeffrey also reviewed engineering plans for permit construction, which required the use of the County’s CPP system. Jeffrey further inspected the subdivision work, which included curb and gutter, sidewalk, paving, storm drain, catch basins, landscaping, grading, and utility installment. Jeffrey also performed grading inspections in subdivision construction for private property projects, which included inspecting mass grading in subdivision, retaining walls, and building foundations, along with reviewing certificates of compliance from engineers and contractors, and reviewing grading plans and geotechnical reports. Jeffrey made sure to perform the daily entries into the department’s APPS system. tRabuco cREEk pRojEct - phaSE vII, iRvinE Jeffrey provided Lead Inspection services on phase VII of the Trabuco Creek Project. The main work detail included steel sheet pile installation (5,000+ LF), bike trail construction, CMU walls, down drain, and a cable fence. ROADWAY jeFFReY eAtON, QSP conStRuctIon InSpEc toR fiELdS of ExpERtiSE: ExpERiEncE 35 YeARS OF 5.5 CM and Inspection SECTION 4.6: STAFF RESUMES AND ORGANIZATION CHART On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 41RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 7 YeARS With OeDRAINAGEPARKWATERADA RAMP QuaLIfIcatIonS Caltrans Certified CTM-375: AC Pavement In-Place Density • CTM-201: Sample Preparation • CTM-539: Concrete Sampling • CTM-533: Ball Penetration • Coursework Public Works Inspector & Business Administration and Computer Technology ExpERIEncE IngLEWood avEnuE & fLagLER LanE RESuRfacIng, REdondo bEach Tim provided Construction Inspection services to the City of Redondo Beach on the Inglewood Avenue and Flagler Lane Resurfacing Projects. The project limits are on Inglewood Avenue between Grant Avenue and 190th Street (3,800 linear feet) and on Flagler Lane from 190th Street to Beryl Street (1,060 linear feet) adjacent to the Dominguez Park and Redondo Beach Dog Park. The project includes asphalt and concrete removals, street resurfacing, driveway and alley approaches, cross gutter and spandrel construction, ADA curb ramp construction, utility adjustment, cross gutter replacement, slot paving, signing and striping, tree removal and installation, seal coating, traffic loop detector installation, and other items per plans and specifications. ELm StREEt RESuRfacing & WatERLinE REpLacEmEnt, bREa Tim was a Senior Inspector for the City of Brea. The project’s roadway improvements spanned 4,100 LF and included a 2-inch cold mill, 2.75-inch Type III-B2 base course, and a 2-inch ARHM overlay. The scope also included widening the street to accommodate 5-foot sidewalks, replacing access ramps to meet ADA standards, installing 2 new cross-gutters, repairing 2 additional cross-gutters, and replacing several homeowner driveways. Furthermore, the waterline improvements included abandoning a 6-inch main, connecting 7 side-street water lines to the existing 12-inch water main on Elm Street, installing 42 water valves ranging in size from 8-inch to 12-inch, connecting 62 existing water services to the 12-inch main, and installing 12 new fire hydrant assemblies. This project required heavy traffic control and coordination with residents. antonIo paRkWay WIdEnIng, oRangE Tim was a second Senior Inspector to the County of Orange on the high-profile Antonio Parkway and La Pata Avenue Widening project. The $25 million project spanned 1.5 miles, from Ladera Ranch to 1,000 feet south of Ortega Highway, and included 1,000 LF of bridgework across San Juan Creek. Antonio Parkway was widened from four to six lanes. The bridge was widened by 40 feet to accommodate the two additional lanes of traffic. Bridgework included parkway improvements, a raised median, channel bank revetment at the south abutment, compaction grouting, and structural testing. Roadway and bridge widening occurred concurrently and included grading and cement-treated soil, 3,691 LF of RCP storm drain, riprap for environmentally friendly drainage filtering, dry utility installations, 4,993 PVC pipe, utility conduits, 4 fire hydrants, traffic signal improvements and loops, signing and traffic striping, and 448 LF of retaining wall with 42,000 pounds of steel reinforcement. SR 205 fREEWay WIdEnIng, tRacy Tim provided on-site inspections for AC paving operations, traffic control and safety, temporary K-rail placement, earthwork operations, SWPPP monitoring and landscaping on this project which consisted of the widening of 12 miles of SR 205 freeway in Tracy, California. Tim also assisted the Resident Engineer with CCO preparation and submittals, progress payments and project documentation. ROADWAY tiM StANLeY conStRuctIon InSpEc toR fiELdS of ExpERtiSE: ExpERiEncE 32 YeARS OF 5.5 CM and Inspection SECTION 4.6: STAFF RESUMES AND ORGANIZATION CHART On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 42RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 2 YeARS With Oe PAVEMENTCALTRANS RETAIN WALLASPHALTRESIDENTIAL QuaLIfIcatIonS SWPPP Certified Storm Water Pollution Prevention Plan • Certified Radiation Safety • OSHA 10 & 30 MSHA & Nuclear Gauge • QSP/QSD 40 Hour Training Certification • Rapid Set Concrete • Trenching & Shoring Safety • Confined Workspace • Asbestos Awareness • Bachelor of Science, Psychology/Sociology/Business La Sierra University ExpERIEncE Santa anIta actIvE tRanSpoRtatIon pRogRam cycLE 5 pRojEct, EL montE Kevin provided the City of El Monte with Inspection Services for the Santa Anita Active Transportation Program (ATP) Project, CIP No. 890. This project was funded by LACMTA Net Toll Revenue Reinvestment Grant Fund and Measure M funding, totaling $2,200,000. This project entails video detection and traffic signal updates, and wayfinding sign and bike rack installation at various intersections. The purpose of this project is to improve safety for all roadway users, improve conditions for non-motorized modes of travel thereby promoting pedestrian, cycle and transit use, improve neighborhood connectivity and livability, and to improve the comfort of non-motorized user traveling to and from the El Monte Transit Center and Downtown El Monte. Work was split into three segments, Class II Bike Lane Installation on Santa Anita Avenue from Tyler Avenue to Lower Azusa Road (0.53 miles), Pavement, Curb and Ramp Upgrades on Tyler Avenue from Ramona Blvd. to Santa Anita Avenue (0.97 miles), and Pavement, Curb and Ramp Upgrades on Ramona Blvd. from Santa Anita Avenue to Tyler Avenue (0.36 miles). i-405 civiL RoadWay & ELEctRicaL conStRuction, oRangE Kevin served the County of Orange as construction inspector on the I-91 Freeway State Route Project where he performed