HomeMy WebLinkAboutCO 2025-164 - PsomasPSA 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
Psomas, a California Corporation (“Consultant”).
RECITALS
A.City has heretofore issued its request for proposals to perform the following
design professional services: on-call civil engineering design services (“the Project”).
B.Consultant has submitted a proposal to perform the professional services
described in Recital “A”, above, necessary to complete the Project.
C.City desires to engage Consultant to complete the Project in the manner set
forth and more fully described herein.
D.Consultant represents that it is fully qualified and licensed under the laws
of the State of California to perform the services contemplated by this Agreement in a good
and professional manner.
AGREEMENT
NOW, THEREFORE, in consideration of performance by the parties of the mutual
promises, covenants, and conditions herein contained, the parties hereto agree as follows:
1.Consultant’s Services.
1.1 Scope and Level of Services. Subject to the terms and conditions
set forth in this Agreement, City hereby engages Consultant to perform all technical and
design professional services described in Recitals “A” and “B” above, including, but not
limited to on-call civil engineering design services all as more fully set forth in the
R equest for Statement of Qualifications, attached hereto as Exhibit “A” and Consultant’s
proposal, dated January 13, 2025 attached hereto as Exhibit “B”, and incorporated by
reference herein. The nature, scope, and level of the services required to be performed by
Consultant are set forth in the Scope of Work and are referred to herein as “the Services.”
In the event of any inconsistencies between the Scope of Work and this Agreement, the
terms and provisions of this Agreement shall control.
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
2025-164
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 2
percent (10%) of the total compensation specified in Section 3, may be approved in
writing by the City’s City Manager without amendment.
1.3 Time for Performance. Consultant shall perform all services under
this Agreement in a timely, regular basis consistent with industry standards for professional
skill and care, and in accordance with any schedule of performance set forth in the Scope
of Work, or as set forth in a “Schedule of Performance”.
1.4 Standard of Care. As a material inducement to City to enter into this
Agreement, Consultant hereby represents that it has the experience necessary to undertake
the services to be provided. In light of such status and experience, Consultant hereby
covenants that it shall follow the customary professional standards in performing the
Services.
1.5 Familiarity with Services. By executing this Agreement, Consultant
represents that, to the extent required by the standard of practice, Consultant
(a) has investigated and considered the scope of services to be performed, (b) has carefully
considered how the services should be performed, and (c) understands the facilities,
difficulties and restrictions attending performance of the services under this Agreement.
Consultant represents that Consultant, to the extent required by the standard of practice,
has investigated any areas of work, as applicable, and is reasonably acquainted with the
conditions therein. Should Consultant discover any latent or unknown conditions, which
will materially affect the performance of services, Consultant shall immediately inform
City of such fact and shall not proceed except at Consultant’s risk until written instructions
are received from the City Representative.
2. Term of Agreement. The term of this Agreement shall be five (5) years
and shall become effective as of the date of the mutual execution by way of both parties’
signature (the “Effective Date”). No work shall be conducted; service or goods will not be
provided until this Agreement has been executed and requirements have been fulfilled.
Parties to this Agreement shall have the option to renew in one (1) year increments
to a total of two (2) years, unless sooner terminated as provided in Section 14 herein.
Options to renew are contingent upon the City Manager’s approval, subject to pricing
review, and in accordance to all Terms and Conditions stated herein unless otherwise
provided in writing by the City.
3. Compensation.
3.1 Compensation. City shall compensate Consultant as set forth in
Exhibit A, provided, however, that full, total and complete amount payable to Consultant
shall not exceed $1,000,000 (per year), including all out of pocket expenses, unless
additional compensation is approved by the City Council. City shall not withhold any
federal, state or other taxes, or other deductions. However, City shall withhold not more
than ten percent (10%) of any invoice amount pending receipt of any deliverables
reflected in
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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 Arief Naftali, 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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 8
incurred by the Indemnitees in connection therewith. The indemnification obligation
herein shall not in any way be limited by the insurance obligations contained in this
Agreement.
. 11.3 Nonwaiver of Rights. Indemnitees do not, and shall not, waive any rights that
they may possess against Consultant because of the acceptance by City, or the deposit
with City, of any insurance policy or certificate required pursuant to this Agreement.
11.4 Waiver of Right of Subrogation. Except as otherwise expressly
provided in this Agreement, Consultant, on behalf of itself and all parties claiming under
or through it, hereby waives all rights of subrogation against the Indemnitees, while acting
within the scope of their duties, from all claims, losses and liabilities arising out of or
incident to activities or operations performed by or on behalf of the Consultant.
11.5 Survival. The provisions of this Section 11 shall survive the
termination of the Agreement and are in addition to any other rights or remedies which
Indemnitees may have under the law. Payment is not required as a condition precedent to
an Indemnitee’s right to recover under this indemnity provision, and an entry of judgment
against Consultant shall be conclusive in favor of the Indemnitee’s right to recover under
this indemnity provision.
12. Insurance.
12.1 Liability Insurance. Consultant shall procure and maintain in full
force and effect for the duration of this Agreement, insurance against claims for injuries to
persons or damages to property which may arise from or in connection with the
performance of the services hereunder by Consultant, and/or its agents, representatives,
employees and subcontractors.
12.2 Minimum Scope of Insurance. Unless otherwise approved by City,
coverage shall be at least as broad as:
(1) Insurance Services Office Commercial General Liability
coverage (occurrence form CG 0001).
(2) Insurance Services Office form number CA 0001 (Ed. 1/87)
covering Automobile Liability, code 1 (any auto).
(3) Worker’s Compensation insurance as required by the State
of California, and Employer’s Liability Insurance.
(4) Professional Liability insurance in a form approved by the
City, having an extended reporting period of not less than
three (3) years after completion of the Services which shall
provide protection against claims of professional negligence
arising out of Consultant’s performance of the Services and
otherwise complying with all applicable
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 9
less than:
provisions of this Section 12. The policy shall be endorsed
to include contractual liability to the extent insurable.
12.3 Minimum Limits of Insurance. Consultant shall maintain limits no
(1) Commercial General Liability: $2,000,000 per occurrence
for bodily injury, personal injury and property damage.
Commercial General Liability Insurance with a general
aggregate limit shall apply separately to this Agreement or
the general limit shall be twice the required occurrence limit.
(2) Automobile Liability: $2,000,000 per accident for bodily
injury and property damage.
(3) Employer’s Liability: $1,000,000 per accident and in the
aggregate for bodily injury or disease and Workers’
Compensation Insurance in the amount required by law.
(4) Professional Liability: $1,000,000 per claim/aggregate.
(5) The Insurance obligations under this agreement shall be the
greater of (i) the Insurance coverages and limits carried by
the Contractor; or (ii) the minimum insurance requirements
shown in this Agreement. Any insurance proceeds in excess
of the specified limits and coverage required which are
applicable to a given loss, shall be available to the City. No
representation is made that the minimum insurance
requirements of this Agreement are sufficient to cover the
obligations of the Contractor under this Agreement.
12.4 Deductibles and Self-Insured Retentions. Any deductibles or self-
insured retentions must be declared to and approved by the City and shall not reduce the
limits of coverage. City reserves the right to obtain a full certified copy of any required
insurance policy and endorsements.
12.5 Other Insurance Provisions.
(1) The commercial general liability and automobile liability
policies are to contain the following provisions on a separate
additionally insured endorsement naming the City, its
officers, officials, employees, designated volunteers and
agents serving as independent contractors in the role of City
officials as additional insureds as respects: liability arising
out of activities performed by or on behalf of Consultant;
products and completed operations of
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: Psomas
1650 Spruce Street
Suite 400
Riverside, CA 923507
Attn: Arief Naftali, President
16. Non-Discrimination and Equal Employment Opportunity. In the
performance of this Agreement, Consultant shall not discriminate against any employee,
subcontractor, or applicant for employment because of race, color, creed, religion, sex,
marital status, national origin, ancestry, age, physical or mental handicap, medical
condition, or sexual orientation. Consultant will take affirmative action to ensure that
subcontractors and applicants are employed, and that employees are treated during
employment, without regard to their race, color, creed, religion, sex, marital status, national
origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation.
17. Assignment and Subcontracting. Consultant shall not assign or transfer
any interest in this Agreement or subcontract the performance of any of Consultant’s
obligations hereunder without City’s prior written consent. Except as provided herein, any
attempt by Consultant to so assign, transfer, or subcontract any rights, duties, or obligations
arising hereunder shall be null, void and of no effect.
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 13
18 Compliance with Laws. Consultant shall comply with all applicable federal,
state and local laws, ordinances, codes and regulations in force at the time Consultant
performs the Services. Consultant is aware of the requirements of California Labor Code
Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations,
Title 8, Section 16000, et seq., (“Prevailing Wage Laws”), which require the payment of
prevailing wage rates and the performance of other requirements on “public works” and
“maintenance” projects. If the Services are being performed as part of an applicable
“public works” or “maintenance” project, as defined by the Prevailing Wage Laws, and if
the total compensation is $1,000 or more, Consultant agrees to fully comply with such
Prevailing Wage Laws. The applicable prevailing wage rate determinations can be found
at http://www.dir.ca.gov/dlsr/DPreWageDetermination.htm
Consultant shall make copies of the prevailing rates of per diem wages for each craft,
classification or type of worker needed to execute the Services available to interested
parties upon request, and shall post copies at the Consultant’s principal place of business
and at the Project site. Consultant shall defend, indemnify and hold the City, its elected
officials, officers, employees and agents free and harmless from any claim or liability
arising out of any failure or alleged failure to comply with the Prevailing Wage Laws.
19. Non-Waiver of Terms, Rights and Remedies. Waiver by either party of
any one or more of the conditions of performance under this Agreement shall not be a
waiver of any other condition of performance under this Agreement. In no event shall the
making by City of any payment to Consultant constitute or be construed as a waiver by
City of any breach of covenant, or any default which may then exist on the part of
Consultant, and the making of any such payment by City shall in no way impair or
prejudice any right or remedy available to City with regard to such breach or default.
20. Attorney’s Fees. In the event that either party to this Agreement shall
commence any legal action or proceeding to enforce or interpret the provisions of this
Agreement, the prevailing party in such action or proceeding shall be entitled to recover
its costs of suit, including reasonable attorney’s fees and costs of experts.
21. Exhibits; Precedence. All documents referenced as exhibits in this
Agreement are hereby incorporated in this Agreement. In the event of any material
discrepancy between the express provisions of this Agreement and the provisions of any
document incorporated herein by reference, the provisions of this Agreement shall prevail.
22. Applicable Law and Venue. The validity, interpretation, and performance
of this Agreement shall be controlled by and construed under the laws of the State of
California. Venue for any action relating to this Agreement shall be in the San Bernardino
County Superior Court.
23. Construction. In the event of any asserted ambiguity in, or dispute
regarding the interpretation of any matter herein, the interpretation of this Agreement shall
not be resolved by any rules of interpretation providing for interpretation against the party
who causes the uncertainty to exist or against the party who drafted the Agreement or who
drafted that portion of the Agreement.
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 14
24. Entire Agreement. This Agreement consists of this document, and any
other documents, attachments and/or exhibits referenced herein and attached hereto, each
of which is incorporated herein by such reference, and the same represents the entire and
integrated agreement between Consultant and City. This Agreement supersedes all prior
oral or written negotiations, representations or agreements. This Agreement may not be
amended, nor any provision or breach hereof waived, except in a writing signed by the
parties which expressly refers to this Agreement.
IN WITNESS WHEREOF, the parties, through their respective authorized
representatives, have executed this Agreement as of the date first written above.
Consultant Name: Psomas
By: ______________________________
Name Arief Naftali Date
______________________________
Title
City of Rancho Cucamonga
By:________________________________
Name Date
_________________________________
Title
By: ______________________________
Name Date
______________________________
Title
(Two signatures required if corporation)
Rancho Cucamonga Fire Protection District
By:________________________________
Name Date
_________________________________
Title
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058
Vice President
9/4/2025 | 10:49 AM PDT
Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
Mayor/President
9/10/2025 | 5:49 AM PDT
Fire Chief
9/10/2025 | 7:13 AM PDT
Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
CFO
9/26/2025 | 8:14 AM PDT
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 15
EXHIBIT A
REQUEST FOR STATEMENT OF QUALIFICATIONS
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 16
EXHIBIT B
CONSULTANT PROPOSAL
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
Statement of Qualifications (RFQ No. 24/25-501) | 01.13.25
Various On-Call Services
CITY OF RANCHO CUCAMONGA
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
Cover
Letter
4.1
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
January 13, 2025
Marlena Perez
City Engineer
City of Rancho Cucamonga
Purchasing Division
10500 Civic Center Drive
Rancho Cucamonga, California 91730
Subject: Response to RFQ #24/25-501 for Various On-Call Services
Dear Ms. Perez:
Psomas is dedicated to working with public and private agencies across Southern California to deliver
innovative and collaborative project solutions, and for nearly 80 years we have helped promote safety,
livability, sustainability, and prosperity within our local communities. That is why we are excited about
the opportunity to serve the City of Rancho Cucamonga in its mission to enhance infrastructure
development, project delivery, and operations and to deliver a safe, livable, and well-run transportation
system in the City. As a multidisciplinary firm and with support from subconsultants, we are strongly
suited to serve the City with our extensive expertise in the following categories:
f Street improvements
f Storm drainage projects with the associated hydrology/hydraulic systems
f Water and wastewater delivery, conveyance, and storage systems
f Complex structures (short span bridges, culverts, retaining walls, sound walls, etc.)
f Environmental planning
f Surveying & Subsurface Utility Engineering (SUE)
f ADA and accessibility plans
f Landscape architecture (supported by LCI)
f Construction Management & Inspection
f Labor Compliance (supported by Casamar Group)
f Scheduling & Cost Estimating (supported by CAPO)
f Source Inspection (supported by ZTC)
In order for the City to achieve this mission, you will need a team who can work with your staff to deliver
the most cost effective and sustainable projects while, simultaneously, creatively navigating the political
and stakeholder realities of public projects from planning design through construction.
Balancing the Natural and Built Environment
1650 Spruce Street Suite 400 Riverside, CA 92507
Tel 951.787.8421 www.Psomas.com
Cover Letter 4.1
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
Psomas’ Contract Manager, Arief Naftali, PE, TE, EE, RSP1, ENV SP, will serve as the single point-of-
contact and will be working from the Riverside office, as well as virtually, which provides an additional
measure of accessibility to the City. Our proposal will remain valid for a period of not less than sixty (60)
days from the date of our submittal. We are excited about the opportunity to provide the City of Rancho
Cucamonga’s requested services and we look forward to your favorable review of our proposal.
Sincerely,
Arief Naftali PE, TE, EE, RSP1, ENV SP
Vice President/Contract Manager/Principal
1650 Spruce Street Suite 400 Riverside, CA 92507
Tel 951.787.8421 www.Psomas.com
Marlena Perez
Page 2 of 2
January 13, 2025
Response to RFQ #24/25-501 for Various On-Call Services
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
Table of
Contents
4.2
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
iv
Ta
b
l
e
o
f
C
o
n
t
e
n
t
s
1 COVER LETTER 1
2 TABLE OF CONTENTS iv
3 EXECUTIVE SUMMARY 3
4 FIRM EXPERIENCE/QUALIFICATIONS 10
Demonstrated Knowledge and Abilities
5.3 General Engineering Services 10
Demonstrated Knowledge and Abilities
5.5 Construction Management and Inspection 13
Firm Profile 16
5 THIRD-PARTY/SUBCONTRACTORS 20
6 STAFF RESUMES AND ORGANIZATION CHART 24
Organization Chart 24
Staff Resumes 25
7 PROJECT MANAGEMENT APPROACH 61
Table of Contents 4.2
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
Executive
Summary
4.3
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
3
Executive Summary4.3
Psomas, founded in 1946, is a leader in the architecture, engineering, and construction (AEC) industry. The firm has developed a reputation for delivering innovative and sustainable solutions tailored to the unique needs of each project. With a robust team of nearly 800 professionals across multiple locations, Psomas is well-equipped to manage projects of varying scales and complexities.
Markets served include transportation, water, land development, and energy
with the following services offered:
f Civil engineering
f Survey and geospatial services including use of drones, 3D laser scanning and subsurface utility locating
f Site development engineering
f Transportation and traffic engineering
f Structural engineering
f Water and wastewater engineering
f Environmental planning and resource management
f Land planning and urban design
f Land use entitlements
f Construction management
f GIS consulting
Psomas proposes to provide the following services to the City of Rancho Cucamonga for the duration of the on-call contract:
General Civil Engineering: With extensive experience in civil engineering, Psomas offers comprehensive services ranging from transportation, roadway traffic engineering, site development to water and wastewater engineering. Their work includes planning and designing infrastructure improvements, hydrology studies, and utility coordination. In San Bernardino County, Psomas has been involved in significant community projects such as Kessler Park, Safe Routes to School for the City of Rialto, and similar projects within the greater Inland Empire area. Said projects were completed with the support of other groups such as Environmental and Survey and Geospatial services.
Construction Management and Inspection: Psomas is recognized for its excellence in construction management and inspection, ensuring projects are delivered on time, within budget, and to the highest quality standards. Their services encompass project management, constructability reviews, contract administration, and inspection. Psomas has managed over 300 projects, fostering strong client relationships through their commitment to innovation and excellence. Notable projects include the I-405 Widening Project and various on-call services for municipal clients.
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
4
5.3 General Civil Engineering
Psomas has carefully selected key personnel with
multidisciplinary expertise and a background in
planning and design to ably assist the City achieve
its project objectives as part of this contract.
Arief Naftali, PE, TE, EE, RSP1, ENV SP
Contract Manager/Civil Engineering PM
Arief Naftali, a licensed civil, traffic, and electrical engineer in California, has 25 years of hands-on professional experience in the design and management of various road, traffic, civil, site, highway, and engineering projects for multiple local and regional agencies in Southern California, including Caltrans. Skilled in roadway infrastructure, site development, active transportation, traffic engineering, outdoor electrical,
60%
Magnolia Avenue Street Rehabilitation
10%
West Paramount Utility EasementMulti-Use Trail
20%
Glendale-Hyperion Intersection Improvements
10%
and transportation planning projects, Arief delivers improvement needs to local and regional communities. The project portfolio encompasses a full range of projects from planning and design through construction.
Carrie Davis, PE
Engineering Technical Lead
Carrie Davis has 27 years of experience successfully managing and designing dozens of multi-use trail, local arterial highway, and interchange improvement projects. Her expertise ranges from preparing preliminary studies to developing the final construction PS&E. She has a strong understanding of Caltrans policies and procedures, environmental planning and permitting, and those of county and local agencies.
65%
South Coast Water District, Camel Point Drive Water Line and Pavement Replacement
15%
Riverside County Transportation Depart-ment, Magnolia Ave Resurfacing
10%
City of Irvine, Culver Drive Protected Bike Lanes and Pavement Rehabilitation
10%
Availability of Staff and Current ProjectsPsomas maintains a flexible and responsive workforce, adept at accommodating the varying demands of projects. Their staff are seasoned professionals, committed to delivering exceptional service and project outcomes. The firm is currently engaged in multiple ongoing projects, leveraging their interdisciplinary expertise and strategic partnerships with subconsultants to ensure comprehensive service delivery.
With a steadfast commitment to quality, safety, and sustainability, Psomas continues to be a trusted partner in the AEC industry, delivering projects that enhance communities and infrastructure.
As shown, Cucamonga Station will serve as a critical transportation hub
to the greater Southern California Region
Executive Summary 4.3
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
5
Gary Warkentin
Project Reports & Feasibility Study
Mr. Warkentin's background includes over 53 years of experience in developing transportation improvement projects for Caltrans, county, and municipal agency review and approval. He has served in a lead preliminary design role and managed over 40 Caltrans Design Reports (PSR, PSR/PR, PR) ranging from minor interchange modifications to major freeway-to-freeway interchange improvement projects. He is adept at working with local agencies and Caltrans to identify the most efficient way to process projects through the Caltrans Project Development Process.
Brandon Pence, PE , ENV SP
Street & Active Transportation
Brandon Pence has seven years of civil engineering experience designing transportation and multi-modal improvement projects in Southern California. Brandon has experience with a variety of transportation elements such as signal design, signing and striping,
45%
SR-57/Katella and Ball Interchange PSR-PDS 15
15%
Potrero Canyon/SR-1 Pedestrian Bridge PSR-PDS
15%
Lincoln Boulevard Multimodal Improvement PR
15%
50%
City of Inglewood, Crenshaw Boulevard Improvements Project Phase 2
15%
City of Los Angeles, Eastern Avenue Multi-modal Transportation Improvement Project
10%
City of Paramount, West Paramount Utility Easement Trail
25%
signal modification, traffic control, bicycle and pedestrian facilities, and other street improvement components. Brandon is proficient in AutoCAD, Civil 3D, and MicroStation. Brandon is also well-versed in a multitude of local design standards and guidelines.
Shawn Clark
SUE Research and Investigation
Shawn Clark has 12 years of experience in providing Subsurface Utility Engineering (SUE) and project management services for projects throughout California. Shawn has successfully managed projects to completion with a wide range of agencies. Shawn's expertise includes project initiation and coordination, contract management, construction management, site assessments, permitting and permit compliance. He has managed projects of varying size involving engineering, design, permitting, and installation/construction.
50%
DWR – EV Charging Stations
15%
I-105 Express Lanes Project
10%
PG&E on call Utility Locating
25%
Kessler-Closures-Starting-August-2023-02-02
Executive Summary 4.3
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
6
Doug Fredericks, PE
Structural Engineering
Doug Fredericks is a registered civil engineer with over 33 years of experience in bridge design and bridge project management. He has led the planning, layout, type selection, and final design for a wide variety of transportation structures, including new construction, widening, and rehabilitation projects. He has also performed studies to evaluate the condition of existing structures, and has designed retaining walls, sound walls, water-holding tanks, and drainage facilities. Doug has been responsible for the successful completion a number of bridge projects for Caltrans and local municipalities.
45%
City of Santa Ana, On-Call Engineering Assignments
15%
Port of Long Beach, Pier D Street Realignment
15%
City of Los Angeles, Colorado Street Bridge Multi-Use Path
15%
Charles Holcombe III, MBA
Environmental Planning
Charles Holcombe III, MBA, has more than 17 years of experience as an Environmental Planner and Senior Project Manager specializing in Environmental Impact Assessments (EIAs) and urban and regional land use planning for both the public and private sectors. He has authored General Plan Updates, Specific Plans, EIRs, Environmental Assessments (EAs), and IS/MNDs for such planning efforts. Mr. Holcombe possesses strong technical understanding of both CEQA and NEPA. He also has a wide range of project experience developing environmental compliance strategies under CEQA and NEPA for multiple utility infrastructure projects, industrial facilities, residential and commercial projects, educational and public facilities, and roadway and regional recreation centers.
45%
Rancho California Water District, Upper Valley de Los Caballos Pump Station
15%
City of Corona, 6th Street Beautification
15%
County of Riverside, Gilman Hills Specific Plan
25%
Executive Summary 4.3
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
7
Nam Nguyen, ENV SP
Traffic & Lighting
Nam Nguyen has been responsible for various design and drafting assignments focusing on public works and transportation projects throughout Southern California. Having successfully developed many traffic engineering construction documents, he is well-versed in the guidelines and standards that govern the making of geometric/signing, striping, traffic control, signal modification, and street improvement plans. Nam also possesses strong MicroStation, AutoCAD, and Civil 3D skillsets.
60%
City of Irvine - Culver Drive/Orchard Hills Street Improvement Project
15%
I-105 Metro Express Lanes Improvement Project
10%
City of Santa Fe Springs - Lighting conver-sion from Series to Multiple Circuits Project
15%
David S. Martin, PE , QSD, ENV SP
Hydrology, Hydraulic Flood Plain
Studies & Erosion Control
David Martin has 38 years of experience in municipal civil engineering infrastructure, specializing in stormwater management, land development and drainage design. He has a broad engineering design and project management background and previously managed an independent multi-disciplinary engineering design office.
50%
City of Thousand Oaks E. Hillcrest Drive
15%
8150 Sunset Blvd
10%
Universal Hollywood Drive Phase 2
25%
Executive Summary 4.3
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
8
5.5 Construction Management
and Inspection
Psomas has extensive experience on as-needed
construction management contracts, including
more than twenty currently held throughout
the state. From our experience, the two most
essential attributes required for success are
communication and responsiveness.
Communication
Brett will establish a communication plan
with City staff to forecast upcoming work
while keeping his team abreast of pending
opportunities, so we are prepared to provide
the City with our best and brightest staff. Once
assigned a project, our staff will integrate
quickly with the common goal of completing the
assignment on-time and within budget. Brett's
regular communication and team leadership will
see that the City's needs are met.
