Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
CO 2025-173 - STC Traffic Inc.
PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 1 AGREEMENT FOR DESIGN PROFESSIONAL SERVICES THIS AGREEMENT is made and entered into this 4th day of September, 2025, by and between the City of Rancho Cucamonga, a municipal corporation and the Rancho Cucamonga Fire Protection District (“City”) and STC Traffic, Inc., a California Corporation (“Consultant”). RECITALS A.City has heretofore issued its request for proposals to perform the following design professional services: on-call traffic engineering and transportation planning services (“the Project”). B.Consultant has submitted a proposal to perform the professional services described in Recital “A”, above, necessary to complete the Project. C.City desires to engage Consultant to complete the Project in the manner set forth and more fully described herein. D.Consultant represents that it is fully qualified and licensed under the laws of the State of California to perform the services contemplated by this Agreement in a good and professional manner. AGREEMENT NOW, THEREFORE, in consideration of performance by the parties of the mutual promises, covenants, and conditions herein contained, the parties hereto agree as follows: 1.Consultant’s Services. 1.1 Scope and Level of Services. Subject to the terms and conditions set forth in this Agreement, City hereby engages Consultant to perform all technical and design professional services described in Recitals “A” and “B” above, including, but not limited to on-call traffic engineering and transportation planning 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 2025-173 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 2 percent (10%) of the total compensation specified in Section 3, may be approved in writing by the City’s City Manager without amendment. 1.3 Time for Performance. Consultant shall perform all services under this Agreement in a timely, regular basis consistent with industry standards for professional skill and care, and in accordance with any schedule of performance set forth in the Scope of Work, or as set forth in a “Schedule of Performance”. 1.4 Standard of Care. As a material inducement to City to enter into this Agreement, Consultant hereby represents that it has the experience necessary to undertake the services to be provided. In light of such status and experience, Consultant hereby covenants that it shall follow the customary professional standards in performing the Services. 1.5 Familiarity with Services. By executing this Agreement, Consultant represents that, to the extent required by the standard of practice, Consultant (a) has investigated and considered the scope of services to be performed, (b) has carefully considered how the services should be performed, and (c) understands the facilities, difficulties and restrictions attending performance of the services under this Agreement. Consultant represents that Consultant, to the extent required by the standard of practice, has investigated any areas of work, as applicable, and is reasonably acquainted with the conditions therein. Should Consultant discover any latent or unknown conditions, which will materially affect the performance of services, Consultant shall immediately inform City of such fact and shall not proceed except at Consultant’s risk until written instructions are received from the City Representative. 2. Term of Agreement. The term of this Agreement shall be five (5) years and shall become effective as of the date of the mutual execution by way of both parties’ signature (the “Effective Date”). No work shall be conducted; service or goods will not be provided until this Agreement has been executed and requirements have been fulfilled. Parties to this Agreement shall have the option to renew in one (1) year increments to a total of two (2) years, unless sooner terminated as provided in Section 14 herein. Options to renew are contingent upon the City Manager’s approval, subject to pricing review, and in accordance to all Terms and Conditions stated herein unless otherwise provided in writing by the City. 3. Compensation. 3.1 Compensation. City shall compensate Consultant as set forth in Exhibit A, provided, however, that full, total and complete amount payable to Consultant shall not exceed $500,000 (per year), including all out of pocket expenses, unless additional compensation is approved by the City Council. City shall not withhold any federal, state or other taxes, or other deductions. However, City shall withhold not more than ten percent (10%) of any invoice amount pending receipt of any deliverables reflected in Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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 Jason Stack, 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: STC Traffic, Inc. 5973 Avenida Encinas #218 Carlsbad, CA 92008 Attn: Jason Stack, 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 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 13 arising hereunder shall be null, void and of no effect. 18 Compliance with Laws. Consultant shall comply with all applicable federal, state and local laws, ordinances, codes and regulations in force at the time Consultant performs the Services. Consultant is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq., (“Prevailing Wage Laws”), which require the payment of prevailing wage rates and the performance of other requirements on “public works” and “maintenance” projects. If the Services are being performed as part of an applicable “public works” or “maintenance” project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Consultant agrees to fully comply with such Prevailing Wage Laws. The applicable prevailing wage rate determinations can be found at http://www.dir.ca.gov/dlsr/DPreWageDetermination.htm Consultant shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at the Consultant’s principal place of business and at the Project site. Consultant shall defend, indemnify and hold the City, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 19. Non-Waiver of Terms, Rights and Remedies. Waiver by either party of any one or more of the conditions of performance under this Agreement shall not be a waiver of any other condition of performance under this Agreement. In no event shall the making by City of any payment to Consultant constitute or be construed as a waiver by City of any breach of covenant, or any default which may then exist on the part of Consultant, and the making of any such payment by City shall in no way impair or prejudice any right or remedy available to City with regard to such breach or default. 20. Attorney’s Fees. In the event that either party to this Agreement shall commence any legal action or proceeding to enforce or interpret the provisions of this Agreement, the prevailing party in such action or proceeding shall be entitled to recover its costs of suit, including reasonable attorney’s fees and costs of experts. 21. Exhibits; Precedence. All documents referenced as exhibits in this Agreement are hereby incorporated in this Agreement. In the event of any material discrepancy between the express provisions of this Agreement and the provisions of any document incorporated herein by reference, the provisions of this Agreement shall prevail. 22. Applicable Law and Venue. The validity, interpretation, and performance of this Agreement shall be controlled by and construed under the laws of the State of California. Venue for any action relating to this Agreement shall be in the San Bernardino County Superior Court. 23. Construction. In the event of any asserted ambiguity in, or dispute regarding the interpretation of any matter herein, the interpretation of this Agreement shall not be resolved by any rules of interpretation providing for interpretation against the party who causes the uncertainty to exist or against the party who drafted the Agreement or who drafted that portion of the Agreement. Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: STC Traffic, Inc. By: ______________________________ Name Jason Stack 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1 9/4/2025 | 12:47 PM PDT President/ CEO Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Mayor/President 9/16/2025 | 8:55 PM PDT Fire Chief 9/16/2025 | 9:44 PM PDT Docusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 9/18/2025 | 11:34 AM PDT CFO PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 15 EXHIBIT A REQUEST FOR STATEMENT OF QUALIFICATIONS Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 16 EXHIBIT B CONSULTANT PROPOSAL Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Various On-Call Services (SOQ) #24/25-501 Discipline: Traffic Engineering and Transportation Planning STC Traffic, IncMailing and Business Address: 5973 Avenida Encinas, Suite 218Carlsbad, CA 92008Principal Contact: Jason Stack, PresidentP: (760) 602-4290 Submitted By: Statement of Qualifications For: City of Rancho Cucamonga | January 13, 2025 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 • Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 • • • • • • • Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 •• •• •• •• •• •• •• •• •• •• •• •• •• •• •• •• • • • • • • • • • • • • • • • • • • • Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Relevant Experience City of Menifee, Traffic Engineering Services, 2018-2023 City Traffic Engineer. Responsible for all Traffic Engineering functions of one of the fastest developing cities in Southern California with over 100,000 citizens and consisting of 50 square miles. Functions included traffic signal design, signal timing, traffic operations, traffic calming design, striping plan design and field implementation, and plan reviews. He was responsible for the design, operation, and signal timing of 25 new traffic signals constructed and modified during his tenure. Rob continues to support the City under the current on-call contract. City of Fontana, On-Call Traffic Engineering Services, 2023-Present Principal Manager. Supports task orders issued by the City. Currently providing support for traffic signal design at the Baseline-Palmetto intersection, which will improve traffic circulation in a high-development area and address safety issues. Rob coordinated with the Cities of Fontana and Rialto, reviewed geometric contraints at the intersection, and provided QA/QC review of traffic signal and signing/striping plans. Riverside County Agencies, On-Call Plan Check Services, 2023-Present Principal Engineer. Responsible for plan checking services for Cities of Colton, Ontario, Rialto, Banning, Menifee, and Hemet. He conducts plan checks for site plans (traffic circulation, access, sight distance, and parking), TIA and VMT assessments, new traffic signals and communications infrastructure, signal modifications, street lighting, signing and striping, bicycle and pedestrian facilities, and traffic control. City of Jurupa Valley, On-Call Traffic Engineering Services, 2023-Present Principal Manager. Manages task orders issued by the City. He conducts monthly meetings with City staff to discuss status of projects, provides land development review, and traffic design plan checks. He leads restriping projects as part of the City’s FY 2023 Street Resurfacing Program, including a corridor road diet with cycle tracks, street parking, and temporary traffic circles. City of Beaumont, On-Call Traffic Engineering Services, 2023-Present Principal Manager. Rob leads task orders for on-call contract to support Capital Improvement Projects, traffic operation and analysis, traffic safety improvements, and extension of staff services. Additional On-Call Experience City of Cathedral City, On-Call Traffic Engineering Services, 2023-Present City of Hemet, On-Call Traffic Engineering Services, 2023-Present Rob’s professional experience includes serving 20 years as the City Traffic Engineer for the City of Encinitas and 5 years for the City of Menifee, where he managed all aspects of City transportation tasks, including working directly with maintenance staff in the field to troubleshoot signal issues and working with elected and appointed officials, citizens, community groups, Caltrans, and school districts. He currently manages on-call tasks for cities of Beaumont, Cathedral, City, Murrieta, and Riverside, and RCTD. Years of Experience: 35 