concrete inspection services for this job. This 3-year long project consisted of 32 cast in place and retrofit bridges, MSE walls, and retaining and sound walls. Kevin performed coordination with Caltrans along with their consultants in completing the final inspections. mEtRo goLd LinE ExtEnSion, phaSE 2a & maintEnancE & opERationS Station concREtE REpLacEmEnt pRojEct, oRangE Kevin provided Construction Inspection services on the Metro Gold Line Extension, Phase 2A and Maintenance and Operations Station Concrete Replacement Project. Kevin was tasked with the responsibility in providing concrete inspections on concrete mix designs, the Quality Control plans, and to verify a variety of sampling to meet the requirements of ACI. This project lasted for a three year period. i-22 fREEWay and i-57 fREEWay ovERpaSS REtRofit pRojEct, oRangE Kevin provided Construction Inspection services to the County of Orange on the I-22 Freeway and I-57 Freeway Overpass Retrofit Project. His required tasks included overseeing the testing and sampling of concrete during the placement for footing columns, along with verifying the placement of reinforcing steel. Upon the time of the final inspections, Kevin maintained communication and coordination with Caltrans and the project-assigned consultants.This projectr spanned a period of over 3 years. keViN c. GReeN conStRuctIon InSpEc toR fiELdS of ExpERtiSE: ExpERiEncE 13 YeARS OF 5.5 CM and Inspection SECTION 4.6: STAFF RESUMES AND ORGANIZATION CHART On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 43RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 6 YeARS With OeROADWAYBRIDGEINTERSECTIONPAVEMENTADA RAMP QuaLIfIcatIonS Certified Public Works Construction Inspection, Santiago Canyon College ExpERIEncE nEighboRhood SLuRRy SEaL-aREa 1 pRojEct -cIp no, 2019-03, La mIRada Joe was the Construction Inspector on this neighborhood slurry seal project for the City of La Mirada. This project covers several residential streets within the City, including the Foster Park neighborhood and Imperial Highway, Neargrove Road, Jalisco Road, Florita Road, Crestoak Drive, Gara Drive, Ashgrove Drive, Excelsior Drive, Neartree Road, Bluefield Avenue, Stanleaf Drive, Figueras Road, and San Bruno Drive. Construction included Slurry Seal (Type) of the streets and some localized repairs. coLLEctoR StREEt SLuRRy SEaL pRojEct, La mIRada Joe provided Construction Inspection services for the Collector Street Slurry Project (CIP No. 2018-09). This neighborhood slurry seal project covers collector streets within the City including Biola Avenue, Stage Road, Escalona Road, Foster Road, Adelfa Drive, and Alicante Road. The construction included 1,367 elongated tons of Type II Slurry Seal on collector streets. LocaL StREEtS REhabILItatIon pRojEct, noRWaLk Joe served as the primary inspector in this Local Streets Rehabilitation Project for the City of Norwalk to rehabilitate multiple street segments within the City. Twenty-one streets with a total of 3.6 centerline miles were included as part of this project. These limits were within the two blocks of Highdale Street between Elaine Avenue and Ibex Avenue and had a PCI rated less than 25 (very poor). The streets were adjacent to Edmondson Elementary School. The replacement of the deteriorated pavement and accessibility ramps was important to improving the safety of the school zone and extending the useful life of the streets. The rehabilitation work involved street repaving which included curb and gutter repairs, slotted cross gutter replacements and pedestrian accessibility ramps at intersection corners to meet current standards. caLtRanS hIghWay 94 ImpRovEmEnt pRojEct, San diEgo Joe served as project inspector for the general contractor. The project construction included 3,950 LF of 16 feet high masonry soundwall, 125 LF of cast-in-place concrete barrier, hillside grading, new irrigation, and new landscaping. Joe was responsible for leading weekly safety meetings and the implementation of a safety plan. Special protective measures were put into place concerning Environmentally Sensitive Area (ESA), such as temporary orange fencing to deter workers and equipment from entering restricted area. All underground utilities were marked prior to excavation of soundwall footings and protected in place. Heavy coordination between Caltrans district manager, Caltrans inspectors, and effected residence allowed the project to be completed on time and within budget. Laguna WoodS bRIdgE REpLacEmEnt pRojEct, Laguna WoodS As the construction inspector, Joe was responsible for directing all phases of the project for the City of Laguna Woods, which included demolition, grading, trenching of footings, concrete formwork, falsework, steel rebar placement, and placing of concrete. A total of 270 cubic yards of concrete was placed. Construction included a 1,295 SF area of rock riprap on the upstream side of the bridge, and re-grading of a flood control channel. A comprehensive traffic control plan was in place which included detour signs to redirect neighborhood residents. Extra care and consideration was provided to nearby residents considering the project was located within a gated retirement community. jOe z AMARiPPA conStRuctIon InSpEc toR fiELdS of ExpERtiSE: ExpERiEncE 30 YeARS OF 5.5 CM and Inspection SECTION 4.6: STAFF RESUMES AND ORGANIZATION CHART On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 44RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 2 YeARS With OeRESIDENTIALASPHALTPAVEMENTCALTRANSRETAIN WALL QuaLIfIcatIonS BS Civil Engineering, Instituto Tecnologico Centro Americano, El Salvador ExpERIEncE RESidEntiaL StoRm dRain & SEWER LinE InStaLLation, montEbELLo Jorge served as the construction inspector for the City of Montebello on the Storm Drain and Sewer Line Installation Project. The project involved constructing 5,000 LF of sewer line and manholes along with 4,500 LF of 48” diameter corrugated storm drain pipe, 22 catch basins, and head walls for inlets and outlets with grouted 12” diameter rip rap rocks. This project was a part of a 1,200 residential unit (600 acres) construction effort within the City of Montebello in Montebello Hills, located east of Montebello Boulevard, from Michael Collins to San Gabriel Boulevard. In addition to verifying on-site safety, Jorge also observed and documented all aspects of the construction, including conducting inspections on required trench layout work, material allocation, pipe bedding, pipe laying, shoring, catch basins and pipes inverts that were also closely verified by the Surveyor, to make sure the work was in accordance with the plans and specifications. montEbELLo bouLEvaRd bikE