Responsiveness
Brett’s priority is to be responsive to the needs of
City staff and City projects. Psomas’ Task Order
Response Plan and Small Business Utilization Plan,
described later, will allow our team to provide
quality staff on short notice and help Rancho
Cucamonga achieve its utilization goals. If there
is an issue, our team will respond promptly to
resolve the issue with City staff and appropriate
project stakeholders. By acting immediately, we
protect the quality of the project.
Brett Barnett, PE , CCM, QSD
Construction Management Project
Manager
Brett Barnett has 38 years of construction management and design experience on transportation and bridge projects in Southern California. Managing the construction of roadways, highway bridges, railroad bridges, airport facilities, retaining walls, sound walls, and port facilities including wharves, container yards, and rail yards for various clients. Overseeing more than $6 billion in construction, monitoring the new construction, widening, or demolition of over 186 bridges, including five full freeway-to-freeway interchanges, and an equal number of retaining walls, acting as Project Director, Project Manager, Resident Engineer, or Structures Representative. Participated in constructability reviews, designed and implemented training classes, and trained in total quality management. Familiar with Caltrans construction management methods, specializing in alternative project delivery models including design-build and CM/GC.
65%
City of Long Beach PM/CM On-Call
15%
SANDAG On Call
10%
Beverly Hills Purple Line Extension
10%
Executive Summary 4.3
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
9
Misha Troyan, PE, QSD
CM Technical Lead
Misha is a Senior Project Manager at Psomas with 24 years of experience. He is responsible for the procurement and execution of project/construction management professional services contracts in the San Diego region within the water/wastewater, transportation, infrastructure, and public works markets. Misha is experienced in public works construction management, organizational management, and contract administration for various project delivery methods including CM/GC, design-build, and design-bid-build.
Abdul Khan, PE , CCM, QSD
Resident Engineer
Abdul Khan has more than 30 years of experience overseeing all phases of multi-million dollar design, construction, and maintenance of major infrastructure projects for government and private sector organizations, with a proven history of on-time, on-budget, and high-quality project delivery. Demonstrating
50%
Helix Water District
20%
City of Escondido On Call
10%
SDCWA On Call
20%
35%
City of Encinitas Coast Highway 101 Leucadia Streetscape Project
20%
Fountain Valley I-405 Oversight
10%
SR 14 Palmdale Interchange Widening
35%
strong credentials as a Project Manager, Construction Manager, and Design Engineer with Caltrans and private sector clients, Abdul has successfully directed multiple projects through effective management and team collaboration. Core competencies include program/project management, roadway design, budgeting and cost controls, risk analysis, claims management, safety/OSHA compliance, construction management, traffic management, bidding/estimating, and staff development and leadership. Operational experience includes MicroStation, Primavera P3, P6, Primavera Expedition/Contract Manager, Procore, and Microsoft Office. Abdul also served as a teacher of the Caltrans Resident Engineer Academy while with District 11.
Jonathan Eden, PE
Resident Engineer
Jonathan has over 12 years of progressive experience delivering water-related capital projects for public agencies. His early career experience in design has provided him with unique insight into delivering construction projects as a construction manager. Jonathan knows how to develop strong relationships with agency operations and maintenance staff and possesses strong schedule and cost control acumen.
55%
Fountain Valley I-405 Oversight
15%
City of Escondido On Call
10%
SDCWA On-Call
20%
Executive Summary 4.3
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
Firm Experience/
Qualifications
4.4
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
10
Center Street/Stephens Avenue Resurfacing and Widening
Riverside, CA/Riverside County
Psomas assisted the County of Riverside in developing pavement rehabilitation and reconstruction plans, specifications, and estimates for Center Street and Stephens Avenue in Highgrove. Proposed improvements include pavement rehabilitation of the existing asphalt roadway on Center Street from I-215 to Versailles Place and on Stephens Avenue from Center Street to La Cadena West Avenue. Additional improvements involve replacing and reconstructing metal beam guardrails, sidewalks, driveways, curb ramps, curbs, and gutters, and addressing sub-standard existing conditions. New curb ramps, a new sidewalk near Mont Martre Avenue, and an investigation for corner sight distance at the Mont Martre Avenue and Center Street intersection were included to meet county guidelines. The construction cost is estimated at $1.1 million.
REFERENCES
Alfredo Martinez Senior Civil Engineer (951) 955-0086 almartin@rivco.org
Riverside County Transportation Department 4080 Lemon Street Riverside, CA 92501
PROJECT DATES
01/2020 - 12/2021
KEY STAFF MEMBERS
f Arief Naftali
f Carrie Davis
f Doug Fredericks
f Nam Nguyen
Boyd Elementary School, Safe Routes to School
Rialto, CA | City of Rialto
Boyd Elementary School is located on the northeast corner of Sycamore Avenue and Merrill Avenue in the City of Rialto. Improvements include approximately one mile of new sidewalk and ADA-compliant driveways along four residential roadways across over 80 private properties, considering unique edge conditions at each. School signage is near the South Street/Sycamore Avenue intersection, the Joyce Avenue/Merrill Avenue intersection, and along Merrill Avenue in multiple locations. Merrill Avenue features school signage and speed feedback signs, a new traffic signal at the Merrill Avenue/Sycamore Avenue intersection, and water quality infiltration trenches.
REFERENCES
Arturo Cervantes, PE Engineering Manager (909) 820-2531 acervantes@rialtoca.gov
City of Rialto 150 S. Palm Avenue Rialto, CA 92376
PROJECT DATES
06/2023 - 09/2024
KEY STAFF MEMBERS
f Arief Naftali
f Carrie Davis
f Nam Nguyen
Demonstrated Knowledge and Abilities
5.3 General Engineering Services
Psomas' breadth and depth of experience in all aspects of Civil Engineering are demonstrated through the representative project examples below covering roadway, minor structures, parkway and safety improvement related to the "Safe Route to School" program, a San Bernardino County park, and an active transportation, multi-use trail project. Many more descriptions of Psomas' diverse, multi-disciplinary track record are further listed in the experience matrix provided on page 12.
In pledging to serve the City of Rancho Cucamonga and its project objectives through this On-Call, the "One Psomas" team features integrated solutions that combine survey, environmental, project/construction management and engineering design prowess and their professionals to be of service to the City. We stand ready to undertake the City's public works planning and design projects for the betterment of the community.
Firm Experience/Qualifications4.4
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
11
Kessler Park Dream Field Project
San Bernardino, CA | San Bernardino County
Psomas was selected to provide landscape
architectural and engineering design services for
the Dream Field Project construction design for San
Bernardino County Department of Public Works. The
plan includes replacing a little league baseball field
with a "Big League" theme, providing engineering,
utility, and structural design, and survey. The project
involves demolition of existing ballfield structures, new
hardscape, ADA-compliant design, ballfield fencing, a
"blue monster" right field fence, backstop, permanent
covered dugouts, new seating, bat racks, screening,
permanent bleachers with shade, scorer's booth,
electronic scoreboard, complete synthetic turf infield
and outfield, grading, drainage, regulation bases, foul
poles, a removable pitcher's mound, and necessary planting and irrigation
modifications..
REFERENCES
Charles Hernandez Kessler Park Project Manager (909) 771-1272 charles.hernandez@sdd.sbcounty.gov
San Bernardino County Public Works Department, 825 East Third St San Bernardino, CA 92415
PROJECT DATES
04/2023 - Present
KEY STAFF MEMBERS
f Sean Smith
f David Martin
f William Estepa
Juan Bautista de Anza National Historic Trail, Segment 1
Moreno Valley, CA | City of Moreno Valley
Psomas was retained by the City of Moreno Valley to plan
and develop construction documents for a multi-use
trail that is part of an historic, multi-segment, 1,210-mile
route extending from Nogales, Arizona, to the coastal
areas in Northern California. Ten miles of this route falls
within the City of Moreno Valley. Psomas' scope of work
involved preliminary and final engineering of a 15-foot-
wide, PCC and decomposed granite path through
vacant lots and residential neighborhoods of the first
1-1/4-mile segment, obtaining easements, and invoking
dedications from Department of Water Resources and
Val Verde School District. Part of the trail lies adjacent to
a 10-foot-diameter water transmission line owned and
maintained by DWR. Facilities needed to transition cyclists
effectively and safely between the dedicated trails and
street intersections. Alternatives explored included curb extensions, road diets,
scramble crossings, and parkway utilization, with decisions made by weighing
benefits versus costs. The project incorporated existing paths and walkways
previously constructed in the neighborhood, resulting in significant cost savings.
REFERENCES
Josh Frohman PE Associate Engineer (951) 461-6200 jfrohnman@murrietaca.gov
City of Moreno Valley 14177 Frederick St Moreno Valley, CA 92552,
PROJECT DATES
12/2017 - 12/2022
KEY STAFF MEMBERS
f Arief Naftali
f William Estepa
f Nam Nguyen
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
12
Planning and Preliminary Estimates
PSR, PR, and Feasibility Study
Hydrology-Hydraulic
Utility Coordination & Disposition
Roadway and Highway Improvements
Structural Engineering: Bridges, Walls, Minor Structures
Landscaping and Irrigation Design
Lighting Design for Streets, Parking Lots and Parking Structures
Active Transportation Facilities
Traffic Signal Plans
Temporary Traffic Control/Stage Construction
Environmental Planning Documents
Storm Drain and Drainage
ADA Improvements & Compliance
Caltrans Encroachment Permit
Lin
c
o
l
n
B
r
i
d
g
e
M
u
l
t
i
-
M
o
d
a
l
Im
p
r
o
v
e
m
e
n
t
s
(
L
A
T
O
S
2
7
)
Ve
n
t
a
S
p
u
r
t
o
J
O
S
T
B
i
k
e
a
n
d
Pe
d
e
s
t
r
i
a
n
B
r
i
d
g
e
Es
p
e
r
a
n
z
a
A
v
e
H
y
d
r
o
l
o
g
y
/
H
y
d
r
a
u
l
i
c
Stu
d
y
Riv
e
r
s
i
d
e
C
o
u
n
t
y
,
P
a
u
b
a
R
o
a
d
Hy
d
r
o
l
o
g
y
a
n
d
H
y
d
r
a
u
l
i
c
SF
D
F
E
R
C
S
e
c
u
r
i
t
y
U
p
g
r
a
d
e
s
a
t
Mo
j
a
v
e
/
C
e
d
a
r
S
p
r
i
n
g
s
a
n
d
D
e
v
i
l
Ca
n
y
o
n
So
C
a
l
E
d
i
s
o
n
-
A
l
b
e
r
h
i
l
l
S
u
b
s
t
a
t
i
o
n
Co
r
o
n
a
Ce
n
t
e
r
S
t
r
e
e
t
/
S
t
e
p
h
e
n
s
A
v
e
n
u
e
Re
s
u
r
f
a
c
i
n
g
a
n
d
W
i
d
e
n
i
n
g
Bo
y
d
E
l
e
m
e
n
t
a
r
y
S
c
h
o
o
l
,
S
a
f
e
R
o
u
t
e
s
to
S
c
h
o
o
l
Ke
s
s
l
e
r
P
a
r
k
D
r
e
a
m
F
i
e
l
d
P
r
o
j
e
c
t
Ju
a
n
B
a
u
t
i
s
t
a
D
e
A
n
z
a
S
e
g
m
e
n
t
1
T
r
a
i
l
Mo
r
e
n
o
V
a
l
l
e
y
P
a
v
e
m
e
n
t
R
e
h
a
b
i
l
i
t
a
t
i
o
n
fo
r
V
a
r
i
o
u
s
S
t
r
e
e
t
s
Gle
n
d
a
l
e
-
H
y
p
e
r
i
o
n
R
e
d
C
a
r
P
e
d
e
s
t
r
i
a
n
Bri
d
g
e
La
C
a
n
a
d
a
F
l
i
n
t
r
i
d
g
e
I
-
5
1
2
-
2
1
0
S
o
u
n
d
Wa
l
l
I
m
p
r
o
v
e
m
e
n
t
s
P
h
a
s
e
4
Cre
n
s
h
a
w
B
o
u
l
e
v
a
r
d
T
r
a
n
s
p
o
r
t
a
t
i
o
n
Im
p
r
o
v
e
m
e
n
t
P
r
o
j
e
c
t
Dia
m
o
n
d
B
a
r
B
o
u
l
e
v
a
r
d
S
t
r
e
e
t
s
c
a
p
e
Im
p
r
o
v
e
m
e
n
t
s
Cit
y
o
f
L
a
g
u
n
a
B
e
a
c
h
,
P
a
r
k
A
v
e
n
u
e
Str
e
e
t
l
i
g
h
t
D
e
s
i
g
n
Sa
n
t
a
F
e
S
p
r
i
n
g
s
,
S
t
r
e
e
t
L
i
g
h
t
C
i
r
c
u
i
t
Co
n
v
e
r
s
i
o
n
P
r
o
j
e
c
t
Su
n
s
e
t
B
a
s
e
b
a
l
l
F
i
e
l
d
R
e
p
u
r
p
o
s
i
n
g
–
Pa
r
k
i
n
g
L
o
t
L
i
g
h
t
i
n
g
&
E
V
C
h
a
r
g
i
n
g
Other Completed Projects Involving Similar Requested Services
Task Orders
Psomas
Engineering
Team Project
Experience
Firm Experience/Qualifications 4.4
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
13
Sixth Street Viaduct Replacement Project (TOS 27I)
Los Angeles, CA | City of Los Angeles
The Sixth Street Viaduct Replacement Project is a $588 million initiative and the largest bridge project undertaken by the City of Los Angeles. Psomas provided bridge construction engineering, change order review, constructability evaluations, and potential claim support services for the viaduct over the Los Angeles River and Metrolink and Amtrak railroad tracks. Services included monitoring and documenting construction progress, attending progress meetings, identifying productivity concerns, recommending opportunities to recover delays, and reporting schedule updates. The viaduct, constructed in 1932, was diagnosed with alkali-silica reaction (ASR) and was structurally deficient, in danger of failure in a 7.3 magnitude or greater earthquake. The new viaduct, built using the CMGC method, features wide sidewalks, bicycle lanes, and access to the ground below, making it the greenest and most pedestrian and bike-friendly bridge in Los Angeles.
REFERENCES
Natalie Moore, PE, CCM Civil Engineer 562.665.2153 Natalie.Moore@lacity.org
City of Los Angeles 200 N. Main Street Suite 1500 Los Angeles, CA 90012
PROJECT DATES
12/2018 - 06/2022
KEY STAFF MEMBERS
f Brett Barnett
f Reuben Tolentino
Demonstrated Knowledge and Abilities
5.5 Construction Management and Inspection
Psomas Construction Management services focus on a “Construction Management Plus” approach. Our focus is on providing proactive management services, focused on staying ahead of the construction contractor at all times. We will not forward submittals for review until we know the submittal is complete and addresses the issues required. We will respond to RFI’s, draft correspondence, manage stakeholders, and generally manage the project as your agent, with as little or as much engagement as our clients prefer. The following projects are typical of the work that we have performed, and you will find that our client references are all excellent.
City of Long Beach On-Call Project Management, Construction Management, and Engineering Services for Various Capital Improvement Projects
Long Beach, CA | City of Long Beach
For the past 21 years (1995 to Present), Psomas has delivered construction project management services for numerous Citywide capital improvement projects. Project delivery methods included Job Order Contracting (JOC), design/build, design/bid/build, and use of annual construction maintenance contracts. Building improvements include office remodels, structural repairs, bathroom improvements, community room upgrades, library circulation counters, flooring, paint, electrical, HVAC upgrades, demolition, asbestos and lead abatement, sustainability upgrades, landscape and irrigation, parking lot and ADA upgrades, airport terminal improvements, and playground rehabilitation projects.
REFERENCES
Eric Lopez Public Works Director 562.570.5690 eric.lopez@longbeach.gov
City of Long Beach 411 W Ocean Blvd Long Beach, CA 90802
PROJECT DATES
1995 - Present
KEY STAFF MEMBERS
f Brett Barnett
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
14
REFERENCES
Sharon Humphreys Executive Director of Construction and Engineering 619.595.5367 Sharon.Humphreys@ sandag.org
San Diego Association of Governments 401 B Street, Suite 800 San Diego, CA 92101
PROJECT DATES
01/2022 - Present
KEY STAFF MEMBERS
f Brett Barnett
f Misha Troyan
f Abdul Khan
SANDAG On-Call Professional and Technical Construction Management Services
San Diego, CA | San Diego Association of Governments
Psomas was selected to provide on-call professional
and technical construction management services to
support the development and construction of capital
improvement and maintenance projects for SANDAG
and its member agencies.
Psomas is currently responsible for performing
construction management on the Eastern Hillcrest
Bikeway project, which include but are not limited
to construction contract quality assurance, safety
compliance, environmental compliance, field
inspection, transit inspection, code compliance
inspection, field office engineering and administration,
project scheduling, project payments and tracking,
construction quantities tracking, change order
negotiations and checking, contract dispute resolution assistance, materials
sampling and testing, material/product inspection, constructability reviews,
independent cost estimating, geotechnical investigations, stormwater
compliance, surveying and construction staking, and other support services
on an as-needed basis to support the development and construction of
various transportation and transit-related projects.
As-Needed Engineering Services for Implementation of the LA Metro Purple Line Extension
Beverly Hills, CA | City of Beverly Hills/Los Angeles County Metropolitan
Transportation Authority
Psomas is providing full-service project/construction
management, design and community relations services
to the City of Beverly Hills on an as-needed basis and
serving as an agent for the residents and businesses
of the City during construction of Metro's Purple Line
subway project. Metro is extending the Purple Line
approximately nine miles west of the existing Wilshire/
Western Station and constructing seven new stations.
Psomas' services include project management, design
review, review and development of interagency
agreements, review and development of permit
conditions, construction management and oversight
services, constructability and construction schedule
review, community outreach, City Council and
commission presentations, QA/QC, and document control.
REFERENCES
Christine Chung Project Manager 310.285.2516 cchung@ beverlyhills.org
City of Beverly Hills 455 North Rexford Drive Beverly Hills, CA 90210
PROJECT DATES
June 2017 - June 2025
KEY STAFF MEMBERS
f Brett Barnett
f Abdul Khan
f Kyle Troka
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
15
Construction management: contract administration, contract negotiation, etc.Coordinate and host pre-construction meeting and progress meetings
DBE/SBE and grant/loan compliance if applicable
Establish procedures and monitor contractor compliance with federal and state prevailing wage
Maintain inspection records and reports
Perform daily construction observation and inspection
Ensure the job site conditions are in compliance with OSHA requirementsCoordinate special inspection and material testing with representatives from other agencies
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
Review of the project site, improvement plans, specifications, and special provisions
Provide constructability reviews
Provide construction management services that safeguard project funding, while mitigating issues with the public and project stakeholder
Cit
y
o
f
F
o
u
n
t
a
i
n
V
a
l
l
e
y
:
A
s
-
N
e
e
d
e
d
On
-
C
a
l
l
C
M
&
I
n
s
p
e
c
t
i
o
n
S
e
r
v
i
c
e
s
Sa
n
B
e
r
n
a
r
d
i
n
o
C
o
u
n
t
y
P
u
b
l
i
c
Wo
r
k
s
D
e
p
t
:
O
n
-
C
a
l
l
C
o
n
s
t
r
u
c
t
i
o
n
Ma
n
a
g
e
m
e
n
t
S
e
r
v
i
c
e
s
Cit
y
o
f
I
r
v
i
n
e
:
2
0
2
4
O
n
-
C
a
l
l
P
r
o
g
r
a
m
Cit
y
o
f
L
a
g
u
n
a
B
e
a
c
h
:
2
0
2
3
-
2
0
2
6
O
n
-
Ca
l
l
C
o
n
s
u
l
t
a
n
t
S
e
r
v
i
c
e
s
Ca
l
t
r
a
n
s
D
i
s
t
r
i
c
t
1
2
O
n
-
C
a
l
l
L
a
n
d
Su
r
v
e
y
i
n
g
S
e
r
v
i
c
e
s
Cit
y
o
f
S
a
n
t
a
A
n
a
:
O
n
-
C
a
l
l
W
a
t
e
r
Re
s
o
u
r
c
e
s
C
o
n
s
t
r
u
c
t
i
o
n
M
a
n
a
g
e
m
e
n
t
& In
s
p
e
c
t
i
o
n
S
e
r
v
i
c
e
s
Cit
y
o
f
L
o
n
g
B
e
a
c
h
O
n
-
C
a
l
l
P
r
o
j
e
c
t
Ma
n
a
g
e
m
e
n
t
,
C
o
n
s
t
r
u
c
t
i
o
n
M
a
n
a
g
e
m
e
n
t
,
an
d
E
n
g
i
n
e
e
r
i
n
g
S
e
r
v
i
c
e
s
Six
t
h
S
t
r
e
e
t
V
i
a
d
u
c
t
R
e
p
l
a
c
e
m
e
n
t
Pro
j
e
c
t
(
T
O
S
2
7
I
)
As
-
N
e
e
d
e
d
E
n
g
i
n
e
e
r
i
n
g
S
e
r
v
i
c
e
s
f
o
r
Im
p
l
e
m
e
n
t
a
t
i
o
n
o
f
t
h
e
L
A
M
e
t
r
o
P
u
r
p
l
e
Lin
e
E
x
t
e
n
s
i
o
n
SA
N
D
A
G
O
n
-
C
a
l
l
P
r
o
f
e
s
s
i
o
n
a
l
a
n
d
Te
c
h
n
i
c
a
l
C
o
n
s
t
r
u
c
t
i
o
n
M
a
n
a
g
e
m
e
n
t
Se
r
v
i
c
e
s
Completed Projects Involving Similar Requested Services
Task Orders
Psomas
Construction
Management
Team Project
Experience
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
16
Firm Profile
Dedicated to balancing the natural
and built environment, Psomas
provides sustainably engineered
solutions to public and private
sector clients. As a full-service
consulting firm, we help our
clients create value by planning,
designing, and delivering complex
projects.
Psomas is a recognized leader
and longtime proponent of
environmental, social, and
economic sustainability and
brings a truly holistic approach to
our practice and our projects. A
founding member of the Institute
for Sustainable Infrastructure
(ISI), Psomas is committed to
promoting a progressive standard
of sustainability in both design
and through company policy.
We currently have over 100
staff who are ENV SPs (Envision
Sustainability Professionals
through ISI) and/or LEED APs.
The cornerstone of our business
approach is to first focus on our
clients’ long-term needs and
then direct our strategic growth accordingly. Our core strength is our multi-
disciplined teams of experts—top-notch staff who produce award-winning
projects for our clients through innovation, creativity, and cutting-edge
technical expertise.
As a fully employee-owned company, Psomas offers services to its clients
through its local offices. Our resourceful team for this contract is based in
our Riverside office located at 1650 Spruce Street, Suite 400, Riverside, CA—
minutes away from the City. We stand ready to assist the City in achieving its
CIP objectives.
FORM OF ORGANIZATION
California Corporation (C0705477)
THE NAME OF THE PRINCIPAL OR PROJECT MANAGER IN THE FIRM WHO WILL HAVE DIRECT AND CONTINUED RESPONSIBILITY FOR THE PROJECT
Arief Naftali will be our Principal-in-Charge/Contract Manager and will be the City staff contact on all matters dealing with the project and will handle the day-to-day activities through completion
Firm Experience/Qualifications 4.4
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
17
Financial Condition
Psomas, an employee-owned corporation, has sustained a stable growth pattern throughout its nearly
80-year history. At the end of our most recently completed fiscal year (December 31, 2023), Psomas
achieved net revenues of approximately $132 million. Psomas is primarily financed through working
capital generated from operations, supported by a line of credit agreement through its bank to provide
short-term borrowing, as needed. As a well-established firm with considerable experience in multi-
million dollar ventures, Psomas has the strength to sustain large projects through the difficult startup
phase.
There are no known existing conditions that may impede Psomas’ ability to provide services for this
contract. We would like to take this opportunity to certify our financial stability, and ability to provide
services to the City. We would be happy to discuss our financial condition at greater length during
contract negotiations.
If you wish, you may speak to Mr. William M. Havens, Relationship Manager at Wells Fargo Bank, to
confirm our financial solvency. He may be reached at (626) 585-4361.
If you have any specific questions, please contact Nick Tarditti, Psomas Chief Financial Officer, at (213)
223-1443.
BANKRUPTCY AND PENDING LITIGATION
No conditions, such as bankruptcy, pending litigation, planned office closures, impending merger, etc.
may impede Psomas’ ability to perform work on this contract.