Years with STC: 2 Education B.S. Civil Engineering, University of California, Irvine, 1990 Professional Registrations Professional Engineer (Civil) CA, #60204 Professional Engineer (Traffic) CA, #1829 Project Manager Rob Blough PE, TE Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 continued Relevant Experience City of Cathedral City, On-Call Traffic Engineering Services, 2023-Present Principal Manager. Rob manages task orders issued by the City. The scope includes speed data analysis, intersection control studies, safety studies, plan review, traffic signal design, grant support, and other services. Recent task orders include: preparing four HSIP 11 grant applications for citywide pedestrian crosswalk upgrades, pedestrian signals/hybrid beacons, citywide traffic signal hardware upgrades, and pedestrian school crossing upgrades; preparing two grant applications for RCTC TDA Article 3 (SB 821) Bicycle and Pedestrian Facilities Grant Program. City of Lancaster, On-Call Traffic Engineering Services, 2023-Present Principal Manager. Responsible for task orders issued by the City. The contract scope includes development review, traffic engineering design and review, traffic safety investigations, advisement on traffic safety issues, traffic management plans, as-needed attendance for City Council and Planning Commission meetings, and other services. Recent task orders include temporary traffic control and traffic calming plans to support the Slow Streets/Safe Streets project. City of Solana Beach, On-Call Traffic Engineering Services, 2023-Present Principal Manager. Responsible for task orders issued by the City. The contract scope includes traffic engineering design, traffic studies, traffic operations analysis, leading nighborhood traffic management meetings, traffic calming, City Council and Commission presentations, and other services. Rob coordinated with City staff and conducted plan review for alternatives developed for mobility enhancements related to extension of the Coastal Rail Trail. City of Temecula, Streetlight & Traffic Signal Communications Upgrade, 2024-Present Principal Manager. Project improvements including fiber and wireless traffic signal interconnect, state-of-the-art ATC control technology, new traffic signal coordination, safety lighting upgrades, traffic signal and pedestrian head visibility upgrades, and signal rewiring. Rob is overseeing all project elements. City of Palm Desert, North Sphere Fire Station Offsite Improvements, 2023-Present Project Manager. STC is supporting roadway and traffic signal improvements associated with the new fire station. Rob oversaw the feasibility and alternatives analysis for Class 2 buffered bike lanes, Basis of Design for two closely spaced traffic signals, signing and striping along Gerald Ford Drive, and curb return radius design at the fire station to accommodate fire truck access. City of Encinitas, Traffic Engineering Services, 1997-2018 City Traffic Engineer. Managed all functions of the Traffic Engineering section with four direct reports. He advanced the active transportation program and managed improvement projects to enhance safety for pedestrians and bicyclists in a dense coastal City. Under his tenure, he oversaw the development of the City’s bike network, tying into local projects and regional biking initiatives, developed the City’s entire Synchro network, oversaw the construction of the TMC, one of the first in the County, and managed all traffic management software upgrades, and developed coordination plans along several major corridors that are still running today. VA L U E A D D S 30 years of experience as a City Traffic Engineer. Former City Traffic Engineer for Menifee, responsible for all Traffic Engineering and Transportation Planning functions for the #1 fastest growing city in California and 13th fastest growing city in the United States. Leading presenter in over 300 public presentations to city traffic commissions, councils, and planning commissions during his city career. PROJECT MANAGER Rob Blough PE, TE Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Jason is the founder of STC Traffic and has over 26 years of experience managing transportation planning, traffic engineering, and ITS projects for various agencies throughout Southern California. Mr. Stack brings a holistic approach to transportation planning, addressing the physical, environmental, and mobility needs of communities. He combines his strong understanding of engineering fundamentals with an expertise in operations to provide creative solutions for municipal Agencies. Years of Experience: 26 Years with STC: 18 Education B.S. Civil Engineering, University of Massachusetts at Lowell Professional Registrations Professional Engineer (Traffic) CA, #2790 Professional Traffic Operations Engineer, USA, #4174 Relevant Experience SBCTA, West Valley Connector Project, 2022-Present Principal-In-Charge. This project extends the SBx BRT line 19 miles and crosses the cities of Rancho Cucamonga, Pomona, Montclair, and Ontario. Jason is currently overseeing Traffic Signal Priority systems design elements for Phase One. SBCTA, I-215/University Parkway Diverging Diamond Interchange Project, 2022-Present Principal-In-Charge. This project will reconfigure the existing interchange at I-215 and University Parkway in San Bernardino to address present congestion and heavy traffic movement to and from the California State University. Only the second diverging diamond in the state, Jason is responsible for project coordination and overseeing constructability reviews. City of Jurupa Valley, On-Call Traffic Engineering Services, 2017-Present Principal-In-Charge. Jason leads reviews of traffic signal timing and communications needs for traffic signal modifications and is managing the Citywide Traffic Signal Coordination and Safety Upgrades HSIP project, which includes improved traffic signal interconnect and signal timing, coordination, and operation and upgraded traffic signal heads with retroreflective back plates. City of Eastvale, On-Call Traffic Engineering Services, 2021-2022 Principal Engineer. STC provided on-call services in support of the Limonite Traffic Signal Synchronization Project, which deployed a communications system and traffic signal improvements for coordinated operations. Jason oversaw development of the Basis of Design, which established the condition of existing traffic signal infrastructure, identified system improvement alternatives for implementing traffic signal synchronization, and presented budgetary costs and further steps. City of Temecula, On-Call Traffic Engineering Services, 2016-Present Principal-In-Charge. Jason provides senior direction and QA/QC review, including for traffic signal timing and coordination development and work with the traffic signal control system. He is currently overseeing the development of Temecula’s Fiber Optic Communications Master Plan and the complete buildout of the communications system. Additional On-Call Experience City of Menifee, On-Call Traffic Engineering Services, 2015-Present City of San Diego, On-Call ITS Consulting Services, 2015-Present Jason Stack TE, PTOE PrinciPal-in-charge Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Jason Stack TE, PTOE continued VA L U E A D D S Established STC to fully support municipal traffic engineering divisions and provide the expertise and resources that City’s need to address their traffic needs. Now STC supports public agencies throughout Riverside, San Diego, San Bernardino, and Los Angeles Counties. Successfully managed transportation planning, traffic engineering, and ITS projects for a variety of regionally significant transportation systems, including arterial, transit, rail, freeway, airport, freight, and bike and pedestrian facilities. Master planned traffic systems for agencies throughout Southern California, most recently in Temecula. Relevant Experience City of Lake Elsinore, On-Call Traffic Signal Operations Services, 2021-Present Principal-In-Charge. STC provided on-call traffic signal operations support for the I-15 at Railroad Canyon Road and Main Street Interchange projects. Tasks included developing and implementing signal coordination timing plans during and after construction, developing phase based interconnect and operational analysis for new signals, on-site timing adjustments, and support for signal turn-on and troubleshooting. Jason was responsible for coordination with the City, Caltrans, and CPUC, and QA/QC review. City of Hemet, On-Call Traffic Engineering Services, 2016-Present Principal-In-Charge. Since 2016, STC has directly supported the City of Hemet with a variety of transportation projects. Jason oversaw intersection design services for the intersection of Warren Road/Auto Blvd; oversaw updates to traffic signal timing at all signalized intersections in the City to reflect the current CA-MUTCD standards; and supported a variety of grants prepared on behalf of the City including SSARP Grant, ATP 1 Bikeway Connect, ATP 2 Bike-Ped Masterplan, and HSIP Cycle 8. City of Jurupa Valley, HSIP Citywide Traffic Signal Coordination and Safety Upgrades, 2023-Present Project Manager. STC helped prepare the HSIP grant that secured funding for citywide traffic signal system safety improvements through improved traffic signal interconnect and signal timing, coordination, and operation and upgraded traffic signal heads with retroreflective back plates. Jason is leading all elements of the project, which includes documenting and assessing needs of the existing traffic signal communications system, Caltrans processing, and development of PS&E. City of Palm Springs, Indian Canyon Drive Signal Coordination Timing, 2020-2021 Principal-In-Charge. The Indian Canyon Drive Two Way Conversion project is a CVAG grant funded project that converted the corridor from 1-way to 2-way traffic to increase pedestrian safety. STC was tasked with providing signal coordination plans to address the City’s request to revert to permissive phasing along the corridor. Jason oversaw complex elements of the project. RCTC, I-15 SMART Freeways Pilot Project, 2023-Present Principal Engineer. Responsible for leading communications inspection and commissioning of new systems and technologies, including Coordinated Adaptive Ramp Metering signalization system, vehicle detection, dynamic freeway management, variable speed limit signage, fiber optic communications, and CCTV cameras. The project requires coordination between RCTC, City of Temecula, and Caltrans. PRINCIPAL-IN-CHARGE Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Relevant Experience Riverside County Agencies, On-Call Plan Check Services, 2021-Present Project Planner. Philip supports the cities of Colton, Ontario, Rialton, Hemet, Banning, Menifee, and Palm Springs by conducting reviews of traffic impact studies and pre-scoping agreements for developments. The work requires detailed sense-checking of study areas, intersection and roadway capacity analyses, thresholds of significance, project and cumulative traffic impact scenario testing (including existing, opening, and horizon years), mitigation proposals, and project fair share calculations. Various Riverside County Agencies, Citywide Engineering and Traffic Surveys, 2023-Present Project Planner. Led analysis and report preparation for citywide speed surveys for the Cities of Hemet (143 roadway segments), Menifee (114 roadway segments), and currently San Jacinto (77 roadway segments). The scope includes field reviews, radar speed data collection, 24-hour directional traffic volume counts, collision data review and calculation of accident rates, E&TS report with recommendations for speed limits and summary sheets, and presentation for City Council. City of Jurupa Valley, On-Call Traffic Engineering Services, 2022-Present Project Manager. Responsible for contract management and transportation planning tasks assigned by the City. He supports land developments by conducting extensive reviews, including TIA/VMT analysis for EIR, scoping agreements, site circulation plans, and parking analysis. City of Hemet, On-Call Traffic Engineering Services, 2023-Present Project Manager. Responsible for contract management and transportation planning tasks assigned by the City. Tasks include: review of traffic impact studies and VMT to support land developments, multi-way stop warrant