LanE & SidEWaLk impRovEmEnt, montEbELLo Jorge served as construction inspector on the Montebello Boulevard Bike Lane and Sidewalk Improvement Project for the City of Montebello. The project limits were approximate 1.3 miles, from Lincoln Avenue to Paramount Boulevard. Jefferson Avenue to Paramount Boulevard involved street widening which included adding a bike lane that required an excavation of approximately 8,000 cubic yards of dirt and the construction of 750 LF of a 5-ft. high retaining wall along the easterly side at the Costco Way intersection. This also invovled the construction of 2,500 LF of 12-inch diameter C900 PVC for reclaimed water, the construction of 6,000 LF of curb and gutter, 12,000 LF of a new raised median curb, 40, 000 square feet of sidewalk, along with upgrading 25 curb ramps for ADA compliance. A raised median was also installed, with a decorative river-rock dry stream as part of the percolation and storm water infiltration system at 22 locations, 18-in. wide decorative decomposed granite along the perimeter of medians with planting and drip irrigation system. Approximately 150 of 24” box trees were planted, along with 3,700 1-gallon trees and 5,500 SF of ground covers were also planted. Bus shelters were installed at two locations, and a reclaimed water line was constructed from Lincoln Avenue to Jefferson Avenue along with infrastructure, water line, gas line and streetlights relocations due to the street widening. Overall, approximately 500,000 SF of grind and overlay were ground and 10,000 tons of AC were installed. All of the surveying monuments were re-installed and recorded at the Los Angeles County surveying Department after paving. paving thE Way aRam inStaLLation & impRovEmEnt at 60 StREEtS, montEbELLo Jorge served as construction inspector for the construction of this ARAM Installation Project for 60 streets in the City of Montebello. The project involved Micro Mill, Skin Patch, Crack Seal, Asphalt Rubber Aggregate Membrane, Hot Mix Asphalt Paving, Utilities Adjustments to new grade, and striping and markings. Jorge’s tasks included inspection following micro milling to determine the areas where skin patch and crack seals were required before the ARAM (Asphalt Rubber Aggregate Membrane) application. After the ARAM, the contractor installed Recycled hot mix asphalt paving. The 60 streets were resurfaced with the design of being maintenance free for 10 to 15 (or more) years. Jorge observed every aspect of construction and documented labor and material allocations. j O RG e ROQ u e conStRuctIon InSpEc toR fiELdS of ExpERtiSE: ExpERiEncE 44 YeARS OF 5.5 CM and Inspection SECTION 4.6: STAFF RESUMES AND ORGANIZATION CHART On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 45RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 PROject MANAGeMeNt APPROAch The City of Rancho Cucamonga is requesting Project Management services that will include attending meetings, assessing and establishing project goals, strategies, and cost limitations, communicating with the City to keep them apprised of a project’s status, providing agendas and minutes for various meetings, preparing and submitting project scheduling progress updates, monitoring and controlling a project schedule, budget and quality, along with proactive general Project Management services. By implementing this approach, we feel that we are pro-actively ensuring quality and the successful management of any given project. These steps correlate to the Project Management Institute Standards for Project Management. QuALit Y POLicY SYSteM cOMPONeNtS • QuaLIty aSSuRancE & QuaLIty contRoL manuaL (Design & Construction Projects) • thE StandaRd opERatIng pRocEduRE • thE pRojEct QuaLIty contRoL pLan (The Project & Site Specific QC Plan) OE will fulfill the City’s needs and comply with all statutory and regulatory obligations with emphasis on safety, quality, schedule and maximum cost effectiveness. Our team pride themselves on the quality of the engineering services provided, making great efforts to assure that each project is of the highest quality, exceeding the needs and expectations of our valued Clients. FIVE STEP PROJECTMANAGEMENT APPROACHOe’S SECTION 4.7: PROJECT MANAGEMENT APPROACH On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 46RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services PROject MANAGeMeNt APPROAch4.7Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 DeSIGN eNGiNeeRiNG QA/Qc QA Quality Assurance (QA) is a proactive measure to verify that our systems and procedures align with the City’s requirements and expectations. Achieving design quality is crucial for controlling costs during construction. By dedicating resources to producing quality designs, QA delivers a better return on investment and must be adhered to throughout all phases of project design. The most effective Construction Management (CM) approach begins during the design phase. Emphasizing design quality and clarity is the best way to minimize change orders, claims, and construction costs. Our QA approach focuses on creating well-documented, well-designed plans and specifications that meet a high standard of quality. This means our designs must be Clear, Complete, Correct, Consistent, and Constructible (the “5 C’s”). Providing contractors with high-quality plans allows them to understand exactly what to bid on, minimizing areas of interpretation. The requirement for public bidding further incentivizes our design engineering team to achieve both quality and clarity in project plans and specifications. Our primary goal is to achieve the highest project quality by implementing and maintaining accuracy and consistency across all calculations, drawings, and specifications in project documents. gRound LEvEL Drafting•Calculations•Document Formatting pm LEvEL Design Compliance•Project Intent Compliance Qa LEvEL Completeness of Document•Verify “Biddable” Plans 332211 ERROR MITIGATION This three tiered review allows for error mitigation on 3 separate levels of detail: InItIaL pEER REvIEW pRojEct managER REvIEW QuaLIty aSSuRancE REvIEW 332211 pl AN REviEw Our documents will go through 3 levels of review prior to each submittal: Plan checks will check that the plans meet the 5 C’s: Consistent, Clear, Correct, Constructible, and Complete. Qc Quality Control (QC) involves performing all activities in conformance with valid requirements, regardless of their overall contribution to the design process. Good CAD techniques, attention to detail, and ensuring that plans are accurate and useful to the contractor are essential components of quality. Our project engineers and project managers understand that quality results from