California
Riverside | 1650 Spruce Street, Suite 400, Riverside, CA 92507
(951) 787-8421 | 37 Staff
Santa Ana | 5 Hutton Centre Drive, Suite 300, Santa Ana, CA 92707 (714) 751-7373
Yorba Linda | 22609 La Palma Avenue #202, Yorba Linda, CA 92887 (909) 993-5800
Pasadena | 150 South Arroyo Parkway, Suite 102, Pasadena, CA 91105 (626) 351-2000
Santa Clarita | 27200 Tourney Road, Suite 400, Santa Clarita, CA 91355 (661) 219-6000
Los Angeles | 865 South Figueroa Street, Suite 3200, Los Angeles, CA 90017 | (213) 223-1400
San Diego | 401 B St #1600, Wells Fargo Plaza, San Diego, CA 92101 (619) 961-2800
Walnut Creek | 1600 Olympic Boulevard, Suite 300, Walnut Creek, CA 94596 | (925) 933-2300
Sacramento | 3550 Watt Avenue, Suite 140, Sacramento, CA 95821 (916) 979-7640
Roseville | 1410 Rocky Ridge Drive, Suite 300, Roseville, CA 95661 (916) 788-8122
Auburn | 11661 Blocker Drive, Suite 110, Auburn CA 95603 (530) 885-7072
Arizona
Tucson | 1745 River Road, Suite 201, Tucson, AZ 85718 | (520) 292-2300
Utah
Salt Lake City | 11456 South Temple Drive, Suite 200, South Jordan, UT 84095 | (801) 284-1210
Washington
Seattle | 3131 Elliott Avenue, Suite 400, Seattle, WA 98121 | (206) 286-1640
Tacoma | 2502 Jefferson Avenue, Tacoma, WA 98121 | (253) 627-0720
Wenatchee | 23 S. Wenatchee Avenue, Suite 223, Wenatchee, WA 98801 | (509) 663-2711
Branch Offices
Founded in 1946, Psomas has 16 offices throughout California, Arizona, Utah, and Washington. Below are the addresses and phone numbers for office locations.
Firm Experience/Qualifications 4.4
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
18
5.3: Civil Engineering Experience
Our experience with on-call contracts has evolved
into a well-established approach to success,
prioritizing pragmatic technical steps, effective
scheduling, and flexibility to provide excellent
services and minimize concerns for our clients
throughout contract duration. We understand
that an on-call contract means we are a partner to
our jurisdictional clients. We bring well-qualified
and licensed experts and subconsultants led by
an experienced project manager. Our contract/
project manager is an extension of your staff and is
accordingly committed to an intimate understanding
of your Capital Improvement Program, funding
sources, and the breadth and strength of your
internal resources. We understand the City’s Public
Works department is a finite entity with specific
goals among many stakeholders, including other
agencies and jurisdictions, community members and groups, businesses, and
elected officials.
KEY BENEFITS OF HAVING PSOMAS AS PART OF THE CITY'S TEAM:
f Psomas promotes loyalty and will support the City's interests while balancing delicate and valuable relationships with the community. This approach has proven to be highly successful with the vast number of public clients we have served over the years.
f Psomas provides deep expertise in an integrated manner to deliver
creative and technical solutions that align with existing and emerging
technologies for our clients in four distinct but complementary groups:
Engineering, Environmental, Construction Management, and Survey
work as one united organization that advances our clients' interests and
achieve their project goals.
f Psomas’ key project team members and extended staff resources have
a deep subject matter expertise in relevant disciplines that underpin
our technology and creative services. This combination of subject
matter and technology expertise results in better client communication,
understanding of business needs, alignment of technology solutions
with business needs—and better results.
OVER THE PAST FIVE
YEARS, PSOMAS HAS BEEN
PROVIDING SIMILAR CIVIL
ENGINEERING SERVICES TO
THE FOLLOWING PUBLIC
AGENCIES, WITH A PROVEN
TRACK RECORD OF SUCCESS:
f City of Rialto
f City of Ontario
f San Bernardino County
f City of Arcadia
f City of Beverly Hills
f California Department of General Services (DGS)
f City of El Monte
f City of Glendale
f City of Huntington Beach
f City of Irvine
f City of Laguna Niguel
f City of Lancaster
f City of Los Angeles
f City of Palmdale
f City of Pasadena
f City of Pomona
f City of Riverside
f City of Santa Clarita
f City of Santa Paula
f City of Thousand Oaks
f City of West Hollywood
f City of Whittier
Firm Experience/Qualifications 4.4
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
19
5.5: Construction Management and
Inspection Experience
Psomas is a recognized leader in Construction
Management and Inspection services, with a robust
history of delivering quality projects across a wide
spectrum of sectors. For over 25 years, Psomas
has been committed to providing comprehensive
construction management services to numerous
municipalities and agencies, ensuring projects
are completed on time, within budget, and to the
highest standards of quality and safety.
Our team brings extensive experience in managing
both large-scale and small-scale projects, including
road and bridge construction, water and wastewater
treatment plants, utility installations, site
improvements, and building construction projects.
Psomas is well-versed in the complexities of project
management, including constructability reviews,
contract administration, value engineering, claim
dispute resolution, and community outreach.
Psomas has executed more than 300 projects, working closely with public
agency clients to deliver projects that meet and exceed client expectations.
We employ a rigorous approach to construction management, utilizing a
system of audits, construction surveillance, and regular document reviews
to ensure compliance with project specifications and regulations. Our
inspection teams are equipped to provide detailed project oversight, from
initial planning through post-construction phases, ensuring every facet of
the project aligns with the client’s objectives and regulatory requirements.
Our commitment to innovation and excellence has led to repeat business
and long-term relationships with many of our clients. By leveraging our deep
pool of resources and engaging quality subconsultants, we ensure that our
clients benefit from a team that is both flexible and responsive to their needs.
Psomas is dedicated to fostering an atmosphere of trust and collaboration
among all project stakeholders, delivering projects that enhance the
communities in which we work.
Firm Experience/Qualifications 4.4
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
Third-Party/
Subcontractors
4.5
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
20
Third-Party/Subcontractors4.5
5.3 General Civil Engineering
For the Rancho Cucamonga On-Call General
Engineering contract (5.3), Psomas has partnered
with Lynn Capouya, Inc. LCI has extensive
experience providing landscape and irrigation
services throughout the Inland Empire.
Lynn Capouya, Inc. (LCI), founded in 1985, is a
full-service landscape architectural design firm
specializing in sustainable landscape design for
public and private sectors. The firm offers
comprehensive design services including
schematic design, construction documentation,
and project closeout, with expertise in hardscape,
irrigation, planting, site furnishings, signage,
habitat restoration, and stormwater drainage
best management practices. LCI's irrigation
design studio excels in innovative irrigation
solutions and drought-tolerant plant palettes,
aiming to exceed state and local water efficiency
regulations. The firm has completed over 30
LEED-certified projects and developed the
Sustainability + Water Management program,
which provides cost-effective design solutions for
water-intensive plants, irrigation systems,
drainage, and site infrastructure.
Jane Cataldo, PLA, LEED AP
Landscape & Irrigation Director
As Project Director and Senior Landscape Architect at Lynn Capouya, Inc. (LCI), Jane has worked to expand LCI’s service platform and client base. She is responsible for directing operations within LCI to ensure consistent design services and delivery. She is well-versed in a broad range of project types, including educational facilities, retail development, public plazas, streetscapes, parkways, transit, and transportation centers. A seasoned professional in site sustainability, Jane has directed numerous successful design projects and coordinated with many large multidisciplinary design teams on public works projects.
45%
Fairfax High School
15%
Valley Blvd Streetscape
15%
LAWA, Airfield & Terminal Modernization Project
15%
Subconsultants
The management and coordination of our consultant team is a hallmark of Psomas. Our ability to engage
with a first-class team of subconsultants is one of the keys to our continued success in delivering award-
winning projects throughout Southern California. We have included highly qualified consultants that we
have worked with for years and who have a clear understanding of our goals and methods for delivering
quality products and projects.
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
21
Kevin Yamachika, PLA
Landscape & Irrigation Project Manager
As a Landscape Architect/Project Manager at
Lynn Capouya, Inc. (LCI), Kevin is responsible
for both project design and management. He
collaborates regularly with the design team
leadership to facilitate communications, client
service, consultant coordination, and the
preparation of drawing/design packages. With
extensive experience in developing sustainable
design solutions for a variety of project types,
he is proficient in drought-tolerant plant
species, plant palette compatibility, and best
management practices. He understands current
water conservation techniques and works with
the LCI irrigation design manager to achieve
the lowest possible water use and maintenance
requirements for the project's life cycle.
50%
CHP Baldwin Park
10%
CHP Facility Santa Fe Springs
10%
Valley Blvd Streetscape
20%
5.5 Construction Management
For the Rancho Cucamonga On-Call Construction
Management contract (Category 5.5), Psomas
has partnered with Casamar Group, LLC,
for Labor Compliance, Capo Projects Group
for Scheduling and Cost Estimating, and ZT
Consulting Group, Inc., for Source Inspection
services. Our subconsultant team has extensive
experience throughout the Inland Empire.
Casamar Group, LLC
Labor Compliance
Casamar Group,
LLC (Casamar), a
certified D/S/MBE,
DVBE and SDVOSB firm, was established in 2007
to provide assistance to public/government
agencies, the engineering/architecture,
construction and project/construction
management communities with comprehensive
contract and project/ administration, compliance
and resource management support services
including, but not limited to:
f PLA/Contract Labor Compliance
f PM/CM Support Services
f Stormwater (QSP) Compliance
f Community/Public/Stakeholder, Business and Workforce Outreach Compliance
The firm's Contract Labor Compliance experience
is up to date with the significant recent changes
brought on by the current State government.
Casamar currently employs 19 staff members.
Casamar staff has extensive experience in
Contract Labor Compliance monitoring and
enforcement, having worked closely with
the Department of Industrial Relations (DIR)
relative to DIR-approved Labor Compliance
Programs (LCP’s) as well as the contracting and
labor communities on California public works
infrastructure projects. Casamar has provided
these services on other projects with the Psomas
team.
Third-Party/Subcontractors 4.5
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
22
CAPO Projects Group
Scheduling & Cost Estimating
Capo Projects
Group (Capo)
provides industry-
leading Project Controls Services, including
CPM scheduling, construction delay claims, time
impact analysis, cost estimating, change order
review and management, and constructability
review. Capo provides these services to
the engineering and construction industry
throughout Southern California from their
corporate office in San Clemente and satellite
offices in Los Angeles and San Diego.
Capo was established in 2013 and has a
professional consulting staff of over 20
employees. They have a strong reputation with
their clients across Southern California and are
known for their highly skilled staff and excellent
work products. Capo is a California Limited
Liability Company and files as an LLC.
Scott Morse, PSP
Scheduling
Scott Morse is a seasoned construction professional with 18 years of experience in scheduling, project controls, project management, engineering, cost, design review, and claim management for major projects. Currently leading Capo Projects Group’s Construction Scheduling services division, Scott has previously worked with top national General Contractors, progressing from Field Engineer to Project Manager. His extensive project
45%
LA Metro Rail to Rail
15%
Brightline West - Rancho Cucomonga to Victorville
15%
Van Nuys Taxiway Rehabilitation
15%
Sophia Espinoza
Labor Compliance
Sophia Espinoza, Senior Labor Compliance Officer, has over 19 years of professional experience in Prevailing Wage/Labor Compliance, managing and enforcing compliance programs on public works projects worth over $11 billion. Developed and managed DIR-approved Labor Compliance Programs, Project Labor Agreements, and numerous public works projects subject to California Labor Code and the Federal Davis-Bacon Act requirements. Experienced trainer and facilitator at prevailing wage compliance seminars for public agencies, labor unions, and contractors. Provided testimony to the California Director of the DIR, Legal Unit regarding legislation on prevailing wage compliance. Previous work with unions, a Joint Labor Management Committee, general contractors, and other compliance firms has forged a unique skill set, enabling a cooperative approach with contractors and exceeding owner
expectations.
45%
Metro Environmental Services- Multiple Sites
15%
Metro- East San Fernando Valley Transit Corridor (ESFVTC)
15%
Southwestern Community College District (SWCCD) Phase II
15%
Third-Party/Subcontractors 4.5
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
23
engineering services for public agencies/projects.
ZTC is familiar with various project delivery
methods and has extensive knowledge of material
sources, fabricators, welding inspection, precast
inspection, coating inspection, non-destructive
evaluation/testing, and QA/QC/IQA/QV/QMP &
source inspection practices. ZTC has supported
local public transportation agencies on highway
construction projects such as SBCTA, RCTD,
RCTC, LACMTA, OCTA, and several cities in
California.
Farzad Tasbihgoo, PhD, PE, CQA,
CWI, ACI I, PCI III
Source Inspection
Farzad is a registered civil engineer with the State of California, Certified Weld Inspector (CWI), and Certified Quality Auditor (CQA) with the American Society for Quality (ASQ). With about 22 years of experience in design, structure construction, and QC/QA on public transportation projects, Farzad has a strong engineering design background and extensive experience in verification inspection, surveillance audits, and quality assurance services. Farzad assisted numerous local agencies in the design and construction of public projects, developing and implementing QMP, SIQMP, and construction QC/QA specifications. Farzad is well-known for knowledge of Caltrans Standard Specifications, Greenbook specifications, welding codes (AWS), weld inspection, and railroad code (AREMA) steel fabrication. Farzad also contributed to the implementation of Electroslag Welding (ESW) requirements in one of the first Caltrans projects utilizing ESW in District 8.
45%
Park Ave Bridge Replacement
15%
LACMTA (Metro) Construction Management Support Services for the SR-91
15%
LACMTA (Metro) East San Fernando Valley Light Rail Transit Project
15%
management experience covers various delivery methods and diverse scopes of work, enabling effective risk mitigation and issue resolution.
Trevor Kroesch
Cost Estimating
Trevor Kroesch is a seasoned project management professional with over 16 years of experience in civil construction estimating. He leads Capo Projects Group’s estimating group, managing high-profile capital improvement projects with expertise in scheduling, estimating, change order management, and cost analysis. Trevor is known for his accurate estimations and professional experience, ensuring projects stay on track and within budget. He is a respected project controls specialist, particularly in
preparing and validating delay and cost claims.
ZT Consulting Group, Inc.
Source Inspection
ZT Consulting Group
Inc. (ZTC), a consulting
engineering firm,
specializes in providing
quality assurance and
source inspection/audit support services. The
majority of the staff has completed numerous
public projects in California. ZTC develops
and implements Quality Assurance Programs
(QAP), project-specific Quality Management
Plans (QMP), and Source Inspection Quality
Management Plans (SIQMP). The firm has
performed audits, quality assurance/verification,
independent quality assurance, and other quality
45%
Georgia DOT Top End
15%
Sound Transit ST3
15%
Tenn DOT I-24
15%
Third-Party/Subcontractors 4.5
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
Staff Resumes and
Organization Chart
4.6
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
24
PROJECT REPORT & FEASIBILITY STUDY¤ Gary Warkentin
STREET AND ACTIVE TRANSPORTATION¤ Brandon Pence,PE, ENV SP
Alexis Escobar, PE
Shayesteh Vafai, ENV SP
SUBSURFACE ENGINEERING, UTILITY RESEARCH, AND INVESTIGATION¤ Shawn Clark
STRUCTURAL ENGINEERING¤ Douglas Fredericks, PE
Abraham Jauregui, PE
ENVIRONMENTAL¤ Charles Holcombe III, MBA
TRAFFIC & LIGHTING¤ Nam Nguyen, ENV SP
HYDROLOGY, HYDRAULIC FLOOD PLAIN STUDIES & EROSION CONTROL¤ David Martin, PE, QSD, ENV SP
PSOMAS
LANDSCAPE & IRRIGATION¤ Jane Cataldo, PLA, LEED AP LYNN CAPOUYA, INC.
¤ Key Staff
RESIDENT ENGINEERS¤ Abdul Khan, PE, CCM, QSD
¤ Jonathan Eden, PE
Nabil Zein, PE, QSD
Kanna Vancheswaran, PE, PMP
Bennett McLaughlin, CMIT
CONSTRUCTION INSPECTORSAnthony Guzman, QSP, CISEC
Charlie Briceno
Paul Berns
Robert Duffy, QSP
Ali Sultanzai, QSP
PSOMAS
LABOR COMPLIANCE¤ Sophia EspinozaCASAMAR GROUP, LLC
SCHEDULING¤ Scott Morse, PSP
CAPO PROJECTS GROUP
SOURCE INSPECTION¤ Trevor Kroesch
CAPO PROJECTS GROUP
SOURCE INSPECTION¤ Farzad Tasbihgoo, PhD, PE, CQA, CWI, ACI I, PCI III
ZTC CONSULTING GROUP, INC.
Marlena Perez City Engineer
CITY OF RANCHO CUCAMONGA
¤ Brett Barnett, PE, CCM, QSD
PSOMAS
¤ Arief Naftali , PE, TE, EE, RSP1, ENV SP
PSOMAS
5.3 General Civil Engineering 5.5 Construction Management and Inspection
5.5 Construction Management
Project Manager
Legend
Contract Manager/
5.3 Civil Engineering Project Manager
Organization Chart
Staff Resumes and Organization Chart4.6
¤ Carrie Davis, PE
PSOMAS
Engineering Technical Lead
¤ Misha Troyan, PE, QSD
PSOMAS
CM Technical Lead
Detailed resumes of key staff identified herein are included in the following pages for the City's reference and use.
Capacity and Quality of Staff: Providing
Resources for Developing and Managing
Multiple Work Assignments
The Psomas team understands the importance of
meeting timely deadlines, and we commit to providing
adequate staffing (both in the number of personnel
and their qualifications) for each task. We can also
commit to making use of personnel from other offices
throughout the company and bringing on additional
staff if needed. Psomas is the “right size” firm for this
contract—big enough to handle the task, but small
enough to provide the City with that personal touch
and unmatched responsiveness.
Our experience with on-call contracts has evolved into
a well-established approach to success, prioritizing
pragmatic technical steps, effective scheduling, and
flexibility to provide excellent services and minimize
concerns for our clients throughout the contract
duration.
Psomas currently has an average workload, which
generally keeps our staff working full-time. The
majority of our projects are staggered and of various
duration, providing us with the capacity and the need
to continually take on new assignments. Arief Naftali ,
PE, TE, EE, RSP1, ENV SP and Brett Barnett, PE, CCM,
QSD, our proposed Project Managers, have recently
completed several assignments which leave them
and our team available to dedicate their time to this
contract.
In addition, all of our subconsultants have indicated
their workloads are of the size that allows additional
tasks to be assigned to their staff.
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
25
Arief Naftali is a licensed civil, traffic, and electrical
engineer in California with 24 years of hands-on
professional experience in the design and management of
various road, traffic, civil, site, highway, and engineering projects
serving multiple local and regional agencies in Southern California, including
Caltrans. Arief is adept in roadway infrastructure, site development, active
transportation, traffic engineering, outdoor electrical, and transportation
planning projects, delivering improvement needs to local and regional
communities alike. Arief's project portfolio encompasses a full range of
projects starting from planning and design, through construction.
Experience
Soboba Road Resurfacing PS&E – East Hemet, CA: Project Manager for the rehabilitation of the existing asphalt paved roadways along Soboba Street between Stetson Avenue and SR-74 (Florida Avenue). Along with the pavement rehabilitation, other ancillary improvements will be provided such as surface drainage and curb ramps. Psomas services include design, control, and topographic surveys; drainage analysis; roadway plans, specifications review, and estimate (PS&E); utility coordination; Caltrans encroachment permit; and temporary traffic control plans.
Temescal Canyon Road Widening, El Cerrito Segment – Riverside, CA: Team Leader for the project which proposes to construct roadway widening improvements along Temescal Canyon Road. In order to provide the capacity to meet regional transportation needs, improvements include pavement reconstruction and widening, intersection configurations, grading, slopes, retaining walls, drainage facilities, and traffic signal modifications. Psomas’ scope of services included preliminary drainage and roadway engineering and traffic studies, environmental documentation, final drainage and roadway engineering, right-of-way engineering, bid and construction support, and public relations
Center Street/Stephens Avenue Resurfacing and Widening – Riverside, CA: Project Manager for design, topographic, and boundary surveys and traffic engineering services including a Traffic Signal Modification Plan for the Center Street and Stephens Avenue resurfacing.
Juan Bautista de Anza National Historic Trail, Segment 1 – Moreno Valley, CA: Project Manager for planning and development of construction documents for a multi-use trail that is part of an historic, multi-segment, 1,210-mile route extending from Nogales, Arizona, to the coastal areas in Northern California. In the City of Moreno Valley, 10 miles of this route falls within the City’s boundary. Scope of Work involves preliminary and final engineering of a 15-foot-wide, PCC and decomposed granite path through vacant lots, residential neighborhoods
ROLE Contract Manager/General Civil Engineering Project
Manager
EXPERIENCE
With Psomas for 11 years; with other firms for 13 years
REGISTRATION
2003/CA/Professional Engineer/Civil/64286
2005/CA/Traffic Engineer/2296
2016/CA/Electrical Engineer/21570
CA/Road Safety Professional/552
CERTIFICATIONS
Envision Sustainability Professional/Institute for Sustainable Infrastructure
EDUCATION
2004/MS/Civil Engineering (Transportation Engineering)/California State University, Long Beach
2001/MA/Organizational Management/Azusa Pacific University
1999/BS/Civil Engineering/California State Polytechnic University, Pomona
PROFESSIONAL
AFFILIATIONS
American Public Works Association
Institute of Transportation Engineers
ARIEF NAFTALI, PE, TE, EE, RSP1, ENV SP
Contract Manager/Principal – Psomas
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
26
of the first 1-1/4 mile segment, obtaining easements, and invoking dedications from Department of Water Resources and Val Verde School District.
Alessandro Boulevard/Elsworth Street Intersection Improvements – Moreno Valley, CA: Project Manager for safety improvements to the intersections of Alessandro Boulevard and Elsworth Street. The improvements included traffic signal hardware equipment, ADA handicap ramps, and eliminating of cross-gutter to mitigate the existing north-south “dip,” and associated drainage improvements.
Perris Boulevard Road Widening – Moreno Valley, CA: Project Manager for roadway improvements that involve the widening of Perris Boulevard from Ironwood to Manzanita Avenue (a one-mile segment), a divided arterial roadway connecting the City of Moreno Valley with southern areas of San Bernardino County. Scope-of-services involve furnishing a project report, and PS&E package.
Citrus Avenue Road Widening – Fontana, CA: As Project Manager, completed roadway widening PS&E construction documents for the widening of Citrus Avenue from Baseline to South Highland Avenue.
Pavement Rehabilitation for Various Streets – City of Moreno Valley, CA: Project Manager for preparing a PS&E package for rehabilitating pavement on various streets, composed in accordance with the City’s standards and guidelines based on similar, recently completed projects on other tracts within the City. Psomas’ services included compiling ortho-rectified aerial imagery; collecting and compiling available record drawings on streets that are within the project limits.
University of California, Riverside, Multidisciplinary Research Building 1, IS/MND and CEQA Documents – Riverside, CA: Traffic Engineer for this project, which involved a new 190,000 GSF, 4-5 level building including one subterranean lower level. The proposed project will provide wet and dry research laboratories and related laboratory support spaces, along with research cores that include a vivarium; offices; scholarly activity and interactive spaces; and program support facilities. The IS/MND for the proposed project is tiered from the 2005 Long Range Development Plan (LRDP). Traffic work involved conducting existing peak hour traffic counts at critical intersections within the vicinity of the new building; applying 'worst case' trip generation scenario based upon staff and students relocation in accordance to the University's LRDP document; and analyzing said intersections for operational impact, as applicable.
ARIEF NAFTALI, PE, TE, EE, RSP1, ENV SP (CONTINUED)
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
27
Carrie Davis has 28 years of experience successfully
managing and designing dozens of multi-use trail, local
arterial highway, and interchange improvement projects.
Her expertise ranges from preparing preliminary studies to
developing the final construction PS&E. She has a strong understanding of
Caltrans policies and procedures, environmental planning and permitting,
and those of county and local agencies.
Experience
On-Call Professional Engineering Services, Multi-Disciplinary Plan Review – Laguna Niguel, CA: Contract Manager for various plan review services involving site development, roadway improvements, temporary traffic control, grading/drainage, storm drain and traffic studies for the City. Under this contract, Psomas acts as an extension of City Public Works staff by reviewing plans that have been submitted for encroachment permits, either by a private developer (on- and off-site improvements) or by utility companies for facility improvements.