analysis, and development of traffic calming measures. City of Menifee, On-Call Traffic Engineering Services, 2019-Present Project Manager. Responsible for contract management and transportation planning tasks assigned by the City. Tasks include: supporting land developments by conducting reviews of traffic impact studies and pre- study scoping agreements; signal warrant analysis; traffic safety analysis; VMT analysis; plan checking; and traffic study review for the Menifee Valley Specific Plan. Additional On-Call Experience City of Encinitas, On-Call Traffic Engineering Services, 2019-Present City of Aliso Viejo, On-Call Traffic Engineering Services, 2022-Present Philip has over 12 years of specialized experience managing various transportation planning projects and analyzing travel behavior across demographics. He has worked on projects globally, in the UK, the Middle East, and North America and brings a unique international perspective on transportation solutions and innovation. He has significant experience in detailed analysis of transportation impacts, Level of Service, Vehicle Miles Traveled, and travel behavior and intersection modeling. Philip leads planning tasks for STC’s on-call contracts. Years of Experience: 12 Years with STC: 6 Education Master of City Planning, University of West England, 2013 B.A. Economics, University of Greenwich, 2006 Certifications American Institute of Certified Planners #32473 StudieS/Planning lead Philip Wragg AICP Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 continued Relevant Experience Imperial County, On-Call Traffic Engineering Services, 2022-Present Project Planner. Leads transportation planning tasks issued by the County. STC is currently evaluating five rural schools in Imperial County for opportunities to address safety and operations both on- and off-site. Evaluation includes meeting on-site with school administrators to better understand the issues, observing peak period student drop-off / pick-up operations, congestion and queuing issues, pedestrian connections, bus loading areas, and traffic control. Philip oversaw field investigations, stakeholder engagement, existing conditions analysis, and development of preliminary recommendations. City of Temecula, TIA for Murrieta Creek Bridge Project, 2019-2021 Project Planner. Philip was responsible for developing the traffic impact analysis report in support of the permit application for provision of a new creek crossing in Temecula. Complex distribution plans were drawn up and scoping discussions with the City were undertaken to inform the TIA. The project also includes the provision of bike trail undercrossing so that existing trails will not be severed by the new bridge. This is one of the first studies to apply SB 743 requirements and Philip advised the City regarding VMT analysis inclusion in the project’s environmental documentation. City of Temecula, Overland Drive Widening TIA/ VMT, 2021-2022 Project Planner. Philip prepared a traffic impact study and VMT analysis to support a mitigated negative declaration for CEQA and air quality assessment for roadway widening between Jefferson Avenue and Commerce Center Drive. The goal of the project is to improve internalized trip connections by completing the east-west Overland Drive corridor to its ultimate General Plan roadway network classification. City of Menifee, TIA for Scott Road Widening, 2020 Project Planner. STC assessed if the proposed roadway widening was adequate to handle future traffic conditions. The final study provided recommendations for roadway geometry and traffic signal operations that would be optimal for traffic and environmental conditions. Philip conducted field review and developed the Cumulative Development Trip Generation. City of Calimesa, Traffic Analysis for Singleton Road and I-10 Interchange Design, 2019-2022 Project Planner. STC provided traffic analysis for ten key intersections as part of the freeway ramp project along Singleton Road and the I-10 corridor, which was mid-construction. Philip performed queue and LOS analysis of existing, near-term, and long-term traffic conditions of new on- and off-ramp connections. City of Palm Springs, Traffic Study for N. Palm Canyon Townhomes Development, 2023-2024 Project Planner. Philip led a focused traffic study for proposed development of 65 townhomes located on N. Palm Canyon Drive. The study was prepared in response to Caltrans’ request to assess the operating condition of nearby intersection with the proposed project and was conducted in accordance with Caltrans and City guidelines. VA L U E A D D S Leads transportation planning tasks for Riverside County agencies. Developed VMT guidelines for the cities of Menifee, Oceanside, Vista, and Imperial Beach. Led Citywide engineering and traffic surveys for Cities of Hemet, Menifee, and San Jacinto (along with Chula Vista, Imperial Beach, National City). Expert in identifying barriers to sustainable mobility options and developing solutions to improve accessibility, including input on outreach and education.. STUDIES/PLANNING LEAD Philip Wragg AICP Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Relevant Experience SBCTA, Redlands Passenger Rail Project, 2016-2022 Senior Project Manager. STC supported construction of the new Arrow rail line in San Bernardino County, a $300 million extension of the Metrolink line along nine miles of existing right-of-way. Christian led design and construction services for traffic engineering, customer information systems (CIS), and communication systems. City of Fontana, On-Call Engineering Services, 2020-Present Project Manager. Responsible for overseeing traffic signal design and modification projects, coordinating all project elements, ensuring that project deliverables exceed expectations and conform to City requirements and Caltrans Standard Plans and Specifications. He has led traffic signal design and modifications at five separate intersections. City of Jurupa Valley, On-Call Traffic Engineering Services, 2022-Present Design Lead. Responsible for various traffic engineering design task orders, including plan reviews for traffic signals, signing/striping, street lighting, and fiber communications in support of land developments, and striping design for complete streets and the City’s annual Street Resurfacing Program. City of Temecula, On-Call Traffic Engineering Services, 2016-Present Senior Project Engineer. Christian leads design engineering task orders for utility coordination, preliminary and final engineering, specifications and estimates, bid assistance, as-builts, and QA/QC. Projects led include HSIP Cycle 7 Fiber Optic Communications Upgrade project which upgraded communications for 41 traffic signals along three major corridors. City of Lake Elsinore, On-Call Traffic Engineering Services, 2019-Present Project Manager. Responsible for design task orders and various other standalone traffic engineering design projects. Led design of traffic signal upgrades at eight existing signals throughout the City. Design work included plans for traffic signal modifications such as new dilemma zone detection systems, signing and striping, and flashing beacons. Christian was responsible for day-to-day oversight of field review, environmental clearance, and PS&E at the 65%, 95%, and 100% levels. Additional On-Call Experience City of Vista, On-Call Traffic Engineering Services, 2015-Present City of San Diego, On-Call ITS Consulting Services, 2015-Present City of Carlsbad, On-Call Traffic Engineering Services, 2015-Present Christian has over 16 years of experience managing traffic engineering projects throughout Southern California, specializing in traffic operation analysis and design of traffic signals, signing and striping, traffic control, street lighting, and traffic signal interconnect. He pulls from his years of experience in the transportation industry to develop PS&E that focuses on constructability. Christian leads traffic engineering design projects for STC’s on-call contracts. Years of Experience: 16 Years with STC: 9 Education B.S. Civil Engineering, Michigan State University, East Lansing, 2009 Professional Registrations Professional Engineer (Civil) CA, #86675 Professional Engineer (Traffic) CA, #2927 Professional Traffic Operations Engineer, USA, #5180 traffic engineering deSign lead Christian Lambarth PE, TE, PTOE Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 continued Relevant Experience Imperial County, On-Call Traffic Engineering Services, 2022-Present Project Planner. Leads transportation planning tasks issued by the County. STC is currently evaluating five rural schools in Imperial County for opportunities to address safety and operations both on- and off-site. Evaluation includes meeting on-site with school administrators to better understand the issues, observing peak period student drop-off / pick-up operations, congestion and queuing issues, pedestrian connections, bus loading areas, and traffic control. Philip oversaw field investigations, stakeholder engagement, existing conditions analysis, and development of preliminary recommendations. City of Menifee, TIA for Scott Road Widening, 2020 Project Planner. STC prepared the traffic study for the widening of Scott Road to five lanes. STC assessed if the proposed roadway geometry was adequate to handle future traffic conditions. The final study provided recommendations for roadway geometry and traffic signal operations that would be optimal for traffic and environmental conditions. Philip conducted field review and developed the Cumulative Development Trip Generation exhibits. City of Temecula, TIA for Murrieta Creek Bridge Project, 2019-2021 Project Planner. Philip was responsible for developing the traffic impact analysis report in support of the permit application for provision of a new creek crossing in Temecula. Complex distribution plans were drawn up and scoping discussions with the City were undertaken to inform the TIA. The project also includes the provision of bike trail undercrossing so that existing trails will not be severed by the new bridge. This is one of the first studies to apply SB 743 requirements and Philip advised the City regarding VMT analysis inclusion in the project’s environmental documentation. City of Temecula, Overland Drive Widening TIA/ VMT, 2021-2022 Project Planner. Philip prepared a traffic impact study and VMT analysis to support a mitigated negative declaration for CEQA for the roadway widening between Jefferson Avenue and Commerce Center Drive. The goal of the project is to improve internalized trip connections in the City of Temecula by completing the east-west Overland Drive corridor to its ultimate General Plan roadway network classification. The VMT analysis, traffic volume data, and peak and off- peak traffic speed data were used to support the air quality assessment. City of Calimesa, Traffic Analysis for Singleton Road and I-10 Interchange Design, 2019-2022 Project Planner. STC provided traffic analysis for ten key intersections as part of the freeway ramp project along Singleton Road and the I-10 corridor, which was mid-construction. Philip performed queue and LOS analysis of existing, near-term, and long-term traffic conditions of new on- and off-ramp connections. VA L U E A D D S Leads transportation planning tasks for Riverside County agencies. Developed VMT guidelines for the cities of Menifee, Oceanside, Vista, and Imperial Beach. Led Citywide engineering and traffic surveys for Cities of Hemet, Menifee, and San Jacinto (along with Chula Vista, Imperial Beach, National City). Expert in identifying barriers to sustainable mobility options and developing solutions to improve accessibility, including input on outreach and education.. TRAFFIC ENGINEERING DESIGN LEAD Christian Lambarth PE, TE, PTOE Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Relevant Experience City of Redlands, On-Site Troubleshooting Maintenance Documentation, 2024-Present Senior Principal Manager. STC is providing traffic engineering services associated with the Metrolink Arrow interconnected and preempted traffic signals. The CPUC is requesting the City to provide a summary of preemption systems and operation information for reference for maintenance activities. Duncan is conducting field investigations and developing and testing new signal timing. City of Redlands, Grade Crossing Preemption