a series of processes. It requires a team to perform numerous appropriate activities at the right times during the plan development process. QC is not just a final review; it is an ongoing approach that emphasizes quality throughout every phase of the design process. At OE, we believe in designing smarter and building better. Our design team adheres to established design policies, procedures, standards, and guidelines in the preparation and review of all design products, ensuring compliance and good engineering practices as directed by the Project QC Plan. This continuous focus on quality helps us deliver superior results for every project. The elements of the QC Plan are as follows: • PROject INFOrMAtiON: Title | Number | Location | Description | Plan Scope | Plan Overview • PROject sPeCIFICAtIONs: PS&E | Industry Quality Standards | OE Quality Standards | Other Specifications • PROceSS CONtrOl: Quality Control Tasks Listing | Process Coordination | Process Communication • PROject OrgANIZAtION & COMMUNICAtION: Key Personnel | Responsibilities | Authority | Chain of Communication • DeSIGN CONtrOl: Design Plan | Design Reviews • cONtROL OF NONCONFOrMItY: Identifying | Recording | Reporting • PROject ClOse-OUt: Closeout Checklist | Closeout Report | Lessons Learned SECTION 4.7: PROJECT MANAGEMENT APPROACH On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 47RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Our Construction Managers (CMs) and Inspectors diligently review the contractor’s weekly and daily schedules before work begins each day. We closely coordinate with the contractor to establish a clear understanding of critical activities and the work to be inspected. Identify opportunities and potential risks early to minimize or avoid impacts on cost, schedule, quantities, and performance. Our primary focus is on the early detection of opportunities or risks, followed by the implementation of alternative solutions to quickly address any issues. Implement control tools and documents to support Change Management processes and the preparation/ review of change orders for approval. Our Change Management Control system provides early warning and approval control for deviations in engineering costs, material and equipment costs, and construction activities across all phases. We meticulously track submittals, tests performed, samples taken, non-compliance reports, and inspection/ testing associated with non-compliant work through detailed reports. Equip construction teams with the tools and documents needed to accurately estimate, plan, and monitor work, ensuring alignment with the project’s cost, schedule, quantities, and performance targets. Enhance communication to give the City long-term visibility, enabling proactive and informed decision-making. We provide thorough quality assurance and inspections to ensure that all work meets the required standards and regulations. We actively monitor the contractor’s Quality Control Program to maintain high standards throughout the project. With our extensive experience in Construction Management and Inspection, we recognize that a robust QA/QC plan, implemented from the project’s onset, is key to success. At OE, we follow a comprehensive QA/QC manual that clearly defines roles, responsibilities, expectations, review requirements, and quality standards for all documents and procedures within our organization. Our team’s expertise, honed through numerous public works construction projects in Southern California, helps keep our projects on track. We understand the importance of comprehending the entire project timeline, from start to finish, and we excel in creating CPM schedules and managing monthly updates with the responsible agencies. Our Construction Managers will hold regular meetings with the contractor to discuss the schedule’s status and identify potential roadblocks or challenges. They will promptly review each monthly update and provide feedback or acceptance upon receiving the contractor’s submittal. At the start of every project, we tailor the QA/QC program and work plan to meet the project’s specific needs. Onward Engineering’s approach to project controls involves conscious planning and execution of the work, along with continuous monitoring of cost, schedule, quantities, and performance, to achieve estimating, cost control, and scheduling objectives. 1 2 3 2 1 4 3 4 QuaLity aSSuRancE and QuaLity contRoL (Qa/Qc) foR conStRuction managEmEnt and InSpEction goaLS foR pRoactivELy managing pRojEct contRoLS cM & INSPec tiON QA/Qc SECTION 4.7: PROJECT MANAGEMENT APPROACH On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 48RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 PROject cONtROLS Effective project controls are essential for managing and delivering successful projects. At OE, our project controls framework encompasses a range of activities and processes designed to ensure that projects are completed on time, within budget, and to the required quality standards. Below are the key components of our project controls approach. desigN kiCk-OFF MeetiNg & PrOjeCt MeetiNgs The kickoff meeting is a critical first step in setting the stage for a successful project. During this meeting, we: • Establish project goals and objectives as well as any technical requirements. • Define roles and responsibilities. • Review the project schedule and milestones. • Discuss potential risks and mitigation strategies. • Set expectations for communication and collaboration. Regular project meetings are held to monitor progress, address any issues, and keep all stakeholders informed. These meetings facilitate open communication, ensuring that everyone is aligned and working towards the same goals. sChedUle CONtrOl Monitoring the project schedule is vital to identify any delays early and take corrective actions. Our approach includes: • Regularly updating the project schedule. • Comparing planned progress with actual progress. • Identifying the root causes of any slippage. • Implementing corrective measures to get the project back on track. We hold two internal meetings weekly: one for status updates and the other for resource allocation. These meetings help us stay aligned, address any emerging issues promptly, and ensure that resources are used effectively to keep the project on track. EaRnEd vaLuE & pLannEd vaLuE REpoRting To support this process, we prepare Earned Value (EV) Reports and Planned Value (PV) Reports on a monthly basis. These reports help us: • Assess the “Health of Schedule” by comparing the value of work planned (PV) to the value of work actually completed (EV). • Proactively identify schedule variances and areas that may