City of Laguna Niguel, Crown Valley Parkway Westbound Widening – Laguna Niguel, CA: Project Manager for the widening and pavement rehabilitation strategies, and right-of-way appraisal and acquisition services for the Crown Valley Westbound Widening from I-5 to Cabot Road. The project includes pavement and bridge widening, construction of a new raised median, significant utility conflict mitigation, and significant right-of-way acquisition. The final design included adding one westbound through lane, widening the Forbes Road intersection to provide additional turn lanes, widening two bridges under the jurisdiction of Metrolink Railroad/OCTA and Orange County Flood Control, and pavement rehabilitation of the entire roadway between the I-5 southbound off-ramp and Cabot Road.
Riverside County, Cornell Street Resurfacing PS&E – Riverside, CA: Project Manager for resurfacing design services for Cornell Street between Crest Drive and SR-74 (Florida Avenue) in an unincorporated portion of the City of Hemet. Improvements included full-depth pavement removal and reconstruction, surface drainage improvements (new cross gutters, curbs, and re-profiling portions of the roadway), and ADA ramp upgrades.
Grand Avenue Sidewalk Project – Riverside County, CA : Project Manager for developing various street improvement and rehabilitation plans along the South side of Grand Avenue between Adelfa Street and Blackwell Boulevard for approximately ½ mile. Project included the construction of new curb and gutter, sidewalks, ADA curb ramps and cross gutters. Project also included surface drainage improvements along Grand Avenue.
CARRIE DAVIS , PE
Senior Project Manager – Psomas
ROLE General Civil Engineering Technical Lead
EXPERIENCE
With Psomas for 4 years; with other firms for 24 years
REGISTRATION
2001/CA/Professional Engineer/Civil/61840
EDUCATION
1997/BS/Civil Engineering/California State University, Sacramento
PROFESSIONAL
AFFILIATIONS
Women's Transportation Seminar
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
28
Soboba Road Resurfacing PS&E – East Hemet, CA : QA/QC Manager for the rehabilitation of the existing asphalt paved roadways along Soboba Street between Stetson Avenue and SR-74 (Florida Avenue). Along with the pavement rehabilitation, other ancillary improvements were provided such as surface drainage and curb ramps. Psomas services included design, control, and topographic surveys; drainage analysis; roadway plans, specifications review, and estimate (PS&E); utility coordination; Caltrans encroachment permit; and temporary traffic control plans.
Hanover Companies (Private Developer), Pedestrian Bridge over Oso Creek – Laguna Niguel, CA: Project Manager for final design services for a prefabricated pedestrian bridge over Oso Creek and a short trail extension in the City of Laguna Niguel. The bridge provides access from the Oso Creek Multi-Use Trail on the east side of the channel to the future trail on the west side of the channel. The existing trail was extended to the new bridge. The project was in support of a newly constructed multi-family development on the east side of the channel. To facilitate approval by Orange County Public Works, the soffit of the new bridge was set so as to not impede flows within the channel. An Encroachment Permit Basis of Design Report was prepared and processed through the County, demonstrating that the new bridge would not impact the channel or prevent the County from making improvements in the future.
Forest Lane Trash Enclosure – Laguna Beach, CA : Project Manager for preliminary and final design plans for a new trash enclosure near Main Beach. The structure required aesthetic design considerations including materials, colors, layout, and planting to match/complement other nearby structures and the style of the surrounding community. Multiple iterations were submitted to address Planning Commission comments. Prior to submitting for Planning Commission review, Psomas completed Story Pole Staking of the structure to give the public a sense of the size and configuration of the new structure.
CARRIE DAVIS , PE (CONTINUED)
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
29
Mr. Warkentin's background includes over 54 years of
experience in developing transportation improvement
projects for Caltrans, county, and municipal agency
review and approval. He has served in a lead preliminary
design role and managed over 40 Caltrans Design Reports (PSR, PSR/PR,
PR) ranging from minor interchange modifications to major freeway-to-
freeway interchange improvement projects. He is adept at working with local
agencies and Caltrans to identify the most efficient way to process projects
through the Caltrans Project Development Process.
His broad range of Caltrans design and management experience ranges
from Local Assistance projects for roadway and trail complete streets
projects that were not on the state system to development of service and
system interchange projects. His experience includes working with Project
Development Teams (PDT) to identify the most efficient approach to process
a project through the Caltrans project development process in the planning
and design of transportation improvements, He has worked on numerous
preliminary design reports that have included; nine permit engineering
evaluation reports (PEER), one development engineering evaluation report
(DEER), 17 project study reports (PSRs); 20 project reports (PRs); and 18
combined project study report/project reports These projects have provided
him with a thorough understanding of the requirements and purpose that the
reports play in each phase in the Caltrans project development process.
Experience
Lincoln Bridge Multi-Modal Improvements (LA TOS 27) – Los Angeles, CA: Prepared and processed with Caltrans a Project Report for the widening of Lincoln Boulevard from Fiji Way to Jefferson Boulevard to provide for future light rail transit, with three vehicle lanes in each direction, Class IV bicycle lanes, and sidewalks through the Ballona Ecological Reserve. The project includes replacement of the Lincoln Boulevard Bridge over Ballona Creek, and replacement of the Culver Boulevard overpass while minimizing impacts to the creek and wetlands.
I-5/Walnut Design Engineering Evaluation Report (DEER) – Irvine, CA: Prepared the DEER and provided design oversight of the proposed improvements to the southbound I-5/Jeffrey Road off-ramp and Walnut Avenue intersection. The project was initiated with Caltrans as an encroachment permit project by the City. Caltrans determined that a DEER would be required to process the project which resulted in the involvement of Psomas and Gary in the project. Gary’s project management role included preparation of the DEER document and processing with the City and Caltrans. Technical oversight
GARY WARKENTIN
Senior Transportation Planner – Psomas
ROLE Project Report &
Feasibility Study
EXPERIENCE
With Psomas for 4 years; with other firms for 50 years
CERTIFICATIONS
Certificate of Transportation Studies/Institute of Transportation Engineers
EDUCATION
1982/Coursework/Certificate Traffic Engineering/University of California, Irvine
PROFESSIONAL
AFFILIATIONS
Institute of Transportation Engineers
*= Projects completed prior to Psomas
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
30
activities included right-of-way data sheet, geometric design, stormwater data report, environmental clearance documentation, utilities, and weekly scheduling activities.
*SR-62 Improvement Projects – Town of Yucca Valley, CA: Project Manager responsible for preparation and obtaining Caltrans approval to implement multiple highway improvement projects along SR 62. The three projects encompassed a range of improvements including lighting, signalization, widening, access consolidation and drainage improvements. Plans, specifications, and estimates for one project was processed as encroachment permit project. A second project was processed as a streamlined oversight project with a preliminary engineering evaluation report and National Environmental Policy Act (NEPA) environmental document and subsequent plans, specifications, and estimates. A third widening project was supported by a project report, California Environmental Quality Act and NEPA environmental document, and subsequent plans, specifications, and estimates.
*Salt Creek Trail Planning and Construction Documents – Riverside County, CA: Project Manager for the planning and design of a four-mile segment of a Class l trail located on the north side of Salt Creek from Goetz Road to Antelope Road in the City of Menifee. Mr. Warkentin developed and managed the scope of work for the Riverside County Transportation Department including surveying, right of way mapping, hydrology, civil and traffic design, and environmental coordination. Facilitated design reviews by the city of Menifee and Caltrans District 8 including preparation of a longitudinal encroachment exception which was required for the I-215 undercrossing.
*Ethanac Expressway Corridor Development Report – Riverside County, CA: Project Manager for the planning study conducted for the 12-mile Ethanac Expressway with the intent of recommending enhancements that would improve regional east-west movement and connectivity between Interstate 15 (I-15) and Interstate 215 (I-215). In conjunction with the Riverside County Transportation Department staff, Mr. Warkentin developed a detailed scope of work for the Corridor Vision Study that resulted in nine (9) separate study segments that could be evaluated as separate projects as funding becomes available and programed. Mr. Warkentin represented the County in presentations at four (4) open houses, four (4) Municipal Advisory Committee meetings, four (4) Community meetings, and three (3) City Council presentations. The completed work program which included corridor level traffic analysis, preliminary design and environmental assessments was documented in a comprehensive Corridor Development Report for use by the County in subsequent project development activities.
GARY WARKENTIN (CONTINUED)
*= Projects completed prior to Psomas
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
31
Brandon Pence has eight years of civil engineering
experience designing transportation and multi-modal
improvement projects in Southern California. Brandon
has experience with a variety of transportation elements such
as signal design, signing and striping, signal modification, traffic control,
bicycle and pedestrian facilities, and other street improvement components.
Brandon is proficient in AutoCAD, Civil 3D, and MicroStation. Brandon is also
well-versed in a multitude of local design standards and guidelines.
Experience
Pavement Rehabilitation for Various Streets – Moreno Valley, CA: Design Engineer for preparing a PS&E package for rehabilitating pavement on various streets, composed in accordance with the City's standards and guidelines based on similar, recently completed projects on other tracts within the City. Psomas' services included compiling ortho-rectified aerial imagery; collecting and compiling available record drawings on streets that are within the project limits including pertinent utility information derived from available record drawings; field review of the existing condition with design elements noted or verified; developing preliminary cost opinion based on base map and work definition composed; and Construction Document Plans, Specifications and Estimates.
Juan Bautista de Anza National Historic Trail, Segment 1 – Moreno Valley, CA: Design Engineer for planning and development of construction documents for a multi-use trail that is part of an historic, multi-segment, 1,210-mile route extending from Nogales, Arizona, to the coastal areas in Northern California. In the City of Moreno Valley, 10 miles of this route falls within the City’s boundary. Scope of Work involves preliminary and final engineering of a 15-foot-wide, PCC and decomposed granite path through vacant lots, residential neighborhoods of the first 1-1/4 mile segment, obtaining easements, and invoking dedications from Department of Water Resources (DWR) and Val Verde School District.
New Traffic Signal and MOD Plans Along Avenue 40 – City of Indio, CA: Design Engineer for planning and development of a new Traffic Signal and Mod plan to service development of 1500 single-family dwellings in a 361-area specific plan area. Scope of Work involves preparing and delivering Construction Document Plans, Specifications and Estimates for the two signals as well as coordination with IID to power the new signal to service the project area. Plans were prepared using City’s standards and guidelines as well as the MUTCD.
City of Los Angeles, Eastern Avenue Multi-Modal Transportation Improvement Project – Los Angeles, CA: Design Engineer for the project approval and environmental document phase to re-envision 1.5 miles of Eastern Avenue as a multimodal corridor that is safe and accessible for pedestrian crossing, biking, mass transit, and general driving to employment,
BRANDON PENCE, PE, ENV SP
Project Engineer – Psomas
ROLE Street and Active
Transportation
EXPERIENCE
With Psomas for 6 years; with other firms for 2 years
REGISTRATION
2023/CA/Professional Engineer/Civil/95604
CERTIFICATIONS
Envision Sustainability Professional/Institute for Sustainable Infrastructure
EDUCATION
2017/BS/Civil Engineering/University of California, Irvine
PROFESSIONAL
AFFILIATIONS
American Society of Civil Engineers
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
32
education, health care, parks, and recreational centers. The project involves a robust community engagement process. The community engagement process consisted of project data updates via website, flyer creation and distribution, door to door business outreach, surveys, digital ads, email communications, two community meetings, and six focused community meetings. New project features include new signalized intersections, lighting upgrades, pedestrian safety crossing improvements, bicycle infrastructure, landscape elements, and upgrades to transit stops. Brandon prepared plans and estimates for the signing and striping and traffic control plans.
City of Pasadena, Cordova Street Complete Street Project – Pasadena, CA: Design Engineer for developing preliminary engineering design and, ultimately, final construction design PS&E for this project. The project will improve safety along Cordova Street with Class II bike lanes, bicycle detection, street resurfacing, and pedestrian ADA accessibility upgrades.
CAL FIRE South Area Operations Headquarters Relocation at March Air Reserve Base – Riverside County, CA: Design Engineer for the civil engineering services needed to support the construction phase for the South Area Operations Headquarters Relocation at March Air Reserve Base. Services included review of the contractor submittals for conformance to the contract documents and design intent, responding to request for information from the contractor and/or the resident engineer, and preparing as-built record drawings. The team also provided field condition review support for the civil design components.
BRANDON PENCE , PE, ENV SP (CONTINUED)
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
33
Shawn Clark has 24 years of experience in providing
Subsurface Utility Engineering (SUE) and project
management services for projects throughout California.
Shawn has successfully managed projects to completion with a
wide range of agencies.
Shawn’s expertise includes project initiation and coordination, contract
management, construction management, site assessments, permitting
and permit compliance. He has managed projects of varying size involving
engineering, design, permitting, and installation/construction.
Experience
Chaffey Community College District, Rancho Cucamonga Campus, Design Survey Services – Rancho Cucamonga, CA: Utility Detection Manager overseeing the utility detection team for a project that provided design survey services including aerial topographic survey map, boundary lines, delineation of plottable easements, horizontal locating, elevations, utility locating, street dedication, and parking space count. Shawn offered his ASCE 38-22 expertise to assist in assigning the proper quality level to the various utilities plotted.
Corona-Norco USD Underground Utility Campus Mapping – Corona - Norco, CA: Project Manager for subsurface utility detection on 49 CNUSD campuses. The project included locating and mapping each campus’s underground utilities in order to determine clear pathways for the installation of solar panels. Project required careful coordination with the design engineers, the school district, and each individual campus. Work was completed with a time-sensitive schedule to meet the district's planning needs.
Central Contra Costa Sanitary District (CCSD) On-Call – Martinez, CA: Project Manager for the utility detection and CCTV assessment of lines being impacted by replacing sewer mainlines and lower laterals on hillsides behind residential Bay Area homes.
WA 22-09: Presidio Trust Paving Rehabilitation Plus Design – San Francisco, CA: Utility Detection Manager to locate the horizontal and vertical locations for the underground utilities including water, gas, power, waste, communications, and cable/TV for the Presidio Trust Pavement Rehabilitation project. All utility locating marks were made in accordance with the Common Ground Alliance (CGA) Best Practices and utilized the best option for marking the utility locations.
SHAWN CLARK
Utility Detection Manager – Psomas
ROLE Subsurface Engineering, Utility Research, and
Investigation
EXPERIENCE
With Psomas for 2 years; with other firms for 22 years
CERTIFICATIONS
UESI – Utility Investigation School
EDUCATION
1997/MBA/Business Administration/California State University, Chico
1991/BS/Business Administration/California State University, Chico
PROFESSIONAL
AFFILIATIONS
American Society of Civil Engineers
Utility Engineering and Surveying Institute
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
34
Rincon Band of Luiseño Indians Reservation-Wide Survey Grade Infrastructure Study – Valley Center, CA: Project Manager providing subsurface utility detection and asset management services for the updating of the Rincon Tribe’s GIS system and for a future broadband project in Rincon. This project involved utilizing utility locating equipment to document the location of utilities and their associated features, allowing the tribe to update its GIS database accurately.
State of California, Department of Water Resources - EV Charging Station Sites – Various Locations, CA: Utility Detection Manager overseeing the utility detection team for California's plan to install Electrical Vehicle (EV) charging stations in multiple water department sites to support the incoming fleet of State electric vehicles. Before connecting to the electrical grid and installing the charging stations, it is necessary to verify that no transmission or service lines are damaged in the process. Psomas is contracted to maintain accurate preconstruction utility detecting, marking, and proper documentation for this project. As part of this project, Psomas established on-site control as outlined in DWR's Field Surveys Guidelines, performed utility as-built research, underground utilities locating, topographic mapping, monument search and locating, along with ADA mapping where needed for 38 sites located throughout the state.
Pacific Gas and Electric (PG&E) 2019-2024 On-Call Contract – Various Locations, CA: Project Manager for subsurface utility detection for design of both gas and electric projects. Oversees and provides second opinion (verifying the location and completeness of the utility paint marks left by 811 Dig Alert) of work prior to potholing and construction excavation.
SHAWN CLARK (CONTINUED)
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
35
Doug Fredericks is a registered civil engineer with over
34 years of experience in bridge design and bridge
project management. He has led the planning, layout,
type selection, and final design for a wide variety of
transportation structures, including new construction, widening, and
rehabilitation projects. He has also performed studies to evaluate the
condition of existing structures, and has designed retaining walls, sound
walls, water-holding tanks, and drainage facilities. Doug has been responsible
for the successful completion a number of bridge projects for Caltrans and
local municipalities
Experience
Palmdale Boulevard/SR-14 Interchange Improvements – Palmdale, CA: Retaining wall type selection and final design for seven retaining walls. Obtained Caltrans Structures approval using latest seismic design standards. Two walls are located under an existing Caltrans bridge in order to add pedestrian sidewalks along the local road. Demonstrated that the new wall would protect the existing bridge abutments even during construction and soil removal of the slope.
405/101 Interchange, Caltrans District 07 – Los Angeles, CA: Structures Task Leader for a Caltrans District 07 on-call project for improving the 405/101 Interchange, one of the busiest interchanges in the state. Led teams designing one new bridge, a complex bridge widening over Ventura Boulevard, four sound walls, and ten retaining walls in a highly constricted area. Obtained structural approvals from Caltrans Headquarters Structures group.
La Canada-Flintridge I-215 Sound Walls Phase 4 – La Canada Flintridge, CA: Structures Task Leader for the design and Caltrans Structures approval of a unique barrier slab system to support a new sound wall and safety barrier over an existing retaining wall. The design allowed an existing 200-ft long, up to 26-ft tall retaining wall to remain in place, providing a large saving of construction costs. Demonstrated extensive knowledge of sound wall, crash barrier, and retaining wall design concepts and Caltrans standards. Verified the seismic adequacy of other walls on the project for site-specific seismic and non-standard support conditions.
City of Los Angeles, Glendale-Hyperion Complex of Bridges Improvement Project – Los Angeles, CA: Lead Bridge Engineer for the Seismic Retrofit Strategy Report and final plans, specifications, and estimates for the rehabilitation of five historical complex bridges over the Los Angeles River and Interstate 5. Improvements include widening the Glendale Boulevard bridges, realigning the I-5 northbound off- and on-ramps and LA River bike path, seismic retrofit, retaining walls, and improving pedestrian facilities. The project involved coordination with various stakeholders and the use of various agency standards such as Caltrans, City of Los Angeles, FHWA, and AASHTO.
DOUGLAS FREDERICKS, PE
Project Manager – Psomas
ROLE
Structural Engineering
EXPERIENCE
With Psomas for 10 years; with other firms for 24 years
REGISTRATION
1993/CA/Professional Engineer/Civil/50863
EDUCATION
1991/MS/Civil Engineering/University of California, Davis
1990/BS/Civil Engineering with Minor in English/California State University, Chico
PROFESSIONAL
AFFILIATIONS
Past President - South Natomas Transportation Management Association
APWA Government Advocacy Committee (California Chapters)
Sacramento Metropolitan Chamber of Commerce Transportation Committee Chair and Cap-To-Cap Team Leader
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
36
DOUGLAS FREDERICKS, PE (CONTINUED)
Tangerine Road Phase 2 Soil Nail Walls – Town of Marana, AZ: Engineer of Record for two retaining walls required to widen Tangerine Road under Interstate 10. Applied AASHTO and FHWA wall design procedures for “top-down” construction using soil nails. Obtained approval of Arizona DOT structures and geotechnical reviewers. Worked closely with the wall installer to determine optimum soil nail types, sizes, and spacings.
U.S. 101/State Route 134/State Route 170 Interchange and Auxiliary Improvements – Los Angeles, CA: Lead Bridge Engineer for the PSR/PDS for the U.S. 101 widening at the SR 134/SR 170 interchange. The project includes providing an auxiliary lane for northbound U.S. 101 from Colfax Avenue to the Tujunga Avenue off-ramp; an auxiliary lane for southbound U.S. 101 from the SR 170/SR 134 interchange to the Laurel Canyon Boulevard off-ramp; an auxiliary lane for eastbound SR 134 to the Lankershim Boulevard off-ramp; and widening of the existing southbound U.S. 101 to eastbound SR 134 interchange-to-interchange ramp structure to provide three continuous lanes.
Private Mining Company – Private,CA: Designed a 1000-foot-long anchored soldier pile wall with heights ranging from 5-25 feet. This wall type allowed the contractor to utilize a top-down construction technique providing a short construction duration. The soldier piles were placed in drilled holes and concrete at their bases, and the piles were tied back to the soil using double corrosion-protected post-tensioning strands. Shotcrete was applied to the wall-face for aesthetics and durability.
City of Roseville Pedestrian and Bike Trail Bridges – Roseville, CA: Project Manager for the City of Roseville's bridge condition assessments and load ratings for 29 pedestrian bridges located in the City. The bridge types varied from steel trusses to prestressed concrete to timber, with spans ranging from 20-ft to 180-ft long. Psomas reviewed available bridge information, developed an inspection program including checklists for each bridge type, performed field assessments, and then provided load rating calculations.
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
37
Charles Holcombe has over 20 years’ experience and is
a highly competent professional with expertise in project
management. He possesses a wide range of competencies
that enable him to excel in his role, including communication and
goal setting, project delivery, financial management, and leadership. In
terms of communication and goal setting, Charles maximizes productivity
by setting clear expectations and proactively communicating project status,
issues, and risks to internal team members and top management. He also
crafts and disseminates a clear vision by linking projects to the company’s
objectives and results. Charles negotiates successfully with clients, staff, and
outside vendors, nurturing relationships with project applicants, as well as
business executives and local/regional agencies.
As for project delivery, Charles directs and oversees multiple PMs and/
or team leads on complex projects. He provides the integrity and delivery
of multiple projects with respect to time, budget, scope, change, risk,
and resources. Charles assesses project issues and identifies solutions
to meet productivity, quality, and customer goals. He manages resource
allocation across multiple projects, including tracking resource bandwidth
and forecasting future availability for scheduling new projects. Charles
guarantees the attainment of key milestones by proactively tracking metrics
and applying effective project management methodologies and control
techniques. He also mitigates risk by identifying, escalating, and resolving
issues across multiple delivery groups and/or projects.
Overall, Charles is an asset to any organization that values effective project
management, financial management, and leadership skills
Experience
*Brookside South Recharge Project IS/MND, San Gorgonio Pass Water Agency – City of Beaumont, CA: Senior Biologist for designing and preparing a preliminary design report, construction documents, apreparing and revising an IS/MND for the Brookside South Recharge Project, which proposes to divert state water project (SWP) water to the concrete-lined Mountain View Channel and convey the water 5,822 linear feet to the confluence with Noble Creek. Once in Noble Creek, the SWP water would be used to recharge the Beaumont groundwater basin. Recharge would be facilitated by the seasonal construction of up to 37 earthen berms, which would form a series of small flow-through recharge basins along 5,580 linear feet of Noble Creek. Berms would be annually leveled prior to the onset of the wet season to allow unimpeded flows. Additional work included rewriting each section to ensure consistency with the
CHARLES HOLCOMBE III, MBA
Senior Project Manager – Psomas
ROLE
Environmental Planning
EXPERIENCE
With Psomas for 2 years; with other firms for 18 years
CERTIFICATIONS
Certified Project Manager/Michael Brandman Associates
EDUCATION
2012/MBA/Business Administration/University of Redlands, California
2005/BS/Environmental Studies/University of Redlands, California
PROFESSIONAL
AFFILIATIONS
Association of Environmental Professionals
*= Projects completed prior to Psomas
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
38
new technical studies that were required after the San Gorgonio Pass Water Agency decided to extend the channel to approximately 6,400 linear feet.
*Mountain View Well and Transmission Line IS/MND – City of Chino, CA: Project Manager for the preparation of an IS/MND for the Mountain View Well and Transmission Line. The project proposed to drill and equip a municipal water supply well in the southwest corner of Mountain View Park. The municipal water supply well would be used to supply drinking water to City of Chino water service area customers, including the proposed second phase of the College Park Project. Construction would commence in early 2014, well drilling and development would occur over a 58-working-day period, and well equipping, landscaping, and cleanup would take approximately six months. Construction of a raw water transmission line would last eight months and would overlap with the well drilling, development, and equipping phase. The well would be equipped with a pump capable of delivering a flow of approximately 600 gallons per minute to a regional treatment plant site in the City of Ontario via a raw water transmission main in Mountain Avenue, Chino Avenue, and Bon View Avenue. The water would be treated at the regional treatment plant and then pumped into the City’s existing distribution system. The project would also include minor improvements on the park site, including an east-west waste pipeline that would traverse the southern edge of the park and connect to an existing storm drain located at the southeast corner a small (16 feet by 16 feet) equipment storage building in the central part of the park, and the construction of a home run fence and foul ball fences for one of the existing baseball fields.