Operations, 2024 Senior Principal Manager. The City was experiencing safety issues with the pedestrian operations at the intersection of Eureka St and Oriental Ave, located 140 feet south of a Metrolink crossing. Duncan reviewed the existing timing plans, performed field investigations, and updated the signal timing to prevent the controller from overriding the activated pedestrian crosing. City of Escondido, On-Call Traffic Engineering Services, 2024-Present Senior Principal Manager. Duncan provides on-site support for public service requests troubleshooting traffic signal communications issues in the field. He supports the development of the City’s Traffic Signal Communcations Master Plan, documenting the current infrastructure and providing input for ultimate buildout. City of San Diego, City Traffic Management Systems, 2000-2024 Deputy Director. Oversaw implementation of Transparity and adaptive signal systems (SCOOT/InSync) throughout the City, expanding the traffic management system from approximately 200 intersections to over 1,000. Duncan oversaw design, construction management, and integration of fiber optic interconnect systems, controller upgrades, and communication networking equipment that resulted in the expansion of the system to Otay Mesa in the south and Rancho Bernardo in the north, adding over 75% of the traffic signals in the City to the network. Additional On-Call Experience City of Imperial Beach, On-Call Traffic Engineering, 2024-Present City of San Diego, On-Call Traffic Engineering and ITS, 2024-Present Duncan brings 40 years of experience in the field of traffic systems, 16 years as Senior Traffic Engineer and 6 years as Deputy Director in the Transportation Department of the City of San Diego. Working in the City’s Traffic Engineering Division, he was responsible for the design of new traffic signals and interconnect systems, adaptive traffic systems, CMS systems, and traffic operations. As Deputy Director, he managed 65 engineers and oversaw the City’s Traffic Operations, Traffic Signals, Transportation Safety and Bicycle programs. Years of Experience: 40 Years with STC: <1 Education B.S. Computational Science and Numerical Analysis, England, 1980 Professional Registrations Professional Engineer (Traffic), CA #1838 SySteMS and oPerationS lead Duncan Hughes TE Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 continuedDuncan Hughes TE SYSTEMS AND OPERATIONS LEAD Relevant Experience City of San Diego, Management and Optimization of Citywide Signal System, 2005- 2024 Deputy Director. Responsible for operation of 1,650 traffic signals, using Synchro for optimization, communication upgrades to high speed ethernet, and implementing 2070 controller upgrades. Duncan also managed the evaluation and selection of 2070 hardware and software to replace legacy 170 controllers. City of San Diego, CIP Oversight and Implementation, 2018-2024 Deputy Director. Duncan was responsible for the successful delivery of projects outlined by the City’s Capital Improvement Program. He oversaw design and implementation of street lighting projects, new traffic signals and traffic signal modifications, pedestrian facilities, and safety improvements. The effort included extensive community outreach and coordination between various consultants and contractors. City of San Diego, I-15 Integrated Corridor Management System, 2011-2019 Deputy Director. The ICM project is a multimodal system that integrates real-time monitoring, control, and management of multimodal systems. The project covers a 20-mile section of I-15 north of SR 52 in San Diego to SR 78 in Escondido, including major arterial routes a few miles east and west of I-15 and the transit agencies that operate within the corridor. the ICM system coordinates freeway ramp meters and arterial traffic signals to improve day-to-day conditions or to route traffic around major incidents. Strategies can be implemented automatically or following approval by system operators. The City of San Diego was a key partner in the coordination and deployment of the multi-agency management systems. In addition to integration of existing freeway elements such as cramp meters and cameras, traffic responsive traffic signal systems were deployed along arterials within the project area to allow for efficient alternative routes in the event of freeway congestion. City of San Diego, South Bay Fiber Optic Interconnect, 2005-2008 Senior Traffic Engineer. Oversaw design and installation of 15 miles of fiber optic cable, linking South Bay to downtown. This project was a public-private partnership involving the Cities of San Diego, Chula Vista, and National City, Caltrans District 11, and a private fiber optic provider. The fiber is used to connect to traffic signals in the South Bay to the City’s traffic management center, and also used by the City’s Public Utilities Department for remote monitoring and control. Duncan’s role included network component installation, integration, and testing of the traffic signal communication components. City of San Diego, Street Design Manual - Street Lighting, 2022 Project Manager. Development of the Street Light chapter of San Diego’s Street Design Manual, including design guidelines for intersection and midblock lights. In accordance with Council Policy, the guidelines took into consideration factors such as adjacent land use, pedestrian activity, crime rates, and proximity to transit facilities. Lighting analysis was performed to determine appropriate fixture type and lighting levels. The Manual also addresses the use of pedestrian scale lighting and specifies various poles and luminaires to be used in the various districts of downtown San Diego. VA L U E A D D S Former Senior Traffic Engineer and Deputy Director of Transportation for City of San Diego brings key insight into the public sector and experience coordinating with stakeholders and managing a diverse team. Oversaw the development and advancement of the City of San Diego’s extensive traffic signal systems. Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Relevant Experience City of Menifee, On-Call Traffic Engineering Services, 2020-Present Senior Principal Manager. David serves as staff extension for the City as part of STC’s on-call services contract and is responsible for day-to-day communication with City staff and the public on traffic engineering related issues. Responsibilities include plan checks, responses to community concerns, grant writing, signal design, speed surveys, and traffic warrants. David and his team have performed reviews of traffic impact studies, sight distance evaluations, traffic signal and stop control warrant analyses, and support services for preparation of an Active Transportation Plan. He also oversaw the development of the City’s Traffic Impact Analysis and VMT analysis guidelines. City of Moreno Valley, On-Call City Traffic Engineer Services, 2021 Interim City Traffic Engineer. STC has managed a variety of traffic engineering/CIP projects for the Moreno Valley Engineering & Public Works Department. STC’s services include plan checks, utility coordination, TIA reviews, coordination with Riverside Transit Agency, traffic signal systems and operations support, grants management and reporting, preparation of bid documents, construction management, and staff training in support of traffic engineering services. In 2021, David fulfilled the role of City Traffic Engineer and led the City’s support staff. City of Hemet, On-Call Traffic Engineering Services, 2023-Present Senior Principal Manager. David supports transportation planning task orders issued by the City. Recent tasks include TIA/VMT reviews, Stoney Mountain traffic calming project, traffic signal warrant analysis, all-way stop warrant analysis, site plan reviews, and Citywide engineering and traffic surveys for 143 roadway segments . City of Oceanside, Traffic Engineering Services, 2008-2019 City Traffic Engineer. Responsible for providing a safe and sustainable transportation system for all roadway users. QA/QC manager for the following projects: Oceanside Circulation Element, Mission Avenue Complete Streets Project, Citywide Safe Routes to School Project, Local Road Safety Plan, and Coast Highway Corridor Project. Additional On-Call Experience City of Aliso Viejo, On-Call Traffic Engineering Services, 2022-Present City of Carlsbad, On-Call Traffic Engineering Services, 2022-Present City of Encinitas, On-Call Traffic Engineering Services, 2020-Present David has 39 years of experience managing traffic engineering, signal operations, and transportation planning projects, primarily on behalf of public agencies in Southern California. He has developed transportation elements for numerous general and master plan projects focusing on mobility, circulation, and multimodal travel options. He has supervised engineering teams for more than 30 years and specializes in staff development. Years of Experience: 39 Years with STC: 5 Education M.B.A. San Diego State University, 1997 B.S. Civil Engineering, University of Rhode Island, 1986 Professional Registrations Professional Engineer (Traffic) CA, #2234 Senior PrinciPal Manager David DiPierro TE Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 continued Relevant Experience Various Riverside County Agencies, Citywide Engineering and Traffic Surveys, 2023-Present Senior Principal Manager. Provides QA/QC oversight for completed citywide speed surveys for the Cities of Hemet (143 roadway segments) and Menifee (114 roadway segments) and ongoing for Jacinto (77 roadway segments). The scope included field reviews, radar speed data collection, 24-hour directional traffic volume counts, collision data re-view and calculation of accident rates, E&TS report with recommendations for speed limits and summary sheets, and presentation for City Council. City of Menifee, Active Transportation Plan, 2020 Senior Project Manager. The project involved developing plan recommendations for walking and bicycling for the City’s overall Active Transportation Plan. STC supported the City with developing concepts for the top 10 bikeway projects that included existing conditions, feasibility analysis, conceptual renderings, and cost estimates for over 50 miles of city roadways. Using best practices toolkits, David developed project description sheets that were used to easily show and explain recommended improvements within the study area. City of Menifee, TIA for Scott Road Widening, 2020 Senior Principal Manager. STC prepared the traffic study for the widening of Scott Road to five lanes. STC assessed if the proposed roadway geometry was adequate to handle future traffic conditions. The final study provided recommendations for roadway geometry and traffic signal operations that would be optimal for traffic and environmental conditions. David provided QA/QC oversight. City of Temecula, TIA for Overland Drive Widening, 2021-2022 Senior Principal Manager. Responsible for overseeing traffic study for the widening project between Jefferson Avenue and Commerce Center Drive. STC completed a VMT analysis and traffic impact study to support a mitigated negative declaration for CEQA. The VMT analysis, traffic volume data and traffic speed data will be used to support the air quality assessment and the MND. City of Cathedral City, Local Roadway Safety Plan, 2020-2022 Senior Principal Manager. Under David’s oversight, STC developed priority projects for upgrading safety lighting and internally illuminated street name signs (IISNS) to LED and retroreflective backplates at signalized intersections citywide; installing pedestrian hybrid beacons; and upgrading existing pedestrian crosswalks to include LED lighting, curb extensions, curb ramps, flashing stop sign beacons, high visibility striping, and upgrades to existing roadway signing and striping. Imperial County Transportation Commission, Regional Active Transportation Plan, 2021-2022 Senior Principal Manager. The ICTC wanted a Regional Active Transportation Plan to help meet the County’s goals and vision for providing a transportation system that supports walking, cycling, public transit, and automobiles. David led STC’s planning team, which was responsible for data gathering, development of project alternatives and regional bike routes, development of implementation, and preparation of priority projects. VA L U E A D D S Over 30 years serving