require corrective action. • Provide transparency and insight into project progress for all stakeholders. By proactively tracking schedule slippage and using EV and PV reports, we minimize delays and keep the project moving forward. agiLE pRojEct managEmEnt We also use ClickUp to monitor and track workload and resources. ClickUp enables us to manage tasks, allocate resources efficiently, and monitor project progress in real-time. Various views within ClickUp help us manage different phases of the project, such as utility notifications and research. It also supports views like Task List, Gantt Chart, and Kanban Boards. This tool supports our Agile Project Management (PM) practices by allowing us to: SECTION 4.7: PROJECT MANAGEMENT APPROACH On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 49RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 • Break down projects into manageable tasks, sub-tasks and checklists. • Adjust priorities dynamically based on project needs. • Facilitate collaboration and communication among team members. stAtUs UPdAte rePOrts OE provides comprehensive status update reports to keep all stakeholders informed about the project’s progress. These reports include: • A summary of completed tasks and milestones. • An overview of upcoming activities. • Identification of any issues or risks. • Recommendations for corrective actions. • Updated project timelines and forecasts. • Access to ClickUp for real-time collaboration with the City. • Inclusion of Earned Value (EV) and Planned Value (PV) reports for transparent progress tracking. These reports ensure transparency and enable informed decision-making. dOCUMeNt CONtrOl Proper document control is essential for maintaining project integrity and ensuring that all project documents are accurate and accessible. Our document control practices include: • Utilizing Box Enterprise as our document management system. • Operating on a HIPAA-certified, enterprise-grade, cloud filing system. • Mapping all of the City’s standards, folder structures, templates, and document formats for implementation. • Storing all documents on our cloud-based Box Enterprise account. • Allowing secure, remote access and review of our entire filing system by City staff. • Ensuring compliance with project requirements and Caltrans’ LAPM filing requirements. • Enabling City staff to select passwords for access to view, upload, or download any project files (e.g., PS&E, schedules, utility logs, field observations, daily reports, photo diaries) without changing the City’s existing IT framework. • Providing flexible access to project files from anywhere and on any device, and enabling access to select files for other collaborators. Effective document control helps prevent misunderstandings and ensures that everyone is working with the latest information. COst CONtrOl One of our core corporate philosophies is honesty and transparency, and costs and budgeting are no exception. Our cost control measures include: • Using advanced financial software to prepare invoices and reports. • Allowing the City to request billing statements at any time during the billing cycle. • Providing real-time reports of hours and expenses, enabling the City to easily compare proposed resources to resources used and/or remaining. • Ensuring the budget is reliable and accurate, and falls within the City’s allotted budget. • Demonstrating flexibility in reducing project costs or staying within the budget. SECTION 4.7: PROJECT MANAGEMENT APPROACH | 50RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 PubLic OutReAch At OE, we believe that effective public outreach is at the heart of every successful capital improvement project. It’s not just about construction; it’s about people and communities. We know that keeping everyone informed, engaged, and supportive makes a world of difference. Minimizing disruptions, gaining public support, and maintaining a positive image throughout the project are crucial. That’s why we place a strong emphasis on public outreach. By sharing project information with those affected, we build trust and open lines of communication. This approach leads to fewer complaints, safer work environments, and a smoother construction process. We understand the value of making the community feel involved and respected. Through proactive outreach, we turn potential challenges into opportunities for collaboration and understanding. It’s about fostering a positive experience for everyone involved and bringing the human element of our projects to life. PUbliC NOtiCes At OE, we take pride in crafting and designing public notices (PDFs) with essential project information and updates for affected stakeholders. We handle this task on behalf of the City, ensuring that the community remains informed. Contractors’ notices are often bland and hard to read or understand. In contrast, our notices are crafted to be clear, engaging, and informative, making sure affected stakeholders are aware of all the project details. These notices provide accessible information, helping residents stay informed about any driving or parking restrictions and other important updates. By making the community excited about the project’s outcomes, we foster a sense of involvement and cooperation, making the construction process smoother for everyone. The purpose of this project is to rehabilitate the distressed asphalt pavement and concrete throughout the project limits. In doing so, we hope to improve neighborhood connectivity and livability; and to enhance the comfort, safety and aesthetics of the residents and business owners throughout the neighborhood. The project may require a temporary closure of certain sections of the street and limited access during construction hours. Zone 3...............................Summer 2023 Lower Azusa Road............Spring 2024 Arden Drive.......................Spring 2024 ROADWAY REHABILITATION and PARKWAY IMPROVEMENTS 4,000 Square Feet SIDEWALK 43 Count CURB RAMPS 3,000 Linear Feet CURB/GUTTER and SIGNING and STRIPING UPGRADES. PURPOSEPURPOSE SCHEDULESCHEDULE SITE AREASSITE AREASN W Hondo Pkwy.W Hondo Pkwy. Santa Anita Ave.Santa Anita Ave. Whitmore St.Whitmore St. Chico Ave.Chico Ave. Marybeth Ave.Marybeth Ave. Brockway Pl.Brockway Pl. N N Venita St.Venita St. Gidley St.Gidley St. Bisby St.Bisby St. Frankmont S t . Frankmont S t . Glenfair St.Glenfair St. Marsen St.Marsen St. Elmcrest St.Elmcrest St. Fieldcrest St.Fieldcrest St. Haverly St.Haverly St. Emery St.Emery St. Ar d e n D r . Ar d e n D r . Em e r y S t . Em e r y S t . Ha l i f a x R d . Ha l i f a x R d . Ra n g e r A v e . Ra n g e r A v e . Wh i t n e y D r . Wh i t n e y D r . S h a s t a P l . S h a s t a P l . Es t o A v e . Es t o A v e . Muhall St.Muhall St. Ranchito St.Ranchito St. E l M o n t e A v e . E l M o n t e A v e . Do r e e n A v e . Do r e e n A v e . Hickson St.Hickson St. Dido St.Dido St. N L o w e r A z u s a R d . L o w e r A z u s a R d . Peck Rd.Peck Rd. Durfee Av e . Durfee Av e . El Monte El Monte Ave.Ave. Santa Santa Anita Anita Ave.Ave. N Ar d e n D r . Ar d e n D r . Valley Blvd.Valley Blvd. Lower A z u s a R d . Lower A z u s a R d . A r d e n W a y A r d e n W a y MEETING TO DISCUSS UPCOMINGZONE 3 CONSTRUCTION PUBLICNOTICE The City of El Monte would like to invite residents and property owners in the vicinity of the upcoming construction project in the Zone 3 residential neighborhood to attend a virtual public meeting. The purpose of the meeting is to provide information and gather feedback regarding the proposed concrete improvements and pavement rehabilitation project in the Zone 3 residential area. The meeting will be held on Monday, May 10th, 2023, at 7:00 pm, via Microsoft Teams. The City staff and project engineers will be in attendance to present the project details, answer questions and receive comments. The City of El Monte values your input and feedback on this important project, and we encourage you to attend this meeting to learn more about the project. Your participation is essential so that the project meets the needs and concerns of the community. Please review the map on the flip side of this brochure to see if your street is included in the limits of this project. Thank you for your participation and support. from The City of El Monte INVITEINVITE CI T Y A D D R E S S 1Will IWill I Have AccessHave Access to Myto My Driveway?Driveway? Vehicular access to driveways will be maintained except when necessary construction prohibits such access for reasonable periods with a minimum 48-hour notice. 3What areWhat are the Workingthe Working Hours?Hours? Construction hours are from: 7am to 4:30pm. These hours are subject to change. All parking restrictions will be limited to a reasonable period with a 48- hour advance notice. Information on parking and driving restrictions will be updated regularly and is available at: oe-eng.com/elmontezone3 2Are Are there anythere any ParkingParking or Streetor Street Limits?Limits? 4Will myWill my Trash beTrash be Collected?Collected? The Contractor will not schedule any work on local/residential streets that will prevent trash pickup on the same day as trash collection. Q & AQ & A WHEN DAY, MONTH, YEAR, TIME WHERE Microsoft Teams iNFOrMAtive web PAges At Onward Engineering, we design and maintain informative web pages hosted on a separate sub-domain linked directly to the City’s website. This approach allows us to efficiently produce and update all public notices (PDFs), project information, updates, and dynamic maps without burdening City resources. Our web pages feature enhanced public notices prepared for the contractor on behalf of the City. These notices are crafted to be clear, engaging, and easy to understand, ensuring residents are well-informed about the project. The web pages provide a convenient way for residents to access important information, follow driving or parking restrictions, and stay updated on the project’s progress. By making information readily accessible, we help the community stay involved and excited about the project’s outcomes. SECTION 4.7: PROJECT MANAGEMENT APPROACH On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 51RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 p u b L i c out R E a c h telePhONe hOtliNe Onward Engineering provides the City with a dedicated telephone hotline for the entire project lifecycle. This hotline allows for easy tracking, generation, and saving of call logs, including caller information, time of call, and voice-mail. When callers use the hotline, they are greeted by a brief pre-recorded introduction followed by a vocalized menu offering helpful project information such as street closures, parking restrictions, and schedule changes. Callers also have the option to be routed to a specific staff member for more detailed assistance. Our hotline system is customizable and works seamlessly even if different phases of the project are handled by various consultants, as the contact person can be updated as needed. This system reduces headaches for the City and provides peace of mind to the community, ensuring that they can voice their concerns and obtain information with a simple phone call. dYNAMiC MAPs At OE, we have the tools and expertise to create interactive and dynamic maps that keep the public informed. Stakeholders can access these maps online to get real-time updates on detours, phasing, temporary parking, street closures, and general project limits. Our Construction Managers communicate changes to the schedule in real-time, allowing us to update the site before the contractor even leaves for the day. We manage and update the site and its content in real-time, in accordance with City requirements. This approach provides the City with convenient, easy-to-access content for oversight and allows for the effective dissemination of valuable information to the community. Our dynamic maps ensure that everyone stays informed and up-to-date on all aspects of the project. To view project pages and map, please visit: www.oe-eng.com/dbarea5 Scan QR Code SECTION 4.7: PROJECT MANAGEMENT APPROACH | 52RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 videO PrOdUCtiON Since our Drone can capture high resolution video format, compiling the footage and editing it is a simple method in delivering quick and understandable content for your audience. PrOMOtiONs & NOtiFiCAtiONs HEROES PARK COMMUNITYMEETING POST-CONSTRUCTIONFEEDBACK THURSDAY, AUGUST 22nd 6:00pm to 7:00pm at Merced Avenue and Rio Hondo Parkway FOR MORE INFORMATION, DIAL:FOR MORE INFORMATION, DIAL: 1 (855) 692 -48901 (855) 692 -4890 or contact Kevin Ko, Project Manager at: kkoor contact Kevin Ko, Project Manager at: kko@elmonteca@elmonteca.gov.gov With the newly constructed Heroes Park located in the center of Merced Avenue completed, the City of El Monte is seeking feedback from the community, and we welcome anyone who is interested in giving their feedback to attend. Any print material can be made utilizing the photos captured by our drone, such as the public notice flier mailout depicted above. tIMe lAPse dIsPlAY 1 2 3 4 5 6 When progress is of interest, aerial captures can then be generated into a time- lapse video or a simple layout as a sequence of time periods (as shown above) to where the progress of the project can be fully realized and understood. grANd disPlAYs Aerial photos