*City Creek Maintenance Project IS/MND – San Bernardino , CA: Project Manager for the City Creek Maintenance Project IS/MND for the County of San Bernardino Flood Control District (SBCFCD), which sought regulatory approval to complete emergency repairs and conduct routine maintenance activities within the City Creek flood control system. The City Creek flood control system extends 15,000 linear feet (2.84 miles), from approximately 225 feet upstream of the Highland Avenue Bridge crossing to the north to approximately 150 feet downstream of the Alabama Street Crossing to the south. The City Creek flood control system is located within a levee system constructed by the United States Army Corps of Engineers in the late 1950s. Since then, the 210 freeway and a number of culvert and bridge crossings have been constructed, which are vital for the local and regional transportation movement. Collectively, these features define the established maintenance baseline of the project area. Additional staging and stockpile areas are located in upland areas proximate to the channel but outside of the maintenance baseline. The project would restore the channel to its original design capacity so the SBCFCD can meet its mission of flood control protection for District residents. The proposed project would also maintain channel conveyance capacity beneath and through bridges and reinforced concrete box culverts.
*Lincoln Boulevard Resurfacing Project Preliminary Environmental Study Form – Santa Monica, CA: Project Manager for the preparation of the Lincoln Boulevard Resurfacing Project Preliminary Environmental Study Form. The proposed project consists of cold-milling and asphalt rubber overlay of existing street pavement; replacement of damaged sidewalks, driveways, curbs, and gutters; and other appurtenant work on Lincoln Boulevard from the south side of the I-10 Freeway bridge to the City Limit, approximately 100 feet south of Ozone Avenue in the City of Santa Monica.
CHARLES HOLCOMBE III, MBA (CONTINUED)
*= Projects completed prior to Psomas
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
39
Nam Nguyen has been responsible for various design
and drafting assignments focusing on public works and
transportation projects throughout Southern California.
Having successfully developed many traffic engineering
construction documents, he is well-versed in the guidelines and standards
that govern the making of geometric/signing, striping, traffic control, signal
modification, and street improvement plans. Nam also possesses strong
MicroStation, AutoCAD, and Civil 3D skillsets.
Experience
CAL FIRE South Operations Headquarters Replacement – Moreno Valley, CA: Project Designer for engineering services to prepare the plans, specifications, and bidding documents for the site development of a 10-acre parcel of land on March Air Reserve Base. The project is a LEED certified development with on-site water retention and biofiltration ponds. The project consisted of a new operations buildings, communication center, emergency operations center, training facilities, auto garage, fueling station, warehouses, loading ramps, and machine shops. Considerations for this site included high security measures, LEED certification and off-site improvements to access the site. Design elements included grading, drainage facilities, pavement plan (including porous pavement), sewers, potable water, fire water, and dry utilities.
North-South, 63-Mile, 36-Inch Diameter Pipeline Project– San Bernardino and Riverside Counties, CA: Staff Team for survey, engineering, and project management services to Southern California Gas Company for the North- South Pipeline Project which includes a 63-mile, 36-inch natural gas pipeline from Adelanto to Moreno Valley. The North-South Pipeline Project progressed in phases that included creation of environmental base maps, plan and profile base maps, permit drawings, detail (IFB) drawings and construction drawings.
Morongo Valley Pedestrian Bridge Caltrans Permit Coordination – Morongo Valley, CA: Staff Team for Caltrans encroachment permits for Morongo Valley Pedestrian Ramp and Highway 62 at Park Avenue. Caltrans right-of-way work included 20-ft water main and traffic control.
Pearblossom Highway Pavement Design from 25th Street to 55th Street East – Palmdale, CA: Project Designer for reconstruction of Pearblossom Highway from 55th Street East to 25th Street East. The project is designed in a multi-phase manner, allowing for implementation flexibility in accordance with funding availability. Improvements include the design of sustainable pavement that lasts between 60 to 80 years, enhancing the pedestrian access to be ADA compliant, traffic signal loop restoration, utility coordination, and traffic handling. Nam worked on the Signal/Striping/Traffic Handling portion of this project.
NAM NGUYEN, ENV SP
Project Engineer – Psomas
ROLE
Traffic and Lighting
EXPERIENCE
With Psomas for 10 years
REGISTRATION
2015/CA/Engineer-in-Training/Civil/154995
CERTIFICATIONS
Envision Sustainability Professional/Institute for Sustainable Infrastructure
EDUCATION
2015/BS/Civil Engineering/California State Polytechnic University, Pomona
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
40
David Martin has 41 years of experience in municipal civil
engineering infrastructure, specializing in stormwater
management, land development and drainage design. He has
a broad engineering design and project management background
and previously managed an independent multi-disciplinary engineering
design office.
Experience
City of Lancaster, Development Offset of Water Demand Policy – Lancaster, CA: Project Manager for preparing a Development Offset Policy for the City of Lancaster. This policy would enable new development to occur subject to the developer offsetting water demand required by retrofitting water saving measures to existing demand facilities to ensure a 'zero impact' on the District's water supply.
City of Lancaster, Lancaster Soccer City, Solar Park – Lancaster, CA: Project Manager for professional engineering and environmental technical reports for a Conditional Use Permit (CUP) application with four public entities. Psomas provided boundary and topographic survey, site plan and construction documents for the 24-acre, 3 MW Lancaster Soccer City Solar Park.
City of Compton, Gonzales Park Grading and Drainage Improvement Project – Compton, CA: Project Manager provided construction specifications, preparation of construction cost estimates, response to bidder's RFI's, preparation and distribution of bid set packages and attendance at the pre-bid meeting. Psomas also provided a fine grading design for drainage around the gym building at the south side of the park for the City of Compton at Gonzales Park.
City of Bakersfield, Kaiser Permanente Sports Village, Phase III – Bakersfield, CA: Project Manager responsible for site development and civil engineering for a soccer field, playground, park and lake expansion. Psomas provided all the civil engineering for the site grading, drainage, roads, walkways, wet utilities and parking design. Psomas also provided the detailed design for the expansion of the lake with a perimeter walking path and lookout locations on the lake banks.
Superior Court of California, County of Sacramento – Sacramento, CA: Senior Project Manager for the new Sacramento Superior Courthouse. Psomas is providing civil engineering services associated with the proposed 18-story building, which will contain 53 courtrooms in a 540,000-square-foot space at the northwest corner of the H Street and Sixth Street intersection. Civil engineering services and site improvements include grading and drainage, stormwater treatment, and design of utility connections to the public wet utilities. Construction starts in the Fall of 2019. Dave leads the civil design, which
DAVID S. MARTIN, PE, QSD, ENV SP
Senior Project Manager – Psomas
ROLE Hydrology, Hydraulic Flood Plain Studies &
Erosion Control
EXPERIENCE
With Psomas for 19 years; with other firms for 22 years
REGISTRATION
2009/CA/Professional Engineer/Civil/74143
CERTIFICATIONS
Qualified SWPPP Developer/California Board for Professional Engineers, Land Surveyors, and Geologists/C74143
Envision Sustainability Professional/Institute for Sustainable Infrastructure/4342
EDUCATION
1987/Diploma/Business Management/Damelin College
1981/BS/Civil Engineering/University of Cape Town, South Africa
PROFESSIONAL
AFFILIATIONS
American Society of Civil Engineers, Los Angeles Section
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
41
includes site improvements, grading and drainage, storm water treatment and design of utility connections to the public wet utilities.
Disney Worldwide Services, 2013-2014 On-Call Civil Engineering Design Services – Burbank, CA: Project Manager to provide 2013-2014 as-needed civil engineering design services for various projects. Sites are Disney Animation Burbank and Glendale, and Prospect Studios.
Los Angeles County Fire Department, Fire Station 156 – Santa Clarita, CA: Project Manager for civil engineering services including grading, utility and street improvement design services. Provided a preliminary fire water study, final demolition plan, final site utility plan, rough and fine grading and drainage plans, hydrology calculations, erosion control plan, horizontal control plan and a storm water pollution prevention plan. Psomas also provided the demolition plans for the removal of the temporary fire station once the permanent fire station is occupied. The 11,000 SF facility is on a 1.27 acre site and is LEED Gold certified.
Los Angeles County Fire Department, Fire Station 156 Temporary Facility – Santa Clarita, CA: Project Manager provided construction staking and as built survey for the temporary and permanent facilities. Psomas also provided civil engineering services. The 11,000 SF facility is on 1.27-acres and is LEED Gold certified.
County of Los Angeles Animal Care Center – Palmdale, CA: Project Manager provided civil engineering on-site and off-site, LEED support along with bid and construction support for the center. Psomas teamed with WLA Architects and KPRS for the County of Los Angeles' Animal Care Center in Palmdale. The design build project consists of a new one-story, 25,500 SF animal care center, including indoor space for public adoption, relinquishment, animal control, quarantine, veterinary and spay neuter clinics, associated site improvements, including LEED Silver certification.
DAVID S. MARTIN, PE, QSD, ENV SP (CONTINUED)
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
42
As Project Director and Senior Landscape Architect
at Lynn Capouya, Inc. (LCI), Jane has worked to expand
LCI’s service platform and client base. She is responsible
for directing operations within LCI to ensure consistent
design services and delivery. She is well versed in a broad range of project
types, including educational facilities,retail development, public plazas,
streetscapes, parkways, transit and transportation centers. A seasoned
professional in site sustainability, Jane has directed numerous successful
design projects and coordinated with many large multidisciplanary design
teams on public works projects.
Experience
Park to Playa Trail, Blair Hills Bridge – Los Angeles, CA: As Project Director, Jane was responsible for all management oversight for design and plan preparation for this project. The bridge is a pedestrian and wildlife crossing connecting Stone view Nature Center to Kenneth Hahn State Recreation area. Key objectives were the safe passage of pedestrians and indigenous wildlife over La Cienega Boulevard, incorporation of sustainable practices for stormwater capture, and conservation of natural resources. The scope of the project involved all phases of plan preparation from schematic design through construction administration. The project presented many challenges throughout the design that included designing a crossing that would attract many wildlife species of all sizes and requirements for safe passage, designing the crossing to satisfy numerous agencies and stakeholders, and creating a structure that would aesthetically integrate with the surrounding environment.
Diamond Bar Boulevard Streetscape Improvements – Diamond Bar, CA: As Design Director, Jane was responsible for oversight of the design of several options for this segment of Diamond Bar Boulevard. Services included conceptual design alternatives, presentation (graphic) materials, community outreach, city coordination, and construction document preparation. The project incorporated elements from the Diamond Bar Boulevard Master Plan and includes rustic hardscape materials (pavers, rockwork, wood, steel), and local elements (windmill, rolling hills), and California friendly plant materials to enrich the story. The design expanded the streetscape environment to highlight adjacent businesses and connect them with the local community.
Michigan Avenue & 20th Street Bike and Pedestrian Improvement Project – Santa Monica, CA: As Project Director/ Senior Landscape Architect, Jane developed all related design elements for hardscape, landscape and irrigation components. The Project creates a two-way protected bike connection and pedestrian path on Michigan Avenue between 19th Court and 21st Street. Enhanced landscape buffers between the new pathway and freeway shelters pedestrians/cyclists and helps to create a pleasant experience. A drought
JANE CATALDO , PLA, LEED AP
Project Director – Lynn Capouya, Inc.
ROLE
Landscape & Irrigation
EXPERIENCE
With Lynn Capouya, Inc. for 20 years; with other firms for 29 years
REGISTRATION
1985/CA/Landscape Architect / #2512
CERTIFICATIONS
2009/LEED AP/USGBC
EDUCATION
1976/BS/Landscape Architecture/Cornell University, Ithaca, NY
PROFESSIONAL
AFFILIATIONS
Business Development Association /Inland Empire
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
43
tolerant plant palette reflects the current AB 1881 water conservation requirements and focuses on reduced water use, and pedestrian safety.
LAX Economy Lot – Los Angeles, CA: As Project Director, Jane worked with the design team during the proposal/ project development phases to address strategic project relationships, design criteria specific to sustainable landscape design, and opportunities and constraints regarding the site mitigation for this new four-story, 4,500 stall parking structure. The project supports new transportation infrastructure at LAX and connects terminals with the mid point stop of the Automated People Mover.
Adventure Park Stormwater Capture Project – Whittier, CA: As project director, Jane is responsible for all management oversight and client correspondence for the design and plan preparation for this park project. LCI worked closely with the Los Angeles Department of Public Works to develop landscape and irrigation plans for stormwater capture at this existing site. The sole purpose is to divert urban and stormwater runoff from nearby unincorporated County communities into an underground storage and water treatment system for future use.
LAWA Utilities & LAMP Enabling (LULEP) Projects – Los Angeles, CA: As Project Director for the landscape/streetscape components, Jane worked with the project team to implement task order work; provide arborist reports per City of Los Angeles standards to mitigate tree removal/replacement; implement landscape requirements consistent with multiple agency jurisdictions; incorporate low impact development (LID) components as appropriate; and deliver multiple task orders simultaneously while maintaining team scope/fee/budget and schedule. The task orders included streetscapes for 96th Street, 98th Street, ‘D’ Street, and Arbor Vitae Street. All of these projects included multiple jurisdiction guidelines and submittals that included City of Los Angeles, Los Angeles World Airports (LAWA), Bureau of Street Services, and Sanitation District.
JANE CATALDO, PLA, LEED AP (CONTINUED)
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
44
As a Landscape Architect/Project Manager at Lynn
Capouya, Inc. (LCI), Kevin is responsible for both project
design and management. He collaborates regularly with
the design team leadership to facilitate communications, client
service, consultant coordination, and the preparation of drawing/design
packages. With extensive experience in developing sustainable design
solutions for a variety of project types, he is proficient in drought-tolerant
plant species, plant palette compatibility, and best management practices.
He understands current water conservation techniques and works with the
LCI irrigation design manager to achieve the lowest possible water use and
maintenance requirements for the project's lifecycle.
Experience
Crenshaw/ LAX Corridor – Los Angeles, CA: As Landscape Design Manager for this Metro project, a 10-mile corridor along Crenshaw Boulevard, Kevin was responsible for design coordination and implementation of all streetscape along the right of way, four at-grade stations and the Aviation Boulevard station above-grade and three TPSS facilities. He communicated daily with various team members to realize a unified vision being developed concurrently with the City of Los Angeles, reflecting the guidance documents issued by Metro prior to bid for the design/build effort.
Diamond Bar Boulevard Streetscape Improvements – Diamond Bar, CA: As Project Manager, Kevin implemented the conceptual plans for this project. He developed the final plans, coordinated with the city and design team utilizing rustic hardscape materials (pavers, rockwork, wood, steel), local symbols (windmill, rolling hills), and California friendly plant materials to enrich the story. The design expanded the streetscape environment to highlight adjacent businesses connections with the local community. Kevin worked to implement sustainable elements such as a landscape swale adjacent to Diamond Bar Boulevard and stormwater BMPs to slow rainwater runoff and improve quality.
Michigan Avenue & 20th Street Bike and Pedestrian Improvement Project – Santa Monica, CA: As Project Manager/Landscape Designer, Kevin developed all related design elements for hardscape, landscape and irrigation components. The Project creates a two-way protected bike connection and pedestrian path on Michigan Avenue between 19th Court and 21st Street. Enhanced landscape buffers between the new pathway and freeway shelters pedestrians/ cyclists and creates a pleasant experience. A drought tolerant plant palette reflects the current AB 1881 water conservation requirements and focuses on reduced water use, and pedestrian safety.
KEVIN YAMACHIKA, PLA
Project Manager/ Landscape Architect – Lynn Capouya, Inc
ROLE
Landscape & Irrigation
EXPERIENCE
With Lynn Capouya, Inc. for 14 years; with other firms for 10 years
REGISTRATION
2023/CA/Landscape Architect / #6985
EDUCATION
1998/BS/Landscape Architecture/California State Polytechnic University, Pomona, CA
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
45
Crenshaw Boulevard Improvement Project – Inglewood, CA: As Project Manager, Kevin was responsible for oversight of the design phase and PS&E for the R.O.W. streetscape improvement project between I-105 freeway and 79th Street. The project includes several commercial district centers and is considered a major gateway to several entertainment centers including the Hollywood Park Casino, The Forum and Sofi Football Stadium. The scope included upgrades to existing irrigation and ground plane plantings. Kevin worked closely with City of Inglewood staff to preserve existing trees to maintain this asset within the corridor.
Doran Street and Broadway/ Brazil Grade Separation Project – Glendale, CA: As Project Manager, Kevin was responsible for oversight of the design phase and PS&E for this project. The Project scope included streetscapes along adjacent streets, bike lanes connecting to the existing LA River Glendale Narrows bike/walking path, landscape, Irrigation, wall aesthetics for vertical bridge components and concepts for additional greenspace under bridge structures.
Interstate 15 (I-15) Express Lanes Project – Riverside County, CA: As Project Manager, Kevin worked in coordination with the design team, The Riverside County Transportation Authority (RCTC), and Caltrans District 8, to improve Interstate 15 (I-15) between Cajalco Road and State Route 60 (SR-60). The project adds two tolled express lanes in each direction on I-15 between Cajalco Road and SR-60, for a distance of approximately 15 miles. As part of the successful design-build team, LCI provided conceptual design components required for landscape enhancement and project mitigation.
Anaheim Canyon Metrolink Station Expansion – Anaheim, CA: Project Manager responsible for the expansion of the Anaheim Canyon Station, a new second station track and platform was added to support current transit demand and future growth. Kevin led the landscape design team to provide new landscape and irrigation design for the impacted area. The landscape was coordinated to blend with the existing plant palette. The proposed new irrigation was designed to tie new and existing irrigation systems into a new SMART Irrigation controller. This allowed for more efficient watering and compliance with State water conservation laws.
KEVIN YAMACHIKA, PLA (CONTINUED)
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
46
Brett Barnett has 39 years of construction management
and design experience on transportation and bridge
projects in Southern California. For the majority of his
career, he has managed the construction (including
schedule management, contract change orders, and claim management) of
roadways, highway bridges, and railroad bridges; airport facilities; retaining
walls and sound walls; and port facilities including wharves, container yards,
and rail yards for a variety of clients. In the process of managing more than
$6 billion in construction, he has monitored new construction, widening, or
demolition of over 186 bridges, including the construction of five full freeway-
to-freeway interchanges, and an equal number of retaining walls, acting
in the capacity of Project Director, Project Manager, Resident Engineer, or
Structures Representative. He has participated in constructability reviews,
designed and implemented training classes, and been trained in total quality
management. Brett is highly familiar with Caltrans construction management
methods and specializes in alternative project delivery models including
design-build and CM/GC.
Experience
City of Beverly Hills, As-Needed Engineering Services for the Implementation of the LACMTA Purple Line Extension - Segments 1 and 2 - PM – Beverly Hills, CA: Project Director for the Psomas Team to provide full-service project/construction management, design and community relations services to the City of Beverly Hills on an as-needed basis and to serve as an agent for the residents and businesses of the City during construction of Metro’s $4.5B Purple Line subway project. Services include project management, design review, review and development of interagency agreements, review and development of permit conditions, construction management, and oversight services, constructability and construction schedule review, community outreach, City Council and Commission presentations, QA/QC, and document control.
SANDAG On-Call Professional and Technical Construction Management Engineering Services – San Diego, CA: Project Director for professional construction management and technical services for various task orders on various transportation and transit-related projects. Services to be provided under this contract include construction contract quality assurance, environmental compliance, field inspection, field office engineering and administration, scheduling, contract dispute resolution assistance, materials sampling and testing, constructability reviews, independent cost estimating, geotechnical investigations, NPDES stormwater compliance, surveying and construction staking, and other support services.
BRETT BARNETT, PE, CCM, QSD
Principal-in-Charge/Project Manager – Psomas
ROLE Construction Management Project
Manager
EXPERIENCE
With Psomas for 10 years; with other firms for 29 years
REGISTRATION
1989/CA/Professional Engineer/Civil/45482
CERTIFICATIONS
Certified Construction Manager/Construction Management Association of America/A0796
Certified Dispute Resolution Board Member/Caltrans
Qualified SWPPP Developer/State of California, State Water Resources Control Board/45482
EDUCATION
1986/BS/Civil Engineering/California State Polytechnic University, Pomona
PROFESSIONAL
AFFILIATIONS
American Public Works Association, Southern California Chapter
American Society of Civil Engineers, Orange County Branch
Construction Management Association of America, Southern California Chapter
Women's Transportation Seminar, Orange County Chapter
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
47
SANDAG On-Call Professional and Technical Construction Management Engineering Services – San Diego, CA: Project Director for professional construction management and technical services for various task orders on various transportation and transit-related projects. Services to be provided under this contract include construction contract quality assurance, environmental compliance, field inspection, field office engineering and administration, scheduling, contract dispute resolution assistance, materials sampling and testing, constructability reviews, independent cost estimating, geotechnical investigations, NPDES stormwater compliance, surveying and construction staking, and other support services.
SDCWA As-Needed Construction Management Services – San Diego, CA: Project Director for professional construction management services on an as-needed basis for various projects. Services provided under this contract include constructability reviews, bid evaluation support, construction management, scheduling, estimating, document control, resident engineer services, construction administration services, inspection, nondestructive examination of welds, materials testing, and geotechnical engineering.
Traffic Signal Modification Improvements at Eight Intersections – Fountain Valley, CA: Project Director/Project Manager for Psomas’ contract to provide pre-construction, construction and construction close-out services for implementation of traffic signal modification improvements for eight intersections within the City, and providing a protected left-turn phase at eight intersections including improved signal hardware, lenses, back-plates, and additional required equipment at Edinger Avenue at Ward Street; Brookhurst Street at Heil Avenue; Harbor Boulevard at Lilac Avenue, Magnolia Street at Slater Avenue, Euclid Street at Slater Avenue, Warner Avenue at Los Jardines West, Ellis Avenue at Bushard Street, and Ellis Avenue at Ward Street.
I-110/C Street Interchange Improvements – Los Angeles, CA: Project Manager for this $28 million project. Responsible for providing support to the Resident Engineer/Structures Representative with issue management and construction oversight. This project involved the widening of the existing Union Oil UC and the construction of a new bridge over the realigned John S. Gibson Boulevard improvements at the ramps including a dedicated right-turn lane from the I-110 off ramp (Caltrans Oversight and Coordination), and new intersections at Figueroa Street, Harry Bridges Boulevard, and John S. Gibson Boulevard. The project also included city street re-alignment and reconstruction to provide better access to and from the Port container facilities in the area and improve traffic circulation and reduce congestion. Brett provided construction management oversight for the project, as well as participated in the biddability/constructability review. This project included both Greenbook, Brownbook and Caltrans Standards.
BRETT BARNETT, PE, CCM, QSD (CONTINUED)
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
48
Misha is a Senior Project Manager at Psomas with
26 years of experience. He is responsible for the
procurement and execution of project/construction
management professional services contracts in the San
Diego region within the water/wastewater, transportation, infrastructure,
and public works markets. Misha is experienced in public works construction
management, organizational management, and contract administration for
various project delivery methods including CM/GC, design-build, and design-
bid-build.
Experience
SANDAG On-Call Professional and Technical Construction Management Engineering Services – San Diego, CA: Contract Manager/Task Order Manager for professional construction management and technical services for various task orders on various transportation and transit-related projects. Services to be provided under this contract include construction contract quality assurance, environmental compliance, field inspection, field office engineering and administration, scheduling, contract dispute resolution assistance, materials sampling and testing, constructability reviews, independent cost estimating, geotechnical investigations, NPDES stormwater compliance, surveying and construction staking, and other support services. Misha is responsible for contract and staffing management of this $60 (max) contract.
City of Encinitas As Needed Engineering, Construction Management, and Inspection Services – Encinitas, CA: Project Manager/Task Order Manager for this as-needed contract. Misha has overall responsibility for professional construction management and inspection services for various task orders on public works projects. Responsibilities include scope, schedule, budget, quality and resources of professional services. Projects delivered under this contract include: HSIP-Funded Pedestrian Signals at North Court and Diana Street Trail 95 Recreational Pedestrian Trail La Costa Walkway Streetscape Phase 1 Closeout Streetscape Segment C Bid Support Manchester Avenue Pedestrian Improvements HSIP-Funded Cycle 8 Traffic Signal Improvements HSIP-Funded El Camino Real Z-Crossing Project Manchester Guardrail Project La Costa-Vulcan Pedestrian Walkway.
SDCWA As-Needed Construction Management Services – San Diego, CA: Project Manager/Task Order Manager for professional construction management services on an as-needed basis for various projects. Services provided under this contract include constructability reviews, bid evaluation support, construction management, scheduling, estimating, document control, resident engineer services, construction administration services, inspection, nondestructive examination of welds, materials testing, and geotechnical engineering.