in the public sector, most recently as City Traffic Engineer for City of Oceanside. Served as Interim City Traffic Engineer for City of Moreno Valley. Experience overseeing hundreds of traffic safety projects and planning efforts, requiring consensus among diverse stakeholders. SENIOR PRINCIPAL MANAGER David Dipierro TE Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Relevant Experience City of Colton, San Bernardino Ave Street Improvement Project, 2022-Present Project Manager. Phil is overseeing development of the bicycle facility concept plan which includes restriping of a half mile of San Bernardino Ave, modification/ replacement of non-compliant curb ramps at five intersections, and construction of 500 feet of curb and gutter. The final roadway configuration will consist of two travel lanes, a center Two Way Left Turn Lane (TWLTL) and bike lanes in both directions. City of Colton, Washington Street Bicycle Route Project, 2022-Present Project Manager. STC designed 1.8 miles of Class 2 and Class 3 bike facilities, including bike lanes, intersections and pedestrian crossings along a primary corridor. Phil coordinated with the City to develop design alternatives that would avoid new overlay and restriping and minimize loss of parking. This included reduction of median widths and incorporation of sharrows in areas that could not accomodate the 6-foot bike lanes. Design is complete and Phil is providing bid support during construction. City of Fontana, On-Call Engineering Services, 2022-Present Principal Engineer. Phil supports civil design elements for task orders. For design services for the widening of the north side of Baseline Avenue and new traffic signal design at the intersection of Baseline and Palmetto, Phil oversaw development of three concept alternatives, preliminary cost estimates, and recommendations to the City. City of Menifee, On-Call Engineering Services, 2017-2019 Project Manager. Responsible for site surveys, multidisciplinary project coordination, preparation of plans, specifications and cost estimates and design quality assurance. He managed the following task orders: Bradley Road Bridge Utility Relocations with EMWD, Haun Road/Holland Road Intersection Improvements, and Lyle Marsh Park Playground Site Preparation. City of Murrieta, On-Call Engineering Services, 2018-2019 Project Manager. Responsible for scoping/budgeting of task orders, overall project management, direction and supervision of technical staff, and management of permits. He led civil engineering and traffic design for the Murrieta Hot Springs Road Median Improvements Project. Additional On-Call Experience City of Jurupa Valley, On-Call Traffic Engineering Services, 2022-Present City of Encinitas, On-Call Traffic Engineering Services, 2022-Present Phil has over 38 years of experience in the planning, design, permitting, and construction support of a wide range of public works, transportation, infrastructure, and capital improvement projects for public agencies. The last 20 years of his career have focused on the design and delivery of capital projects through on-call contracts and serving as staff extension for public agencies. Phil leads civil engineering design for STC’s on-call contracts. Years of Experience: 38 Years with STC: 3 Education B.S. Civil Engineering, San Diego State University, 1983 Professional Registrations Professional Engineer (Civil) CA, #40831 Senior PrinciPal Manager Phil Kern PE Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Relevant Experience SBCTA, I-215/University Parkway Diverging Diamond Interchange Project, 2022-Present Construction Manager. This project will reconfigure the existing interchange at I-215 and University Parkway in San Bernardino to address present congestion and heavy traffic movement to and from the California State University. Only the second diverging diamond in the state, Brett is responsible for field investigations and constructability reviews. City of Jurupa Valley, On-Call Traffic Engineering Services, 2020-Present Construction Manager. Responsibilities include signal timing review, plan reviews, inspection and review of materials submittals for fiber communications, and fiber equipment recommendations. He supports the Citywide Traffic Signal Coordination and Safety Upgrades Project and the Jurupa Road Grade Separation Project. City of Eastvale, On-Call Traffic Engineering Services, 2021-2023 Senior Project Engineer. STC provided on-call services to support the Limonite Traffic Signal Synchronization Project. Brett led field reviews that informed the final design recommendations for required communications topology, paths, connectivity, and equipment for installation and operation. He provided details for trenching and options for conduit, along with cost estimates. City of Lake Elsinore, On-Call Traffic Signal Operations, 2021-Present Construction Manager. STC is providing on-call traffic operations for the I-15 at Railroad Canyon Road Project, developing and implementing traffic signal coordination plans for 5 intersections for City and Caltrans review and approval. Brett led coordination with stakeholders and oversaw implementation and fine-tuning of new timing plans. City of Menifee, On-Call Traffic Engineering Services, 2017-Present Construction Manager. Supports land developments by conducting field review, plan checks, and constructability reviews. STC designed the City’s wireless interconnect system, providing communication and signal controller upgrades at all 62 signalized intersections throughout the City. Brett developed the network design, developed the specifications and plans for the bid package, provided construction support and onsite integration support. Additional On-Call Experience City of Hemet, On-Call Traffic Engineering Services, 2016-Present City of Temecula, On-Call Traffic Engineering Services, 2016-Present Brett leads STC’s construction engineering and construction management support services. He is well- versed in standard specifications and plans required by government agencies, skilled in field analysis, and has expertise in electrical and communications systems. He supports CIP projects by providing construction support, developing technical specifications and cost estimates for bid packages, and onsite integration support. Years of Experience: 14 Years with STC: 9 Education B.S. Civil Engineering (mathematics minor), California State University, Chico, 2011 Certifications IMSA Level 1 - Traffic Signal Field Technician Corning Fiber Installation Certified conStruction Manager Brett Hansen IMSA I Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Relevant Experience City of Fontana, On-Call Traffic Engineering Services, 2021-Present Senior Project Engineer. Joseph provides traffic engineering and construction support for task orders. For various traffic signal modifications and intersection improvements, Joseph conducts field review and as- built research, creates base files for Basis of Design, develops PS&E, and provides construction bid support. Relevant projects include traffic signal design at West Liberty/Miller Ave, which required coordination with the adjacent Rancho Cucamonga intersection. City of Colton, San Bernardino Ave Street Improvement Project, 2022-Present Senior Project Engineer. STC developed a bicycle facility concept plan which includes restriping of a half mile of San Bernardino Ave, modification/ replacement of non-compliant curb ramps at five intersections, and construction of 500 feet of curb and gutter. Joseph is responsible for PS&E for civil improvements. Riverside County Agencies, On-Call Plan Check Services, 2021-Present Senior Project Engineer. STC provides plan check services for the Cities of Colton, Rialto, Ontario, Hemet, Banning, and Menifee. Joseph conducts plan checks for traffic signal modifications, street lighting, signing and striping, and traffic control. City of Hemet, On-Call Traffic Engineering Services, 2016-Present Senior Project Engineer. STC has directly supported the City of Hemet since 2016 with a variety of transportation projects involving traffic signal design, citywide traffic signal timing updates, on-call grant services, preparation of traffic control plans, engineering design for HSIP Cycle 8, and as-needed plan checks for Land Development. Joseph provides plan checks for signing/striping, traffic control, traffic signals and street lighting. City of Lake Elsinore, On-Call Traffic Signal Operations, 2021-Present Senior Project Engineer. Joseph is responsible for the design elements of traffic signal improvement plans. At the intersection of Lake Street and Lake Shore Drive, he was lead design for traffic signal improvements and updated the phasing diagram and conductor schedule. Additional On-Call Experience City of Menifee, On-Call Traffic Engineering Services, 2015-Present City of Temecula, On-Call Traffic Engineering Services, 2016-Present City of Vista, On-Call Traffic Engineering Services, 2014-Present Joseph has over 14 years of experience in traffic engineering and lighting design for various public municipal projects. He is experienced in preparing PS&E for federally funded design projects. Joseph is IMSA Level II Certified and is experienced in implementing and integrating various traffic systems and operations including traffic signal timing, traffic signal equipment, street lighting, communications network, and ITS systems. Years of Experience: 14 Years with STC: 11 Education B.S. Civil Engineering, San Diego State University, 2008 Certifications IMSA Level 1 - Roadway Lighting Technician IMSA Level 2 - Traffic Signal Field Technician Senior Project engineer Joseph Walters IMSA II Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Relevant Experience City of Rancho Cucamonga, Traffic Signal Timing Plans, 2018 Senior Systems Engineer. Adam was responsible for developing signal timing plans for a traffic signal modification project at the intersection of Arrow Route and Yellowwood Place. SBCTA, I-215/University Parkway Diverging Diamond Interchange Project, 2022-Present Senior Systems Engineer. This project will reconfigure the existing interchange at I-215 and University Parkway in San Bernardino to address present congestion and heavy traffic movement to and from the California State University. Only the second diverging diamond in the state, Adam is providing constructability review for traffic signal systems. City of Eastvale, On-Call Traffic Engineering Services, 2021-2022 Senior Systems Engineer. STC provided on-call services in support of the Limonite Traffic Signal Synchronization Project, a corridor of 12 traffic signals, including two at the I-15 ramps operated by Caltrans. Adam was responsible for overseeing the contractor, developing and implementing signal timing and coordination plans, and training City staff on the new systems. City of Jurupa Valley, On-Call Traffic Operations, 2017-Present Senior Systems Engineer. Adam is responsible for programming and implementing traffic signal timing throughout the City, including remote and on-site operations and troubleshooting. He programs and tests the signals and systems operation on the bench within STC’s systems laboratory to verify functionality prior to field implementation. City of Menifee, On-Call Traffic Engineering Services, 2015-Present Senior Systems Engineer. Adam is responsible for providing signal timing, signal operations, and traffic systems services. He developed coordination timing for the Newport Road and Scott Road corridors, which included the I-215 Caltrans on-ramps and off-ramps, coordinated data collection efforts, oversaw the development of the Synchro models, and conducted bench- testing, field implementation, and fine-tune adjustments. Additional On-Call Experience RCTD, On-Call Traffic Engineering Services, 2024-Present City of Lake Elsinore, On-Call Traffic Engineering Services, 2021-Present City of Hemet, On-Call Traffic Engineering Services, 2016-Present City of Temecula, On-Call Traffic Engineering Services, 2016-Present City of San Diego, On-Call Traffic Engineering Services, 2014-Present Adam has over 28 years of experience installing, troubleshooting, and maintaining traffic signals and communication networks. Prior to joining STC, Adam worked for McCain, Inc. for 14 years, where he installed many of the advanced traffic management systems in Southern California and