offer stunning visuals for posters, covers, and billboards, with various options to promote and to showcase what our drone can capture. SECTION 4.7: PROJECT MANAGEMENT APPROACH | 53RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services drONe AeriAl, PhOtO & videO serviCes Onward Engineering makes full use of our drone technology. In addition to its beneficial use in site conditions analysis, record keeping, and map making, we also utilize our Drone tool and the photos and videos captured to generate presentation and promotional media for our Clients. The following are samples of the materials we’ve created with our drone data captured for the City of El Monte: Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 ORANGe VeSt APPLicAtiON ORANGe VeSt © is a proprietary tool (web application and iOS application) which streamlines and organizes construction documents, built with the inspection team in mind. Orange Vest allows the CM and Inspector to document work in real-time, and to have field quantities, materials, labor, and equipment automatically update Quantity Sheets, Earned Value Charts, Cost Over Time Charts, Quantity Over Time Charts, and Percent Complete Over Time Charts. It also allows the team to proactively monitor bid items that are nearing 75% complete and keep track of any overages. The ORANGe VeSt © application allows users to generate Field Notifications (Incident Reports), manage Punch-Lists, automatically generate Weekly Statement of Working Day reports, manage Potential Change Orders, Unit Price Change Orders, and Contract Change Orders. On the Construction Management side, it allows users to review and approve/reject submittals and respond to RFIs. The value of this tool is unprecedented. It took our team over 4 years to develop, and it includes input from former County, District, and Public Works Professionals and Supervising Inspectors. The following showcases further details, features and usages of this tool: RfI moduLE Requests for information (RFI) –Throughout all phases of a project, questions come up. In the past, the questions would be fragmented across platforms. Some via email, some hard copy, some scanned, some via text, some over the phone. The RFI module allows you to centralize these requests and to respond to them directly. A user can submit an RFI, either as a user of the app or via a public link for each project. They also mark that RFI as Normal, Expedited, or Critical. They can also attach a PDF to that RFI if needed. Once it is submitted, the Construction and Project Manager is notified via email that an RFI has been submitted, they can respond right away, and the response will be sent directly to the original party that submitted the RFI. The system will also prioritize alerts to the PM/CM so that they address expedited and critical RFIs first. Anytime a change is made to an RFI, the program automatically makes a PDF that includes the RFI information, when an answer is added, that PDF is updated to include the answer. The system also auto-generates a PDF log of the RFIs. SubmIttaL moduLE The Submittal Module allows Contractors to submit documentation for the materials and processes that they plan to use during construction. Our Submittal Module allows the Contractor to send in the PDF (via our app or public link). The Contractor can submit that document as a new submittal or as a follow up to a previous submittal (re-submittal). The PM/CM is then notified that a Submittal is posted for their review. The PM/CM can click the stamp icon and then start marking that pdf up digitally with a full suite of markup tools. When done, the PM/CM selects a status for that Submittal (Approved-No Exceptions Taken, Approved-Make Corrections Noted, Rejected, Rejected-Revise & Resubmit, Rejected- Submit Specified Item). Then a cover page is auto-generated for that marked up document, which includes an entire tracking history for that Submittal as well as a digital stamp with signature. The system also auto-generates a PDF log of Submittals (both pending and reviewed). LiSt of fEatuRES View project dashboard, prepare comprehensive daily reports, automatically generate weekly statement of working days, view product quantities to approve progress payments, prepare change order leveraged by real team data, access project files, sign and countersign reports, file field notifications and incident reports, submit and review construction submittals, prepare and respond to requests for information, and more. OE is very aware that the City of Rancho Cucamonga utilized Virtual Project Manager (VPM) as their Construction Management Information System (CMIS). OE is familiar with VPM and our inspectors have been trained to use it. All of our inspectors are equipped with an iPad with data connection, and are ready to hit the ground running with reporting. In addition to utilizing VPM, Onward Engineering has developed another CMIS that would be available if the City wishes to use it. SECTION 4.7: PROJECT MANAGEMENT APPROACH On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . | 54RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 daShboaRd at a gLancE The project dashboard gives you a quick look at the project’s progress, so you know at a glance how many days are remaining, whether or not any daily reports are missing or incomplete, how much time has elapsed, the estimated earned value (automatically updated with each published daily report), the weather forecast that includes an hour-by-hour breakdown, and charting tools to dive deeper on the project’s numbers. da S h boa R d : In-d E p th The project dashboard has three charts currently available: cost over time, which can be viewed for the project as a whole, or specifically for up to 3 bid items at a time; the quantity over time chart, showing both the cumulative & the day/week/month totals for the project as a whole or as individual bid items; the percent complete over time chart, which can be viewed for the project or for individual bid items (up to 3 at a time). daiLy REpoRting The daily report is the brains of the application. We built our app with the inspector in mind, as the inspector is the eyes and ears of the project. The daily report dashboard gives the inspector his daily information at a glance. The top bar allows the inspector to jump into work performed (to track labor, equipment, and quantities completed), PCO (potential change orders), notes, tickets, punch list, and weekly recap. SECTION 4.7: PROJECT MANAGEMENT APPROACH | 55RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 bid itEmization Adding a bid item is easy, and it takes all the guess work out of it. No more typos or inaccurate