MISHA TROYAN , PE, QSD
Senior Project Manager – Psomas
ROLE Construction Management Technical
Lead
EXPERIENCE
With Psomas for 6 years; with other firms for 20 years
REGISTRATION
2004/CA/Professional Engineer/Civil/66019
CERTIFICATIONS
Qualified SWPPP Developer/California Stormwater Quality Association/23566
EDUCATION
1999/BS/Civil Engineering and Environmental Engineering/University of California, Berkeley
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
49
Century Boulevard Mobility Improvements – Inglewood/Los Angeles, CA: Interim Resident Engineer for this complete rehabilitation project. The project reconfigured and improved approximately three miles of infrastructure on Century Boulevard between La Cienega (west of I-405) and Van Ness Avenue in the east. Improvements along the corridor included the addition of exclusive dedicated right-and left-turn lanes at major intersections, installation of raised landscaped medians, traffic signals, and streetlight upgrades, crosswalk and sidewalk improvements, installation of bus shelters and concrete bus pads, and parkway landscaping. This highly visible 30-inch JPCP replacement project was completed in time for the new LA Rams Stadium opening. The project reconfigure and improve approximately three miles of infrastructure on Century Boulevard between La Cienega (west of I-405) and Van Ness Avenue on the east. Misha managed as Interim Resident Engineer improvements to approximately one mile of Century Boulevard including traffic signal and street lighting upgrades; new fiber optic cable; reconstruction of sidewalks, driveways, curbs and gutters; utility relocations and new storm drains.
Construction Inspection for Transbay Pump Station Evaluation/Repairs (Phase 1 and 2) – Coronado, CA: Project Manager for construction inspection services during Phase 1 and Phase 2 of the City’s Transbay Sewer Pump Station. This vital pump station pumps the sewage received from all residential, commercial, and military facilities within Coronado city limits across the bay to the City of San Diego wastewater system. The pump station, constructed in 1971, was badly in need of improvements. Phase 1 improvements focused on facilitating pump maintenance. Phase 2 involved major improvements, including a temporary sewage bypass pumping system, repairs, and upgrades.
Third, Fourth and I Avenue Storm Drain Project – Coronado, CA: Project Manager for full-time, on-site field inspection of the installation of approximately 2,000 feet of new storm drainpipes ranging in size between 24 inches and 48 inches in diameter. In addition, two storm water pumps will be installed along the new pipe alignment and the reconstruction of an existing outfall into San Diego Bay including placement of riprap. Inspection services include inspecting project materials to verify compliance, attendance at pre-construction meeting, daily inspection reports, photographic and video documentation of pre-construction and post-construction project site conditions, and assistance with the preparation of project punch list.
City of Encinitas Coast Highway 101 Leucadia Streetscape Project Phase 1, B-C, and C – Encinitas, CA: Contract Manager for the reconstruction of the road right-of-way from a 4-lane road to a 2-lane road with roundabouts, bike lanes, new drainage infrastructure, and sidewalks at a construction cost of $32 million. The project work consists of AC paving, sidewalk construction, bioretention, drainage installation (via open-cut trench with deep shoring), roundabout construction, temporary parking construction, signing and striping, signal installation, street lighting, traffic control, irrigation, and landscaping. Coordination is required with an adjacent pedestrian railroad under-crossing construction project being administered by SANDAG. Misha oversaw construction management, inspection, surveying, and materials testing.
MISHA TROYAN , PE, QSD (CONTINUED)
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
50
Abdul Khan has 46 years of experience overseeing all
phases of multi-million dollar design, construction, and
maintenance of major infrastructure projects for government and private
sector organizations. He has an excellent track record as Project Manager,
Construction Manager and Design Engineer with Caltrans and private sector
clients. He demonstrates strong credentials and a proven history of on-
time, on-budget, and high-quality project delivery of major transportation
projects with over $1 billion in construction costs. He has directed multiple
projects to successful completion through effective management and team
collaboration; and has the proven ability to train, evaluate, motivate, and lead
large and cross-functional teams.
Abdul's core competencies include program/project Management, roadway
design, budgeting and cost controls, risk analysis, claims management,
safety/OSHA compliance, construction management, traffic management,
bidding/estimating, and staff development and leadership. Abdul has
strong operational experience in MicroStation, Primavera P3, P6, Primavera
Expedition/Contract Manager, Procore, and Microsoft Office. In addition,
Abdul served as a teacher of the Caltrans Resident Engineer Academy while
with District 11.
Experience
I-405 Widening Design and Construction Support Services – Fountain Valley, CA: Project Manager/Construction Manager for the Psomas Team providing the City project management/oversight, civil engineering plan check, and inspection services for the design/build of the $2 billion, I-405 widening project. The project is led by OCTA in cooperation with Caltrans and multiple cities along the project's alignment. The project will improve 16 miles of the I-405 between SR-73 in Costa Mesa and I-605 near the Los Angeles County Line. The project includes adding one regular lane in each direction from Euclid Street to I-605 and making improvements to freeway entrances, exits, and bridges. It also will construct I-405 express lanes, one lane in each direction from SR-73 to I-605.
SR 14 Palmdale Interchange Widening – Palmdale, CA: Constructability Reviewer for the constructability review of this project which is designed in a multi-phase manner, allowing for implementation flexibility in accordance with funding availability. Improvements include the design of sustainable pavement that lasts between 60 to 80 years, enhancing the pedestrian accesses to be ADA compliant, traffic signal loop restoration, utility coordination, and traffic handling. Constructability Review Lead for the constructability review of this project which is designed in a multi-phase manner, allowing for implementation
ABDUL MOHAMMED KHAN, PE, CCM, QSD
Senior Resident Engineer – Psomas
ROLE
Resident Engineer
EXPERIENCE
With Psomas for 8 years; with other firms for 38 years
REGISTRATION
1992/CA/Professional Engineer/Civil/49264
CERTIFICATIONS
Certified Construction Manager/Construction Management Association of America/6837
EDUCATION
1987/MS/Civil Engineering/University of Illinois, Urbana-Champaign
1979/BS/Civil Engineering/Jawaharlal Nehru Technological University, India
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
51
flexibility in accordance with funding availability. Improvements include the design of sustainable pavement that lasts between 60 to 80 years, retaining walls, sound wall, freeway widening, electrical improvements, irrigation and landscaping, enhancing the pedestrian accesses to be ADA compliant, traffic signal loop restoration, utility coordination, and traffic handling.
Pearblossom Highway Reconstruction – Palmdale, CA: Project Engineer for engineering design services for street improvement plans, signing and striping plans, traffic signal plans, traffic control plans, and updating opinion of probable costs and technical specification. Services included revisions to existing plan sheets; creation of additional sheets; a constructability review, and updated cost estimates and utility verification across all segments (Segments 1, 2, and 3).
Rancho Vista Boulevard Offramp SR-14 Widening (Measure R) – Palmdale, CA: Resident Engineer for this $12 million Measure R Project. The project relieved traffic congestion on SR-14 between Palmdale Boulevard and Rancho Vista Boulevard and was an operational improvement project. Major components on the project included the addition of one acceleration lane by widening south bound SR-14, the widening of an off-ramp to increase storage for both left-turn and right-turn traffic, and realignment of off-ramp terminus to minimize skew at the Rancho Vista intersection. Contract administration entails inspection, Caltrans contract administration, material testing, source inspection, contractor payments, change orders, SWPPP, claims resolution, and coordination with Caltrans District 7 oversight engineers and other agencies.
Upper Amargosa Creek Recharge Project – Palmdale, CA: Resident Engineer for this $6.2 million flood control, water conservation, habitat restoration and recreational open space project. The project is modifying the existing alignment of the Upper Amargosa Creek to construct 11 new off-channel groundwater recharge basins for increased groundwater recharge to the Antelope Valley Groundwater Basin.
Metrolink Active Transportation Program – Construction Management Services Phase I – San Bernardino County, CA: Constructability Reviewer for both pre-construction and construction phase services for this multi-location project constructing ADA-compliant pedestrian facilities and Class 1 bicycle lanes in Montclair, Upland, Rancho Cucamonga, Fontana, Rialto, and San Bernardino. Services include participation in the evaluation of scheduling of the proposed project; constructability review; construction project advertising, bid analysis, and award; construction inspection; construction surveying, materials testing, landscape inspection, claim mitigation, and contract administration. Abdul provided constructability review during the pre-construction phase.
Third, Fourth and I Avenue Storm Drain Project – Coronado, CA: Construction Manager for full-time, on-site field inspection of the installation of approximately 2,000 feet of new storm drainpipes ranging in size between 24 inches and 48 inches in diameter. In addition, two storm water pumps will be installed along the new pipe alignment and the reconstruction of an existing outfall into San Diego Bay including placement of riprap.
ABDUL MOHAMMED KHAN, PE, CCM, QSD (CONTINUED)
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
52
Jonathan has over 12 years of progressive experience
delivering water-related capital projects for public
agencies. His early career experience in design has
provided him with unique insight into delivering
construction projects as a construction manager. Jonathan knows how to
develop strong relationships with agency operations and maintenance staff
and possesses strong schedule and cost control acumen.
Experience
SDCWA As-Needed Construction Management Services – San Diego, CA: Resident Engineer for professional construction management services on an as-needed basis for various projects. Services provided under this contract include constructability reviews, bid evaluation support, construction management, scheduling, estimating, document control, resident engineer services, construction administration services, inspection, nondestructive examination of welds, materials testing, and geotechnical engineering.
*Folsom Boulevard Streetscape Enhancements – City of Rancho Cordova, CA: Lead PS&E effort and designed roadway widening, drainage, future right-of-way, and streetscape improvements. Coordinated utility relocations and survey requests.
*Silva Valley Parkway/SR50 Construction Support – El Dorado County, CA: Provided construction support for an interchange project. Examples include redesigning a culvert wing wall in conflict with sewer and lowering a roadway profile by several feet.
*Sacramento Regional Transit Substation Relocation – City of Sacramento,CA: Worked with team to develop PS&E documents within two months. Coordinated with SMUD and Regional Transit to relocate switch building into the new substation.
*Harney Lane Grade Separation – City of Lodi, CA: Finalized PS&E documents for construction of UPPR railroad grade separation project. Graded driveways, intersections, and designed a water line. Created quantity backup for engineer’s estimate.
JONATHAN EDEN, PE
Project Manager – Psomas
ROLE
Resident Engineer
EXPERIENCE
With Psomas for 1 year; with other firms for 11 years
REGISTRATION
2017/CA/Professional Engineer/Civil/87429
EDUCATION
BS/Civil Engineering/California State University, Sacramento
*= Projects completed prior to Psomas
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
53
Ms. Espinoza has over 19 years of professional Prevailing
Wage/Labor Compliance experience which was gained
through her monitoring and enforcement efforts on over
$11 billion dollars-worth of public works projects. She
has developed, managed & enforced public agency compliance programs
including: DIR-approved Labor Compliance Programs, Project Labor
Agreements, and 100s of public works projects subject to California Labor
Code and the Federal Davis-Bacon Act requirements. An expert in labor
compliance, she has served as a trainer/facilitator at numerous prevailing
wage compliance seminars held for public agency representatives, labor
unions, and contractors to educate them on the rules and regulations of
prevailing wage compliance and has also provided testimony to the California
Director of the DIR, Legal Unit regarding legislation affecting prevailing
wage compliance monitoring and enforcement. Ms. Espinoza’s team-based
approach facilitates a positive link between the owner and the contractor’s
team. Her experience in having previously worked for a Union, a Joint Labor
Management Committee, general contractors, and other labor compliance
firms has forged a unique set of skills that brings a well-rounded approach
to compliance management. This previous work experience has allowed her
to understand all parties’ stake and roles in the process, thus allowing her to
cooperatively work with contractors and simultaneously provide the owner
with a compliance program that meets and/or exceeds their expectations.
Experience
Elsinore Valley Municipal Water District (EVMWD) – Lake Elsinore, CA: As the Project Manager, Ms. Espinoza developed the Elsinore Valley Municipal Water District’s Labor Compliance Program, which was subsequently issued to the DIR for ultimate approval for the District’s Proposition 84-funded contracts. As such, she developed the District’s Labor Compliance Manual, including all enforcement forms and served as the Labor Compliance Officer for two (2) of the District’s Prop. 84 contracts.
Eastern Municipal Water District (EMWD) – Perris, CA: As the Project Manager, Ms. Espinoza developed the Eastern Municipal Water District’s Labor Compliance Program, which was subsequently issued to the DIR for ultimate approval for the District’s Proposition 84-funded contracts. As such, she developed the District’s Labor Compliance Manual, including all enforcement forms and served as the Labor Compliance Officer for seven of the District’s Prop. 84 contracts. Ms. Espinoza has successfully represented the district in all of the Department of Labor contract administration audits for the projects under her management, which was a condition of the federal funding agency;
SOPHIA ESPINOZA
Senior Labor Compliance Officer – Casamar Group, LLC
ROLE
Labor Compliance
EXPERIENCE
19 years
CERTIFICATIONS
Metro Rail Safety
U.S. Department of Labor – Training Seminar (Continuous)
State DIR - Training Seminar (Continuous)
EDUCATION
2001/BA/Business Administration & History/University of California, Los Angeles
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
54
this experience has provided a keen insight into protecting the liability of the owner with respect to document control and program management.
Southwestern Community College District (SWCCD) –Chula Vista, CA: Senior Labor Compliance Officer for the District’s $800 million bond construction program. She is responsible for leading the team that participates in Grievance/Dispute resolution settlement meetings, works with contractors, and Unions to achieve worker utilization goals, and provides monthly and quarterly compliance reports to the District’s Program Management Team. As a Project Manager, she directs staff in their detailed review of contractor and subcontractor submissions including certified payroll and trust fund payments, verification of apprentice ratios and certification, training contributions, and site interview-certified payroll reconciliations.
Long Beach Community College District (LBCCD) – Long Beach, CA: Lead Labor Compliance Analyst assigned to monitor construction project contractors’ compliance with prevailing wage regulations. Additionally, Ms. Espinoza functioned as the Outreach Coordinator managing the Contractor/Small Business Outreach Program and the Contractor Pre-Qualification Program for the District’s $616 million facilities bond program.
City of Oxnard, City of Oxnard– Oxnard, CA: Senior Labor Compliance Officer on various municipal construction projects for the City’s Public Works Department ranging from $1millon to $20 million-dollar projects. She manages staff that performs detailed review of contractor and subcontractor submissions including certified payroll and trust fund payments, verifies apprentice ratios and certification, training contributions, contractor registration, site interview-certified payroll reconciliations, and owner-operator compliance.
County of San Diego - Juvenile Justice Urban Camp – San Diego, CA: Labor Compliance Project Manager for the County of San Diego's $112 million Juvenile Justice Urban Camp construction project. As such, she directs staff in their detailed review of contractor and subcontractor submissions including certified payroll and trust fund payments, verification of apprentice ratios and certification, training contributions, and site interview-certified payroll reconciliations She leads the team in the monitoring & enforcement of labor and apprenticeship laws, which includes but is not limited to reviewing & approving payroll record submittals; following-up on delinquent payrolls & wage underpayments; conducting investigations upon alleged underpayments and securing wage restitutions for prevailing wage amounts due to workers and/or benefit plans; and preparing monthly compliance reports on the status of compliance with the contract’s state labor law requirements
LA County Metropolitan Transportation Authority (Metro), Westside TO 48 (Done) & Purple Line Subway Extensions TO 89 – Los Angeles, CA: Labor Compliance Project Manager for a $1.6 billion construction project, Ms. Espinoza oversees staff responsible for contractor education, verification of prevailing wage payments, and submission reviews. She ensures compliance with apprenticeship ratios and certifications, conducts worker interviews, and secures wage restitutions. She also monitors construction prerequisites, such as approved submittals, material certifications, RFIs, and personnel certifications for special processes..
SOPHIA ESPINOZA (CONTINUED)
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
55
Scott Morse is a hands-on 19-year construction
professional well versed in experience within the
Scheduling, Project Controls, Project Management,
Engineering, Cost, Design Review and Claim Management
for significant alternative delivery, design-build and bid-build projects
in the heavy civil environment. Scott is currently leading Capo Projects
Group’s Construction Scheduling services division. Prior to this role with
Capo, he worked directly for multiple top national General Contractors
as a Field Engineer up to Project Manager, gaining active experience that
he uses to inform his current efforts. He has extensive and wide-ranging
Project Management experience, covering various delivery methods under
numerous Owners, and hands-on knowledge of diverse scopes of work that
leads to risk mitigation and issue resolution.
Experience
California High-Speed Rail Construction Package 4, CHSRA, – Bakersfield, CA: Scott has assumed the role of scheduling manager on this $750,000,000 design-build project. He is fully responsible for the maintenance and development of all scheduling deliverables, and the presentation of these schedule packages to the project team and owner representatives. The scheduling team consists of 2-3 FTE, depending on deliverables and issues. Scott has led the team in the support and engagement with the Design-Builder to monitor, review, and develop Project Schedules to adjudicate impacts and delays. The schedules are fully cost and resource-loaded.
Moreno Valley/March Field Station T & P Expansion), RCTC and Metrolink – March Field Station, Riverside, CA: As the Contractor’s Schedule representative Scott was responsible for creating and maintaining a fully cost and resource-loaded schedule on this Bid-Build Project. Also included in his duties was the confirmation that all CPM schedules contain the required reviews for constructability, completeness, accuracy, and risks, and the preparation of delay analysis and mitigation optioneering. This project involves construction of siding track, reconstruction of existing track, and the upgrading of the existing station. To this end, the scheduling involves constant and significant communication with all affected parties to limit disruption to services.
Rail to Rail Transportation Corridor, Los Angeles Metro (LAMTA)– Los Angeles, CA: Scott is currently providing scheduling support for this $90M multimodal transportation improvement project that is constructing a new 5.5-mile path for pedestrians, cyclists, and rollers that is transforming a blighted, unused rail corridor in Inglewood and South Los Angeles to connect to several Metro bus and rail lines. The project will create biking and walking paths that connect to the Metro K Line Fairview Heights Station and Metro A Line Slauson
SCOTT MORSE, PSP
Senior Project Scheduler – CAPO Projects Group
ROLE
Scheduling
EXPERIENCE
With Capo for 5 years; with other firms for 14 years
CERTIFICATIONS
Project Scheduling Professional (PSP) - 2023
Safety Trained Supervisor
OSHA 10 Hour Certified
EDUCATION
Bachelor of Science, Construction Management, Colorado State University, Fort Collins
PROFESSIONAL
AFFILIATIONS
CMAA
AGC
Beavers
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
56
Station. Scott has completed scheduling efforts from preconstruction through the initial baseline, resulting updates and the concurrent delay analysis and mitigation efforts required during the ongoing construction.
Van Nuys Airport Taxiways Reconstruction Project (D, E, F, Q), Los Angeles World Airports – Van Nuys, CA: This project involves reconstruction and improvements of existing taxiways within the Van Nuys airport movement area. Scott is responsible for the development of a fully cost and resource-loaded schedule and the continued maintenance on a weekly basis of this CPM. Given the various restrictions on aircraft movement and FAA regulations, the strict phasing and coordination required very focused and accurate schedule deliverables.
Burbank Water Plant Campus Stormwater Improvements Project, Burbank Water and Power – Burbank, CA: Within this effort as the Construction Manager’s scheduler, Scott was responsible for the review and approval of the Contractor’s CPM baseline and schedule updates and the analysis of various schedule impacts. This project involved construction to install drainage improvements that allow stormwater from adjacent properties to be intercepted and discharged into the Burbank Western Channel through a new outfall structure, to meet the state and federal permitting requirements.
SCOTT MORSE , PSP (CONTINUED)
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
57
Trevor Kroesch is an ambitious project management
professional with hands-on and in-depth experience over
the entire project life cycle with focus on civil construction
estimating with over 16 years of experience. He is currently
leading Capo Projects Group’s estimating group, and is thereby involved
with high-profile, large capital improvement projects providing scheduling,
estimating, change order management, and cost analysis. Trevor has a
proven, results-oriented track record of providing professional experience-
based scheduling and accurate detailed estimation to ensure projects are
on track to completion date and budget. Trevor is a highly respected project
controls specialist in the wider industry, especially the preparation or review
and validation of delay and cost claims.
Experience
Sound Transit ST3 Program, Sound Transit – Seattle, WA: As the lead estimator, Trevor has assisted the Sound Transit Agency in Seattle, Washington with cost-estimating support at various points during project development and preconstruction. This included the analysis of the benchmarking costs in preconstruction projects and their overall potential expected cost. Trevor leads a team that is responsible for value engineering, and constructability options that would provide confirmation or adjustment of cost-estimating values across many civil disciplines, including roadway, light rail, bus rapid transit, and multimodal improvements.
Brightline West Hight Speed Rail Rancho Cucamonga to Victorville Segment, Brightline West – Rancho Cucamonga, CA: At both the budgetary phase and during the design development on a path to reaching the GMP, Trevor led a team of 8-12 estimators in the preparation of detailed bottoms up cost estimates to secure funding and progress this exciting project forward. This first-of-its-kind 218-mile passenger rail service will operate from Las Vegas to Rancho Cucamonga, California with the majority of the alignment within the median of the I-15. The segment of focus for these efforts involves the alignment from the Rancho Cucamonga terminus to the Victorville station and involves significant highway work alongside the HSR alignment work.
Engineers Estimate for Anticipated Public Works Release, Inland Empire Utilities Agency (IEUA) – Chino, CA: Trevor is performing complete independent engineer estimates for Inland Empire Utilities Agency (IEUA) to cover upcoming public bids on various projects. Alongside the development of detailed cost estimates, Trevor is performing constructability reviews and leading the development of potential value engineering studies and solutions. Capo Projects Group, by Trevor’s direction and leadership, is actively supporting IEUA in change order and on-call estimating support.
TREVOR KROESCH
Senior Estimator – CAPO Projects Group
ROLE
Cost Estimating
EXPERIENCE
With Capo for 8 years; with other firms for 8 years
CERTIFICATIONS
Safety Trained Supervisor
OSHA 30-Hour Certified
EDUCATION
2010/BASc/Civil Engineering/University of Arizona
PROFESSIONAL
AFFILIATIONS
CMAA
AGC
Beavers
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
58
Crenshaw/LAX Light Rail Transit Corridor Project, Los Angeles Metro – Inglewood, CA: Aided Walsh/Shea Constructors in estimating and change order management. Trevor led the CPG team and engaged directly with the Joint Venture partners and subcontractors to provide complete change order packages and led negotiation of these packages directly with the Los Angeles Metro Authority for additional or impacted scopes of work. HCSS Heavy Bid software, excel and time & material spreadsheets along with supporting narratives were used to compile thorough and accurate cost estimates.
Owens Lake Dust Mitigation, Phase 9, Los Angeles Department of Water and Power (LADWP) – Inyo County, CA: Performed estimating & change order management for the contractor (OHL) on this $300M bid build project. CPG compiled and negotiated nearly a hundred change orders for the construction project in a timely manner to make certain the affected work could remain on schedule to meet completion prior to the environmental permit restrictions.
TREVOR KROESCH (CONTINUED)
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
59
Farzad is a registered civil engineer with the State of
California, Certified Weld Inspector (CWI), and Certified
Quality Auditor (CQA) with American Society for Quality (ASQ) with about
22 years of work experience in design, structure construction, and QC/
QA on public transportation projects. He has a strong engineering design
background with extensive experience in verification inspection, surveillance
audits, and quality assurance services. He has assisted numerous local
agencies in the design and construction of their public projects. He has
developed and implemented QMP, SIQMP, and construction QC/QA
specifications on numerous projects. Farzad has a well-earned reputation
for his knowledge of Caltrans Standard Specifications and Greenbook
specifications within Caltrans METS, District, and Structure Construction.
He has extensive working knowledge of welding codes (AWS), weld
inspection, and steel fabrication with railroad code (AREMA). He assisted
Caltrans steel committee in implementing Electroslag Welding (ESW)
requirements in one of the first Caltrans projects utilizing ESW in District 8
Experience
RCTC SR-71/91 Interchange Improvement – Riverside, CA: The Riverside County Transportation Commission (RCTC), in partnership with Caltrans, is preparing to Realign and widen the existing connector from South Bound SR 71 to East Bound SR 91. As the Structural Material Representative, Farzad is preparing the Source Inspection Quality Management Plan (SIQMP) for Caltrans Oversight SMR, implementing the SIQMP, reviewing shop drawings for multiple materials, and coordinating and managing source fabrication, structural material and electrical verification and testing.
RCTD Jurupa Road Grade Separation – Jurupa Valley, CA: The project will include a railroad grade separation of the existing Union Pacific Railroad (UPRR) line at the crossing of Jurupa Road. The depression of Jurupa Road under the existing UPRR Mainline will result in lowering Felspar Street to the east of Jurupa Road. As the Structural Material Representative, Farzad is preparing the Source Inspection Quality Management Plan (SIQMP) for Caltrans Oversight SMR, implementing the SIQMP, reviewing shop drawings for multiple materials, and coordinating and managing source fabrication, structural material and electrical verification and testing.