the infrastructure necessary for network communications. Adam is a regional expert in traffic signal and ITS systems and technologies, experienced in managing sophisticated intersections and highly recognized for his ability to build communications networks and solve complex electrical and communications problems. Years of Experience: 28 Years with STC: 12 Certifications IMSA Level 3 - Traffic Signal Senior Field Technician Senior SySteMS engineer Adam Lemberg IMSA III Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Relevant Experience SBCTA, West Valley Connector Project, 2022-Present Systems Engineer. Phase One of the project features improvements at 33 stations at 21 major intersections with associated roadway and communications improvements, premium transit service, Transit Signal Priority, dedicated lanes, and integration with other bus routes. Alain reviewed the Basis of Design and plans and specifications for fiber optic communications and signal operations. City of Eastvale, On-Call Traffic Engineering Services, 2021-2022 Systems Engineer. STC provided on-call services in support of the Limonite Traffic Signal Synchronization Project, which deplyed a communications system and traffic signal improvements to enable coordinated operations along Limonite Avenue. The project corridor includes eight traffic signals operated by the City and two traffic signals operated by Caltrans for the I-15 northbound and southbound ramps. Alain performed 170 to Omni controller conversions, fine-tuned coordination plans, conducted before/ after performance analysis, and is providing IT transparity support. City of Jurupa Valley, On-Call Traffic Engineering Services, 2018-Present Systems Engineer. STC’s traffic engineering-related responsibilities have extended to TIA reviews, plan check, responses to signal system issues, development of traffic signal modification plans and signal timing plans, field implementation and communication troubleshooting, review of railroad concept plans/grade crossings, and constructability reviews. Alain has been responsible for Synchro/implementation of signal timing on critical intersections/corridors. City of Lake Elsinore, On-Call Traffic Signal Operations, 2021-Present Systems Engineer. The City has retained STC for on-call signal timing support for the I-15 Railroad Canyon Road Interchange Project, which is replacing the northbound diamond off-ramp with hook-style on- and off-ramps and adding several lanes to increase traffic capacity. Alain is responsible for coordination troubleshooting due to GPS clock issues, on-site timing adjustments for ramp closures, developing and testing additional coordination plans during and post-construction, caltrans coordination, and support for signal turn-on and troubleshooting. Additional On-Call Experience City of Menifee, On-Call Traffic Engineering Services City of Temecula, On-Call Traffic Engineering Services City of Long Beach, On-Call Traffic Engineering Services Alain has over 14 years of experience in providing support for ATMS/ ITS deployments and continued operation for various agencies throughout North America. Working closely with City Engineers, he provides detailed information to assist in decision making while performing operational improvements. He actively monitors and operates several City TMC’s from STC’s office, providing support for both Central Systems and controller operations. Alain currently works in an on-call basis for agencies throughout the Inland Empire, providing support for traffic signal operations and signal systems, with specialized expertise in traffic management centers. Years of Experience: 14 Years with STC: 7 Certifications IMSA Level 1 - Traffic Signal Field Technician SySteMS engineer Alain Hungerford IMSA I Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Relevant Experience SBCTA, West Valley Connector Project, 2023-Present Sr. Construction Engineer/Inspector.Currently supporting Phase One of the West Valley Connector project, a 19-mile-long BRT corridor that crosses the cities of Rancho Cucamonga, Pomona, Montclair, and Ontario and includes 33 stations at 21 major intersections with associated roadway and communications improvements, premium transit service, TSP, dedicated lanes, and integration with other bus routes. Kevin is conducting constructability reviews along each corridor. City of San Bernardino, Signal Hardware Upgrades at 224 Signalized Intersections, 2022-Present Sr. Construction Engineer/Inspector.Project will replace or install new equipment to the City’s existing traffic signal system. Hardware upgrades include traffic signal heads, pedestrian signal heads, and pedestrian pushbuttons. Kevin is responsible for verifying contractor installed facilities and keeping a daily record of contractor activities. City of Fontana, On-Call Engineering Services, 2022-Present Sr. Construction Engineer/Inspector. Supports task orders issued by the City. Kevin conducts field investigations, construction inspections, constructability review, and oversees potholing for new traffic signals. City of Eastvale, On-Call Traffic Engineering Services, 2021-2022 Sr. Construction Engineer/Inspector. STC provided on-call services in support of the Limonite Traffic Signal Synchronization Project. The corridor includes eight traffic signals operated by the City and two traffic signals operated by Caltrans for the I-15 northbound and southbound ramps. Kevin conducted traffic signal review, resolved issues with conduit runs for fiber at nearly every location, and provided construction inspection during fiber pull and splicing. Riverside County, Traffic Signal Services, 2000-2015 Signal Contractor. Prior to joining STC, Kevin serviced traffic signals throughout Riverside County. The work included: modifications of existing signals, communications, and inventory; supervising the removal of old equipment and the installation of new equipment; conducting interconnect runs; coordination with municipalities, contractors, and utilities; final inspections and punch list review. Additional On-Call Experience City of Lake Elsinore, On-Call Traffic Engineering Services City of Jurupa Valley, On-Call Traffic Engineering Services Kevin is a construction engineer/inspector with over 31 years of experience in constructing, installing, troubleshooting, repairing, and maintaining traffic signal systems and electrical systems. Prior to joining STC, Kevin served as the general foreman of maintenance for over 350 traffic signals and four traffic signal technicians in the Cities of Santee, El Cajon, La Mesa, Lemon Grove, Imperial Valley, and Camp Pendleton; served as an electrical foreman for 20 years; and served as lead traffic signal technician for the City of Oceanside with responsibility for on-call service 24/7 for over 160 traffic signals. Years of Experience: 31 Years with STC: 7 Certifications IMSA Level 2 - Traffic Signal Field Technician IMSA Work Zone Safety Sr. conStruction engineer/inSPector Kevin Stone IMSA II Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Relevant Experience SBCTA, West Valley Connector Project, 2023-Present Senior Electrical Inspector. 19-mile-long BRT corridor that crosses the cities of Rancho Cucamonga, Pomona, Montclair, and Ontario and includes 33 stations at 21 major intersections with associated roadway and communications improvements, premium transit service, TSP, dedicated lanes, and integration with other bus routes. Steve is responsible for electrical systems support and prepared an Independent Cost Estimate for a requested change order to install an ADA push button at an Ontario intersection. Western Riverside Council of Governments, LED Street Lighting Upgrades, 2019 Vendor/Project Manager. RFQ for design and procurement of replacement LED street light fixtures in residential areas in even cities within Western Riverside County. Steve was responsible for design specifications, logistics, and performing field lighting audits, pre- and post-construction. City of Chula Vista, Traffic Signal Communications Upgrades, 2024 Vendor/Project Manager. The project involved establishing new fiber optic and Ethernet communication systems for 20 signalized intersections along several key corridors. Steve was responsible for materials procurement, field scheduling, and overseeing installation. City of National CIty, 8th Street Revitalization Project, 2016 Foreman/Traffic Signal Technician. City beautification and safety improvement project, which included installation of decorative streetlights, modification of existing traffic signals, installation of new traffic signals, and installation of radio-controlled RRFB pedestrian crosswalks. Steve was responsible for supervising modifications to existing traffic signals, and installation of new traffic signals and street lighting.. City of Chula Vista, 3rd Ave Streetscape Project, 2014 Foreman/Traffic Signal Technician. City beautification project which included installation of decorative streetlights, modification of existing traffic signals, installation of new traffic signals, and installation of radio-controlled RRFB pedestrian crosswalks. Steve was responsible for supervising modifications to existing traffic signals, and installation of new traffic signals and street lighting. Additional On-Call Experience City of Beaumont, On-Call Traffic Engineering Services, 2024-Present City of National City, On-Call Traffic Engineering Services, 2024-Present Steven brings 23 years of experience in the traffic signal and street lighting industry and specializes in specification, procurement, and installation of electrical equipment. He served 16 years in the field as a foreman/traffic signal field technician where he supervised the installation and modification of hundreds of traffic signals and street lights. For the past 6 years, he worked in electrical equipment distribution, procuring materials for public agency projects throughout Southern California. Years of Experience: 23 Years with STC: <1 Senior electrical inSPector Steve Johnson Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Relevant Experience SBCTA, Redlands Passenger Rail Project, 2016-2022 Design Engineer. STC oversaw the fiber optic backbone, station communications, and traffic signal design and operation for the $300M extension of Metrolink rail line. Brandon assisted in the design of the network and was responsible for preparing signing and striping plans for 24 grade crossings along the new rail corridor, including signage and design for quiet zone requirements. City of Fontana, On-Call Engineering Services, 2021-Present Project Manager I. Brandon provides engineering support for traffic signal design and modification projects. Tasks include field review, utility coordination, and development of PS&E for traffic signals and associated improvements, such as curb ramps, street lighting, and fiber optic communications. Recent projects include traffic signal design at W. Liberty/ Miller Ave and Cherry/Live Oak. City of Jurupa Valley, On-Call Traffic Engineering Services, 2021-Present Project Manager I. Brandon supports on-call tasks for traffic engineering design. Brandon developed the Basis of Design for traffic signal modifications on Valley/Mission, developed striping for Agate Street Complete Streets project, and supports the HSIP Citywide Traffic Signal Coordination and Safety Upgrades Project. City of Menifee, On-Call Traffic Engineering Services, 2016-Present Project Manager I. Provides full PS&E development and plan reviews. Projects include: HSIP Cycle 9 and 10 grant applications; Newport and Menifee Road median improvements; traffic signal design projects; intersection design for Murrieta and Scott Road; design of safety medians for Antelope Road. City of Beaumont, Cougar/Beaumont Traffic Signal Improvements, 2023-Present Project Manager I. The project will upgrade the existing traffic signal at the intersection, updating the east and west left turn operations from permissive to protected/permissive, utilizing 5-section “doghouse” signal heads. Brandon conducted field investigations to verify traffic signal as- builts and evaluate the intersection and contributed to the Basis of Design. Additional On-Call Experience City of Cathedral City, On-Call Traffic Engineering Services, 2024-Present City of Temecula, On-Call Traffic Engineering Services, 2016-Present City of San Diego, On-Call