bid items. These are pulled directly from the bid sheet which is uploaded to the system as a CSV file (or manually input). Once a bid item is in, you are ready to add labor and equipment hours to it, or to add quantities performed that day. pRojEct cL aSSificationS Once you add a bid item, assigning labor and equipment is a breeze. Just select the classification, and the system will filter only the personnel and equipment that fit that classification. You only need to type out the name and description once, and it is available throughout the project. If you prefer to put the name and description first, you can do that and the system will show you a list of classifications assigned to that person and equipment. notE S Notes are easy to input. They can be formatted & rearranged. You can use voice text to dictate your notes when you are in a rush. Then you can edit those notes later if needed. You can also assign notes specifically to a bid item, or you can type them out as general notes. photoS managEmEnt Photos can be easily snapped from within the app, or uploaded from the photo library. Add photos, caption them, and rearrange to tell a visual story. No more fumbling to format or organize photos. Let ORANGe VeSt © do it for you. Also, the system captures as many photos as you take. You can take 30 photos and only include 8 in the daily report, and the 22 that are not included will automatically be saved as separate image files. Quantity moduLE The quantity module shows you the quantities for any period of time. You can view the quantities for the “prior period”, “to date:”, or “remaining”. Tapping the bid item provides a drop-down menu showing the breakdown of that bid item. SECTION 4.7: PROJECT MANAGEMENT APPROACH | 56RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 design smar ter.build better. TASKS DELIVERABLES FINALWALK-THROUGH •Certify completion recommendations •IOR red - lines •Contractor red - lines •CM coordination records •Final as-built documentation •Non-compliance notes •Completion recommendations •Final report of completion •Final punch list NON-COM PLIANCE ITEMS AS-BUILT PLANS PUNCH L ISTS COMPLETION RECOMMENDAT IONS FINAL PAYMENT REQUESTS SUBMIT PROJ ECTFILES •Final project files (per LAPM) •As - built drawings •Construction files •Final payment recommendations •CM payroll review notes •Employee interview forms •Employee interview reports •Preliminary punch list •Final punch list TASKS DELIVERABLES PUBLiC OUTREACH •Discussion notes & dates Actions taken TRAFFiC CONTROL •Traic control notes •Signing & striping inspection CHANGE ORDERS •Change order notes •Change order recommendations •Verify accurate records/quantities •Ensure records back-up •Testing reports/Tracking log review/comments/recommendations SURVEY MONUMENTS •Manage/Track/Report survey •Monument documentation SCHEDULE REViEW & TRACK •Construction schedule updates CONSTRUCTiON iNSPECTiON JOB SAFETY COMPLiANCE •Safety infraction reports LABOR COMPLiANCE •Contractor certified payroll records •CM payroll review notes •Employee interview forms •Employee interview reports WATER QUALiTY SWPPP & BMP’S •Weekly work reports CONSTRUCTiON MANAGEMENT SUBMiTTAL REViEW •Submial lo g •Stamped submials •Recommendations •Includes City tasks •Review & file daily reports •Working day statement reports Issued weekly •Daily photo diary Raw image files (digital) GEOTECHNiCAL/ MATERiALS TESTiNG TASKS CONSTRUCTABiLiTY REViEW DELIVERABLES •Review/recommendations •Comments in writing DRONE CAPTURE •Image file of existing site conditions RFi COORDiNATiON •RFI response log PRELiMiNARY FiELD WALK •Field notes and photos of existing conditions BiD AWARD SUPPORT •Bid analysis MEETiNGS (Pre-bid, preconstruction, and bi-weekly meetings with inspector) •Meeting minutes •Meeting agenda Available to the City Project Manager via Orange Vest or City CMIS: •DCRs, Photo Diaries, and Ticket Reports •Incident Report •Punchlist •Weekly Statement of Working Days & Weekly Recap Report •Bid Item Sheets & Quantity Reports •RFIs and RFI Log •Submials and Submial Lo g •CCO and Backup Documentation PROJECT FiLES PHASE CONSTRUCTION2 PHASE POST-CONSTRUCTION3PHASEPRE-CONSTRUCTION1 SECTION 5.5: CONSTRUCTION MANAGEMENT AND INSPECTION | 65RFQ, for the City of Rancho Cucamonga, For #24/25-501 Various On-Call Services 1 cONStRuctION MANAGeMeNt AND INSPectION5.5Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 1/13/2025 Vice President and Operations Manager Muhammad Ataya, NPA N/A Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 1/13/2025 Muhammad Ataya Vice President, Onward Engineering X Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 1/13/2025 Muhammad Ataya Muhammad Ataya Vice President, Onward Engineering Vice President Onward Engineering Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 1/13/2025 Muhammad Ataya ADDENDUM #1 Vice President, Onward Engineering Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 1/13/2025 Muhammad Ataya Vice President, Onward Engineering Onward Engineering Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 120 X Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 1/13/2025 Muhammad Ataya Vice President, Onward Engineering www.oe-eng.com N/A muataya@oe-eng.com Onward Engineering (714) 533.3050 300 S. Harbor Blvd., Suite 814 Anaheim, CA 92805 Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 design smarter. build better. 300 S. Harbor Blvd. Suite 814 Anaheim, CA 92805 (714) 533.3050 www.oe-eng.com HOURLY RATE scHEdULE cONsTRUcTION MANAGEMENT & INsPEcTION role cost (hourly) Construction Manager $185.00 Construction Inspector*$140.00 (OT $178 DT $193) Public Outreach $95.00 ENGINEERING role cost (hourly) Designer/Project Engineer $145.00 Project Manager $185.00 OE provides CM and Inspection services based on the project schedule at the hourly rates above. We do not bill for time not spent. Costs include office overhead and are fully burdened and include all reimbursable expenses. Inspector mileage only around the jobsite will be billed at the IRS rate. *OE pays all Construction Inspectors prevailing wage rates in compliance with the requirements set forth by the Department of Industrial Relations (DIR) State prevailing wages under Labor Code § 1770 et seq. Labor Code §§ 1775 and 1777.7 along with the Davis-Bacon and Related Acts (DBRA) under the standards of the Community Development Block Grant (CDBG) funding as administered by the U.S. Housing and Urban Development (HUD) Department. On w a r d E n g i n e e r i n g | D e s i g n S m a r t e r . B u i l d B e t t e r . scHE dULE OF FEEs1 1 ..Docusign Envelope ID: 31A87EA4-9360-4477-A3F8-1244ADA173EADocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1