City of Corona McKinley Street Grade Separation – Corona, CA: The McKinley Street Grade Separation is located in the City of Corona at the intersection of McKinley Street and the Burlington Northern Santa Fe (BNSF) Railway, south of State Route (SR) 91 and east of Interstate (I) 15. As the Structural Material
FARZAD TASBIHGOO, PHD, PE, CQA, CWI, ACI I, PCI III
Senior Quality Manager – ZT Consulting Group, Inc.
ROLE
Source Inspection
EXPERIENCE
With ZT Consulting Group, Inc. for 11 years; with other firms for 11 years
REGISTRATION
2007/CA/Civil Engineer/ C71403
CERTIFICATIONS
- CWI (FCM), #11081291
- ACI I, #1226819
- ASQ CQA, # 67819
- PCI Level III, #14342
EDUCATION
1987/PhD/Biological Sciences/University of Southern California
1981/MS/Biology/California State University, Long Beach
1978/BS/Zoology/California State University, Long Beach
PROFESSIONAL
AFFILIATIONS
Southern California Academy of Sciences
The Wildlife Society
American Society of Mammalogists
Southwestern Herpetologists Society
Western North American Naturalist
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
60
Representative, Farzad is preparing the Source Inspection Quality Management Plan (SIQMP) for Caltrans Oversight SMR, implementing the SIQMP, reviewing shop drawings for multiple materials, and coordinating and managing source fabrication, structural material and electrical verification and testing.
SBCTA SR-210 & Base Line Road – San Bernardino County, CA: This project consists of making improvements to a portion of SR-210 0.1 mile east of Del Rosa Avenue to Lugonia Ave. As the Structural Material Representative, Farzad is preparing the Source Inspection Quality Management Plan (SIQMP) for Caltrans Oversight SMR, implementing the SIQMP, reviewing shop drawings for multiple materials, and coordinating and managing source fabrication, structural material and electrical verification and testing.
RCTC SR-91 Corridor Operations Project – Riverside & Orange Counties, CA: The project will add a new lane to westbound 91 for approximately two miles between the Green River Road on-ramp and the southbound Route 241 connector. As the Structural Material Representative, Farzad is preparing the Source Inspection Quality Management Plan (SIQMP) for Caltrans Oversight SMR, implementing the SIQMP, and coordinating and managing source fabrication, structural material and electrical verification and testing. He also reviews fabrication submittals, such as PCQCPs, Shop Drawings, and Concrete Mix Designs.
RCTD Scott Road/ I-215 Interchange – Murrieta, CA: The project proposes the construction of improvements to the existing freeway interchange at Scott Road (built in 1979) and the Interstate 215, located within the cities of Menifee and Murrieta in Riverside County. The project will replace the existing Scott Road overcrossing bridge and widen Scott Road to four lanes. The existing ramps will be reconstructed to a modified partial cloverleaf configuration and connect with the widened cross section of Scott Road, adding a northbound loop off-ramp and a southbound loop on-ramp and reconfiguring the existing northbound and southbound off ramps. As the Structural Material Representative, Farzad is preparing the Source Inspection Quality Management Plan (SIQMP) for Caltrans Oversight SMR, implementing the SIQMP, and coordinating and managing source fabrication, and structural material and electrical verification and testing.
FARZAD TASBIHGOO, PHD, PE, CQA, CWI, ACI I, PCI III (CONTINUED)
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
Project Management
Approach
4.7
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
61
Project Management Approach4.7
Approach to Managing On-Call Contracts
Psomas’ approach to staffing and task
completion is organized and backed by proven
success in delivering on-call contracts, as well
as nearly 80 years in the professional services
business. Our management is based on using
superior knowledge by being thoroughly
familiar with your project’s “big picture.” By
being actively involved with the City throughout
the various stages of development, design,
and construction, the Psomas team can
assist in problem-solving to identify and
provide innovative cost-saving and scheduling
measures, while maintaining high standards of
quality and maintainability. Psomas has over
780 licensed staff including project managers,
civil engineers, land surveyors, landscape
architects, planners, construction managers,
traffic operations engineers, and environmental
specialists. Being able to manage multiple tasks
at one time for an as-needed contract is critical
to success; this is done primarily with the following:
f Feasibility of Oversight
f Willingness to Respond to City Requests
f Team Accessibility
As-needed assignments are successful with a strong collaborative relationship starting with Brett as the
single point of contact. He will oversee staffing the City’s project needs. Brett’s proactive review of staff
performance and quality assurance are strategies we implement on each task order to make sure we
meet or exceed your expectations and you are satisfied with our services.
Once a team has been placed on your project, the City will have full accessibility to the team. Psomas
understands our role may be to augment staff or to run a project in its entirety.
Resumes are screened before submitting to the City for any assignment to make sure each staff being
considered has the right qualifications, as well as character, for the task. Brett’s proactive review of
staff performance and quality assurance are strategies we implement on each task order to make
sure we meet or exceed your expectations and you are satisfied with our services. He can make the
necessary changes and adjustments to make your projects a successful experience for the City and your
stakeholders.
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
62
Commitment to Quality Assurance and Control
Quality Assurance and Quality Control (QA/QC) is a Psomas
commitment to the quality of all deliverables and contract
documents that our team produces through the City’s on-
call contract.
The QA/QC process incorporates several intermediate
checks by the QA/QC Manager as well as independent
checks by the individuals assigned to the project. The City
of Rancho Cucamonga is involved in project reviews at these
intermediate steps so their needs are always considered
in the process. Psomas is committed to providing the best
services available and follows the procedures outlined in
Psomas’ Project Management Manual as well as following
Psomas’ QA/QC Program.
The Quality Assurance Program confirms that procedures
are developed and adhered to in such a way that the
deliverables meet industry standards and are in line with the goals and objectives of the City. The
process is meant to produce deliverables that meet the standard of care the first time with minimal
rework and change orders.
Quality control refers to quality-related activities associated with the creation of the project
deliverables. Quality control is used to verify that deliverables are of acceptable quality and that they are
complete and correct. The Psomas quality control activities include deliverable peer reviews and the plan
check process.
Finally, during the post-completion quality evaluation stage, we solicit verbal and written feedback
from our clients and subconsultants to assess our overall performance and identify improvement
opportunities. All these elements contribute to the success of our design review process.
Each QA/QC effort for each task order will be documented by annotating the drawing and specification in
the appropriate places. Significant findings will be documented using the Psomas QA/QC Review Form.
Completed review forms, including responses, will be submitted to the QA/ QC Manager and routed to
the project file. It is anticipated the Psomas QA/QC Manager and the City’s Project Manager will audit the
files to confirm documentation of reviews is performed.
Uniqueness of the Psomas Process
What we consider unique about our QA/QC Program is our company-wide commitment to the
process at all levels. We truly believe that nothing is more important than quality. Having in-house
construction management staff contributing to the Plan, Specification, and Estimate (PS&E) review
and constructability reviews, provides additional benefits to the City. Beyond that, what has provided
the most long-term value to our program is the post-completion quality evaluation. Regardless of
the size or complexity of a project, there is always something to learn. By including our clients and our
subconsultants in the evaluation process, we have greatly enhanced the quality of every project that
follows.
Qualified
Staff
Project
Work Plan
Assignments
of Tasks
Adherence
to Standards
Tracking and
Documentation
MONITORING/REVIEW
TRAINING
O
R
I
E
N
T
A
T
I
ON
Project Management Approach 4.7
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
63
Familiarity With County, State, and Federal Procedures
Psomas has completed numerous projects throughout Southern California where ongoing coordination
with Caltrans Local Assistance and oversight has been an important part of project delivery. We are
intimately familiar with the Caltrans Local Assistance Procedures Manual (LAPM), latest edition, which
describes the procedures required to process federal and state-local transportation projects.
Through our knowledge of the LAPM procedures, which are updated annually, in conjunction with our
understanding of the Local Assistance Program Guidelines (LAPG), Psomas is able to anticipate the next
step in making sure our clients efficiently and successfully move through the project and construction
process. The key to our knowledge and understanding is ensuring the deliverables and required forms
are completed satisfactorily so the subsequent funding is secured on federally and state-funded
transportation projects administered through Caltrans Local Assistance.
Psomas has solid working relationships with Local Assistance staff from Caltrans District 8 in addition to
our relationship with the District Local Assistance Engineer (DLAE).
Project Management Approach 4.7
Psomas | Various On-Call Services (SOQ No. 24/25-501) – City of Rancho Cucamonga
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
1650 Spruce Street, Suite 400
Riverside, CA 92507
951.787.8421
www.Psomas.com
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
Statement of Qualifications (RFQ No. 24/25-501) | 01.13.25
Various On-Call Services - Scope of Services
5.3 General Civil Engineering
CITY OF RANCHO CUCAMONGA
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
3
General Civil Engineering Scope of Services 5.3
Work Plan
Sampling Methodology/Concept
Psomas proposes to complete a General Civil
Engineering design (Section 5.3) project based on
the following workflow:
f Preliminary engineering work, which usually culminates in a Preliminary Design, Technical Memorandum, Study or Report;
f Final engineering work, which will result in a complete Plans, Specifications, and Estimates package; and,
f Bidding and Construction Phase services, where Psomas can assist the City as requested during construction of proposed improvement projects.
A typical step-by-step approach to the three
stages of methodology/concept above include
the following tasks:
TASK 1: RESEARCH AND DATA COLLECTION
In addition to the field review, any preliminary
plans, studies, and reports that may exist
regarding the project or project area will be
researched and obtained from the City, County
and pertinent local utility providers. Available
site infrastructure will be collected. Such data
may include right-of-way maps, as-built plans,
preliminary planning or studies, hydrology/
hydraulic calculations in the case of drainage
improvements, utility plans, and other data.
Additionally, Psomas will review relevant design
considerations for existing conditions, and assess
deficiencies and the need for corrective action.
TASK 2: TOPOGRAPHIC SURVEY AND BASE MAP
Psomas will perform survey of the project
site under the direction of a professional land
surveyor or civil engineer properly registered in
the State of California. This survey will consist of
a field topographic survey and cross-sectional
survey. The survey information will produce a
Topographic Base Map at appropriate scale with
all elevations tied to City/County benchmark(s).
At the completion of the project, all survey notes
will be turned over to the City in their original
format for permanent record keeping. A typical
Topographic Survey/Base Map includes the
following:
f Survey Control
f Researched City/County records with centerline
f ties and benchmarks near and within the project
f Locate sufficient number of monuments to plot
f the centerline and right-of-way
f Topographic survey of project area/limits
f Perform detailed survey with cross sections at a certain interval
f Dip existing storm drain catch basins, sewer and storm drain manholes, as required
f Reduce, adjust, and process the field collected survey data
f Plot points into CADD drawing, draw breakline, and generate digital terrain model
f Research, calculate and plot the centerline and right-of-way in the project area
f Provide ASCII file, CADD drawing and field notes
f Upon completion of field work, the survey data will be reduced, imported and plotted into an AutoCAD drawing with field edits to ensure the accuracy and completeness of the drawing
TASK 3: PAVEMENT, GEOTECHNICAL, AND HAZMAT INVESTIGATION
Coordinating with the Geotechnical Engineer,
we will perform soil testing which may include
Psomas | Various On-Call Services 5.3 General Civil Engineering Scope of Services (RFQ 24/25-501)
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
4
pavement corings, Falling Weight deflection
testing, bearing, trench/backfill constraints,
groundwater presence, and other types of
testing to gather information and characterize
subsurface soil for purposes of trench
excavations, bedding, backfill materials, and
slopes and embankment construction.
TASK 4: UTILITY NOTIFICATION/RESEARCH/MAPPING
Psomas will perform a detailed utility
investigation of the project site. This will include a
request through Dig Alert and an investigation of
available records for data needed to avoid design
conflicts. Available plans from the City’s Public
Works Department will also be obtained. Notices
will be sent out to utility companies known to be
present within the project limits requesting utility
locations, atlas maps and plans. A project log of
all utilities will be generated showing the status of
each information request. The log will be updated
during the life of the project.
Psomas will perform a subsurface utility detection
and mapping using one or all of the following: a
standard electromagnetic utility locator, a ground
penetrating radar unit, sonic wave generator
and magnetic locator and will pothole and locate
utilities that are deemed to be critical and may
be impacted by the proposed underground
construction. Considering the gravity nature of
either a storm drain, the importance of utility
conflict detection and resolution cannot be
overstated.
A topographic base map will be used to prepare
a utility base map that will show estimated
alignment of underground utilities combined
with the above ground utilities located in the
topographic base map. The utility base map will
be an AutoCAD drawing at appropriate scale and
will be used to determine if any utility relocations,
either horizontally or vertically, may be needed by
proposed improvements and alternative studies
completed as part of the Preliminary Engineering
stage. Within the City’s jurisdiction, Psomas
expects to reach out to the following utility
owners:
Utilities Owners
Electricity SCE and Rancho Cucamonga Muni Utility
Gas SoCal Gas
Water Cucamonga Valley Water District
Cable TVs Spectrum, Frontier and Direct TV
Satellite HughesNet
Refuse/Trash Burrtec
Upon completion and approval of Preliminary
Engineering work (prior to Draft submittal), a
second utility notice with preliminary plans will
be sent, requesting verification of facilities and
required coordination of anticipated relocation or
protection of existing facilities.
Final improvement plans will be transmitted to all
utility companies whose facilities are within the
project site, informing them of the anticipated
bidding period, anticipated construction
schedule, and proposed time frame of any
relocation required of them.
TASK 5: PRELIMINARY ENGINEERING
On street and bridge projects, Preliminary
Engineering work will typically include
considerations and analysis of multiple alternative
pipe alignments and the evaluation of right-of-
way constraints, environmental, utility impacts,
and stakeholders’ interests.
Based on the aforementioned, a preliminary
horizontal and vertical layout will be produced,
along with details, sections and renderings as
necessary.
On street rehabilitation and reconstruction
projects, preliminary engineering would often
involve the vetting of rehabilitation alternatives
General Civil Engineering Scope of Services 5.3
Psomas | Various On-Call Services 5.3 General Civil Engineering Scope of Services (RFQ 24/25-501)
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
5
based on desired pavement design life, which is
typically 20 years.
Recommended pavement sections are a function
of traffic loading,existing pavement and subgrade
conditions, and available budget. It is fitting for
preliminary cost estimates to be included to
determine whether or not a mitigation measure
fulfills what the City would like to accomplish,
while balancing it with other improvement needs
such as curb/ gutter, sidewalk replacements,
curb ramp reconstruction, and potential safety
improvements considered. On projects involving
parking lots, parks or active transportation
facilities, accessibility, safety and connectivity are
paramount considerations. Often, preliminary
engineering consists of alternative alignments,
and layouts that are designed to optimize
and encourage usage of the facilities once
constructed. Proximity of crossings, access
roads and safety/security are weighed at this
stage where enhancements, which could include
security lighting, high visibility crosswalks, and
sight distance corrections by way of parking
restrictions, are proposed.
On storm drain improvement projects, in order
to produce cost-effective storm drain design
that improves the overall drainage area, Psomas
recommends preparation of a Preliminary
Drainage Study (PDS) where consensus on key
design elements is typically reached. The PDS
will typically consist of geometric approval
drawings, a review of utility constraints and
possible relocations, alternative pipe materials/
construction methods (pre-cast versus cast- in-
place), and costs for various alternatives.
Alternatives will also drive the need to verify
or conduct hydrology and hydraulic studies, to
ensure that future downstream and upstream
improvements are compatible with the design.
Hydraulic calculations using the Water Surface
Pressure Gradient Program (WSPG) will be
prepared to verify that applicable 10-, 25-, 100-
year flood protection level hydraulic grade lines
(HGL) are within acceptable limits, based upon
the City’s design manual, San Bernardino County
Flood Control design criteria, and other relevant
parameters.
TASK 6: CONSTRUCTION DOCUMENT PREPARATION PHASE
Final design will commence upon approval
of Preliminary Engineering work by the City.
Changes or additions required as a result of the
preliminary design review will be incorporated
into the final design as deemed necessary. Final
calculations and studies will also be performed
and completed, and ‘preferred’ alternative
alignments, structures, materials will be
developed.
As part of the Construction Document PS&E
package, final construction plans and details will
be prepared which will show all of the proposed
improvements to successfully complete projects.
The plans will be concise and constructible
showing the disposition of all existing facilities
within the project area and limits of all proposed
improvements so that the project can be bid
and constructed with a minimum amount of
questions/ requests for information. Base
plans of the project site will be prepared at the
appropriate scale and final plans can be provided
to the City digitally. Base plans will display existing
topographic features and accumulated data,
including pipe stationing, rights-of-way, surface
features, pertinent street or other reference
alignment stationing, and existing utilities.
Based on the approved Preliminary Engineering
work, utility research, base mapping, and
the topographic survey prepared during the
preliminary engineering phase, Psomas will
prepare plans, profiles and details for a proposed
improvement project, and any utility line
relocations. PS&E packages will be prepared for
submittal to the City at Draft, Final Draft, and
Final (100%) completion levels. Depending on
project improvements at hand, the PS&E package
may include the following:
General Civil Engineering Scope of Services 5.3
Psomas | Various On-Call Services 5.3 General Civil Engineering Scope of Services (RFQ 24/25-501)
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
6
f Title Sheet/Index Map
f Typical Section/detail
f Street Plan and Profile
f Storm Drain Plan and Profile
f Details sheets
f Construction staging and:
Various Traffic ad Lighting Plans (ITS, Signal, Signing, Striping), Roadway lights, etc.
f Temporary Traffic Control Plans
f WQMP, as applicable
At Psomas, we pride ourselves on producing
biddable, constructible plans for our clients. We
have nearly 80 years of experience in producing
plan sets that include every detail needed to do
just that.
Special Provisions: Psomas will also prepare
special provisions to be incorporated into the
boilerplate project specifications provided by the
City, which are assumed to provide the notice
inviting bids, instructions to bidders, bidder’s
information, agreement, bond and insurance
forms, general conditions, and other applicable
information. Final specifications, including special
provisions and references to supplement the
Standard Specifications for Public Works
Construction (Green Book) and/or the Caltrans
Standard Specifications, will be prepared and will
include Federal provisions as required.
Technical Specifications may include dewatering
requirements. Standard specifications including
those of the Rancho Cucamonga General
Provisions and others will be included, as needed.
Standard plans, special permitting requirements,
potholing and geotechnical reports, and a sample
Contract will be provided in the Appendix.
A final construction quantity estimate and bid
schedule will be incorporated into the contract
documents and an Estimate of Probable
Construction Costs will be submitted. The final
design package will then be submitted to the City
and appropriate agencies for review and approval.
Calculation Backups: As required, Psomas
will submit calculation back-ups pertinent to a
PS&E submittal that may include hydrology, and
drainage hydraulic and calculations.
As there is no specific project, we cannot
comment on any work schedule at this time.
However, based on recent experiences on
federal- and state-funded projects, the following
workflow and sequence of activities can be
expected.
General Civil Engineering Scope of Services 5.3
Psomas | Various On-Call Services 5.3 General Civil Engineering Scope of Services (RFQ 24/25-501)
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
1650 Spruce Street, Suite 400
Riverside, CA 92507
951.787.8421
www.Psomas.com
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
Statement of Qualifications (RFQ No. 24/25-501) | 01.13.25
Various On-Call Services - Scope of Services
5.5 Construction Management and Inspection
CITY OF RANCHO CUCAMONGA
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
3
Construction Management & Inspection
Scope of Services 5.5
Item Function Benefit Deliverable Responsible
Party
PRE-CONSTRUCTION PHASE ACTIVITIES
Kick-Off Meeting Meeting between CITY staff and Psomas Team to discuss goals.Establishes a positive and effective team relationship
Establish communication standards
All items subject to direction and review by Caltrans RE and SR
f Agenda
f Memorandum of Understanding
f Communication Matrix
f City PM (S)
f Psomas PM (P)
Biddability/ Constructability Review
Review contract documents for biddability and constructability.
Look for problem areas that could lead to delays, disputes, and change orders during construction. Verify leaders, details, cross-sections, etc., as well as plan vs. specification integration.
Look for problems that could arise during bid process.
Fewer change orders, disputes, and claims
Lower bids. Simplifies the construction process
f Biddability/ constructability
f Recommendations including a Potential Risk Cost
f Project Team (City/ Designer/Psomas)
Milestone Schedule As part of the constructability review, Psomas may prepare a CPM schedule highlighting known milestone dates and specified sequences of work.
Identifies potential issues that can affect the project’s progress, including delays and safety
f CPM schedule with narrative f Scheduler (P)
f RE/SR (S)
f Inspectors (S)
Budget Review Review project budget versus scope to confirm effective use of project funds.
Verifies the project can realistically move forward with the allocated budget and minimizes surprises
f Resource loaded schedule
f Establishment of an auditable document control system
f PM (P)
f RE (S)
f Office Eng (OE) (S)
Establish and Set Up Field Offices If required, set up office equipment, project filing system, computer network (document control, email), communications (field), MIS (typically Procore), telephones, etc.
Locates office close to jobsite, ready for use before construction phase
f Field office f Psomas PM (P)
f Psomas Facility
f Team (S)
Bid Documents and Contract Award
If requested by CITY, Psomas will participate in the pre-bid conference(s) and answer questions.
Provide bid analysis for conformity to requirements including all bonds, insurance, and legal requirements.
Prepare staff reports and make recommendations for award.
Early involvement provides a better understanding, objective evaluation of bids, and minimizes bid protests
f Minutes from pre bid conference
f Bid tabulation matrix
f Staff Recommendation report
f RE/SR (P)
f PM (S)
Work Plan Matrix
Psomas | Various On-Call Services 5.5 Construction Management & Inspection Scope of Services (RFQ 24/25-501)
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
4
Item Function Benefit Deliverable Responsible
Party
Project Construction Management Plan
If required, deliver a management plan for the construction phase of the project identifying responsibilities, communication protocols, reporting, approvals, and meeting plans
Entire construction management team understands expectations and protocols, and City expectations are explicitly incorporated
f Draft RE/SRP
f RE/SRP Review Meeting
f Final RE/SRP
f PM (P)
f City PM (S)
f RE/SR (S)
Risk Register Establish, update, and maintain register of project risks to schedule, budget, stakeholder commitments
Provides framework to monitor project risk
Regular review and update keeps everyone’s “eye on the ball”
f Risk Register
f Regular updates during construction phase
f RE/SR (P)
f OE, Inspectors, Scheduler, City PM (S)
Pre-Construction Conference Outline project specifics, contract requirements, and inform contractor of project administration procedures.
Establishes ground rules and responsibilities
f Agenda
f Meeting minutes
f RE/SR (P)
f OE, Inspectors (S)
f PM (S)
CONSTRUCTION PHASE ACTIVITIES
Project Coordination Meetings
Conduct weekly meetings to discuss schedule, current, and past issues.
Invitees include contractor, CITY, designer, community outreach, affected agencies and utility companies (as required).
Maintains official dialogue between all team members and stakeholders
f Agenda
f Meeting minutes
f Schedule
f Suspense logs
f RE/SR (P)
f OE (S)
f Requested Inspectors (S)
f Scheduler (S)
Baseline Schedule Review Review baseline schedule thoroughly.
Identify compliance with plans and specifications and agency permits
Work with project team to correct non-compliance with schedule.
Sets the stage for accurate project schedule updates in the future, provides Contractor an acceptable start to future schedules
Lays CPM review groundwork
f Schedule reports
f Recommendations
f Scheduler (P)
f RE/SR (S)
f All Inspectors (S)
Ongoing Constructability Review
Constant monitoring of upcoming work, comparison to current conditions, and verification of contractor’s intended operations.
Minimize surprises and unexpected impacts. Advise RE and SR of possible impacts
f Notice of impacts
f Suggested resolution
f RE/SR, All Inspectors (P)
f OE (S)
Progress Payments Review contractor’s payment requests. Verify contractor pay items. Inspectors prepare payment documents daily, OE executes documentation for execution by Caltrans.
Contractor is paid only for work in place and acceptable. In case of contractor default, funds are available to complete project.
f Progress payment request documents suitable for execution
f OE (P)
f All Inspectors (S)
Construction Management & InspectionScope of Services 5.5
Psomas | Various On-Call Services 5.5 Construction Management & Inspection Scope of Services (RFQ 24/25-501)
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
5
Item Function Benefit Deliverable Responsible
Party
Document Control System According to our Kick-Off meeting results, and in accordance to the City policies and best management practices, we will implement a web- based system (Procore or other) for organizing, tracking, filing, and managing paper and electronic correspondence including letters, requests for information (RFIs), submittals, contracts, reports, O&M manuals, progress payments, change orders, etc.