Traffic Engineering and ITS, 2016-Present Brandon has over nine years of experience supporting complex traffic engineering projects throughout Southern California. He specializes in traffic engineering design and systems engineering process, including development of CONOPS, functional requirements, performance analysis, and design documentation. He conducts extensive field observations to develop effective design plans and collates extensive performance data that agencies use to guide future improvements. Years of Experience: 9 Years with STC: 9 Education B.S. Civil Engineering, San Diego State University, 2014 Professional Registrations Professional Engineer (Civil) CA, #95032 Project Manager i Brandon Schlueter PE Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Relevant Experience SBCTA, Redlands Passenger Rail Project, 2016-2022 Senior Project Engineer. STC evaluated, designed, and provided construction support for 9 miles of new commuter rail in San Bernardino and Redlands. STC was responsible for coordinating and executing traffic signal design, signing and striping, and traffic control plans for 26 at-grade crossings, fiber optic communications design, and CIS design for five station platforms. Balaji reviewed and revised traffic control and communications plans and developed traffic signal coordination plans along California Street, including railroad preemption to the EB I-10 ramp traffic signal. City of Fontana, On-Call Engineering Services, 2020-Present Senior Project Engineer. Supports traffic signal design and modification projects. He conducted synchro analysis for design of a new traffic signal at the intersection of Baseline and Palmetto and developed the basis of design to evaluate the optimum signal operation at the Arrow Boulevard/ Cypress Avenue intersection and provide recommendation to the type of left turn signal phasing and the left turn storage length. City of Menifee, On-Call Traffic Engineering Services, 2017-Present Senior Project Planner. Provides transportation planning services for the City’s on-call contract. He conducts reviews of TIA scoping agreementsts and development projects, checking trip generation calculation, trip distribution, traffic forecast methodology, and compliance with city TIA guidelines. He was responsible for development of the City’s Active Transportation Plan, making recommendations for active transportation modes in the City and development of cost estimates for pedestrian and bicycle infrastructure improvements. City of Lake Elsinore, On-Call Traffic Engineering Services, 2021-Present Senior Project Engineer. Provides on-call servics in support of the I-15 Railroad Canyon Road Interchange Project, which is replacing the northbound diamond off-ramp with hook-style on- and off-ramps and adding several lanes to increase traffic capacity. Balaji developed and implemented interim traffic signal coordination plans, reviewed and revised synchro timing for Caltrans and city-owned traffic signals, and coordinated with the appropriate agency for approval. Additional On-Call Experience City of Hemet, On-Call Traffic Engineering Services City of Jurupa Valley, On-Call Traffic Engineering Services Balaji brings over 19 years of experience preparing traffic engineering design plans in Southern California. He provides well thought-out solutions in mobility planning while ensuring practical, feasible design in traffic engineering. He is an expert in the preparation of various technical traffic studies, analysis studies, mobility studies, and PS&E for traffic engineering, transportation planning, active transportation, and mobility projects. Years of Experience: 19 Years with STC: 8 Education M.S. Civil Engineering, San Diego State University, 2006 Professional Registrations Professional Engineer (Traffic) CA, #2946 Senior Project engineer Balaji Shivaji TE Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Relevant Experience City of Colton, Washington Street Bicycle Route Project, 2023-Present Lead Engineer. STC designed 1.8 miles of Class 2 and Class 3 bike facilities, including bike lanes, intersections and pedestrian crossings along a primary corridor. Myles conducted as-built research, drafted the concept plans, and developed the cost estimates. City of Colton, San Bernardino Ave Street Improvements, 2023-Present Lead Engineer. STC is developing the bicycle facility concept plan which includes restriping of a half mile of San Bernardino Avenue, modification/ replacement of non-compliant curb ramps at five intersections, and construction of 500 feet of curb and gutter. Myles drafted concept plans and developed the cost estimates. Riverside County Agencies, Local Roadway Safety Plans, 2021-Present Project Engineer III. Myles supported the development of LRSPs for the cities of Cathedral City, Banning, Murrieta, and Temecula. He conducted preliminary review of pertinent city documents applicable to the City’s street system and collected and reviewed traffic collision data and any relevant planned improvements. Traffic collision data was utilized to identify any critical safety issues from which proven counter measures were derived and implemented in the final document. City of Menifee, On-Call Traffic Engineering Services, 2020-Present Project Engineer III. Myles conducts a variety of planning and preliminary engineering studies to support City initiatives. Recent projects completed include developing a spreadsheet to track Riverside County projects that border the City and provide mitigation recommendations for projects that impact Menifee roadways, a signal/all-way stop warrant analysis for Menifee Road at Mapes Rd & Menifee Road, and conducting speed counts to determine speed limit thresholds citywide. City of Jurupa Valley, On-Call Traffic Engineering Services, 2020-Present Project Engineer III. Mr. Baidy provides planning and enigneering support for task orders issued by the City. Recent work includes preparation of various signing and striping plans, including traffic calming on Skyview Road. He supported development of the conceptual plan set that illustrated several alternatives for the intersection realignment treatments and the final plan set. Additional On-Call Experience City of Banning, On-Call Traffic Engineering Services, 2022-Present City of Cathedral City, On-Call Traffic Engineering Services, 2023-Present Myles has eight years of experience in transportation planning and intersection operation analysis. His prior experience in Boston provides a fresh perspective on transportation solutions and innovation. His transportation planning experience includes detailed analysis of transportation impacts analysis, LOS, roadway safety audits, and complete street policies and programs. He also has experience in traffic signal design, intersection modeling, and community outreach. Years of Experience: 8 Years with STC: 4 Education B.S. Civil Engineering, University of Massachusetts Amherst, 2016 Professional Registrations Professional Engineer (Traffic) CA, #3094 Project engineer iii Myles Baidy TE Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Relevant Experience City of Jurupa Valley, On-Call Traffic Engineering Services, 2023-Present Project Engineer III. Ashley has developed signal timing along several corridors, conducted a thorough review of the City’s Local Roadway Safety Plan for final submittal to Caltrans, and reviewed implementation of projects for HSIP Cycle 11 and Safe Streets and Roads for All (SS4A) grant eligibility. City of Cathedral City, On-Call Traffic Engineering Services, 2022-Present Project Engineer III. Responsible for on-call task orders issued by the city. She led development of 6 successful grant applications for HSIP Cycle 11 and RCTC TDA Article 3 (SB 821) Bicycle and Pedestrian Facilities Grant Program. Ashley served as Task Manager for development of the City’s Local Roadway Safety Plan, engaging stakeholders, developing the LRSP framework, prioritizing safety projects, identifying funding sources, and determining the implementation and evaluation criteria for future LRSP updates. City of Menifee, On-Call Traffic Engineering Services, 2015-Present Project Engineer III. Ashley serves as staff extension for the City as part of STC’s on-call services contract and is responsible for supporting City staff and the public on traffic engineering related issues. She was responsible for preparing the SSAR to identify citywide roadway safety solutions to integrate into a master plan for future HSIP and other safety program grant applications. She supports a variety of projects related to active transportation, responses to community concerns, grant writing, and traffic studies. Various Riverside County Agencies, Local Roadway Safety Plan & SSAR, 2017-Present Task Order Manager. Ashley serves as a task lead for preparation of LRSPs under various on-call contracts. She is responsible for the heavy lifting of developing the countermeasure toolboxes, identifying Priority Projects, and overseeing preparation of the draft LRSP reports. She has recently completed LRSP projects for the Cities of Banning, Cathedral City, Murrieta, and Temecula, and played a critical role in development of two Systemic Safety Analysis Report (SSAR) Programs in the cities of Hemet and Menifee. Additional On-Call Experience City of Eastvale, On-Call Traffic Engineering Services, 2021-Present City of Temecula, On-Call Traffic Engineering Services, 2016-Present Ashley is an engineer with 11 years of versatile experience in traffic engineering and transportation planning. With a strong understanding of local standards and federal funding requirements, she is a proven expert at aligning municipal goals with grant funding opportunities. She is STC’s resident “grant guru” and has prepared grant applications for the HSIP, ATP, Safe Routes to School, and Smart Growth programs, achieving upwards of $40M in grant funding for roadway safety projects. Years of Experience: 11 Years with STC: 11 Education B.S. Civil Engineering, Cal Poly Pomona, 2011 UC Berkeley Institute of Transportation Studies, 2019 Professional Registrations Engineer-In-Training (EIT), CA #144928 Project engineer iii Ashley Adamos EIT Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Relevant Experience City of Fontana, On-Call Engineering Services, 2020-Present Project Engineer II. Responsible for supporting traffic signal design and modification projects. He drafted traffic signal basework, prepared left- turn protection flow-charts, prepared potholing exhibits, and prepared PS&E for traffic signal, striping, and interconnect design.n. Various Agencies, On-Call Plan Check Services, 2021-Present Project Engineer II. Responsible for plan checking services for cities of Colton and Banning. Plans include new traffic signals and signal modifications, street lighting, signing and striping, bicycle and pedestrian facilities, and traffic control. City of Jurupa Valley, On-Call Traffic Engineering Services, 2021-Present Project Engineer II. Responsible for supporting traffic engineering design task orders.Ginaluca supports the HSIP Citywide Traffic Signal Coordination and Safety Upgrades Project and the FY 2023 Street Resurfacing Program, developing restriping plans for several street improvements. City of Cathedral City, On-Call Traffic Engineering Services, 2022-Present Project Engineer II. Responsible for supporting traffic engineering design task orders. Gianluca conducted field reviews, developed PS&E, and provided utility coordination for the HSIP project to install a signalized pedestrian crossing on Ramon Road. City of Menifee, On-Call Traffic Engineering Services, 2016-Present Project Engineer II. Provides full PS&E development and plan reviews. Projects include: restriping designs for land developments; Newport and Menifee Road median improvements; traffic signal design projects; intersection design for Murrieta and Scott Road; design of safety medians for Antelope Road. City of Lancaster, On-Call Traffic Engineering Services, 2022-Present Project Engineer II. Responsible for supporting traffic engineering design task orders. Gianluca prepared signing and striping plans for two City initiatives: Walk and Roll Fest/Safe Crossing Corridors and Safe Streets September. Additional On-Call Experience City of Carlsbad, On-Call Traffic Engineering Services, 2018-Present City of Eastvale, On-Call