Promotes better recordkeeping; improves claim resolution capabilities; fosters improved team communications through written, verbal and electronic communication; and enhances problem solving
f Auditable project records
f Paper files
f Electronic files
f Correspondence logs
f Suspense lists
f Conversations, meetings
f Correspondence
f Memos
f Submittal/RFI Logs
f Phone Log
f RE/SR (S)
f OE (P)
f All Inspectors (P)
Utility Coordination Prepare, update, and monitor utility relocation matrix.
Coordinate with utility companies and their contractors
Verify utility permits, and monitor utility relocation activities per contract
Minimize utility relocation impacts on the project, and mitigate potential impacts to the project CPM schedule
f Utility Relocation Matrix
f Utility permits
f Monitor vs. CPM
f RE/SR (P)
f All Inspectors (S)
Project Controls (Schedule and Cost Monitoring)
Monitor contractor’s CPM schedule monthly. Notify parties of actual or potential deviation from schedule. Work with project team to correct non- compliance with schedule.
Monitor anticipated cost to complete project.
Improves better project coordination, fewer delays, and fewer time related disputes
Advance notice of cost impacts
f Schedule reports
f Recommendations
f Notifications of schedule status
f As-built schedule
f Contract Completion Estimate
f RE/SR (S)
f OE, Scheduler (P)
f All Inspectors (S)
Monthly Progress Reports Prepare monthly reports highlighting project progress, CCOs, cost issues, and schedule.
Keeps CITY informed on project status, cost to complete the project
f Monthly report f PM (P)
f OE (S)
Environmental Compliance, Including SWPPP, AQMD, and Resource Agencies
Review and enforce requirements stipulated in permits issued by regulatory and environmental agencies. Provide training to the Contractor and CM team as required.
Minimizes or eliminates violations of permit requirements
f Daily inspection reports
f Correspondence
f RE/SR (P)
f Asst. RE (P)
Quality Control/ Inspection Psomas will:
Observe and monitor all aspects of project including inspection, materials testing, documentation, and jobsite safety for compliance with contract documents.
Notify contractor when work is not in compliance.
Prepare daily inspection reports.
Provide photographic and video documentation of construction process.
Encourage and stress quality in the constructed product.
Completed project meets CITY’s expectations for quality and functionality
f Daily diaries
f Photography and videotapes
f Project files
f RE/SR (S)
f All Inspectors (P)
f OE (S)
Construction Management & InspectionScope of Services 5.5
Psomas | Various On-Call Services 5.5 Construction Management & Inspection Scope of Services (RFQ 24/25-501)
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
6
Item Function Benefit Deliverable Responsible
Party
ADA Review Provide qualified DSA Certified Access Specialist (CASp) inspector to review construction conformance to ADA requirements.
Constructed project conforms to ADA requirements
f Certification of each local segment of work
f Caltrans ADA as built forms completed
f CASp (P)
f All Inspectors (S)
Labor Compliance Labor compliance implementation, auditing, and reporting in full compliance with the California Department of Industrial Relations (DIR) and the Federal Davis-Bacon Act requirements.
Work completed by fairly-compensated construction personnel, avoiding the need for contractor deductions and fines
f Reviewed certified payroll via eCPR
f Employee interviews
f Verification of DBE/DVBE utilization
f Labor Compliance (P)
f Inspectors (S)
f OE (S)
Issues Management Analyze issue, seek appropriate advice, and recommend redesign parameters.
Establish issue entitlement for equitable adjustment. Respond to contractor, recommend appropriate resolution to the City
Provides solutions to actual conditions found in field and minimizes delays
Minimizes potential claim issues that become claims at end of project
f Design clarifications
f Contract change orders
f Entitlement response
f RE/SR (P)
f All Inspectors (S)
Dispute Resolution Make recommendations and implement procedures for reducing the likelihood of disputes and claims.
Make recommendations regarding Alternate Dispute Resolution (ADR) methods.
Assist in the resolution of disputes.
Disputes are avoided or resolved quickly f Dispute avoidance procedures and recommendations
f Partnering escalation ladder
f Regular partnering evaluations
f Entire Team (P)
Change Orders Review potential change orders for contractual and technical merit.
Prepare independent cost estimate and schedule analysis of work.
Negotiate and prepare change orders for execution by CITY (and Caltrans if required).
Keep CITY (and Caltrans) apprised of the impact of cumulative change orders.
Change orders reflect fair price for added or deleted work
f Independent cost estimates
f Draft and revise change orders until ready for execution
f Change order summary reports
f Maintain CCO log
f RE/SR (S)
f OE (P)
Site Safety Safety is a top priority at Psomas and the whole team will be properly trained, including a review of traffic safety per MUTCD.
Will review and monitor contractor’s safety program for compliance with Cal/OSHA.
Notify contractor if unsafe condition is observed.
Notify RE/SR if contractor refuses to rectify unsafe condition.
Investigate accidents.
Comply with HSE Representative requirements.
Jobsite is safer and avoids litigation f Accident reports
f Monthly reports
f HSE Representative
f Entire Team
Construction Management & InspectionScope of Services 5.5
Psomas | Various On-Call Services 5.5 Construction Management & Inspection Scope of Services (RFQ 24/25-501)
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
7
Item Function Benefit Deliverable Responsible
Party
Project Stakeholder Impacts
Monitor upcoming work to adequately report anticipated impacts to the traveling public, local residents and businesses in advance of construction operations.
Local residents and businesses are able to rely on construction notices and scheduling of project construction and traffic control operations and implementations
f Weekly Schedule Update
f Update RE, SR in event of any changes
f Prepare information for Public Outreach as directed
f RE/SR (P)
f All Inspectors (S)
f OE (S)
Surveying/ Right-of-Way Review available survey data to determine construction staking schedule, temporary construction easements, final monumentation, and monument protection.
Field QA/QC of horizontal and vertical control, right of way, temporary construction easements.
Verify proper staking and monumentation is provided, to support construction operations.
Horizontal and vertical control verified prior to construction, and accurate survey staking, means the project will be built according to the designer’s intent and will match existing facilities at project edges
Manage and deliver all right of way, monumentation, and documentation
f Field verification report
f Completed staking request and field notes
f Notification of required protection or relocation of monuments
f Right-of-way monumentation
f As-built drawing support
f Surveyor (P)
f RE/SR (S)
f OE, All Inspectors (S)
Source Inspection Inspect materials and fabrication off-site as determined by contractor submittals, according to Source Inspection Quality Management Plan developed for this project
Verification of appropriate materials and fabricated elements prior to incorporation of the work to protect the City’s investment in this project
f SIQMP
f Material inspection reports
f Verification of materials to be used
f Materials Testers (P)
f Materials Manager (S)
f All Inspectors (S)
Materials Testing Provide laboratory, jobsite and off site testing of construction materials consistent with contract requirements and test methods.
Verifies proper materials and installation methods, so project will last for the life of the design
Minimizes future maintenance
f Test reports
f Recommendations regarding materials out of compliance
f Maintain testing certification log
f Materials Testers (P)
f OE (S)
f All Inspectors (S)
CLOSEOUT PHASE ACTIVITIES
“As-Built” Drawings Collate, review, and transmit contractor’s data to design engineer. Recommend the use of 3D digital plan sets throughout life of project.
Changes are incorporated into record drawings on an ongoing basis during construction phase and reviewed monthly
f Data for record drawings f RE, SR (S)
f All Inspectors (P)
f OE (S)
Final Walkthrough Make final inspections, including safety review.
Prepare punch-lists.
Verify required certificates of compliance, O&M manuals and as-built drawings have been delivered.
Project is completed according to contract documents and all paperwork required of contractor is delivered
f Punchlist f PM/RE (S)
f Asst. RE (P)
Construction Management & InspectionScope of Services 5.5
Psomas | Various On-Call Services 5.5 Construction Management & Inspection Scope of Services (RFQ 24/25-501)
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
8
Item Function Benefit Deliverable Responsible
Party
Project Completion Report
Process final progress payment to contractor.
Secure project acceptance from all City Departments
File Notice of Completion.
Prepare final report.
Deliver project records to CITY.
Paperwork and audit trail are completed f Final progress payment
f Notice of Completion
f Final report
f Complete project records
f Materials testing certification prepared
f RE, SR (S)
f OE (P)
f Inspectors (S)
f Materials Lab (S)
Final Payment Process final progress payments to contractor per Caltrans Construction Manual.
Prepare final report. Deliver project records to CITY (and Caltrans if required).
Paperwork and audit trail are completed. f Final progress payment
f Notice of Completion
f Final report
f Complete project records
f RE, SR (S)
f OE (P)
f All Inspectors (S)
Claim Resolution Resolve any remaining claims or disputes. Provide support in negotiating claims.
Disputes and claims are resolved equitably. f Negotiation and litigation support f RE, SR (P)
f OE, Scheduler, Claim Support, Inspectors (S)
Demobilize Construction Field Office
Close project field office once construction is complete, project reports and project records are transmitted.
Minimize cost of project office once construction and closeout activities are completed
f Field Office Closure Schedule
f Closure Updates
f Final Office Invoice
f PM (P)
f OE (S)
f Psomas Facility
f Team (S)
(P) is primary responsibility; (S) is secondary responsibility.
Above services may be reduced as required by City, project scope, and budget.
Please note that not all projects will require a full team of RE, SR, OE, Scheduler, or Inspector.
We are happy to provide a schedule for any task assigned to the Psomas team, but without a scope we are unable to provide one
at this time.
Construction Management & InspectionScope of Services 5.5
Psomas | Various On-Call Services 5.5 Construction Management & Inspection Scope of Services (RFQ 24/25-501)
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
1650 Spruce Street, Suite 400
Riverside, CA 92507
951.787.8421
www.Psomas.com
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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.
Arief Naftali
Consultant
Self
01/09/2025
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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.
Arief Naftali
Vice President
01/09/2025
4
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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.
Arief Naftali Representative
PSOMAS
Arief Naftali
Vice President
01/09/2025
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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.
01
Arief Naftali
Vice President
01/09/2025
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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.
PSOMAS
Arief Naftali
Vice President
01/09/2025
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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.
sixty (60)
4
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
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.
PSOMAS
951-787-8421
310-703-1388 (E-Fax)
1650 Spruce Street, Suite 400
Riverside, CA 92507
arief.naftali@psomas.com www.PSOMAS.com
Arief Naftali Vice President
1/9/25
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
City of Rancho Cucamonga
Various On-Call Design Professional Engineering Services
Standard Rate Sheet
Title/Classification 2025 - 2030
$322
Program Manager
Senior GIS Analyst/Senior GIS Consultant $220
Senior GIS Technician $145
Project Assistant/Administration $145
Principal/Project Director $345
Project Manager and QA/QC Manager
Senior Software Developer $280
Software Developer $225
GIS Technical Manager $305
Business Intelligence and Data Scientist $290
Project Assistant/Administration $145
GIS
Land Surveyor - Prevailing Wage Party Chief $225
Land Surveyor - Prevailing Wage Chainman $215
Staff Surveyor I $150
Photo Compiler $195
Office Surveyor I $180
Staff Surveyor II $160
Office Surveyor III $200
Office Surveyor II $190
Project Surveyor II $225
Project Surveyor I $215
Construction Survey Manager $270
Project Surveyor III $240
SURVEY
Survey Technical Manager $270
Civil Engineer Designer $175
Project Assistant/Administration $145
Project Engineer/Traffic Engineer I $180
Assistant Civil Designer $150
Project Engineer/Traffic Engineer III $215
Project Engineer/Traffic Engineer II $200
Senior Project Engineer II $245
Senior Project Engineer I $230
$290
Assistant Project Manager $275
Senior Project Engineer III $265
$328
ENGINEERING/ENVIRONMENTAL
Engineering/Environmental Technical Manager III $315
Engineering/Environmental Technical Manager II $300
Engineering/Environmental Technical Manager I
1
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
City of Rancho Cucamonga
Various On-Call Design Professional Engineering Services
Standard Rate Sheet
Inspector II $220
Scheduler $185
Senior Inspector $240
Inspector III $230
Senior Resident Engineer $270
Resident Engineer III $245
Resident Engineer II $220
CONSTRUCTION MANAGEMENT
Supervising Construction Manager/Principal $365
Senior Construction Manager $235
Construction Manager II $215
Construction Manager I $195
Senior Engineer Manager $200
Office Engineer III
Office Engineer II $140
Office Engineer I $105
Administrative Support $120
Resident Engineer I $200
$170
Structures Representative III $245
Structures Representative II $220
SUBSURFACE UTILITY DETECTION (SUE)
Project Administrator $125
One person SUE Crew $260
Structures Representative I $200
SUE Project Coordinator $220
SUE Principal $275
SUE Senior Project Manager $260
Field Supervisor $260
Two person SUE Crew $385
Two person CCTV Crew $385
Title/Classification 2025 - 2030
Senior Structures Representative $270
Inspector I $205
2
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
Classification Hourly Rate
Principal 310.00$
Certified Irrigation Designer / Auditor 215.00$
Sr. Project Manager / Landscape Architect 215.00$
Job Captain 175.00$
Design Staff II 140.00$
Design Staff I 125.00$
Admnistrative Staff 115.00$
• CAD plotting of check sets and presentation drawings
• Outside service scanning, printing, copying of drawings and documents of any size.
• In-house project related printing / copying (black/white and color), including draft and final
reports, specifications, and drawings.
• Postage, delivery, and messenger service (prior client approval)
• Renderings, physical and digital scale models and animations.
• Videos, web services, opinion surveys.
• Travel expenses, including mileage, tolls, lodging and meals.
• Presentation boards.
• Software purchase and licensure on behalf of the client.
Hourly Billing Rates will be updated no more than once a year from the date of executed agreement.
2025 Rates effective through 12/31/2025
HOURLY RATE SCHEDULE- Rancho Cucamonga 2025-2030
Attachment A
Reimbursable expenses related to the project, whether for in-house, consultant or client use will be billed at 1.15
times direct cost. Such expenses include, but are not necessarily limited to:
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
PE / Project Principal / Engineer $227.05
Sr. Labor/PLA Compliance Officer $203.67
SWPPP QSP Engineer/Construction Manager $179.36
Senior Compliance Data Analytics, Doc.Control, & Outreach Analyst $130.73
Complance & Outreach Analyst $105.51
Administration Support $81.47
Position / Job Title AVERAGE 2025-2028
Casamar Group Standard Hourly Rates
2025 - 2030
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
Dispute and Delay Resolution Manager $245.00
Senior Scheduler $204.00
Construction Scheduler $178.00
Senior Cost Estimator $204.00
Cost Estimator $178.00
Capo Projects Group - Classification 2025-2028 2025 - 2030
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
Type of Service Qualification Hourly Rate Overtime
Rate
Principal Engineer PE 267.46$ 267.46$
Engineering Services PE 219.27$ 219.27$
Quality Engineer CQA 160.33$ 194.33$
Staff Engineer EIT 141.47$ 171.47$
Lead Inspector ASNT NDT UT/MT/RT/PT or PCI III 200.41$ 200.41$
NDE Inspector ASNT NDT UT/MT/PT 165.04$ 200.04$
Coating Inspector NACE II 165.04$ 200.04$
Steel (Welding/Bolting) Inspector CWI / ICC Welding & Bolting 148.54$ 180.04$
Precast Concrete Inspector PCI II/III / ICC Concrete 146.18$ 177.18$
Field Concrete Inspector ACI I/ICC Concrete 146.18$ 177.18$
Material Sampling Material Sampler 106.10$ 128.60$
Item Quantity Units Approx. Unit Cost
Millage (<150 miles)TBD (IRS Annual Rate)Miles $ 0.70
Travel in-State (> 150 miles)TBD (Caltrans Policy)Per Round Trip Approx. $1,500
Travel Out-of-State TBD (Caltrans Policy)Per Round Trip Approx. $2,500
Short Term Travel TBD (Caltrans Policy)Weekly Approx. $5,000
ZT Consulting Group Inc.
Hourly Rate 2025 - 2030
Travel Cost for Off-Site Inspection *,**
* The cost provided is an estimate. All travel expenses will adhere to Caltrans Travel Policies unless the Client has alternate policies in place. Alternatively, with the Client’s approval, a
flat increase of $20 per hour or $160 per day may be applied to cover travel costs.
** Travel costs includes airfare, lodging, ground transportation, parking, and meals.
Annual Escalation Rate of 3%
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
ZT Consulting Group, Inc.
Material Testing Rate
2025
Ultimate Tensile Strength $ 150.00 L001001 Per Bolt
Coating Thickness (HDG) $ 100.00 L001003 Per Bolt
Coating Thickness (MG) $ 100.00 L001003 Per Bolt
Ultimate Tensile Strength $ 150.00 L001001 Per Bolt
Hardness $ 100.00 L001004 Per Bolt
Coating Thickness (HDG) $ 100.00 L001003 Per Bolt
Coating Thickness (MG) $ 100.00 L001003 Per Bolt
Ultimate Tensile Strength
Elongation
Yield Strength
Reduction Of Area
Proof Load $ 150.00 L001005 Per Nut
Hardness $ 100.00 L001004 Per Nut
Coating Thickness (HDG) $ 100.00 L001003 Per Nut
Coating Thickness (MG) $ 100.00 L001003 Per Nut
Proof Load $ 150.00 L001005 Per Nut
Hardness $ 100.00 L001004 Per Nut
Coating Thickness (HDG) $ 100.00 L001003 Per Nut
Coating Thickness (MG) $ 100.00 L001003 Per Nut
Hardness $ 100.00 L001004 Per Washer
Coating Thickness (HDG) $ 100.00 L001003 Per Washer
Coating Thickness (MG) $ 100.00 L001003 Per Washer
Coating Thickness (HDG) $ 100.00 L001003 Per Washer
Coating Thickness (MG) $ 100.00 L001003 Per Washer
Coating Thickness (HDG) $ 100.00 L001003 Per Washer
Coating Thickness (MG) $ 100.00 L001003 Per Washer
Ultimate Tensile Strength
*Shall be Wedge tensile tested (10
degree wedge up to 1" bolt / 6
degree wedge greater than 1" bolt) -
See ASTM F3125/F606
$ 350.00 L001010 Per Bolt
Hardness $ 100.00 L001004 Per Bolt
Coating Thickness (HDG) $ 100.00 L001003 Per Bolt
Coating Thickness (MG) $ 100.00 L001003 Per Bolt
Ultimate Tensile Strength $ 350.00 L001010 Per Bolt
Hardness $ 100.00 L001004 Per Bolt
Coating Thickness (HDG) $ 100.00 L001003 Per Bolt
Coating Thickness (MG) $ 100.00 L001003 Per Bolt
Proof Load $ 150.00 L001005 Per Nut
Hardness $ 100.00 L001004 Per Nut
Coating Thickness (HDG) $ 100.00 L001003 Per Nut
Coating Thickness (MG) $ 100.00 L001003 Per Nut
Proof Load $ 150.00 L001005 Per Nut
Hardness $ 100.00 L001004 Per Nut
Coating Thickness (HDG) $ 100.00 L001003 Per Nut
Coating Thickness (MG) $ 100.00 L001003 Per Nut
Hardness $ 150.00 L001004 Per Washer
Coating Thickness (HDG) $ 100.00 L001003 Per Washer
Coating Thickness (MG) $ 100.00 L001003 Per Washer
Coating Thickness (HDG) $ 100.00 L001003 Per Washer
Coating Thickness (MG) $ 100.00 L001003 Per Washer
Unit Rate Cost ZTC Work
Instruction Sample Type Components Tests
DTI Washers
Nuts (Grades O, A, B, C,
D, DH, and DH3)
Nuts (Grade 2H)
Flat Washers
(Hardened)
Flat Washers (Non-
Hardened)
WI-720-001
(Fastener
Procedure)
Anchor Bolt
Assemblies
Anchor Bolts (ASTM
F1554)
(≤ 1-1/2")
Anchor Bolts (ASTM
A449)
(≤ 1-1/2")
Anchor Bolts (Machined
505 Specimen - ASTM
F1554 & A449)
(>1-1/2")
$ 350.00
Lab Code
L001002
Nuts (Grade 2H)
Flat Washers
(Hardened)
DTI Washers
High Strength Bolts
(Minimum Tensile of
150 ksi)
Nuts (Grades O, A, B, C,
D, DH, and DH3)
WI-720-001
(Fastener
Procedure)
High Strength
Bolt Assemblies
High Strength Bolts
(Minimum Tensile of
120 ksi)
Per Bolt
8/1/2025 1/3
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
ZT Consulting Group, Inc.
Material Testing Rate
2025
Unit Rate Cost ZTC Work
Instruction Sample Type Components Tests Lab Code
Breaking Strength
Yield Strength
Elongation
Ultimate Tensile Strength
Visible Necking + Break outside HAZ
Strain
$ 80 (≤#11) L003002
$ 110 (#14) L003003
$ 165 (#18) L003004
Slip $ 150.00 L003020 Per Splice
$ 80 (≤#11) L003005
$ 110 (#14) L003006
$ 165 (#18) L003007
Slip $ 150.00 L003020 Per Splice
$ 80 (≤#11) L003008
$ 110 (#14) L003009
$ 165 (#18) L003010
Bend Test
*Only required for welded headed
bars (Sizes No. 3 to No. 10)
$ 80.00 L003021 Per Headed
Bar
Ultimate Tensile Strength
Yield Strength
Elongation
Green/Purple Epoxy
Reinforcement Bar
Coating Thickness
Holiday Test
Bend Test
$ 250.00 L005001 Per Bar
Dowel Bars / Soil Nail
Bars
Coating Thickness
Holiday Test $ 200.00 L005002 Ber Par
Ultimate Tensile Strength
Yield Strength
Elongation
Couplers Proof Load $ 350.00 L006002 Per Coupler
Nuts Proof Load $ 150.00 L006003 Per Nut
Ultimate Tensile Strength
Yield Strength
Elongation
Couplers Proof Load $ 350.00 L006002 Per Coupler
Nuts Proof Load $ 150.00 L006003 Per Nut
Ultimate Tensile Strength
Yield Strength
Elongation
WI-720-003
(Spliced
Reinforcing
Steel
Welded Hoops Ultimate Butt Splice
Welded Hoop $ 140.00
WI-720-002
(Prestressing
Strand
Strands Strands $ 200.00
WI-720-005
(Epoxy Coating
Evaluation
Procedure)
Epoxy Coated
Bars
WI-720-004
(Cast Iron and
Steel Check
PT Anchorage
Coupon Casting Coupon
Service Splice Couplers
WI-720-003
(Spliced
Reinforcing
Steel
Procedure)
Headed Bars Headed Bars
WI-720-003
(Spliced
Reinforcing
Steel
Procedure)
Couplers
Ultimate Butt Splice
Couplers
Ultimate Tensile Strength & Strain
Ultimate Tensile Strength
Ultimate Tensile Strength
Visible Necking + Break outside HAZ
Strain
WI-720-007
(Reinforcing
Steel
Plain & Deformed
Reinforcement
(ASTM A615 &
Rebar
$ 350.00
WI-720-006
(Threaded
Rebar
Procedure)
DYWIDAG
Threaded Bar
Threaded Bars
WI-720-006
(Threaded
Bar/Rebar
Procedure)
Threaded Bar
Assemblies
(ASTM A722)
Threaded Bars
$ 200.00
$ 350.00
$ 350.00
Per Strand
Per Splice
Per Headed
Bar
Per Splice
Per Splice
Per Coupon
L002001
L003001
L004001
Per Bar
Per Bar
Per Rebar
L006001
L006001
L007001
8/1/2025 2/3
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0
ZT Consulting Group, Inc.
Material Testing Rate
2025
Unit Rate Cost ZTC Work
Instruction Sample Type Components Tests Lab Code
Concrete Cylinders (4 x 8 & 6 x 12)Compressive Strength 50.00$ L008001 Per Cylinder
Concrete Cores Compressive Strength 80.00$ L008002 Per Core
Durometer Hardness
Tensile Strength
Elongation
Oil Swell By Mass
Low Temperature Recovery
High Temperature Recovery
Movement Rating
Durometer Hardness
Tensile Strength
Ultimate Elongation
Tear Strength (Die C)
Peel (Adhesion) Strength
Concrete Cylinders
WI-720-009
(Type B Seal)Type B Seal Joint Seals
WI-720-008
(Compressive
WI-720-010
(Elastomer
Bearing Pads)
Elastomeric Bearing PadsBearing Pads
1,500.00$
1,100.00$ L10001
Per Seal
Per Bearing
L009001
8/1/2025 3/3
Docusign Envelope ID: 761AF0C5-C4C9-4E8D-92FA-BC1F171D8058Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853Docusign Envelope ID: F9B434A8-EACC-454F-B15D-53F1430185F0