Traffic Engineering Services, 2021-2022 Gianluca has over eight years of experience in the fields of traffic engineering and traffic signal operations. Prior to joining STC, he served as a traffic engineering intern for the City of Encinitas, where he was primarily responsible for assisting with traffic calming measures in residential areas, reviewing traffic control plans, and working closely with citizens to resolve traffic-related issues. In his current role, Gianluca applies his experience and technical skills in traffic engineering design, data collection/analysis, graphics production, and before/after traffic analyses in support of municipal projects. Years of Experience: 8 Years with STC: 7 Education B.S. Civil Engineering, San Diego State University, 2017 Professional Registrations Engineer-In-Training (EIT), CA # 162712 Project engineer ii Gianluca Pesaresi EIT Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Relevant Experience Riverside County Agencies, On-Call Plan Check Services, 2023-Present Project Engineer I. Binyam supports plan checking services for cities of Colton, Banning, Hemet, Menifee, Ontario, and Rialto. These include site plans (traffic circulation, access, sight distance, and parking), TIA and VMT assessments, new traffic signals and communications infrastructure, signal modifications, street lighting, signing and striping, bicycle and pedestrian facilities, and traffic control. City of Lake Elsinore, On-Call Traffic Engineering Services, 2023-Present Project Engineer I. Binyam supports on-call task orders for the City. He supported the Main Street Interchange Improvements Project by developing synchro modeling for orginal design plans and the development of five analysis scenarios for new intersections. City of Jurupa Valley, On-Call Traffic Engineering Services, 2021-Present Project Engineer I. STC’s traffic engineering-related responsibilities have extended to TIA reviews, plan check, responses to signal system issues, development of traffic signal modification plans and signal timing plans, field implementation and communication troubleshooting, review of railroad concept plans/grade crossings, and constructability reviews. Binyam reviews traffic impact studies for compliance with City guidelines to support land developments and other planning tasks. Imperial County, On-Call Traffic Engineering Services, 2023-Present Project Engineer I. Binyam supports on-call task orders for the County. He supported the review of traffic collision data for the intersection of McCabe Road and Bowker Road to determine whether the road intersection shall remain as a 2-way stop crossing or if a 4-way stop crossing is warranted. City of San Jacinto, Citywide Engineering and Traffic Surveys, 2023-Present Project Engineer I. Supporting analysis and report preparation for citywide speed survey for 88 roadway segments. Scope included field reviews, radar speed data collection, 24-hour directional traffic volume counts, collision data review and calculation of accident rates, and presentation to City Council. Additional Project Experience City of Hemet, On-Call Traffic Engineering Services, 2023-Present City of National City, On-Call Support Services for CIP, 2023-Present Binyam recently joined STC after graduating with a degree in Civil Engineering from CSULB. He has shown a strong proficiency in structural analysis, design principles, graphics development, and AutoCAD. He has provided graphics support for Citywide Engineering and Traffic Surveys for various cities, multi-way stop analysis for various cities, and the traffic operations study for Lake Elsinore Main Street Interchange Improvement Project. Years of Experience: 3 Years with STC: 1 Education B.S. Civil Engineering, California State University - Long Beach, 2022 Project engineer i Binyam Gebregergs Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Relevant Experience City of Jurupa Valley, On-Call Traffic Engineering Services, 2023-Present Project Engineer I. Trevor provides engineering support for task orders assigned by the City. He currently supports the City’s FY 2023 Street Resurfacing Program, which includes restriping various corridors and plans for a corridor road diet with cycle tracks, street parking, and temporary traffic circles. City of Beaumont, On-Call Traffic Engineering Services, 2023-Present Project Engineer I. Trevor provides engineering support for task orders assigned by the City. He currently supports traffic signal upgrades a Cougar Way and Beaumont Ave, responding to City comments for desig plans and developing cost estimates. City of Fontana, On-Call Traffic Engineering Services, 2023-Present Project Engineer I. Trevor provides engineering support for task orders assigned by the City. He is currently supporting the Date Elementary School Street Improvements Project, which includes signing and striping, traffic signal modification, and traffic signal interconnect. Trevor provides engineering support and updates plans according to City comments. City of Jurupa Valley, Citywide Traffic Signal Coordination and Safety Upgrades, 2023-Present Project Engineer I. Project will improve citywide traffic signal system safety through improved traffic signal interconnect and signal timing, coordination, and operation and upgraded traffic signal heads with retroreflective back plates. Trevor is providing engineering design support. City of Palm Desert, North Sphere Fire Station Improvements, 2023-Present Project Engineer I. STC is supporting roadway and traffic signal improvements associated with the new fire station, including Class 2 buffered bike lanes and design for two closely spaced traffic signals, signing and striping, and curb return radius design at to accommodate fire truck access. Trevor provides engineering support and updates plans according to City comments. Additional Project Experience City of Escondido, On-Call Traffic Engineering Services, 2024-Present City of La Mesa, On-Call Traffic Engineering Services, 2024-Present City of National City, On-Call Support Services for CIP, 2024-Present Trevor is a project engineer with experience as a civil engineering construction intern, where he got hands-on experience reviewing plans, conducting field work, developing quantity takeoffs, and working in Bluebeam and HeavyBid. He supports STC’s engineering team developing and reviewing PS&E for various traffic and civil engineering improvements. Years of Experience: 2 Years with STC: 1 Education B.S. Civil Engineering, University of Nevada Reno, 2023 Professional Registrations Engineer-In-Training (EIT), #0T9051 Project engineer i Trevor O’Neal EIT Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 • • • Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Various On-Call Services (SOQ) #24/25-501 Discipline: Traffic Engineering and Transportation Planning STC Traffic, IncMailing and Business Address: 5973 Avenida Encinas, Suite 218Carlsbad, CA 92008Principal Contact: Jason Stack, PresidentP: (760) 602-4290 Submitted By: Statement of Qualifications For: City of Rancho Cucamonga | January 13, 2025 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 • • • • • • • Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 • • • • • Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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. Jason Stack, TE, PTOE Vendor/Proposer President of STC Traffic, Inc. 01/13/2025 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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. Jason Stack, TE, PTOE President of STC Traffic, Inc. 01/13/2025 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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. Jason Stack President STC Traffic, Inc. Jason Stack, TE, PTOE President of STC Traffic, Inc. 01/13/2025 STC Traffic, Inc. meets the insurancerequirements with a $6M Umbrella Policy to General Liability. Certificate of Insuranceattached for reference. Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 01/02/2025 Matsen Insurance Brokers, Inc. 3101 Concorde Drive, Suite C McKinleyville CA 95519 Jacqueline Byrne (707) 444-9292 (707) 444-9529 jackie@matsen.com STC Traffic, Inc. 5973 Avenida Encinas, Suite #218 Carlsbad CA 92008 CM Vantage Specialty Insurance Company 15872 Hartford Accident and Indemnity Company 22357 Endurance American Specialty Ins. Co.41718 Hartford Casualty Insurance Company 29424 Arch Insurance Company 11150 CL251214619 A CMV-PLI-0029523-04 01/01/2025 01/01/2026 1,000,000 300,000 Excluded 1,000,000 2,000,000 2,000,000 B 57UECBD3533 01/01/2025 01/01/2026 1,000,000 Underinsured motorist combined single limit 1,000,000 C ELD30003063504 01/01/2025 01/01/2026 6,000,000 6,000,000 D Y 57WECGI9278 01/01/2025 01/01/2026 1,000,000 1,000,000 1,000,000 E Professional Liability PAAEP0173500 01/01/2025 01/01/2026 Each Claim $3,000,000 Each Aggregate $3,000,000 Proof of Insurance SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services __________________________________________________________________________________________________ ____________________________________________________________________________________________________________ Page 26 of 30 “EXHIBIT D” ADDENDUM ACKNOWLEDGEMENT The Consultants hereby acknowledges the following Addenda Number(s) to this SOQ have been received, if any. Consultants understands failure to acknowledge any addenda issued may cause the SOQ response to be considered non-responsive. It is the Consultants’ responsibility to log into the Bid System to identify and download the number of addenda that have been posted. • __________________ • __________________ • __________________ • __________________ ___________________________________ Signature ___________________________________ Printed Name ___________________________________ Title ___________________________________ Date Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids system under the Response Types, Exhibits A – G. Addendum No. 001 Jason Stack, TE, PTOE President of STC Traffic, Inc. 01/13/2025 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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. STC Traffic, Inc. Jason Stack, TE, PTOE President of STC Traffic, Inc. 01/13/2025 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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. 180 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 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. STC Traffic, Inc. (760) 602-4290 (760) 670-3445 marketing@stctraffic.com Jason Stack, TE, PTOE 5973 Avenida Encinas, #218Carlsbad, CA 92008 www.stctraffic.com President 01/13/2025 Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4 STC Traffic • Fee Schedule City of Rancho Cucamonga On-Call Traffic Engineering and Transportation Planning Executive/Management Classifications Hourly Rate Principal Manager III $300 Principal Manager II $280 Principal Manager I $260 Project Manager IV $260 Project Manager III $250 Project Manager II $230 Project Manager I $220 Professional Engineering Classifications Principal Engineer $270 Project Engineer IV $250 Project Engineer III $220 Project Engineer II $180 Project Engineer I $150 Professional Planning Classifications Principal Planner $250 Project Planner IV $230 Project Planner III $200 Project Planner II $160 Project Planner I $130 Technical/Specialized Classifications Principal Systems Engineer $270 Systems Engineer / Technical Specialist IV $250 Systems Engineer / Technical Specialist III $220 Systems Engineer / Technical Specialist II $180 Systems Engineer / Technical Specialist I $160 Construction Manager IV $260 Construction Manager III $250 Construction Manager II $230 Construction Manager I $220 Construction Engineer/Inspector IV $250 Construction Engineer/Inspector III $220 Construction Engineer/Inspector II $180 Construction Engineer/Inspector I $150 Drafter IV $170 Drafter III $160 Drafter II $150 Drafter I $120 Other Classifications Intern $110 Expert Witness $400 These rates are valid until December 31, 2030. Outsourced reimbursable expenses such as printing and reproduction, deliveries and overnight shipping, computerized plotting, materials, etc., will be charged to the client at the consultant’s cost without mark-up. Docusign Envelope ID: D3FC191B-3410-4B8B-A6F8-102AD13EE4A1Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6BDocusign Envelope ID: 60338ACE-9252-4825-878C-9D9899F353B4